Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOLICITATION NOTICE

M -- ARMED SECURITY GUARD SERVICE

Notice Date
10/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-11-R-20025
 
Archive Date
11/9/2011
 
Point of Contact
Donald MacGee,
 
E-Mail Address
Donald.MacGee@dot.gov
(Donald.MacGee@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 issued. Solicitation No. DTRT57-11-R-20025 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated August 4, 2011. The NAICS Code is 561612, Security Guards and Patrol Services, for which the Small Business size standard is $18.5 Million per year. The Government intends to award one Firm Fixed Price Contract. This is a 100% small business 8(a) set-aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire Armed Security Guard Services. The requirements for the guard services are described in detail in the below Performance Work Statement (PWS). The anticipated period of performance for this contract will be from 12/01/11 through 11/30/16, if all options are exercised. Note: Options are not guaranteed. An award will be made to the offeror whose offer is considered to be the best value to the Government in terms of technical qualifications and price. Proposals shall include technical qualifications and pricing per Instructions to Offerors. Note: Offerors are required to provide a price for all CLINS (0001-0005). CLIN 0001, Armed Guard Service, Base year (12/1/11-11/30/12) in accordance with SOW, $___________, per month; $___________, per year; CLIN 0002, Armed Guard Service, Optional year one (1) (12/1/12-11/30/13) in accordance with SOW, $___________, per month; 4___________, per year; CLIN 0003, Armed Guard Service, Optional year two (2) (12/1/13-11/30/14) in accordance with SOW, $___________, per month; $___________, per year; CLIN 0004, Armed Guard Service, Optional year three (3) (12/1/14-11/30/15) in accordance with SOW, $___________, per month; $___________, per year; CLIN 0005, Armed Guard Service, Optional year four (4) (12/1/15-11/30/16) in accordance with SOW, $___________, per month; $___________, per year; CLIN 0006, Armed Guard Service, Optional On-Call Service (12/1/11-11/30/16) in accordance with SOW, Not Separately Priced; CLIN 0006AA, Armed Guard Service, Optional On-Call Service (12/1/11-11/30/12) in accordance with SOW, Guard-$___________, per hour; CLIN 0006AB, Armed Guard Service, Optional On-Call Service (12/1/11-11/30/12) in accordance with SOW, Shift Supervisor-$___________, per hour; CLIN 0006AC, Armed Guard Service, Optional On-Call Service (12/1/12-11/30/13) in accordance with SOW, Guard-$___________, per hour; CLIN 0006AD, Armed Guard Service, Optional On-Call Service (12/1/12-11/30/13) in accordance with SOW, Shift Supervisor-$___________, per hour; CLIN 0006AE, Armed Guard Service, Optional On-Call Service (12/1/13-11/30/14) in accordance with SOW, Guard-$___________, per hour; CLIN 0006AF, Armed Guard Service, Optional On-Call Service (12/1/13-11/30/14) in accordance with SOW, Shift Supervisor-$___________, per hour; CLIN 0006AG, Armed Guard Service, Optional On-Call Service (12/1/14-11/30/15) in accordance with SOW, Guard-$___________, per hour; CLIN 0006AH, Armed Guard Service, Optional On-Call Service (12/1/14-11/30/15) in accordance with SOW, Shift Supervisor-$___________, per hour; CLIN 0006AI, Armed Guard Service, Optional On-Call Service (12/1/15-11/30/16) in accordance with SOW, Guard-$___________, per hour; CLIN 0006AJ, Armed Guard Service, Optional On-Call Service (12/1/15-11/30/16) in accordance with SOW, Shift Supervisor-$___________, per hour; CLINS 0001-0005 (ONLY); Total Price $___________. PERFORMANCE WORK STATEMENT (PWS) FOR ARMED GUARD SERVICES AT THE VOLPE NATIONAL TRANSPORATION SYSTEMS CENTER 1.0 Background The John A. Volpe National Transportation Systems Center (Volpe Center) is an organization within the Research and Innovative Technology Administration (RITA) of the Department of Transportation (DOT). Presently, the Volpe Center consists of approximately 550 federal employees and 500 on-site contractors plus 100 other Federal agency tenants from National Highway and Transportation Safety Administration (NHTSA), Federal Transit Administration (FTA), Office of the Inspector General (OIG), Federal Railroad Administration (FRA), Federal Highway Administration (FHWA) and Federal Motor Carrier Safety Administration (FMCSA). The Volpe Center, in partnership with sponsoring organizations, provides a broad range of technical research, analysis, and development services to the DOT and other federal agencies in support of their transportation and logistics-related missions. The regular workday for the Volpe Center is 6:30 a.m. to 6:30 p.m. Monday through Friday. The Volpe Center's core hours when all employees must be present are from 10:00 a.m. to 3:00 p.m. Monday through Friday. 2.0 Volpe Center Performance Objective The Volpe Center Performance Objective is to obtain Contractor services to provide a notably and visibly professional armed guard force in an efficient and cost effective manner, that serves to minimize the impact on scarce Government resources. It is imperative for the Contractor to instill professionalism in the work force and actively manage the effort through the application of effective program management techniques. The Contractor shall provide and maintain, but not limited to, all management, supervision, labor, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish armed security guard services as described and required in this Performance Work Statement. The functional objective of this requirement is to support the Volpe Center's Real Property and Facility Services Division, RVP-50, mission by providing armed guard services at the Volpe Center 24-hours per day, 7 days per week, year-round, in accordance with applicable statutes, safety and security regulations, best commercial practices, Volpe Center's Security Standard Operating Procedures and in accordance with this PWS. 3.0 Use of Acronyms This document contains numerous acronyms. Whenever a new term is introduced that will be referred to by an acronym, the acronym will appear next to the term in parentheses. The acronyms that will appear most frequently in this document are listed below for easy reference: CCTV Close Circuit Television CO Contracting Officer COTR Contracting Officer's Technical Representative DOT Department of Transportation HSPD-12 Homeland Security Presidential Directive number 12 FAA Federal Aviation Administration FHWA Federal Highway Administration FMCSA Federal Motor Carrier Safety Administration FRA Federal Railroad Administration FTA Federal Transit Administration NHTSA National Highway and Transportation Safety Administration NTE Not To Exceed OIG Office of the Inspector General PIV Personal Identification Verification PWS Performance Work Statement QAP Quality Assurance Plan SAS Special Additional Services SOP Security Standard Operating Procedure Volpe Center John A. Volpe National Transportation Systems Center 4.0 Place of Performance and Description of Buildings The Volpe Center located at 55 Broadway, Cambridge Massachusetts is situated on 14 acres of land and comprises the following: Building #1, a 13-story building located at 55 Broadway Building #1 is a 13-story reinforced concrete building with a glazed masonry veneer. Fenestration is in vertical bands with fixed windows and opaque spandrel panels. Building #1 has a gross area of 215,700 sq. ft. There is a main lobby on the ground floor, which serves as the main entrance to the Volpe Center. Also on this level are administrative offices, security offices including the command center, a credit union, and loading dock. The second floor has a full kitchen with a cafeteria seating for 350 occupants. Floors 3 through 12 comprise of administrative offices. The executive offices are located on the 12th floor. The 13th floor hosts electrical and mechanical equipment such as the elevator control system and hosts a woodworking area, stockroom, and storage space. The central core of the building houses 3 passenger elevators, 1 cargo-utility elevator, and 2 stairwells. Each floor has a men's and a women's bathroom and on most floors there is a unisex wheelchair-accessible bathroom. Each floor has two telephone closets and two electrical closets. Building #2 is a one-story building located on the east side of the property. It is adjacent to Building #1 on Broadway. Building #2 is a single-story building of approximately 19,000 sq. ft. that connects to Building #1. It has a steel frame with a glazed masonry exterior to match Building #1. The Building contains administrative office space, training, and conference rooms, an auditorium with a capacity for 405, and a physical fitness center. The building has a mechanical room under the roof. Building #3 is a three-story building located to the rear and west of Building #1 on Broadway. Building #3 is a three-story reinforced concrete building with a mechanical penthouse. It has a gross area of 66,300 sq. ft. It houses the Center's automated data processing facilities, Federal Aviation Administration (FAA) computer rooms, research offices, and over 200 personal computers'. The building is fully air conditioned with additional cooling units in the automated data processing area and FAA computer rooms. Building #4 is a two-story building located to the rear and east of Building #1 on Potter Street. Building #4 is a two-story reinforced concrete building with an attached two-story concrete silo-style tower. The gross area is approximately 44,700 sq. ft. The building contains administrative offices, a mail room, a Child Care Center, and computer room. Building #5 is a one-story building located at the rear of the property, west of Building Six. Building #5 is a single-story steel frame building with a glazed masonry veneer exterior like Building #1. Building #5 has a gross area of approximately 7,500 sq. ft. and hosts the Volpe Center's electrical, heat, and air conditioning support systems and contains a small office. Building # 6 is a one-story building located at 125 Munroe Street Building #6 is a one-and-a-half story reinforced concrete building with a gross area of about 13,000 sq. ft. It serves as the complex's storage space for shipping/receiving, and the first floor includes a small mezzanine, limited office space, and experimental labs. Parking Lots and Parking Spaces There are five designated lots that consist of approximately 600 parking spaces to include twelve handicap and 10 visitor spaces. 