Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

R -- Curriculum Development Services

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Agriculture, Food and Nutrition Service, Contract Management Branch, 3101 Park Center Drive, Room 228, Alexandria, Virginia, 22302
 
ZIP Code
22302
 
Solicitation Number
RFPFNS-10-560
 
Archive Date
9/7/2010
 
Point of Contact
Valon Widener, Phone: 703-305-1532
 
E-Mail Address
valon.widener@fns.usda.gov
(valon.widener@fns.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PROCUREMENT IS SET-ASIDE FOR SMALL BUSINESSES (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be used. This requirement is being procured in conjunction with FAR Part 13, using Simplified Acquisition Procedures (SAP). (ii) The solicitation number for this acquisition is RFP FNS-10-560. This solicitation is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (iv) This procurement is set-aside for small businesses. The NAICS code for this requirement is 611710 and the size standard is $7.0M. (v) The following provides the description of the requirement being procured: SOLICITATION RFP FNS-10-560 A.1 INTRODUCTION The Food and Nutrition Service (FNS) administers the nutrition assistance programs of the United States Department of Agriculture (USDA). The mission of FNS is to provide children and needy families better access to food and a more healthful diet through its nutrition assistance programs. Among these programs are the Child Nutrition Programs, including the National School Lunch Program (NSLP), School Breakfast Program (SBP), Summer Food Service Program (SFSP), and the Child and Adult Care Food Program (CACFP). The Child Nutrition Programs provide nutritionally balanced, low-cost or free meals and snacks. Team Nutrition is an FNS initiative that supports the Child Nutrition Programs through training and technical assistance for foodservice, nutrition education for children and their caregivers, and school and community support for healthy eating and physical activity. A.2 BACKGROUND Team Nutrition's goal is to improve children's lifelong eating and physical activity habits using the principles of the Dietary Guidelines for Americans and MyPyramid. The proposed curriculum and related resources will support Team Nutrition's behavior-oriented strategy of "providing multifaceted, integrated nutrition education for children and their parents." This nutrition education will build skills and motivation for children to make healthier food and physical activity choices as part of a healthy lifestyle. In keeping with Team Nutrition's philosophy of utilizing multiple communication channels, this curriculum will involve classroom, cafeteria and garden-based activities, community programs and events (e.g., community gardens, local farms, etc.), and home activities. Team Nutrition provides educators with a variety of nutrition education resources through the Team Nutrition Web site < http://teamnutrition.usda.gov/Default.htm>. The proposed curriculum will be the first Team Nutrition garden-related curriculum targeted toward elementary school age children. FNS has developed a garden-based curriculum for preschool age children, available to order or download on the Team Nutrition Web site in late Spring 2010. FNS has established the HealthierUS School Challenge to recognize Team Nutrition Schools that are creating healthier school environments through their promotion of good nutrition and physical activity. The proposed curriculum will assist schools striving to meet Team Nutrition's HealthierUS School Challenge criteria by: • Providing nutrition education that is part of a structured and systematic unit of instruction. • Providing unstructured daily opportunities for physical activity, through gardening activities such as digging, weeding, etc. • Bolstering schools' efforts to provide healthier school meals by improving children's preferences for fruits and vegetables. A.3 PERFORMANCE STATEMENT OF WORK 1. Target Audience Lesson plans and other resources will be specifically designed for teachers, parents, school foodservice professionals and other elementary school staff that work with children in the 3rd and 4th grades. Sample tasks are included in this Statement of Work to also develop lessons for other school grades. 2. Description of Work Task 1. Identify theory-based curriculum components that address mediators of fruit and vegetable consumption and align with education standards for third and fourth grades. The Contractor shall select a behavior change theory or conceptual model (e.g., Social Cognitive Theory) to guide the development of the curriculum and identify specific theoretical constructs the curriculum will address. The Contractor shall outline key curriculum components/activities addressing the theoretical constructs and identify education standards for grades three and four that may be met through the curriculum components. Since there are no federally required education standards, the Contractor shall: a. Identify education standards recommended by national organizations for grades three and four that may be met through the curriculum components. Standards for English language arts, math, science, and health must be among those identified and include standards recommended by the following organizations: i. National Council of Teachers of English ii. National Council of Teachers of Mathematics iii. American Cancer Society (health education standards) iv. National Academy of Sciences b. Identify State education standards for grades three and four that may be met through the curriculum components. Standards shall be identified from seven State Departments of Education and include the following content areas: English language arts, math, science, and health. The seven selected States should include one from each FNS region, large and small States, more urban and less urban States, and those that have not adopted or have edited the standards proposed by the above national organizations. This identification of standards from seven States will be incorporated into the curriculum as examples of ways State education standards can be met using the curriculum. Task 2. Identify fruits and vegetables suitable for growing by students in low-budget school gardens of a variety of types (roof-top, container, raised beds, square-foot) during the typical academic school year in a variety of plant hardiness zones in the United States. The Contractor shall identify fruits and vegetables that can be grown in school gardens, easily prepared and tasted by students, and featured as part of classroom-based nutrition education. Selection of fruits and vegetables shall be based upon considerations of gardening space and methods, age of children (i.e., 3rd to 4th graders), sowing and harvesting times, and any other factors that may affect the likelihood of students successfully growing the item during the typical academic school year (August-June). Identified fruit and vegetables should also be widely available from growers and grocers nationwide to facilitate caregivers' ability to make the food available and accessible at home and to allow for continuation of the classroom-based activities in the event that the garden harvest is negatively affected in some way (i.e., unusual weather conditions, pests, damage by external factors). The contractor shall make an effort to identify a variety of vegetables from each vegetable subgroup defined on MyPyramid.gov, particularly orange and dark green vegetables. Task 3. Develop and consumer test nutrition education messages that motivate and encourage children to consume fruit and vegetables. The Contractor shall develop and consumer test messages targeted to children and their caregivers that promote the consumption of the vegetables and fruits from Task 2 as agreed upon by FNS. Messages for caregivers shall be designed to increase the availability and accessibility of the fruits or vegetables at home. Messages shall: • Be behavior-focused, educational and promotional, and designed to motivate the target audience to action. • Be consistent with the latest version of the Dietary Guidelines for Americans. • Be positive. • Support and enhance existing MyPyramid for Kids messages and FNS' Core Nutrition Messages and supporting content at: www.fns.usda.gov/fns/corenutritionmessages/maximizing.htm. The Contractor shall provide FNS with draft messages (in up to 3 drafts) based upon input from FNS. FNS requires at least 10 working days to review all materials. The Contractor shall conduct formative research to test messages with children and parents. Formative research shall take place in multiple geographical locations to ensure geographical representation from various regions of the country. Formative research participants shall be ethnically and racially diverse. The proposed research plan should involve a means by which to test messages with parents and third and forth grade children from households of a variety of income levels as well as segments of the target audience that are low income (<185% of Federal Poverty Guidelines) and eligible to or have children that are eligible to receive free or reduced-price lunch. Final messages and curriculum materials should be considered actionable and relevant to the entire target audience, including those with limited resources. The Contractor shall prepare draft, revised and final versions of a formative research plan including instruments to be used during the formative research (e.g., a moderator's guide, numbers and types of groups that will be questioned, etc). The Contractor will also assist FNS in preparing responses to questions from the Office of Management and Budget regarding the data collection (i.e., formative research). The Contractor shall provide FNS with draft and final versions of a written summary report and, if applicable, transcripts of any focus group sessions. Task 4. Develop curriculum that integrates garden-based nutrition education into academic course content. The Contractor shall develop a theory-based curriculum, based upon the theory and program components identified under Task 1 that can be implemented in schools nationwide. The curriculum must consist of at least ten behaviorally-focused lesson plans that motivate students to consume a variety of fruit and vegetables and increase students' awareness of how these foods are grown. The lessons must: • Incorporate promising practices identified in peer-reviewed journal articles on the provision of nutrition education through school garden activities conducted with similar target audiences. FNS will provide articles. • Communicate messages developed under Task 3, as instructed by FNS. • Involve classroom-, garden-, home-, and cafeteria-based activities. Gardening activities must relate to the lesson learning objectives and complement nutrition messages. • Engage children in hands-on activities that promote the sensory exploration of fruits and/or vegetables. • Meet education standards identified in Task 1. • Provide multiple exposures to the fruits or vegetables identified in Task 2, as agreed upon by FNS, and include opportunities to harvest (in some lessons), prepare and taste fruits and/or vegetables. • Include a means by which parents can be informed and involved in meeting the lesson plan objectives. Parent-focused components shall feature messages for parents developed under Task 3, as agreed upon by FNS. • Provide optional community-based and media-related activities; including ones that involve local farms or farmers and area chefs. • Be consistent with the Dietary Guidelines for Americans and MyPyramid for Kids. • Compliment but not duplicate MyPyramid for Kids Classroom Materials http://teamnutrition.usda.gov/Resources/mypyramidclassroom.html. The format of each lesson plan shall include: • Specific, realistic and measurable learning objectives • Key nutrition message(s) to communicate • A list of materials required (low-cost and readily available to teachers) • Step-by-step directions for the teachers (each lesson shall have teaching options for math, science, English language arts, and health) • Innovative interactive activities to engage students in learning (garden, cafeteria, and classroom-based) • A notation of the duration of the lesson (in minutes) • "At home" materials for children and parents that reinforce the classroom lessons outside of the classroom setting (not limited to parent newsletters; contractor may propose format) • Links to other communication channels, such as activities with local farms or chefs, other community-based activities and media • Discussion questions to spark classroom discussion • Teacher background information and teaching tips • List of education standards met by the lesson plan (this may also be accomplished through the use of a matrix in the Appendix of the curriculum). • Copies of student handouts, activity sheets or other materials for students. The Contractor may suggest an alternative lesson structure for FNS' consideration. The Contractor shall also provide a brief (2-4 page) "Getting Started" Guide for teachers that provides an overview of the goals and key messages of the curriculum, discusses the role of teachers as role models for fruit and vegetable consumption, and addresses appropriate language for encouraging children to try fruits and vegetables. The Contractor shall provide up to 3 drafts and a final "print ready" copy of the curriculum. FNS will require 10 business days to review draft 1 and adequate time for field testing (see Task 5) and clearance through the Dietary Guidance Working Group and USDA Office of Communications (OC) between drafts 2 and 3 and the final deliverable. For final print-ready deliverables, the Contractor shall: • follow specifications from the USDA OC and the Broadcast Media and Technology Center, or other USDA OC components, as provided by FNS. • provide FNS with three hard copies and electronic files (in PDF, Word or other format approved by FNS). • provide electronic file print masters of the final deliverable that meet all USDA specifications for reproduction by a printer. Task 5. Pilot test curriculum with target audience. The Contractor shall pilot test the curriculum in at least three schools with pre-existing school gardens. FNS will assist the Contractor with the identification of schools with established school gardens. All lessons must be tested in at least one, but preferably all three, schools. The pilot test should gather data regarding how the curriculum was implemented (process measures) as well as feedback from teachers and other relevant school staff regarding the curriculum implementation including ease-of-use, clarity, lesson quality and feasibility, and perceived student receptiveness. The Contractor shall also measure changes in students' nutrition and food systems (i.e., how food is grown, where it comes from) knowledge and student preferences for and "willingness to taste" featured fruit and vegetables. Students' perceptions of the lesson activities shall also be evaluated. The Contractor shall prepare a data collection request package for the Office of Management and Budget (OMB). This will include the submission of a draft 60-day notice for publication in the Federal Register and revision of the notice to incorporate FNS comments. A draft OMB package shall be submitted within 16 weeks of award that includes a supporting statement as set forth in Standard Form, No. 83a, "Instruction for Requesting OMB Approval" and provides an explicit, concise description of the links between study objectives, research questions, variables, measures, data analysis plans and desired products. The second draft shall include a summary of public comments received in response to the 60-day Federal Register Notice concerning the information collection and any actions taken in response to these comments. The second draft shall be submitted within 2 weeks of the end of the comment period for the Federal Register Notice. The final revised OMB package for clearance shall be submitted to FNS within 27 weeks of award. In addition to 2 hard copies of the final revised OMB package, the Contractor shall provide a copy of the OMB package to FNS on a CD in two formats: a microcomputer word processing format agreeable to FNS (currently Microsoft Word 2007 for Windows) and a portable document format (PDF) file. The contractor shall allow 6 weeks for the OMB package to clear the Agency and Department, and an additional 13 weeks for OMB approval. The