5.0 REQUIRED SERVICES The contractor shall use the Volpe Center post orders (Attachment 3) when performing armed security guard services and any other SOP, DOT/Volpe Center directive, orders, policies and procedures provided by the COTR. Guards are located at posts only within building 1 and at the guard shack located adjacent to the delta barrier behind building 4 (entrance to lot 2) 5.1 Daily Requirements The day shift will have a minimum of a Captain, Lieutenant and five armed guards. The evening and night shifts will have a minimum of one Sergeant and one armed guard. During the weekend, each shift will comprise one Sergeant and one security guard. Armed Guards shall be required to perform a variety of security-related duties, depending on the type of posts to which they are assigned. Guards shall perform duties commensurate with and expected by their rank and position. Only those guards designated as supervisory or management (i.e. Captain, Lieutenant, or Sergeant) shall wear rank on their uniforms. Each Volpe Center guard post shall have a post order available for viewing. Armed Guards must be thoroughly familiar with the Volpe Center post orders at all posts where they are assigned to work. Whenever possible, guards should be familiar with the post orders prior to working on the posts. When this is not feasible (i.e., when there are emergency nonrecurring services and the Contractor is given limited advance notice regarding the Government's requirements), the Contractor should allow, to the maximum extent practicable, guard mount time in which the guards will be able to read and familiarize themselves with the post orders prior to assuming duty on the post. Under no circumstances should any guard neglect his/her assigned duties in order to familiarize him/herself with post orders. Guards shall demonstrate their familiarity with post orders, weapons, Volpe Center security procedures, and any other relevant information during each daily guard mount if directed by the (COTR). Note: Personal items are prohibited on or around each guard post. Personal items include, but are not limited to, newspapers, magazines, radios, IPODS, cell phones, food, portable televisions, etc. or any items deemed unnecessary by the COTR. Guard post assignments may include, but are not limited to, the following duties and responsibilities: 5.2 Entrance/Exit Control Posts Guards must be mentally alert and physically ready to operate and enforce the Government's system of personnel identification and access/egress control. Guards may perform package inspection when and as directed by the post orders, or as directed by the COTR in the event of an emergency or state of increased readiness. These inspections may include, but are not limited to, inspection of packages, briefcases, purses, canisters, bags, and other suspicious containers in the possession of visitors, employees and other persons arriving on, working at, visiting, or departing from the Volpe Center facilities. Admittance will be denied to those persons refusing to submit to a voluntary inspection, except for those persons exempted by specific Government directive. Armed guards will be assigned to conduct inspections using the Volpe Center's Magnetometer, Hand Held Magnetometer and X-ray machine. Guards will provide on-site security and control access to the post area, observing, detecting, and reporting violations as directed by the post orders. Guards must provide and maintain complete and effective surveillance, protection and inspection of all internal and external areas within the designated parameters and authority of their assigned post. Guards shall be required to answer questions and provide directions to visitors and building tenants. Prior to arriving on duty, each guard shall be familiar with the name, address, and location of his/her post, as well as the post orders of the assigned post. Each guard shall be familiar with each tenant Agency's name and the locations within the facility of the most commonly sought-after offices or locations, such as service offices, restrooms, elevators, entrances and exits, the cafeteria, and parking areas, and shall provide that information to any visitor upon request. Guards assigned to entrance/exit posts shall know the location of and usage instructions for the nearest first aid kit, automatic external defibrillator, fire extinguisher, fire alarm, and emergency call boxes, and shall be ready, willing, and able to use them as necessary and as required by the Volpe Center post orders. Security Guards shall receive training on an as needed basis by the Government in the operation of the X-Ray Machine, Handheld Magnetometers, Magnetometers, and Closed Circuit Television (CCTV). 5.3 Roving Patrol Posts Security Guards shall make patrols in accordance with routes and schedules established in the Guard Post Assignment Record. They shall observe, detect, report, and respond to all suspected or apparent security violations. Roving guards will be responsible for maintaining logs, reports, and files of all incidents and occurrences encountered during the patrol tour. Patrol duties will be performed in a professional manner, with the guards responsible for observing the environment, and, when necessary, questioning those persons whose activities arouse suspicion. Patrol guards will serve as the first responder to all security alarms and emergency situations occurring within the area of assignment. Guards will keep duty logs on each post and annotate all significant events to include an hourly communications check with the security desk. The duty log, security check sheets, alarm documentation, serious incident, security blotters and all other security documents compiled during a 24 hour period will be submitted to the COTR each morning before 0800, which includes Monday morning for the weekend shifts. 5.4 Command Center (Base 1) Supervisory security guards (Captain and Lieutenant) will man the Command Center during the day shift between the hours of 8:00 AM and 4:00 PM for the Lieutenant and 7:00 AM and 3:00 PM for the Captain, Monday through Friday, excluding weekends. The primary function of this post is to monitor the access control system, fire control system, and provide security response and assistance for the security force and Volpe Center Community. The specific duties of this command post are detailed in the Volpe Center post orders. 5.5 Traffic Control When required by the Guard Post Assignment Record and/or COTR, armed guards shall direct traffic (vehicle and pedestrian), control parking, issue traffic courtesy violation notices, contact tow truck services, and observe the environment for suspicious vehicles or persons. Guards may operate traffic control points and identify, delay, and detain all suspicious vehicles and personnel as necessary to maintain a level of security sufficient to ensure the safety and protection of all personnel, property, and resources within the Volpe Center. 5.6 Emergency Management Security Guards shall be required to process emergency phone calls and take appropriate actions to contact personnel of the Volpe Center Real Property and Facility Services notification list which will be provided at time of contract award. The security guards will maintain a log and status of all emergencies at all times. These guards will also take all appropriate actions to save lives and communicate the situation to response agencies. 5.7 Security Equipment and Systems Security Guards shall monitor all Government owned security systems, which include the interior and exterior intrusion detection system, public address system, entry access control systems, fire alarm, and CCTV surveillance monitors and other protection devices or building equipment located on or near post. When an alarm sounds, the guard must immediately report and record the incident as required by the SOP. Guards shall not disengage, shut off, remove, reposition, obstruct, or in any way interfere with the Government video surveillance cameras/systems. Guards shall immediately notify the COTR and their supervisor if any of the systems under their control malfunction or fail completely. If the failed equipment is critical to the function of the guard's responsibilities, the supervisor should notify the COTR on the weekend or after normal working hours. If it is not critical (i.e. a camera stops working), then the COTR shall be notified by 8:00 AM Monday morning if on the weekend or the next morning if during the normal work week. 5.8 Utility Systems During emergencies, guards may be required to perform simple emergency-related functions that activate or deactivate building systems, such as heating/ventilation/air conditioning systems; circuit breakers/switches; and plumbing valves/switches. The required functions will be detailed in the SOP. Guards are not janitors, building maintenance staff, delivery persons, or mechanics, and will not be required or expected to provide any building systems services except the very basic functions as required in the SOP. 5.9 Compliance with the Volpe Center Guards shall monitor and observe building occupants and visitors for compliance with the facility's posted rules and regulations. Guards shall also identify, report, delay, or detain those persons who violate the rules and regulations, as appropriate, and in accordance with the SOP. 5.10 Physical Security, Law and Order Guards shall maintain physical security, law and order as prescribed by statute, regulation, and the Security SOP within the area of assignment. Guards are responsible for detecting, delaying, and/or detaining persons attempting to gain unauthorized access to Government property or otherwise violating laws, rules, and regulations. 5.11 Unauthorized Access Guards shall prevent, discover, delay, and/or detain persons attempting to gain unauthorized access to property and/or personnel at the facility being protected. Guards shall report all such incidents in accordance with established procedures as detailed in SOP. 5.12 Hazardous Conditions Guards shall report daily, in accordance with procedures in the SOP, all potentially hazardous conditions and items in need of repair, including inoperative lights, leaky faucets, toilet stoppages, broken or slippery floor surfaces, etc. 5.13 Reports, Records, and Testimony Guards shall prepare and maintain required reports in accordance with the SOP regarding security related issues such as accidents, fires, bomb threats, unusual incidents and unlawful acts, and provide these reports to those officials specified by the COTR. Guards shall verbally report threatening circumstances and potentially threatening activities they observe while on duty to the Shift Supervisor, both Security Desks (front lobby and back entrance), and personnel on the Volpe Center Real Property and Facility Services notification list, which will be provided at time of contract award. Whenever possible, guards are encouraged to report a serious or potentially serious problem before responding so that they may receive all necessary backup and support necessary to lessen or eliminate the potential threat. The Security Guard Shift Supervisor will ensure that the Daily Journals from all posts are consolidated and provide to the COTR a high level report noting serious or important incidents that took place during the day. 5.14 Civil Disturbances Guards shall be required to perform other such functions as may be necessary in the event of situations or occurrences such as civil disturbances, attempts to commit espionage, sabotage, or other criminal acts adversely affecting the security and/or safety of the Volpe Center, its employees, property, and the general public lawfully in buildings or on the grounds under the control of the Government. 