contractor shall make changes to the OMB package as required by USDA or OMB. The Contractor shall provide a draft and final report to FNS that includes the pilot-test findings as well as the Contractor's proposed recommendations for revising the curriculum based upon this feedback. Task 6. Submit monthly reports. By the fifteenth of each month, the Contractor shall submit to FNS a report on the current status of the project. Part I of this report shall include: project activities completed during the preceding month; planned activities for the coming month; significant problems and proposed solutions; schedule changes (actual and potential); and personnel changes. Part II shall provide the following for each task: the amount budgeted; the amount expended during the preceding month; and the cumulative amount expended. SAMPLE TASKS (The following sample tasks may be ordered during the period of performance of the Blanket Purchase Agreement (BPA), however these tasks are currently not funded. Sample Task 7. Develop videos introducing the curriculum to teachers, school food service professionals, and school administrators. The Contractor shall develop three videos, two-to-four minutes in length that provide an overview of the Team Nutrition Gardens curriculum and encourages third to fourth grade teachers, school food service professionals and school administrators (i.e., school principals) to implement it in their schools. The Contractor shall provide two drafts of story boards/script, two draft videos and final videos to FNS. The videos must be closed captioned and in a format that allows for posting, viewing (e.g., as podcasts) and download from the FNS Web site. The Contactor shall consult with FNS, the USDA Office of Communications (OC), the Broadcast Media and Technology Center, or other OC components regarding deliverables. The contractor must follow specifications from the USDA OC and the Broadcast Media and Technology Center, or other USDA OC components, as provided by FNS, for all materials, productions, and final products. The contractor shall be responsible for: • Development of a time table that provides sufficient time for FNS and USDA OC review, approval, and clearance of deliverables. • Consult with USDA OC as needed on talent or production; • Procurement of all talent (actors/narrators/voice actors) or negotiation of talent fees for video, production, technical and support crew and procuring studio and necessary equipment. The Contractor shall conduct formative research with teachers, school food service professionals, and school administrators to inform the development of the videos. This research will identify perceived barriers and benefits to using the curriculum and result in the development of videos that generate interest in the curriculum and compel the target audiences to take steps to implement the lesson plans The Contractor shall prepare draft, revised and final versions of a formative research plan including instruments to be used during the formative research (e.g., a moderator's guide, numbers and types of groups that will be questioned, etc). The Contractor shall also assist FNS in the preparation of responses to questions from the Office of Management and Budget regarding the data collection. The Contractor shall provide FNS with draft and final written summary reports and, if applicable, transcripts of any focus group sessions. Sample Task 8. Develop innovative means for teachers to measure changes in student's fruit and vegetable consumption and/or preferences during the academic year. The Contractor shall develop a classroom challenge, assessment, or tracker that is developmentally appropriate for third and fourth graders and will provide personalized feedback on a classrooms' fruit and vegetable consumption. The developed tool should complement lesson activities and provide an informal method of assessing the impact of the implementation of the curriculum. The Contractor shall propose the format of the tool; however, FNS is interested in innovative and interactive online tools. The Contractor shall develop three drafts and a final version of the tool. If awarded this tool should be developed along a timeline that allows the third draft to be tested as part of the pilot testing of the curriculum under Task 5. If an electronic solution is proposed, requirements and work to be performed shall be determined at the time the sample task is ordered. Sample Task 9. Develop video clips showing how fruits and vegetables featured in the curriculum are grown on a local farm, in school gardens, or in a home garden. The Contractor shall develop six video clips, no more than 5 minutes in length that feature: 1) A farmer showing students how one of the fruits or vegetables featured in the curriculum is grown on a local farm. 2) A student or other school staff showing how one of the fruits or vegetables featured in the curriculum was grown in their school garden. 3) A parent describing how they have grown one of the fruits or vegetables featured in the curriculum in a home garden. Video clips should be easily integrated into the curriculum and should support learning objectives identified for the lessons. The Contractor shall provide two drafts of story boards/script, two draft videos and final videos to FNS. The videos must be closed captioned and in a format that allows for posting, viewing (e.g., as podcasts) and download from the FNS Web site. The Contactor shall consult with FNS, the USDA Office of Communications (OC), the Broadcast Media and Technology Center, or other OC components regarding deliverables. The contractor must follow specifications from the USDA OC and the Broadcast Media and Technology Center, or other USDA OC components, as provided by FNS, for all materials, productions, and final products. The contractor shall be responsible for: • Development of a time table that provides sufficient time for FNS and USDA OC review, approval, and clearance of deliverables. • Consult with USDA OC as needed on talent or production; • Procurement of all talent (actors/narrators/voice actors) or negotiation of talent fees for video, production, technical and support crew and procuring studio and necessary equipment. Sample Task 10. Identify education standards from remaining 43 States and the District of Columbia that align with the Team Nutrition Garden curriculum. The Contractor shall also identify State-specific education standards from State Departments of Education that could be met through garden and classroom based nutrition education for grades three through four for the remaining 43 States and the District of Columbia not included under Task1. Course content standards for the following subjects should be identified: math, science, English language Arts, and health. Sample Task 11. Develop nutrition messages and garden-based nutrition education curriculum for grades 1-2. The Contractor shall perform tasks outlined under Tasks 1, 3, 4, 5, 7 and 8 for the purpose of developing and pilot-testing a garden-based nutrition education curriculum for grades 1-2. Sample Task 12. Develop nutrition messages and garden-based nutrition education curriculum for grades 5-6. The Contractor shall perform tasks outlined under Tasks 1, 3, 4, 5, 7 and 8 for the purpose of developing and pilot-testing a garden-based nutrition education curriculum for grades 5-6. Sample Task 13. Develop nutrition messages and garden-based nutrition education curriculum for grades 7-8. The Contractor shall perform tasks outlined under Tasks 1, 3, 4, 5, 7 and 8 for the purpose of developing and pilot-testing a garden-based nutrition education curriculum for grades 7-8. Sample Task 14. Develop nutrition messages and garden-based nutrition education curriculum for grades 9-12. The Contractor shall perform tasks outlined under Tasks 1, 3, 4, 5, 7 and 8 for the purpose of developing and pilot-testing a garden-based nutrition education curriculum for grades 9-12. A-4 DELIVERABLE SCHEDULE 1. Deliverables and Due Dates The attached charts define deliverables and estimated due dates. Tasks 1-6. Curriculum Development and Testing Deliverable Estimated Due Date Task 6. Monthly Status Report 15th of each month Post Award Orientation Meeting 5 working days post award Task 2. Identification of Fruits And Vegetables 1 month after award Task 3. Plan For Formative Research Testing of Fruit and Vegetable Messages.* 1 month after award Task 1. Outline of Theoretical Model and Curriculum Components Matched to Educational Standards 1 ½ months after award Task 5. Draft 1 of 60 Day Notice for Pilot Testing 1 ½ months after award Task 5. Revised Draft of 60 Day Notice for Pilot Testing. 2 months after award Task 3. Drafts (Up To 3 Drafts) of Message Concepts And Preliminary Messages. 2 ½ months after award Task 5. Draft 1 of OMB Package for Pilot Testing 4 months after award Task 5. Draft 2 of Research Plan for Pilot Test and Instruments to FNS for Review 4 months after award Task 3. Conduct Formative Research Testing of Messages.* 4 months after award Task 3. Report of Message Testing Findings. 5 months after award Task 5. Final OMB Package for Pilot Testing. 6 ½ months after award Task 4. Draft 1 of Curriculum to Fns for Review 6 months after award Task 4. Draft 2 of Curriculum to Fns for Review 7 months after award Task 5. Implement Pilot Test** 11 ½-14 months after award Task 5. Draft 1 of Pilot Test Report 1 month after completion of pilot Task 5. Final Draft of Pilot Test Report 2 months after completion of pilot Task 4. Draft 3 of Curriculum 14 months after award Task 5. Final Draft of Curriculum 2 months after completion of pilot *FNS has generic OMB approval for formative research related to nutrition education materials. Instruments (such as screener and moderator's guide) related to the specific information gathering will be submitted to OMB for expedited approval. **Implementation date dependent upon season and academic school year. Sample Task 7. Develop Videos Deliverable Estimated Due Date Sample Task 7. Draft 1 Storyboard and Scripts 1 ½ months after award Sample Task 7: Draft 2 Story Board and Scripts 2 months after award Sample Task 7. Draft 1 of Videos 6 months after award Sample Task 7. Draft 2 of Videos 7 months after award Sample Task 7: Draft 3 of Videos 8 months after award Sample Task 8: Final Videos 10 months after award Sample Task 8. Develop Tracker Deliverable Estimated Due Date Sample Task 8. Draft 1 of Classroom Tracking Tool. 2 months after award Sample Task 8. Draft 2 of Classroom Tracking Tool. 3 months after award Sample Task 8. Draft 3 of Classroom Tracking Tool. 1 month before start of pilot test under Task 5. Sample Task 8: Final Classroom Tracking Tool 2 months after completion of pilot Sample Task 9. Develop "Growing" Video Clips Deliverable Estimated Due Date Sample Task 9. Draft 1 Storyboard and Scripts 1 ½ months after award Sample Task 9: Draft 2 Story Board and Scripts 2 months after award Sample Task 9. Draft 1 of Videos 6 months after award Sample Task 9. Draft 2 of Videos 7 months after award Sample Task 9: Draft 3 of Videos 8 months after award Sample Task 9: Final Videos 10 months after award Sample Task 10. Identify Education Standards for Remaining States Deliverable Estimated Due Date Sample Task 10. Report or matrix showing alignment of State Standards to curriculum components. 3 months after award Sample Tasks 11-14. Development of Curriculum and Related Resources for Other School Grades Deliverable schedule consistent with that outlined for Tasks 1, 3, 4, 5, 7 and 8. A-5.0 GENERAL INFORMATION 5.1 Type of Contract This is a commercial item, performance based, blanket purchase agreement (BPA). Orders shall be placed on a fixed-price and/or time and materials basis. 5.2 Performance Period The period of performance is five years from date of award. The anticipated award date is no later than September 30, 2010. 5.3 Restrictions Against Disclosure (AGAR 452.237-75) (FEB 1988) (a) The Contractor agrees, in the performance of this contract, to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in the event that the Contractor determines or has reason to suspect a breach of this requirement. (b) The Contractor agrees not to disclose any information concerning the work under this contract to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultantagreement or subcontract hereunder. 5.6 Security Requirements The contractor shall be responsible for properly protecting all information used, gathered, or developed as a result of this contract. The contractor shall implement procedures that ensure appropriate administrative, technical, and physical safeguards are established for the security and confidentiality of government information, data, and/or equipment. The contractor's procedures shall be consistent with Government, OMB Circular A-130, Management of Federal Information Resources, the Computer Security Act of 1987, the Federal Information Security Management Act of 2002 (FISMA), and the Privacy Act. In addition, during all activities and operations on government premises, the contractor shall comply with the policies, rules, procedures and regulations governing the conduct of personnel or protection of government facilities and data as expressed by USDA, written or oral. (a) Sensitive Information Storage and Disclosure Sensitive-But-Unclassified (SBU) information, data, and/or equipment will be disclosed only to authorized personnel on a Need-To-Know basis. The holder shall ensure that appropriate administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, and/or equipment is properly protected. When no longer required, this information, data, and/or equipment will be returned to Government control; destroyed; or held until otherwise directed. Destruction of items shall be accomplished by tearing into small parts; burning; shredding or any other method that precludes the reconstruction of the material, consistent with GSA guidelines. (b) Protection of Information All information about the USDA networks and/or the security posture of any USDA information asset gathered or created under this contract will be considered SBU information. It is anticipated that this information will be gathered, created and stored within the primary Government work location. If the contractor personnel must remove any information from the primary work area, they should protect it to the same extent they would their proprietary data and/or company trade secrets. If the contractor must remove any materials from the primary work location, prior approval must be obtained from the COR. (c) Security and Privacy The use of any information that is subject to the Privacy Act will be utilized in full accordance with all rules of conduct as applicable to Privacy Act Information. (d) Security Classification The preparation of the deliverables under this contract will be completed at a Sensitive-But-Unclassified (SBU) level unless otherwise stated, in writing, by the COR. (e) Facility Access All contractor personnel who work at the USDA/FNS site must have approval for facility access; the contractor must supply the names and other required information of those employees selected to perform the work to the COR. (f) Special Requirements All work performed must meet and comply with all National Institute of Standards & Technology (NIST), other government-wide laws and regulations, and USDA and OCIO (Office of the Chief Information Officer) directives, guidelines, and requirements for protection and security of Information Technology. Such directives and guidelines include, but are not limited to: • Computer Security Act of 1987 • Federal Information Security Management Act (FISMA) • OMB Circular A-130, Management of Federal Information Resources • Presidential Directive Decision 63, Critical Infrastructure Protection (CIP) • Presidential Directive Decision 67, Enduring Constitutional Government and Continuity of Government Operations • Homeland Security Presidential Directive 7 • NIST's Guide for developing Security Plans for Information Technology Systems (Special Publication 800-18) • U.S. Government "Plain Language" Guidelines • http://www.ocio.usda.gov/directives/files/dm/DM3535-000.htm (g) Confidentiality and Non-Disclosure The contractor may have to access proprietary information and shall be required to sign non-disclosure and conflict of interest statements. The preliminary and final deliverables and all associated working papers, and other material deemed relevant by the agency that have been generated by the contractor are the property of the U.S. Government and cannot be reproduced, or retained by the contractor. When no longer required, this information, data, and/or equipment will be returned to Government control. All documents and information pertaining to network vulnerabilities, security policy, operational procedures or related functions shall be maintained under absolute accountability and relinquished to the COR upon completion of the contract. 