5.15 Emergencies In case of an emergency condition requiring immediate attention (i.e. bomb threat, terrorist, disgruntled employee), the Contractor's designated on-site Program Manager (Captain) or the shift supervisor shall take action to divert uniformed personnel from their normal assigned duties to meet the condition and summon appropriate assistance as may be required in the Occupant Emergency Plan. This Plan will be provided at time of award. Guards are also required to have a plan and personnel to respond to elevated threat levels. The Contractor shall immediately notify the COTR to report the same information. No additional cost shall be charged the Government for the diversion, and the Contractor shall not be penalized for the normal daily work not done which was otherwise scheduled. Incidents of this nature shall be reported in accordance with procedures outlined in the SOP. As soon as the situation is resolved, the armed guards shall return to their assigned posts and duties. There may be some instance when armed guards may be required to act independently as the primary security response until law enforcement assistance arrives. 5.16 Prohibited Items The contractor is responsible for executing the operating procedures in accordance with the stated policy and using only Government furnished items and approved contractor furnished items to perform services. Personal weapons (handguns, knives, and clubs) will not be allowed on the Volpe Center premises while on duty. 5.17 Firearms The Contractor shall provide and account for all firearms and ammunition, Monday through Sunday, on an independent Security Inventory Form. If any weapons or ammunition are missing from the inventory, the COTR shall be notified immediately. All firearms shall be licensed by the State of Massachusetts. The firearms shall be cleaned and oiled as appropriate to ensure optimum operating conditions. Firearms will be inspected and documented by the Program Manager/Captain. Loading, unloading, and cleaning of the firearms shall only take place in designated areas as approved by the COTR. Weapons shall be kept clean at all times and carried with the safety on. The Contractor shall maintain appropriate and ample supplies of firearms' upkeep and maintenance equipment (cleaning solvents, lubricating oil, rods, brushes, patches, and other normal maintenance tools) onsite. In order to be prepared for all possible contingencies, each Contractor employee must be trained in the proper use and care of firearms. The provisions of DOT Order 1660.2A, Use of Weapons and Use of Deadly Force by Department of Transportation Personnel apply and will be provided at contract award. In order to allow for increased personnel requirements during emergencies, the Contractor will have a sufficient number of firearms available to equip each of the guards on the first shift (i.e.; 7:00 A.M. to 3:30 P.M.) plus four spare firearms. Firearms/side-arms will be representative of current law enforcement industry best practices. 6.0 SPECIAL ADDITIONAL SECURITY SERVICES The Government may request the Contractor to perform Special Additional Services (SAS) on-site at the Volpe Center during special events, visitors, etc. The SAS will be issued through an electronic order by the CO and/or ACO. The written order will include the start and end time, dates, and description of event/service for the SAS. The contractor must confirm the order electronically within four hours from receipt of the order. If the contractor cannot fully staff the order, the government may elect to seek resources from other government or commercial sources for additional security hours. 7.0 Other Required Miscellaneous Security Services The contractor shall also perform the following required services: 7.1 Identification Card/Credential Application Supervisory guards shall be responsible for the issuance of identification badge(s) to contractor and federal employees(s) upon approval of the COTR after employees have met the Homeland Security Presidential Directive number 12 (HSPD-12) requirements. The issuance of PIV cards will consist of the enrollment and activation of the cards to include uploading of the PIV card into the Secure Access Control system for building access. These requirements will be provided prior to contract start date. The contractor is responsible for the taking of electronic fingerprints or rolling fingerprints on cards (hard copy) with black ink and shall also take badge photos. 7.2 Car Parking and Registration Guards shall be responsible for the issuance of Government Furnished Volpe Center parking registration/application forms to Volpe Center residents and maintain a parking registration through the security system database upon issuance of a vehicle tag for the rearview mirror. All completed forms must be routed to the COTR for approval. 7.3 Communication Services Guards shall provide a full range of telephone operator services for the Government furnished telephone system. Such services include, but are not limited to, answering all calls (domestic and international) to the Volpe Center switchboard, directing the calls, providing information, placing calls when requested, and maintaining call data registers. 7.4 Volpe Center Facilities Security Guards shall turn off unnecessary lights; check safes, lock-type repositories, and cabinets; close and secure open windows; close and secure doors and gates and other facility access points; and perform any other additional duties as prescribed in the SOP. 7.5 Response to Injury or Illness Guards shall obtain professional assistance in accordance with procedures in the SOP in the event of injury or illness to Government employees or others while in the building or on the grounds. A certified nurse, provided by the Government, will be on-site during the day shift Monday through Friday. The guards on all shifts shall be CPR/AED first-responder certified. 7.6 United States Flag Guards shall raise, fly, lower, fold, and store the United States Flag (and other flags as authorized) in accordance with all applicable GSA/Public Building Service and White House regulations/Proclamations and post orders. The regulations will be provided prior to contract start date. 7.7 Control, Issuance, and Storage of Keys Guards will coordinate with the COTR for the receipt, issuance, and tracking of all keys, "key cards," and lock combinations, etc., which restrict access to the facility, including offices, guard posts, gates, etc. Guards shall not be permitted to remove the keys and other access control devices from the facility premises unless specifically authorized by the COTR. Missing, unusable, and/or stolen keys or access control devices shall be immediately reported to the COTR and the guard's supervisor as soon as discovered lost or if a problem is detected by the guard. In addition, an inventory listing shall be maintained and submitted to the COTR electronically upon request at the end of each month. 7.8 Lost and Found Guards shall receive, receipt for, and store for safekeeping all found articles, pending their final disposition. The COTR shall provide an adequate supply of the necessary forms associated with this task. 7.9 Bicycle Registration Guards shall be responsible for the issuance of Volpe Center bicycle registration/application form (Volpe Form F1700.12, hardcopy and also found on the Volpe intranet site) to Volpe Center occupants who ride to work or keep a bicycle on the Volpe Center premises. Upon issuance of the bicycle decal the number shall be entered into the Security System database. All completed forms must be routed to the COTR for approval. 8.0 PERSONNEL QUALIFICATIONS All contractor employees shall meet the following education, experience, medical, physical fitness, and security requirements, as applicable. All contractor employees must be a citizen of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) as evidenced Bureau of Citizenship and Immigration Services documentation, and be, at least, 21 years of age. All Contractor employees shall also possess the following capabilities: a) The ability to fluently speak, comprehend, write, and read English. b) The ability to meet and deal with the general public. c) The ability to read, understand, and apply printed rules, detailed orders, instructions, and training materials. d) The ability to maintain poise and self-control under stress. e) The ability to construct and write clear, concise, accurate, and detailed reports. f) Licensed to handle a loaded service pistol while on duty. 8.1 Program Manager (Captain) The contractor's designated on-site Program Manager/Captain shall be the point of contact representing the contractor and the contractor's accountability to the government. The on-site Program Manager/Captain must have a strong presence in virtually all aspects of the execution of the contract, and shall have the authority to make decisions with respect to all aspects of this contract on behalf of the contractor. The Program Manager/Captain is the most senior uniformed Security Officer at the Volpe Center. The Program Manager/ Captain works directly for the designated company representative and has direct supervision over all armed security personnel. The Captain operates at the company level, establishes work schedules, and responds to the directives of the COTR and also must be on site during regular business hours from 0700-1500 Monday through Friday or as required by the COTR. The Program Manager/Captain shall also routinely provide independent assessment of the Volpe Center's security posture and terrorism countermeasures and provide electronic recommendations to the COTR weekly via email. The Program Manager/Captain shall have the following qualifications as well as meeting the minimum qualifications identified in paragraph 8.0: COLLEGE DEGREE: Education: Bachelor degree from an accredited institution. Concentration: Criminal Justice or Law Enforcement preferable, but not mandatory. Work Experience: Four (4) years of managerial/supervisory experience in the military or law enforcement or two (2) years of managerial/supervisory experience providing training, leadership and direction of a security force with 8 or more armed security guards. -or- NO-COLLEGE DEGREE AND WORK EXPERIENCE THAT INCLUDES: Eight (8) years of managerial/supervisory experience in the military or law enforcement and/or Four (4) years experience in management, training and direction of a security force with over 8 or more armed security guards. 8.2 Supervisory Guards (Lieutenant and Sergeants) Each supervisor (Lieutenant and Sergeants) shall have a background with a minimum of three (3) years of experience in field supervision (civilian community law enforcement, military service law enforcement, or commercial/industrial guard service). 8.3 Armed Guard Requirement Guard employee's shall have a minimum of two years experience as an armed guard and possess a high-school diploma or GED equivalency certificate and meet the minimum qualifications identified in 8.0: 8.4 Personnel Security Requirements 8.4.1 SF 85 (P) The Contractor shall maintain an adequate staff of employees meeting all of the requirements of this Contract. The Contractor shall assure that all employees are professional, reliable, and meet the training and experience requirements of the Contract. Each security guard shall be required to obtain a favorable suitability for a moderate risk, MBI investigation. A non-favorable suitability investigation shall not, in any manner, relieve the Contractor of this responsibility. If the Volpe Center receives a negative or questionable report on any contractor employee, after processing fingerprints electronically through the Civilian Applicant System (CAS), SF-85 (P) Questionnaire For Public Positions, I-9 U.S. Government Immigration and Naturalization Service, and Form 13340 Disclosure and Authorization Pertaining to Consumer Reports, the Contractor shall be advised immediately, orally and in writing, of this situation and that said employee cannot continue to work or be assigned to work under the Contract. 8.4.2 SF-86 The Government may require the Supervisory Guards to submit the SF-86, Position of National Security, to acquire a secret clearance. The Government shall have and exercise full and complete control over granting, denying, withholding, or terminating clearances for Contractor employees. The Government may, as it deems appropriate, authorize and grant temporary clearance to employees of the Contractor. However, the granting of a temporary clearance to any such employee shall not be considered as assurance of full clearance that shall follow as a result or condition thereof. The Government will process and pay for all requested security clearances. 9.0 Equipment/Supplies To Be Provided By The Contractor The Contractor shall furnish, operate and maintain, in operational condition the equipment listed below: Patrol Equipment One patrol motor vehicle with emergency lights and marked with an amber or blue, rotating emergency roof-light and distinctive markings of the company. This vehicle shall be a Contractor Furnished four door vehicle, and approved by the COTR prior to contract commencement. The vehicle shall be equipped with a first-aid kit and a properly mounted dry chemical fire extinguisher. All costs relative to operation and maintenance, including all license, insurance, and registration fees are the responsibility of the Contractor. Uniforms The Contractor shall provide the uniform and must be approved by the COTR for all security force personnel prior to contract commencement. The uniforms and the wearing of them shall be in conformance with generally accepted commercial practices and usage of such uniforms. The color of the Contractor's uniforms must be a color in general use by large guard or police organizations in the United States. All on site Contractor personnel performing under this contract shall wear the same color and style of uniform, except the guard force officers, Lieutenant and above, will wear white shirts. Appropriately lettered breast badge and cap ornament indicating the company by which the guard is employed shall be worn and prominently displayed as part of the uniform. Shoulder patches, lettered to indicate the identity of the Contractor, shall be worn on the left shoulder of the uniform coat and shirt. No other identification of the Contractor is to be worn or displayed on the uniform unless required by state or local law. Winter uniform is defined as contrasting long sleeve shirt and trousers, color coordinated shoes, tie and matching police type jacket or uniform coat and police type cap. Summer uniform is to consist of trousers, contrasting short sleeve shirt opened at the neck, color coordinated shoes, and cap. No tie or jacket is required for summer wear. Caps are for exterior patrols and are not required for indoor use. Outer garments not part of the uniform may not be worn while on duty without the express authorization of the COTR. Insignia's shall be worn on the collar of the guard force officers clearly designating their position. The uniforms shall be maintained in a neat, clean, and pressed appearance while guards are on duty. Contractor employees shall be in a complete uniform at all times while on duty. Employees who are not in the prescribed uniform for their shift, may be replaced with another guard in proper uniform. Contractor employees who are out of uniform more than twice may be subject to removal from the Contract. Flashlights Flashlights, batteries and replacement parts (one complete watchman type flashlight for each employee on duty). Raincoats, Boots and Police Jackets Foul weather clothing shall be provided for those employees required to perform duties while exposed to cold and/or inclement weather conditions. All foul weather gear must be identical in style, color, and markings. Protective Devices Expandable/collapsible baton, baton holder, standard handcuffs, pepper spray, spray holder, belts, loops, etc. necessary to carry them on the body will be provided for each employee on duty. Weapons such as knives are not to be issued or carried on the premises by any of the personnel employed under this contract. Firearms The Contractor shall provide newly purchased firearms and maintain sufficient licensed firearms and ammunition to equip each guard and supervisor with a licensed weapon while on duty. Personal firearms shall not be used. A licensed gunsmith must certify that all firearms are safe and accurate in writing. Firearms shall be.357 Sig, standard police service-type semi-automatic or equivalent and approved by the COTR, capable of firing 125-grain hollow-point ammunition or hollow-point ammunition recommended by the manufacturer. Ammunition will be factory load only - no reloads. Ammunition will be replaced every year. 10.0 Government Furnished Items/Equipment : The Government shall furnish supplies, material, and equipment. This includes, but is not limited to, the following: • Office Equipment The Volpe Center will make available to the contractor personnel the following items: desks, chairs, PC's, tables, bookcases, wastebaskets, convenience copiers, filing cabinets, office supplies, and similar furniture and equipment as determined by the COTR to be necessary for performing the services required. • Telecommunications Service The Volpe Center will provide telephone equipment and service, including voice mail and facsimile machines, for use by contractor personnel under this contract when located at a Government facility for official use at no cost to the contractor as determined necessary by the COTR. The contractor shall be required to provide telephone service to personnel not located at a Government facility for official use in connection with the duties performed by the contractor under this contract as determined necessary by the COTR. In addition, the Government will furnish and maintain, at no cost to the Contractor, the following types of items when, where, and in the quantities, deemed necessary by the Government: • Electrical and mechanical fire and life safety equipment such as, alarm and surveillance systems, fixed communications equipment, closed circuit television, portable barcode readers, and related keys etc. • Telephones deemed necessary by the Government for the conduct of official Government business under this contract. A maximum of 60 message units per month will be allowed for normal guard operations. Invoice adjustments will be made for any month during which the 60-message unit allowance is exceeded without substantiation that the excess message units were required in the performance of the work under this contract. Invoice adjustments will also be made for unauthorized toll calls. • Office and locker space, office equipment (personal computer, calculator, camera equipment etc.) and supplies (film, forms, paper, etc.) and furnishings. • Portable radios and related accessories. • A safe/vault for storage of firearms and ammunition, for each location where firearms are issued or exchanged, which meet agency requirements and are approved for the storage of firearms and ammunition. The COTR is responsible for approving the safes/vaults prior to usage. Contract supervisors and guards shall make accurate receipt and return entries on a Firearms and Equipment Control Register, GSA Form 1051, provided by the COTR prior to the contract start date. Except when issuing or returning ammunition or firearms, each safe/vault shall remain locked at all times. The contractor shall be responsible for having the combination (if this type) of each safe/vault changed at least once every 6 months, or more often if circumstances warrant (Note: no cost associated with this semi-annual requirement). • Other incidental items of property determined by the Government to be necessary for the performance of the contract. • Regarding the use of Government furnished items/equipment, the contractor shall ensure that its employees and subcontractors use Government-Furnished Equipment (GFE) in an authorized manner and consistent with applicable law and policies, orders, and regulations of the DOT and the Volpe Center. 11.0 PARKING At the time of contract award, the Government will provide on-site parking spaces for 8 contractor personnel assigned to work during the Volpe Center's hours of operation between 7 a.m. and 6 p.m. Contractor personnel assigned to non-standard business hour shifts will not be considered part of the 8 allocated for on-site parking spaces and will receive parking. These allocations are subject to change at the discretion of the Government. 12.0 Contract Deliverables : All deliverables shall be submitted to the COTR. Contract Paragraph Deliverable Due Date Paragraph- 5.7 Failed Equipment Notice: email, phone call to COTR Upon occurrence 7.5 CPR/AED Certificates of employees 7 days prior to contract commencement date and also prior to new hires during Period of Performance. 5.13 Incident Reports- accidents, fire, bomb threats, unlawful acts VNTSC Form 1600.9 24 hours of occurrence. 5.13 Daily Journals Monday through Sunday 5.13 Ad hoc reports: badges, parking, visitors that will be pulled from the security system database Upon request by COTR 5.15 Emergency Incident Report VNTSC 1600.9 24 hours of occurrence 5.15 Elevated Threat Level Plan 10 Days after contract award date. 5.17 Security Inventory Form (Firearm Inventory) FSC Form 0077 7 days prior to contract commencement date & thereafter Monday through Sunday 5.17 Firearm MA State License for each firearm 7 days prior to contract commencement date 5.17 Firearm Bonding certificate for employees 7 days prior to contract commencement date and also prior to new hires during Period of Performance. 7.2 Completed Parking Registration Form Monday through Sunday 7.9 Bicycle Registration Form Monday through Sunday 8.1 Program Manager Security Posture Recommendations COB on every Friday 8.1 Guards Work Schedule Five week intervals 8.41 SF 85 (P) 7 days prior to contract commencement date and also prior to new hires during Period of Performance. 8.42 SF 86 7 days prior to contract commencement date and also prior to new hires during Period of Performance if requested. 9.0 Gunsmith Certification 7 days prior to contract commencement date and also prior to new hires during Period of Performance. 