5.7 Personnel Security Clearance Requirements - Sensitive- but-Unclassified (SBU) Materials The contract provision set forth below covers the basic security standards for Sensitive-But-Unclassified (SBU) work. Also, as applicable to the contract, are the policies, regulations, and procedures noted in paragraph 8.5. (a) GENERAL 1. The Government anticipates that the work to be performed under this contract may involve access to SBU materials and non-sensitive materials. SBU materials may include, but are not limited to: computer systems and information, Privacy Act protected information, and FNS proprietary information. Duplication or disclosure of the data and other information to which the Contractor may have access as a result of this contract is prohibited by Public Law. 2. In general, services performed by Contractor personnel may fall within three (3) "risk" categories as described below: a. High Risk (MBI): Contract personnel with network administrative rights b. Moderate Risk (NACI): All other contract personnel with access to SBU FNS data or information c. Low Risk (Fingerprint): Contract personnel performing less than 180 days (b) Types and Number of Background Investigations Required 1. Work performed under the contract(s) may fall within one or more of the risk categories defined in paragraph (a) 2 above. As a result, the Contractor's personnel must undergo a background investigation. The type of background investigation required will be commensurate with the risk factor associated with the duties of each position. Prior to award of the contract(s), the Contracting Officer's Representative (COR) will determine the exact number and types of background investigations that may be required for all Contractor positions. For planning purposes, the Government estimates that the following number and types of background investigations will be needed: Risk Category Number of Investigations Needed High Risk (MBI) TBD Moderate Risk (NACI) TBD Low Risk (fingerprints) TBD 2. The Contractor will not be permitted to commence performance under the contract until a sufficient number of its personnel, as determined by the COR, have received requisite background investigations. 3. During the life of this contract, the Contractor shall ensure that no Contractor or Subcontractor employee commences performance hereunder prior to receipt of authorization from the Contracting Officer or COR. (c) BACKGROUND INVESTIGATION REQUIREMENTS The minimum investigative requirements are as follows: 1. High Risk Positions: The background investigation shall be an MBI (Minimum Background Investigation). The MBI includes a NACIC, a face-to-face personal interview between the investigator and the subject, and telephone inquiries to selected employers. 2. Moderate Risk Positions: The background investigation shall be a NACI (National Agency Check and Inquiries). The NACI consists of a NAC, written inquiries and record searches covering specific areas of a subject's background during the past 5 years. 3. Low Risk Positions: The background investigation shall be a Federal Bureau of Investigation Name and Fingerprint check. (d) SEPARATION/TERMINATION OF CONTRACTOR EMPLOYEES/COMPLETION OF CONTRACT At the completion of the contract or separation/termination of any contractor employee, a "Government Contractor Separation Checklist" must be completed and signed by the COR and Contracting Officer. 5.8 FNS COMPUTER SYSTEM ACCESS To perform this contract, the Contractor may require computer access to FNS systems. As necessary, the Contractor shall notify the COR in writing when a contractor employee requires any type of computer access. The COR shall provide form FNS-674, Computer System Access Request, to the Contractor. The Contractor shall complete the form, obtain approval from the COR, and submit the form to the FNS Security Office staff. The Contractor shall notify FNS when computer system access for employees can be terminated. Written notification to terminate computer access shall be provided by the contractor to the COR and to the FNS Security Office staff immediately upon termination of any contractor employee removed from this contract or when access is no longer required. Immediately upon completion of the contract, the Contractor shall provide a complete listing of all contractor employees given access to FNS computer systems with a statement that computer access shall be terminated and complete a "Government Contractor Separation Checklist" for each contractor employee. All notifications shall be provided to the COR and the FNS Security staff listed below. Alicia White Nutritionist 3101 Park Center Drive, Room 317 Alexandria, VA 22302 (703) 305-2841 Alicia.White@fns.usda.gov Additionally, ALL new contract employees accessing FNS' systems and/or sensitive data are required to complete Security Training in the OIT Training Room, 3rd floor, prior to obtaining computer and sensitive data access. This training shall be coordinated with the COR. A disk or hard copy of the security training may be sent to contractors whose staffs are performing at off-site locations. 5.9 Improper Use of Internet IMPROPER USE OF GOVERNMENT IT RESOURCES AND THE INTERNET All USDA users, including contractors, are responsible for protecting USDA information technology resources from misuse and inappropriate, illegal activity. Contractors are advised that when you are receiving USDA funds for services, you are performing a Federal function on behalf of the Federal Government (as stated in the Computer Security Act of 1987) and are subject to comply with USDA rules and regulations. Use of non-USDA and non-Federal computers, including laptops, does not exempt the contractor from USDA and Federal Laws. A number of "Peer-To-Peer" software and "file sharing" products are available for downloading from the Internet. Their primary purposes are for the easy and illegal exchange of software, music, video, and in some unfortunate circumstances, pornography. All instances of pornography are forwarded to the Office of Inspector General, and any references to child pornography will be referred to the appropriate U.S. Attorney's office. Contractors are reminded that it is illegal to download software, music or videos that are protected by copyrights. Users are personally responsible for all costs related to trafficking in music, software or videos if a complaint is filed against them and the copyright owners seeks restitution of funds lost due to pirating copyright protected material. USDA considers the installation and use of the types of products described above to be inappropriate and illegal, and will actively pursue legal remedies to stop such activities. Additional information relevant to this clause can be obtained by reviewing Presidential Executive Order 13101, USDA Departmental Regulation 3300-1, or the following website: http://www.bsa.org/usa/antipiracy/ 5.10 Personal Identity Verification of Contractor Employees - (AGAR 452.204-71) (OCT 2007) (a) The contractor shall comply with the personal identity verification (PIV) policies and procedures established by the Department of Agriculture (USDA) Directives 4620-002 series. (b) Should the results of the PIV process require the exclusion of a contractor's employee; the contracting officer will notify the contractor in writing. (c) The contractor must appoint a representative to manage compliance with the PIV policies established by the USDA Directives 4620-002 series and to maintain a list of employees eligible for a USDA LincPass required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the contractor. Employees may be barred by the Government from performance of work should they be found ineligible or to have lost eligibility for a USDA LincPass. Failure to maintain a sufficient workforce of employees eligible for a USDA LincPass may be grounds for termination of the contract. (e) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (f) The PIV Sponsor for this contract is a designated program point of contact, which in most cases is the Contracting Officer's Representative (COR), unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information from __*___ (hours and days) to ____*___ (hours and days) at ____*____ (office address for registration). The Government will notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration; however, it is the contractor's responsibility to meet all aspects of paragraphs (c), (d), and (e). 