13.0 Hours of Work/Federal Holidays Contractor and subcontractor employees performing work under this contract on Volpe Center premises shall adhere to the Volpe Center's established business hours except as may be required by this contract to accomplish the performance of the work or except as may be required by the CO or his/her designated representative. The Volpe Center will be closed during the 10 holidays observed by the Federal Government on a yearly basis. The listed Federal holidays are the only holidays observed: New Year's Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day SECTION III - CONTRACT CLAUSES 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar.htm http://acquisition.gov/far/index.html http://www.dot.gov/ost/m60/tamtar/tar.htm 52.212-4 Contract Terms and Conditions-Commercial Items. (June 2010) Incorporated by reference. Addenda to 52.212-4 : Addendum (1) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999). Fill In: 60 calendar days before the contract expires. Addendum (2) FAR 52.217-9 OPTION TO EXTEND TERM OF CONTRACT (MAR 2000) Fill In: (a) 30 calendar days before the contract expires (a) 30 calendar days (c) 60 Months Addendum (3) 52.219-17 SECTION 8(A) AWARD (DEC 1996). (a) By execution of a contract, the Small Business Administration (SBA) agrees to the following: (1) To furnish the supplies or services set forth in the contract according to the specifications and the terms and conditions by subcontracting with the Offeror who has been determined an eligible concern pursuant to the provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)). (2) Except for novation agreements and advance payments, delegates to the Volpe Center the responsibility for administering the contract with complete authority to take any action on behalf of the Government under the terms and conditions of the contract; provided, however that the contracting agency shall give advance notice to the SBA before it issues a final notice terminating the right of the subcontractor to proceed with further performance, either in whole or in part, under the contract. (3) That payments to be made under the contract will be made directly to the subcontractor by the contracting activity. (4) To notify the Volpe Center Contracting Officer immediately upon notification by the subcontractor that the owner or owners upon whom 8(a) eligibility was based plan to relinquish ownership or control of the concern. (5) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the cognizant Contracting Officer under the "Disputes" clause of the subcontract. (b) The offeror/subcontractor agrees and acknowledges that it will, for and on behalf of the SBA, fulfill and perform all of the requirements of the contract. (c) The offeror/subcontractor agrees that it will not subcontract the performance of any of the requirements of this subcontract to any lower tier subcontractor without the prior written approval of the SBA and the cognizant Contracting Officer of the Volpe Center. Addendum (4) 52.219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (June 2003). (a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of offer- (1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and (2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA. (b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause. (c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forth in this solicitation (1252.219-72 - Notification of Competition Limited to Eligible 8(a) Concerns - Alternate III. (d)(1) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (2) The [insert name of SBA's contractor] will notify the Volpe Center Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party. Addendum (5) 1252.219-71 SECTION 8(A) DIRECT AWARDS (APR 2005). (a) This contract is issued as a direct award between the contracting activity and the 8(a) contractor pursuant to the Partnership Agreement between the Small Business Administration (SBA) and the Department of Transportation. SBA does retain responsibility for 8(a) certification, 8(a) eligibility determinations and related issues, and providing counseling and assistance to the 8(a) contractor under the 8(a) program. The responsible SBA district office is: [To be completed by Contracting Officer at time of award] (b) The contracting activity is responsible for administering the contract and taking any action on behalf of the Government under the terms and conditions of the contract. However, the contracting activity shall give advance notice to the SBA before it issues a final notice terminating performance, either in whole or in part, under the contract. The contracting activity shall also coordinate with SBA prior to processing any novation agreement. The contacting activity may assign contract administration functions to a contract administration office. (c) The contractor agrees: (1) To notify the Contracting Officer, simultaneous with its notification to SBA (as required by SBA's 8 (a) regulations), when the owner or owners upon whom 8(a) eligibility is based plan to relinquish ownership or control of the concern. Consistent with 15 U.S.C. 637(a)(21), transfer of ownership or control shall result in termination of the contract for convenience, unless SBA waives the requirement for termination prior to the actual relinquishing of ownership and control. (2) To adhere to the requirements of 52.219-14, Limitations on Subcontracting. Addendum (6) INSURANCE (FEB 2005) 52.228-5 Insurance-Work on a Government Installation. (Jan 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 52.228-7 Insurance-Liability to Third Persons. (Mar 1996) (a)(1) Except as provided in paragraph (a)(2) of this clause, the Contractor shall provide and maintain workers' compensation, employer's liability, comprehensive general liability (bodily injury), comprehensive automobile liability (bodily injury and property damage) insurance, and such other insurance as the Contracting Officer may require under this contract. (2) The Contractor may, with the approval of the Contracting Officer, maintain a self-insurance program, provided that, with respect to workers' compensation, the Contractor is qualified pursuant to statutory authority. (3) All insurance required by this paragraph shall be in a form and amount and for those periods as the Contracting Officer may require or approve and with insurers approved by the Contracting Officer. (b) The Contractor agrees to submit for the Contracting Officer's approval, to the extent and in the manner required by the Contracting Officer, any other insurance that is maintained by the Contractor in connection with the performance of this contract and for which the Contractor seeks reimbursement. (c) The Contractor shall be reimbursed- (1) For that portion- (i) Of the reasonable cost of insurance allocable to this contract; and (ii) Required or approved under this clause; and (2) For certain liabilities (and expenses incidental to such liabilities) to third persons not compensated by insurance or otherwise without regard to and as an exception to the limitation of cost or the limitation of funds clause of this contract. These liabilities must arise out of the performance of this contract, whether or not caused by the negligence of the Contractor or of the Contractor's agents, servants, or employees, and must be represented by final judgments or settlements approved in writing by the Government. These liabilities are for- (i) Loss of or damage to property (other than property owned, occupied, or used by the Contractor, rented to the Contractor, or in the care, custody, or control of the Contractor); or (ii) Death or bodily injury. (d) The Government's liability under paragraph (c) of this clause is subject to the availability of appropriated funds at the time a contingency occurs. Nothing in this contract shall be construed as implying that the Congress will, at a later date, appropriate funds sufficient to meet deficiencies. (e) The Contractor shall not be reimbursed for liabilities (and expenses incidental to such liabilities)- (1) For which the Contractor is otherwise responsible under the express terms of any clause specified in the Schedule or elsewhere in the contract; (2) For which the Contractor has failed to insure or to maintain insurance as required by the Contracting Officer; or (3) That result from willful misconduct or lack of good faith on the part of any of the Contractor's directors, officers, managers, superintendents, or other representatives who have supervision or direction of- (i) All or substantially all of the Contractor's business; (ii) All or substantially all of the Contractor's operations at any one plant or separate location in which this contract is being performed; or (iii) A separate and complete major industrial operation in connection with the performance of this contract. (f) The provisions of paragraph (e) of this clause shall not restrict the right of the Contractor to be reimbursed for the cost of insurance maintained by the Contractor in connection with the performance of this contract, other than insurance required in accordance with this clause; provided, that such cost is allowable under the Allowable Cost and Payment clause of this contract. (g) If any suit or action is filed or any claim is made against the Contractor, the cost and expense of which may be reimbursable to the Contractor under this contract, and the risk of which is then uninsured or is insured for less than the amount claimed, the Contractor shall- (1) Immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received; (2) Authorize Government representatives to collaborate with counsel for the insurance carrier in settling or defending the claim when the amount of the liability claimed exceeds the amount of coverage; and (3) Authorize Government representatives to settle or defend the claim and to represent the Contractor in or to take charge of any litigation, if required by the Government, when the liability is not insured or covered by bond. The Contractor may, at its own expense, be associated with the Government representatives in any such claim or litigation. Insurance Requirements: a. Workman's Compensation and Employees Liability Insurance as required by applicable statue, but not less than $100,000. b. Comprehensive bodily injury liability insurance with limits of not less than $500,000 for each accident. c. Property damage liability with a limit of not less than $100,000 for each accident. d. Automotive bodily injury liability insurance with limits of not less than $200,000 for each person and $500,000 for each accident, and property damage liability insurance, with a limit of not less than $40,000 for each accident. Each policy of insurance shall contain an endorsement that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the insurer or the contractor gives written notice of cancellation or change to the CO at least 30 calendar days prior to the aforementioned actions. When the coverage is provided by self-insurance, the contractor shall not change or decrease the coverage without the CO's prior approval. A certificate of each policy of insurance shall be furnished to the CO within ten (10) days after notice of award certifying, among other things, that the policy contains the aforesaid endorsement. The insurance companies providing the above insurance shall be satisfactory to the Government. Notices of policy changes shall be furnished to the CO. Addendum (7) Transportation Acquisition Regulation (TAR) Clause 1252.237-70 Qualifications of Contractor Employees. (APR 2005) a. Definitions. As used in this clause- "Sensitive Information" is any information that, if subject to unauthorized access, modification, loss, or misuse, or is proprietary data, could adversely affect the national interest, the conduct of Federal programs, or the privacy of individuals specified in The Privacy Act, 5 U.S.C. 552a, but has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy. b. Work under this contract may involve access to sensitive information which shall not be disclosed, by the contractor unless authorized in writing by the contracting officer. To protect sensitive information, the contractor shall provide training to any contractor employees authorized to access sensitive information, and upon request of the Government, provide information as to an individual's suitability to have authorization. c. The Contracting Officer may require dismissal from work those employees deemed incompetent, careless, insubordinate, unsuitable, or otherwise objectionable, or whose continued employment is deemed contrary to the public interest or inconsistent with the best interest of national security. d. Contractor employees working on this contract must complete such forms, as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. e. The Contractor shall ensure that contractor employees are: (1) Citizens of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) as evidenced Bureau of Citizenship and Immigration Services documentation; and (2) Have background investigations according to DOT Order 1630.2B, Personnel Security Management. f. The Contractor shall immediately notify the contracting officer when an employee no longer requires access to DOT computer systems due to transfer, completion of a project retirement or termination of employment. g. The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. Addendum (8) TAR Clause 1252.237-73 Key Personnel. (APR 2005) (a) The personnel as specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate. (b) Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change. The Key Personnel under this Contract are: Program Manager/Captain:________________________ Lieutenant:__________________________ Sergeant:____________________________ Addendum (9) SECURITY MEASURES ON THE VOLPE CENTER PREMISES (JAN 2008) Any work under this contract which is performed on site at the Volpe Center is subject to all provisions of this contract governing the work and the security requirements in place at the Center. The Contractor shall coordinate compliance with the CO and COTR. (1) The Contractor is responsible for ensuring that personnel follow the security requirements and regulations of the Volpe Center Security Operations Office. (2) The Contractor is responsible for obtaining a copy of the Center's security requirements/regulations, VNTSC Selected Directive 1600.3, Admittance to Volpe Center Buildings. (3) All items of Government Property are subject to the Center's security regulations. (4) In order to obtain items such as room keys, parking gate keys, and Identification Badges, the Contractor shall: (a) Submit a written request for these items of property to the CO and COTR, who will make arrangements with the Volpe Center Security Operations Office for obtaining these items. (b) The Contractor shall submit, within ten (10) calendar days of contract award, a list of its on-site employees to the Volpe Center CO and COTR. Once the list is submitted, the Contractor will notify the CO and COTR of any staff changes when they occur, and shall update the list of on-site employees every six (6) months thereafter. (c) When an employee resigns, or is terminated or reassigned, the Contractor shall provide written evidence to the CO and COTR of the return of the items of Government Property noted in (4) above. The return of these items of property shall be coordinated with the Volpe Center Security Operations Office. Addendum (10) POSITION SENSITIVITY (MAR 2005) In some instances, portions of the work under Part 5 will require contract personnel with security clearances at Confidential or Secret levels. The contractor shall be responsible for obtaining the appropriate security clearance from the Defense Investigative Service and for ensuring compliance by its employees and subcontractors(s) with the security regulations of the Government installation or contractor (or subcontractor) facility where work is to be performed. The contractor shall comply with DOT Order 1630.2B, Personnel Security Management. Due to the nature of the work performed by the Volpe Center's contractor employees, moderate risk has been designated as the minimum position sensitivity level for all contractor employees. However, the access certain contractor positions have to DOT facilities, sensitive information, and/or resources may require a higher risk sensitivity level. The job order initiator shall identify any exceptions to the moderate risk designation. Addendum (11) DOT INFORMATION SECURITY REQUIREMENTS (JAN 2010) 1. Access to Sensitive Information. a. Work under this contract may involve access to sensitive information as described in paragraph d. below that shall not be disclosed by the Contractor unless authorized by the CO or designee. To protect sensitive information, the Contractor shall provide training to any Contractor employee authorized access to sensitive information and, upon request of the Government, provide information as to an individual's suitability to have such authorization. Contractor employees found by the Government to be unsuitable or whose employment is deemed contrary to the public interest or inconsistent with the best interest of national security may be prevented from performing work under the particular contract when requested by the CO or designee. b. The Contractor shall ensure that Contractor employees are: (1) citizens of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) as evidenced by U.S. Citizenship and Immigration Services documentation; and (2) have background investigations in accordance with DOT Order 1630.2B, Personnel Security Management, and corresponding policy updates. c. The Contractor shall include the above requirements in any subcontract awarded involving access to Government facilities, sensitive information, and/or resources. d. Sensitive Information is proprietary data or other information that, if subject to unauthorized access, modification, loss, or misuse, could adversely affect national interest, conduct of Federal programs, or privacy of individuals specified in the Privacy Act but has not been specifically authorized to be kept secret in the interest of national defense or foreign policy under an Executive Order or Act of Congress. 2. IT Services. a. The Contractor shall be responsible for IT security for all systems operated by or connected to a DOT network, regardless of location. This includes any IT resources or services through which the Contractor has physical or electronic access to the DOT's sensitive information that directly supports the mission of the DOT (e.g., hosting the DOT's e-Government sites or other IT operations). If necessary, the Government shall have access to Contractor and any subcontractor facilities, systems/networks operated on behalf of the DOT, documentation, databases, and personnel to carry out a program of IT inspection (to include vulnerability scanning), investigation, and audit to safeguard against threats and hazards to DOT data or IT systems. b. Within 30 calendar days after any task order award, the Contractor shall develop and provide to the Government for approval an IT Security Plan that describes the processes and procedures the Contractor will follow in performance of this contract to ensure the appropriate security of IT resources developed, processed, or used under this contract. This plan shall be written and implemented in accordance with applicable Federal laws, including the FISMA of 2002, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.), the Clinger-Cohen Act of 1996, and the Government Information Security Reform Act (GISRA) of 2000, and meet Government IT security requirements, including Office of Management and Budget (OMB) Circular A-130, Management of Federal Information Resources, Appendix 111, Security of Federal Automated Information Resources; NIST Guidelines; the Federal Desktop Core Configuration (FDCC); the DOT's CIOP and associated guidelines, and DOT Order 1630.2B, Personnel Security Management, and corresponding policy updates. c. The Contractor shall screen its personnel requiring privileged access or limited privileged access to systems operated by the Contractor for DOT or interconnected to a DOT network in accordance with DOT Order 1630.2B, Personnel Security Management, and ensure Contractor employees are trained annually in accordance with OMB Circular A-130, FISMA, and NIST requirements with a specific emphasis on the Volpe Center's Information Systems Rules of Behavior. d. The Contractor shall immediately notify the CO and the COTR when an employee with access to DOT information systems is terminated. e. The Contractor shall include the above requirements in any subcontract awarded for IT services. f. IT means any equipment or interconnected system or subsystem of equipment used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information and as further defined in OMB Circular A-130 and the FAR Part 2. Addendum (12) NON-PERSONAL SERVICES (DEC 1998) No personal services as defined in Part 37 of the FAR shall be performed under this contract. No contractor employee will be directly supervised by the Government. All individual employee assignments and daily work direction shall be given by the contractor's supervisor. If the contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any contractor employee, the contractor shall promptly notify the CO of this communication or action. The contractor shall not perform any inherently governmental functions under this contract. No contractor employee shall hold himself or herself out to be a Government employee, agent, or representative. In all communications with third parties in connection with this contract, contractor employees shall identify themselves as contractor employees and specify the name of the company for which they work. In all communications with other Government contractors in connection with this contract, the contractor employee shall state that they have no authority to in any way change the contract and that if the other contractor believes this communication to be a direction to change their contract, it should notify the CO for that contract and not carry out the direction until a clarification has been issued by the CO. The contractor shall ensure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause shall limit the Government's rights in any way under any other provision of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this clause shall be included in all subcontracts at any tier. Addendum (13) PERFORMANCE OF WORK AND SAFETY PROVISIONS ON GOVERNMENT PREMISES (MAR 2005) Any work under this contract that is performed by the contractor or any of its subcontractors on premises that are under direct control of the Government is subject to the following provisions: 1. Performance of work on Government premises shall be confined to the area(s) specified by the CO or designee. In performance of this work, the contractor shall (a) conform to all safety rules and requirements as are in effect during the term of the contract; and (b) take such additional precautions as the CO may reasonably require for safety and accident prevention purposes. 