5.11 Contractor shall have Representations and Certifications electronically updated at: https://orca.bpn.gov/ 5.12 Contractor shall maintain a quality control plan for this requirement which must be submitted to the Government upon request. A-6 POST-AWARD CONTRACT PROCEDURES 6.1 Contractor shall provide a document outlining all subcontractors and their percentage of work within 5 days of award. If new subcontractors are used on subsequent task orders, an immediate update shall be submitted for approval. Prime contractor shall complete 51% of the work. 6.1.1 Ordering Performance of this contract shall be pursuant to and as directed by written Task Orders which shall be consecutively numbered and contain, at a minimum, the following information: A. Task Order Number. B. Task Order subject and description of work. C. Period of performance. D. Estimated number of labor hours by labor category. E. Reporting requirements, and other relevant information as applicable. F. Accounting and Appropriation data. Upon receipt of a written Task Plan request issued by the Contracting Officer or other such persons as may be designated in writing by the Contracting Officer, a detailed Task Plan shall be prepared by the contractor, outlining all activities to be accomplished by the Contractor and submitted within the timeframe established in the Task Plan request. The Task Plan shall contain, as a minimum: 1. A recommended approach for performing the task. 2. An estimate of the total labor hours and dollars required to perform the task. 3. An estimate of Other Direct Costs by category. The Contractor shall deliver the Task Plan, via email, to the Contracting Officer for review and written approval. Work shall not begin until the Contractor has been notified by the Contracting Officer of the acceptance of the Task Plan. Upon receipt of a Task Order (an approved Task Plan) from the Contracting Officer, the Contractor shall begin the work effort as stated in the Task Plan. On rare occasions, which will be determined by the Contracting Officer a notice to proceed will be issued, via email, to allow work under a task plan to begin. On these occasions, this will be followed up by a written Task Order within two weeks. If, before or during the performance period for the Task Order, the Contractor has reason to believe that the cost or period of performance will exceed the estimate set forth in the approved Task Plan, the Contractor shall notify the Contracting Officer and submit for approval, revised estimates for completion of the Task. The Contractor shall perform work as stated in the approved Task Plan, but in no event is the Contractor authorized to incur cost in excess of the dollar amount set forth in each individual approved Task Order, without the written approval of the Contracting Officer. Note: The above procedures apply to subsequent Task Orders; contractor's submission of the technical and price for Task Order #1 in response to this solicitation represents the Task Plan described above. 6.2 Invoice Process (a) Invoices shall be submitted in an original and one copy to the Government office listed below (or via email to fns_invoices@fns.usda.gov) in accordance with the "Authorized Payment Schedule" contract clause G-3. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1) Name and address of the business concern; (2) Invoice number and invoice date; (3) Contract number, Delivery Order number, Purchase Order number, Task Order number, or other authorization for delivery of property or services actually delivered or rendered; (4) Description, unit price, extended price, and quantity of property and services actually delivered or rendered with supporting documentation (i.e. travel receipts, etc.); (IF REQUIRED BY THE TYPE OF CONTRACT)* (5) Shipping and payment terms; (6) Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent; (7) A certification statement saying that the funds have only been used for work for this contract; The Contractor shall submit an original and one (1) copy of invoices to the following designated payment office: (or via email to fns_invoices@fns.usda.gov) USDA/Food and Nutrition Service Administrative Operations Division, Financial Management 3101 Park Center Drive, 7th Floor Alexandria, VA 22302 (8) Name, title, phone number, and mailing address of person to notify in the event of a defective invoice; and (9) Taxpayer Identification Number (TIN) or DUNS+4. (10) Contractors MUST note FINAL INVOICE on the final invoice when submitted upon final delivery of all supplies/equipment or completion of the contract. (b) Contractors MUST invoice in accordance with the "Authorized Payment Schedule" under contract clause G-3. All invoices submitted for payment must include a breakdown for each task affected by the invoice. For example, if you are submitting an invoice for Payment #1 and it includes work performed on tasks 1, 2, and 4, your breakdown must show the prices for each. 6.3 METHOD OF PAYMENT All payments under this contract shall be made via electronic funds transfer (EFT). The Government shall make payment to the contractor using the EFT information contained in the Central Contractor Registration (CCR) database. In the event that EFT information changes, the contractor shall update information in the CCR database and notify the Contracting Officer. 6.4 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. This authority remains solely with the Contracting Officer. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made the contract. 6.5 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): (A) Definitions: "Contracting Officer's Representative" - The Contracting Officer's Representative (COR) is designated by the Contracting Officer, in writing, and is contract specific. The COR is the technical representative for all technical requirements of the specific contract. "Contracting Officer's Technical Representative" - The Contracting Officer's Technical Representative (COTR) is designated by the Contracting Officer, in writing, and is task specific. The COTR will assist the COR with the technical requirements and other administrative responsibilities of a specific task. "Contracting Officer" - The Contracting Officer is the only individual with authority to enter into, administer, or terminate contracts. The Contracting Officer ensures performance of all necessary actions for effective contracting, ensuring compliance with the terms of the contract and safeguarding the interests of the United States in its contractual relationships. (B) Limits on the Authority of the COR/COTR: The authority of the COR/COTR for each task order is strictly limited to the specific duties set forth in his/her letter of appointment, a copy of which is furnished to the Contractor. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the Contracting Officer. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition, along with the following addenda: Under paragraph "(b)" of this clause entitled "submission of offers", the flowing addenda is provided. A-7 INSTRUCTIONS TO OFFERORS Submit an original complete response including Volume I Technical and Volume II Pricing in one (1) 3-inch, three-ring binder. In addition, submit four (4) loose-leaf copies of Volume 1 Technical. Submit one formatted CD containing a complete original response submitted in two separate files (Volume I Technical and Volume II Pricing). All files shall be compatible with Microsoft office product(s). PDF format is also acceptable. All Price information shall be in a separate document from the offerors' Technical Approach or Volume I. Proposal narrative shall not exceed the number of single-sided pages for each Volume as shown in the following table. Page Limitation Restrictions Volume Page Limit Volume I: Technical Approach to Tasks one (1) thru fourteen (14) Limit 30 pgs Management/Experience Limit 10 pgs Past Performance N/A Volume II Price Proposal Limit 10 pgs A-8 CONTRACT CHARACTERISTICS AND SOURCE SELECTION PROCESS Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the RFP Number in the subject line. Once questions are compiled they will be answered and an amendment to the solicitation will be issued. Send inquiries to: Valon Widener at valon.widener@fns.usda.gov. All written questions must be received no later than 2 PM Eastern Standard Time, August 17, 2010. Questions submitted after 2 PM Eastern Standard Time, August 17, 2010 may not be answered. ADDRESS FOR GOVERNMENT RECEIPT OF SUBMISSIONS Submit proposals no later than 2PM Eastern Standard Time, August 23, 2010 to: USDA ATTN: Valon Widener 3101 Park Center Drive, RM 228 Alexandria VA 22302-1500 The following describes the evaluation procedures to be used to evaluate offers; 8.1 Overview of the Source Selection Process. Each offeror must submit a written offer (proposal). When evaluating an offeror the Government will consider how well the offeror complied with both the letter and spirit of these instructions. The Government will consider any failure on the part of an offeror to comply with both the letter and spirit of these instructions to be an indication of the type of conduct it can expect during contract performance. Contract award shall be made to the responsible offeror whose offer, in conforming to this RFP, provides the overall best value to the Government, technical evaluation factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Contracting Officer retains the right to evaluate offers and make award without discussions. However, the Government reserves the right to conduct discussions if it is determined to be in the best interest of the Government. Therefore, offerors are encouraged to insure that initial proposals contain the offeror's most favorable terms and reflect its best possible performance potential. A-9 EVALUATION FACTORS 7.1 Factor Identification. Factor 1- Technical Approach to tasks one (1) thru fourteen (14) Factor 2- Management/Experience Factor 3 - Past Performance Factor 3- Price 7.1.1 Technical Approach to tasks one (1) thru fourteen (14) Offerors shall specifically address the following: • Provide a written narrative explaining the technical and qualitative descriptions of the proposed methodology that will be used to accomplish tasks one (1) thru fourteen (14). Basis of Evaluation: Offers will be evaluated to determine the extent of soundness of the proposed approach to accomplishing the requirements of the RFP. 7.1.2 Management /Experience • Submit a Quality Control Plan describing your firm's procedures used to ensure quality, quantity, timeliness, responsiveness, customer satisfaction and other product/service control standards. Describe how your firm delegates staff assignments, schedules tasks, and maintains time lines to ensure high quality work. • Submit a description of your firm's experience completing projects of similar scope and complexity as contemplated by this solicitation. • Describe the qualifications of all Key Personnel in relation to their proposed roles. Submit resumes of key personnel (Resumes are excluded from any page limit). 7.1.3 Past Performance • Send Attachment 1 Past Performance Questionnaire to three (3) other organizations for which your firm has performed work of the same type, scope and complexity as contemplated by this solicitation. Past performance submission shall be included in the appendix and will not apply to any page limit. The contractor must ensure that the organizations return the completed forms by the RFP closing date to: Valon Widener, valon.widener@fns.usda.gov or to USDA, 3101 Park Center Drive, RM 228, Alexandria VA 22302, Attn: Valon Widener. 7.1.3 Price Price, Including Discounts Offered Price proposals will be evaluated for reasonableness. In addition, when considering which offeror's proposal represents the overall best value to the government one or more of the following price analysis techniques may be utilized: a. Comparison of proposed prices received in response to the solicitation. b. Comparison of proposed prices with the independent Government Estimate. c. Comparison of proposed prices with available historical information. d. Comparison of proposed prices with information received from other Governmental agencies. 7.2 RELATIVE IMPORTANCE OF THE EVALUATION FACTORS AND SUBFACTORS Award will be made to the offeror whose technical proposal and price provide the best value to the government. The technical factors, when combined, are slightly more important than price. Of the technical factors, factor 1 - Technical Approach is considered the most important followed by factor 2 - Management/Experience and factor 3 Past Performance. 7.2.1 Technical More Important than Price The Government will award a contract only to an offeror whose technical proposal establishes that it can meet the needs of the Government. Among offerors in this category, the Government considers technical to be more important than price or cost in value. The proposed price or cost must be considered reasonable and must reflect the proposed technical approach. The Government will evaluate proposals first from a technical standpoint without regard to proposed prices. The Government may award a contract to other than the lowest priced offeror. If two or more offers are considered technically equivalent, price or cost may become of primary importance in determining the proposal most advantageous to the Government. 9.1.6 Price Analysis Price analysis will be performed to determine completeness, reasonableness, and understanding of the work. The evaluation will determine the adequacy of the offer in fulfilling the requirements of the proposal. Completeness addresses the extent to which the elements of the price proposal are consistent with the requirements of the RFP. Reasonableness will be established using historical price information, price competition information, the Independent Government Estimate (IGE), and any other pricing tools necessary. Price will not be rated, but will be a factor in making the final best value determination for award. 9.1.7 Business Proposal A. Offeror shall: (1) Furnish financial statements for the last two years, including an interim statement for the current year, unless previously provided to the office issuing the solicitation, in which case, a statement as to when and where this information was provided may be furnished instead. (2) Specify the financial capacity, working capital and other resources available to perform the contract without assistance from any outside source. (3) Provide the name, location and intercompany pricing policy for other divisions, subsidiaries, parent company, or affiliated companies that will perform work or furnish materials under this contract. (4) Provide an estimated cash flow. Each offeror is required to submit a schedule of proposed, monthly costs for the planned duration of the contract. Complete the pricing schedule in Section A-12. 9.1.8 Business proposal will not be rated but will factor in making the final best value determination for award. 