2. The contractor shall designate to the CO or designee, in writing, an on-site safety representative. 3. Any violation of applicable safety rules and requirements shall be promptly corrected as directed by the CO. Addendum (14) PERFORMANCE EVALUATIONS (MAY 2011) A. Performance evaluations will be accomplished at the completion of the base year. If options are exercised, performance evaluations will be accomplished at the end of each option. The Government will begin contractor performance evaluations electronically using the following URL: http://www.cpars.gov. B. The Contracting Officer will send the contractor performance evaluation to the Contractor for comment. The Contractor shall have 30 days in which to respond. The Government will consider any comments provided by the Contractor before finalizing the Performance Evaluation Report. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _X_ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] _X_ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. _X_ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X_ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). __ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X_ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (33)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for Informational Purposes Only. It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 27102-Guard II Wage $18.95 per hour & Health Welfare $3.59 per hour (WD-05-2255, Rev 13 available at: http://www.dol.gov/) _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. SECTION IV-Attachments (Attachment A) SPECIAL ORDERS BASE 1 (Command and Control Center) 8- Hour Post (M-F) A. GENERAL The primary function of this Post is to monitor the access control system, fire control system, and provide security response and assistance for the security force and Volpe Center community. B. DUTIES (7:00 A.M. to 3:00 P.M.) 1. Monitor all alarms and Closed Circuit Television (CCTV) monitors. In the event of a report or alarm signaling a condition or incident, take the appropriate action as contained in these Orders. 2. Answer all inquiries made in person or by phone. 3. Maintain desk log, noting all significant events or incidents reported/observed. Make sure that incident reports are made out whenever it is called for, and that they are made out correctly. 4. Fingerprint and process federal employees, visitors, contractors, tenants, and temporary employees. 5. Badge federal employees, contractors, tenants, visitors, and temporary employees. 6. Issue and receive access control media (.i.e. door keys, car placards, badges). 7. Register and issue parking permits for federal employees, contractors, tenants, and temporary employees. 8. Maintain and manage all emergency communication call boxes. 9. Manage and maintain access control system. SPECIAL ORDERS BASE 2/POST 5 (Alternate Command and Control Center) 24-Hour Post (7 days/ Week) A. GENERAL The primary functions of this Post are to provide personnel screening and perform command and control to the Volpe Center through east entrance (Court Yard) of Building #1 from 6:15 A.M. - 6:15 P.M., and perform command center duties inside the Center from 6:15 P.M. - 6:15 A.M though personnel screening may be conducted as well. B. DUTIES (7:00 A.M. - 3:00 P.M.) - Personnel Screening (Post 5) 1. Inspect all Federal Identification Badges for unescorted entry. 2. Answer all inquiries made in person or by phone. 3. Volpe Center Employees without valid Identification Badges will be issued atemporary pass at Base 2 after being verified through Access Control system. 4. Other Federal Government Employees without valid Identification Badges will undergo weapons screening before receiving a visitor's badge from Post 1. 5. Badge federal employees, contractors, tenants, visitors, and temporary employees. 6. Issue and recover PIV cards and temporary building passes. 7. Manage and maintain access control system reports. 8. Use security wand to clear delivery/vendor person(s). C. DUTIES (3:00 P.M. - 7:00 A.M.) - Command and Control (BASE 2) 1. Monitor all alarms and Closed Circuit Television (CCTV) monitors. In the event of a report or alarm signaling a condition or incident, take the appropriate action as contained in these Orders. 2. Answer all inquiries made in person or by phone. 3. Register and issue ID Badges to visitors entering through the East entrance of Building #1 4. Ensure that all Volpe Center residents display a DOT ID badge when entering the Center through the East entrance to Building #1 during Security Hours 5. Ensure that only authorized persons enter the Center during non-duty hours signing in/out in the security log, or swipe their ID badge, if applicable, to record entry/exit. 6. Maintain and manage all emergency communication call boxes. 7. Manage and maintain access control system. SPECIAL ORDERS POST 1 (Information and Visitor Registration Desk) 8-Hour Post(M-F) A. GENERAL The primary functions of this post are to ensure that all visitors register, receive a Visitor identification badge and are escorted while in the Center. B. DUTIES (7:30 A.M - 3:30 P.M.) 1. Serves as an information center and answers inquiries made by visitors and/or employees. 2. Ensure visitors register and receive a visitor ID badge and have a proper escort before entering the facility. 3. Ensure that visitors with vehicles parked in the Visitor Lot record their vehicle registration into access control system. 4. Process and issue temporary employee badges for federal, contractors, and tenants as necessary. 5. Ensure all individuals display their ID. 6. Serve as back up to Post # 2. SPECIAL ORDERS POST 2 (Personnel Screening/Insider Rover) 24-Hour Post(7 Days/ Week) A. GENERAL The primary function of this Post is to control entry to the Volpe Center through Main entrance (Broadway) of Building #1, monitor/operate screening equipment. B. DUTIES (6:15 A.M. - 6:15 P.M.) - Personnel Screening 1. Inspect all Federal Identification Badges for unescorted entry. 2. All visitors will undergo weapons screening before proceeding to Post #1 to register and receive a visitor's badge. 3. All Volpe Center Employees without valid Identification Badges will undergo weapon screening before proceeding to Post 1 for verification of employment through the access control system. 4. Other Federal Government Employees without valid Identification Badges will undergo weapon screening before receiving a Visitor's Badge from Post #1. C. DUTIES (6:15 P.M. - 6:15 A.M.) - Inside Rover Patrol inside the buildings of the Volpe Center and perform duties as prescribed by Shift Supervisor located at Base 2. SPECIAL ORDERS POST 3 (Vehicle Check Point behind Bldg #4) (Weekdays excluding Holidays) 8.0-Hour Post(M-F) A. GENERAL The primary function of this Post is to secure the parking area behind Buildings #1 and #3 along Potter Street and allow access to authorized vehicles that have been inspected for medium to large explosives/weapons, or other items prohibited from entry onto Volpe property. B. DUTIES (7:00 A.M. - 3:00 P.M.) 1. Stop, and inspect vehicles and allow authorized vehicles to park in designated areas. 2. Stop, and inspect commercial vehicles and allow access to authorized commercial vehicles requiring access to Building #1 loading dock. 3. Allow authorized vehicles to exit from this area. 4. Immediately secure the barrier after each vehicle enters/exits. C. AUTHORIZED VEHICLES Vehicles with current Volpe parking placard and GSA Fleet vehicles with Government issued plates. D. COMMERCIAL VEHICLES AUTHORIZED ACCESS TO DOCK #1 1. Commercial vehicles as listed below or as approved by the Chief, Real Property and Facility Services Division: • Deliveries for Rick's Place (news stand) • Deliveries for Cafeteria • Deliveries for TOT Center • Deliveries for Bottled Water • Pick-up of U.S. Mail and commercial overnight package carriers 2. Guard searches vehicle at Post #3. 3. Volpe badged personnel are responsible for escorting delivery person throughout the Center. NOTE: POSTS 4 and 7 are no longer used. SPECIAL POST ORDERS (POST ORANGE) POST #6 when in effect SECURITY ALERT CONDITION ORANGE Upon official notification of the Homeland Security Advisory System upgrade to ORANGE (High Risk of Terrorist Attack) the following actions are in effect: A. Building #1 Entrance (Courtyard) 1. Limit access to employees only (Issued Volpe ID Media). B. Potter Street Vehicle Check Points (during non-security hours) 1. Verify identification of all vehicle occupants. a. DOT ID. b. Employees without DOT ID use other form of photo ID and verify employment with Base. c. Verify other vehicle occupants by drivers license or other photo ID and explanation of why they need to proceed. 2. Commercial vehicles will be searched or directed to unload at Building #6. Unloading at Dock #1 will be approved by Base. C. Limit Visitors Lot parking to more than 120 feet from Building #1 by barriers supplied by the Real Property and Facility Services Division. Advise visitors that parking is only available for handicapped access, for short durations of less than 10 minutes for pick-up and drop-off, or for pre-arranged VIP parking. Pre-arranged VIP parking must be confirmed with the Real Property and facility Services Division prior to allowing the VIP to park in the Visitors Lot. D. Increase frequency of external patrols. These Special Post Orders are in effect from 6:00 A.M. to 6:30 P.M. Monday through Friday, except Holidays, and require one (1) additional guard during non-security (business) hours to augment Post 4 (Outside Rover). NOTE: POSTS 4 and 7 are no longer used. SPECIAL ORDERS POST 8 (Roving Patrol Weekdays excluding Holidays) 8-Hour Post(M-F) A. GENERAL The primary function of this Post is to maintain a roving patrol of the Volpe Center campus. B. DUTIES (10:00 A.M. - 6:00 P.M.) Perform duties as prescribed by Shift Supervisor. NOTE: POSTS 4 and 7 are no longer used. SPECIAL ORDERS POST 9 (Temporary Fire Watch) 12-Hour Post (as needed) A. GENERAL The primary function of this Post is for a temporary fire watch patrol at the Center, five (5) days a week, Monday through Friday, excluding holidays and weekends from 6:15 A.M. to 6:15 P.M. B. DUTIES (6:15 A.M. - 6:15 P.M.) 1. Patrol Building 1, Floors 1 to 13 watching for fire or smoke. 2. If fire or smoke is detected, the guard on fire watch patrol shall take immediate action by contacting the Command Center and other emergency personnel as necessary. 3. Radio Command Center after completing each round. This shall be repeated during the entire shift, up and down the thirteen (13) floors. 4. Perform duties as prescribed by Shift Supervisor. GENERAL ORDERS GUARD SERVICES CHECKLIST Second Shift (0700 - 1500 Weekdays) TIME FUNCTION 0700 -- All shift members sign-in for shift in Daily Log Sheet and list materials (keys, radios, etc.) received. 0700 -- Supervisor makes Post assignments. 0800 -- Previous Shift Reports, incident reports and any articles found are delivered to the Security Officer. 1500 -- Pass on pertinent information to next shift. 1500 -- All shift members sign out on the daily attendance sheet. NOTE: Since the supervisor may work split shifts between the hours of 0600 and 1800, supervisory duties (i.e.: Shift assignments) may be handled by the highest ranking officer on duty when the supervisor is off site. GENERAL ORDERS GUARD SERVICES CHECKLIST Third Shift (1500 - 2300 Weekdays) TIME FUNCTION 1500 -- All shift members sign-in on daily attendance sheet. 1500 -- Note change of shift in the Desk Log. 1500 -- Review previous shift notations in the Desk Log. 1500 -- Start Shift Report. Enter names of guards on duty and list materials (keys, radios, etc.) received. 1815 -- Lock Broadway doors and East stairwell on ground floor, Building #1 and lock chains to secure Visitor Parking Lot. 1815 -- Implement "Security Hours" procedures. Require all persons entering and leaving to sign the Security Log or Swipe their ID at the East entrance door. NOTE: During "Security Hours", no person will be admitted to the Center unless in possession of a valid Volpe ID. They must swipe through the turnstiles at the east entrance or be escorted. 1830 -- (Or Sunset) Lower flags according to the Office of Federal Protective Service Policy Handbook PBS P 5930.17C. 1830 -- (Or earlier if vacant). Lock all doors to the Director's Suite. 1845 -- Turn on the fire lights outside the roll-up door in Bldg #4 1900 -- Extinguish all unnecessary lights and secure all doors. 1900 -- Conduct a headcount of all employees, and their location, still in the Center and keep it current until relieved. 2259 -- All shift members sign-out on the daily attendance sheet. 2259 -- Pass on pertinent information to the next shift. TWO GUARD TOURS WILL BE CONDUCTED DURING THIS SHIFT. GENERAL ORDERS GUARD SERVICES CHECKLIST First Shift (2300 - 0700 Weekdays) TIME FUNCTION 2300 -- All shift members sign-in on the daily attendance sheet. 2300 -- Note change of shift in the Desk Log. 2300 -- Review previous shift notations in the Desk Log for any actions pending 2300 -- Start Shift Report. Enter names of guards on duty and list materials (keys, radios, etc.) 2300 -- Maintain "Security Hours" procedures until 0615) NOTE: During "Security Hours", no person will be admitted to the Center unless in possession of a valid Volpe ID swipe through turnstiles of the Volpe Center or is escorted. 0500 -- Unlock all doors to the Director's Suite. 0600 -- Remove chains from Visitor Parking Lot. 0615 -- Unlock front entrance to Building #1 and East stairwell. 0615 -- (Or Sunrise) Raise flags according to the Office of Federal Protective Service Policy Handbook PBS P 5930.17C. 0700 -- Pass on pertinent information to next shift. 0700 -- All shift members sign-out on the daily attendance sheet. THREE GUARD TOURS WILL BE CONDUCTED DURING THIS SHIFT SECTION IV (Attachment B) WD 05-2255 (Rev.-13) was first posted on www.wdol.gov on 06/17/2011 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2255 Diane C. Koplewski Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/13/2011 _______________________________________|____________________________________________ Applicable in the state of Massachusetts in the areas listed below: BRISTOL COUNTY: Mansfield, Norton, Rayham ESSEX COUNTY: Lynn, Lynnfield, Nahant, Saugus MIDDLESEX COUNTY: Entire County NORFOLK COUNTY: Bellingham, Braintree, Brookline, Canton, Cohasset, Dedham, Dover, Foxborough, Franklin, Holbrook, Medfield, Medway, Millis, Milton, Needham, Norfolk, Norwood, Quincy, Randolph, Sharon, Stoughton, Walpole, Wellesley, Westwood, Weymouth, Wrentham PLYMOUTH COUNTY: Carver, Duxbury, Hanover, Hanson, Hingham, Hull, Kingston, Lakeville, Marshfield, Middleborough, Norwell, Pembroke, Plymouth, Plympton, Rockland, Scituate SUFFOLK COUNTY: Entire County WORCESTER COUNTY: Berlin, Bolton, Harvard, Hopedale, Lancaster, Mendon, Milford, Southborough, Upton ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**(Exerpt) OCCUPATION CODE - TITLE FOOTNOTE RATE 27000 - Protective Service Occupations 27004 - Alarm Monitor 19.31 27007 - Baggage Inspector 15.85 27008 - Corrections Officer 26.87 27010 - Court Security Officer 25.91 27030 - Detection Dog Handler 18.95 27040 - Detention Officer 26.87 27070 - Firefighter 23.93 27101 - Guard I 15.85 27102 - Guard II 18.95 27131 - Police Officer I 26.92 27132 - Police Officer II 29.74 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.59 per hour or $143.60 per week or $622.27 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. SECTION V - Solicitation provisions 52.212-1 Instructions to Offerors-Commercial Items. (June 2008) Incorporated by reference Addenda to 52.212-1 Subparagraph b: SUBMISSION OF OFFERORS Addendum (1) SOLICITATION MAILING INSTRUCTIONS Solicitations must be e-mailed to: Donald.MacGee@dot.gov To facilitate proper handling of the offer or amendment thereof, it is imperative that the cover page and e-mail subject line contains the solicitation/amendment number:DTRT57-11-R-20025. Addendum (2) PROPOSAL SUBMISSION Offerors are required to submit their proposal in two (2) separate volumes as follows: Volume I - Technical Proposal (Written Submission) Section A - Management Approach Section B - Key Personnel/Staffing Section C - Relevant Past Performance Volume II - Price Proposal This volume must be in conformance with FAR 52.212-1(b)(11). Addendum (3) PROPOSAL CONTENT- INSTRUCTIONS TO OFFEROR'S Volume I of the Offeror's Technical Proposal shall consist of the following Volume 1 - Written Material A. Management Approach 1) An explanation of how the contractor intends on accomplishing the objectives of the PWS. 2) An explanation of how the contractor will acquire other armed guards and maintain a reserve guard force for temporary or emergency staffing that is sufficient to meet the qualification requirement of the PWS. 3) Transition Plan to illustrate how the offeror will provide a seamless transition between the Contractor and the predecessor Contractor to ensure minimal disruption to vital contractor services. The plan shall address recruitment, training of new and incumbent employees, licenses and permits. B. Key Personnel/Staffing For evaluation purposes, resume for key personnel identified (i.e.Program Manager/Captain, Lieutenant, and Sergeant(s)) shall be provided. C. Relevant Past Performance The offeror shall address at least two (2) contracts their firm has completed within the past 5 years, which were similar in size, scope, complexity, and contract type to this requirement. Include the following information for each contract: 1. Name and address of customer 2. Contract number 3. Contract Type 4. Total contract value 5. Description of contract work 6. Contracting Officer's address, telephone number and e-mail address. 7. Contracting Officer's Technical Representative's address, telephone number, and e-mail address. 8. Administrative Contracting Officer's address, telephone number and e-mail address (if different from item 6). 9. List of major subcontractors The Offeror is responsible for making all reasonable efforts to ensure that a completed evaluation report is provided for each of the cited contracts by no later than the due date for receipt of proposals. Volume II - Price The Price Proposal must be in conformance with FAR 52.212-1(b)(11). Addendum to 52.212-1 Subparagraph C: Period for Acceptance of Offers The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offerors. 52.212-2 Evaluation-Commercial Items. (JAN 1999) (a) The Government will award a single contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract award shall be based upon an offeror's demonstration of its understanding of the requirements. The factors and sub factors are as follows: 1) Management Approach, 2) Key Personnel/Staffing, 3) Past Performance, and 4) Price. 1) Management Approach a) Understanding of the objectives of the PWS b) An explanation of how the contractor will acquire other and maintain a reserve guard force for temporary or emergency staffing that is sufficient to meet the qualification requirement of the RFP. c) Transition Plan to illustrate how the offeror will provide a seamless transition between the Contractor and the predecessor Contractor to ensure minimal disruption to vital contractor services. The plan shall address recruitment, training of new and incumbent employees, licenses and permits. 2) Key Personnel/Staffing For evaluation purposes resumes for key personnel identified (i.e. Program Manager/Captain, Lieutenant, and Sergeant(s)) shall be provided. 3) Past Performance The offeror shall address at least two (2) contracts their firm has completed within the past 5 years, which were similar in size, scope, complexity, and contract type to this requirement. Include the following information for each contract: Name and address of customer Contract number Contract Type Total contract value Description of contract work Contracting Officer's address, telephone number and e-mail address. Contracting Officer's Technical Representative's address, telephone number, and e-mail address. Administrative Contracting Officer's address, telephone number and e-mail address (if different from item 6). List of major subcontractors (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award PRICE PROPOSAL Offerors are informed that the prices stated in the proposal shall include the total costs for all aspects of performance identified in the Performance Work Statement under this solicitation/proposed contract. Proposals which are unrealistic in terms of technical commitment and/or unrealistically low in price may be deemed to show an inherent lack of technical competence or failure to comprehend the complexity and risk of the contract requirements. This may be grounds for the rejection of the proposal. Client Authorization Letter [Company Name] [Street Address] [City, State/Province Zip/Postal Code] [Date] [Recipient Name] [Address] [City, State/Province Zip/Postal Code] Dear [Client]: We are currently responding to the Volpe Center RFP No._________________ for the procurement of________________ ____________________. The Volpe Center is placing increased emphasis in their acquisitions on past performance as a source selection evaluation factor. The Volpe Center requires Offerorsto inform references identified in proposals that the Volpe Center may contact them about contract performance information. If you are contacted by the Volpe Center for information on work we have performed under contract for your company/agency/state or local Government, you are hereby authorized to respond to Volpe Center inquiries. Your cooperation is appreciated. Please direct any questions to ___________________________. (Offeror's point of contact) Sincerely, [Your name] [Your position] [Typist's initials] Enclosure: [Number] cc: [Name] 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation", as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It o is,o is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: __________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It o is, o is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: __________. Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certification requirement of paragraph (o)(1) of this provision does not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-R-20025/listing.html)
 
Place of Performance
Address: 55 Broadway, Cambridge, Massachusetts, 02142, United States
Zip Code: 02142
 
Record
SN02602157-W 20111006/111004235154-19563fb1d17d6118d5141be282f26fd5 (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.