11.0 Adjectival Rating The evaluator shall select one of the adjectival ratings below that most clearly match the assessment of the proposal merit based on the established evaluation criteria. All offers shall be assigned one of the below adjective ratings for all associate factors. EXCEPTIONAL (E): The proposal greatly exceeds stated requirements, as reflected through an innovative, comprehensive, outstanding approach. The response is complete in terms of the basic content and level of information the government seeks for evaluation. There is a high probability of success and negligible risk that this offeror would fail to meet the quantity, quality, and schedule requirements. There are no deficiencies or weaknesses. HIGHLY ACCEPTABLE (H): The proposal exceeds stated requirements. The response is complete in terms of the basic content and level of information the government seeks for evaluation. There is a high probability of success and little or no risk that this offeror would fail to meet the quantity, quality, and schedule requirements. There are no deficiencies or significant weaknesses, but there may be minor weaknesses that need not be corrected to make award. ACCEPTABLE (A): The proposal meets the stated requirements. The response is considered complete in terms of the basic content and level of information the government seeks for evaluation. There is good probability of success and little risk that this offeror would fail to meet the quantity, quality, and schedule requirements. Weaknesses, if any, are minor and need not be corrected to make award. MARGINAL (M): The proposal significantly fails to meet the stated requirements. The response is considered incomplete or inadequate in terms of the basic content and level of information the government seeks for evaluation. There is a low probability of success based on the present information. There are deficiencies and/or significant weaknesses, susceptible to correction through discussions and a major revision or a new proposal being submitted. UNACCEPTABLE (U): The proposal significantly fails to meet the stated requirements. What was submitted lacks essential information or is conflicting and unproductive. There is no reasonable likelihood of success; deficiencies are so major or extensive that a major revision or complete rewrite of the proposal would be necessary. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):www.acquisition.gov/far. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.213-4 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items 52-212-3 Offeror Representations and Certifications-Commercial Items 52-212-4 Contract Terms and Conditions- Commercial Items 52-212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders- Commercial Items 52.216-18 Ordering 52.216-19 Order Limitations 52-216-24 Limitation of Government Liability 52.217-8 Option To Extend Services 52.217-9 Option to Extend the Term of the Contract 52.204-9 Personal Identity Verification of Contractor Personnel (sep 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. 52.219-6 Notice of Total Small Business Set-Aside 52.219-14Limitations on Subcontracting 52.227-23) (JUN 1987) Except for the data contained on pages:__________, it is agreed that as a condition of award of this contract, and notwithstanding the conditions of any notice appearing thereon, the government shall have unlimited rights (as defined in the "Rights in data -- General" clause contained in this contract) in and to the technical data contained in the proposal dated:__________, upon which this contract is based. A-12 SUPPLIES OR SERVICES AND PRICES 12.1 This is a commercial item, performance based, Blanket Purchase Agreement (BPA). Complete the following pricing schedule. PRICING SCHEDULE TASK/ DESCRIPTION FIXED PRICE 1 Identify theory-based curriculum components that address mediators of fruit and vegetable consumption and align with education standards for third and fourth grades. 2 Identify fruits and vegetables suitable for growing by students in low-budget school gardens of a variety of types (roof-top, container, raised beds, square-foot) during the typical academic school year in a variety of plant hardiness zones in the United States. 3 Develop and consumer test nutrition education messages that motivate and encourage children to consume fruit and vegetables. 4 Develop curriculum that integrates garden-based nutrition education into academic course content. 5 Pilot test curriculum with target audience. 6 Submit monthly reports. 7 Develop videos introducing the curriculum to teachers, school food service professionals, and school administrators. 8 Develop innovative means for teachers to measure changes in student's fruit and vegetable consumption and/or preferences during the academic year. 9 Develop video clips showing how fruits and vegetables featured in the curriculum are grown on a local farm, in school gardens, or in a home garden. 10 Identify education standards from remaining 43 States and the District of Columbia that align with the Team Nutrition Garden curriculum. 11 Develop nutrition messages and garden-based nutrition education curriculum for grades 1-2. 12 Develop nutrition messages and garden-based nutrition education curriculum for grades 5-6. 13 Develop nutrition messages and garden-based nutrition education curriculum for grades 7-8. 14 Develop nutrition messages and garden-based nutrition education curriculum for grades 9-12. TOTAL   ATTACHMENT A PAST PERFORMANCE THIS FORM IS PROVIDED FOR THE PURPOSE OF PROVIDING TO AND SUBMITTAL BY THE OFFEROR'S REFERENCES PAST PERFORMANCE QUESTIONNAIRE FOR RFP FNS-10-560 The contractor listed below is being considered in a Source Selection by USDA, Food and Nutrition Service (FNS), Contract Management Division (CMD), 3101 Park Center Drive, Room 222, Alexandria, VA 22302. It would be appreciated if you would provide us with comments regarding the contractor's past performance. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.1004) prohibits the release of the names of individuals providing reference information about an Offeror's past performance. In order to maintain the integrity of the source selection process, respectfully request that you do not divulge the name of the contractor nor discuss your comments on this questionnaire with any other individuals. This form shall be Emailed to: Valon Widener at valon.widener@fns.usda.gov. no later than AUGUST 23, 2010   Past Project Information: 1. Contractor name and address: 2. Project Title and/or Contract Number: Evaluator (The following information will assist in the analysis of the data. Information will be kept confidential.) 1. Name of Evaluator:______________________________Date:_____________ 2. Phone Number:__________________Fax Number:________________ 3. Address:________________________________________________________ 4. Position held or function in relation to the project:_______________________ RATINGS: Please evaluate the contractor's performance using the following ratings: "E" Exceptional - The contractor's performance greatly exceeded the stated requirements. "HA" Highly Acceptable - The contractor's performance exceeded the stated requirements. "A" Acceptable - The contractor's performance met the stated requirements. "M" Marginal - The contractor's performance met the stated requirements, but with difficulty. "U" Unacceptable - The contractor's performance did not meet the stated requirements. Please rate and provide any supporting information for the following: (Use additional sheets as necessary) 1. The relationship between the contractor and the customer's contract team. ____________________________________________________________________________________________________________________________________________ 2. The contractor's on-site management and coordination of subcontractors. ____________________________________________________________________________________________________________________________________________ 3. The contractor's overall corporate management, integrity, reasonableness and cooperative conduct. ____________________________________________________________________________________________________________________________________________ 4. The contractor provided competent program/project manager, supervisor, and workers ____________________________________________________________________________________________________________________________________________ 5. The contractor's quality control. ____________________________________________________________________________________________________________________________________________ 6. The contractor's ability to meet the performance schedule. ____________________________________________________________________________________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FNS/CMB/RFPFNS-10-560/listing.html)
 
Place of Performance
Address: 3101 Park Center Drive and/or contractor site., Alexandria, Virginia, 22302, United States
Zip Code: 22302
 
Record
SN02234366-W 20100811/100809235800-8dd2397df09a757f157fcc573353ec6a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.