SOLICITATION NOTICE
V -- Student Travel Support Services
- Notice Date
- 4/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL-ETA-16-Q-00012
- Point of Contact
- Kelson A. Baker, Phone: 2026933012, Evon M. Pollack, Phone: 2026933335
- E-Mail Address
-
baker.kelson@dol.gov, Pollack.Evon@dol.gov
(baker.kelson@dol.gov, Pollack.Evon@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis and solicitation that will be issued. Offerors are requested to provide a proposal from the synopsis/solicitation provided. The Department of Labor is seeking a vendor to provide transportation support services. The Request for Quote number is DOL-ETA-16-Q-00012. The NAICS code is 561510 with a small business size standard of $20.5M. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-87 (April 6, 2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The Department of Labor intends to award a Firm-Fixed-Price, Fee-for-Service type contract as a result of this solicitation. FAR 52.212-1 Instructions to Offerors - Commercial items (Apr 2014) and is supplemented as follows: Offerors shall submit an electronic version of their proposal in Adobe.pdf format on to the address listed below. Proposals submitted via other methods may not be considered. Offeror shall submit each volume as a separate document file. File format shall be compatible with the standard DOL image (MS Vista, Office 2007, and Adobe Acrobat 8.0). Question Submission Deadline: 1700 ET on May 6, 2016 via email to Kelson Baker at Baker.Kelson@dol.gov Proposal Submission Deadline: 1700 ET on May 31, 2016 via email to Kelson Baker at Baker.Kelson@dol.gov Offers shall submit proposals to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show the following in accordance with the evaluation section 52.212-2. 52.212-1 (b) Submission of Offers is tailored as follows and represented as (4), (6), and (10). 1. TECHNICAL SUBMISSION An executive summary no more than 15 pages detailing your approach to providing travel support services to the Department of Labor. An oral presentation at a government location at a specified time of the government's choosing when informed by the Contracting Officer. The oral presentation will cover the offerors approach to complying with the Performance Work Statement (PWS).   2. PRICE (a) Price and any discount terms IAW CLIN pricing allocated on the pricing schedule below: CLIN 0001: Description: Travel Support Services Base Period Full Service Air Ticket Year 1 Unit: EA Unit Price: ______ Full Service Rail Ticket Year 1 Unit: EA Unit Price: ______ Full Service Bus Ticket Year 1 Unit: EA Unit Price: ______ Self Service Air Ticket Year 1 Unit: EA Unit Price: ______ Self Service Rail Ticket Year 1 Unit: EA Unit Price: ______ Self Service Bus Ticket Year 1 Unit: EA Unit Price: ______ CLIN 1001: Description: Travel Support Services Option Period 1 Full Service Air Ticket Year 2 Unit: EA Unit Price: ______ Full Service Rail Ticket Year 2 Unit: EA Unit Price: ______ Full Service Bus Ticket Year 2 Unit: EA Unit Price: ______ Self Service Air Ticket Year 2 Unit: EA Unit Price: ______ Self Service Rail Ticket Year 2 Unit: EA Unit Price: ______ Self Service Bus Ticket Year 2 Unit: EA Unit Price: ______ CLIN 2001: Description: Travel Support Services Option Period 2 Full Service Air Ticket Year 3 Unit: EA Unit Price: ______ Full Service Rail Ticket Year 3 Unit: EA Unit Price: ______ Full Service Bus Ticket Year 3 Unit: EA Unit Price: ______ Self Service Air Ticket Year 3 Unit: EA Unit Price: ______ Self Service Rail Ticket Year 3 Unit: EA Unit Price: ______ Self Service Bus Ticket Year 3 Unit: EA Unit Price: ______ CLIN 3001: Description: Travel Support Services Option Period 3 Full Service Air Ticket Year 4 Unit: EA Unit Price: ______ Full Service Rail Ticket Year 4 Unit: EA Unit Price: ______ Full Service Bus Ticket Year 4 Unit: EA Unit Price: ______ Self Service Air Ticket Year 4 Unit: EA Unit Price: ______ Self Service Rail Ticket Year 4 Unit: EA Unit Price: ______ Self Service Bus Ticket Year 4 Unit: EA Unit Price: ______ CLIN 4001: Description: Travel Support Services Option Period 4 Full Service Air Ticket Year 4 Unit: EA Unit Price: ______ Full Service Rail Ticket Year 4 Unit: EA Unit Price: ______ Full Service Bus Ticket Year 4 Unit: EA Unit Price: ______ Self Service Air Ticket Year 4 Unit: EA Unit Price: ______ Self Service Rail Ticket Year 4 Unit: EA Unit Price: ______ Self Service Bus Ticket Year 4 Unit: EA Unit Price: ______ 3. RELEVANT PAST PERFORMANCE (a) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b) Offerors shall demonstrate a detailed understanding of the Performance Work Statement, Offerors ability to provide required training within 30 days of award, representative samples of resumes of instructors for each course, and the resumes' of personnel designated. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. TECHNICAL CAPABILITY: The government will evaluate the offeror's technical capability to meet or exceed the government's requirements as detailed in the solicitation. 2. PRICE Total Overall Price summation of all CLINS 3. RELEVANT PAST PERFORMANCE The government will evaluate relevant past performance by surveying PPIRS, reviewing past performance references, and other measures. Relevant Past Performance is previous or current performance of a similar size and scope, where performance was within three years prior to offer submission. If an offeror is without a record of relevant past performance, or for whom information on past performance is not available, then the offeror will not be evaluated favorably or unfavorably on past performance. Technical capability is more important than price or relevant past performance; however when technical capability and relevant past performance are combined they are significantly more important than price. The government reserves the right to not make award if the government determines that the price is at a premium. (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. (End or Provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (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) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (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. 4704 and 10 U.S.C. 2402). __X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 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 (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (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. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (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 (Oct 2015) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). _X__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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.) ___ (35) (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.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). _X__ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (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.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $700,000 ($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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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. (End of Clause) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five Years and Six Months (66 Months). (End of Clause) FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffar1.htm 52.203-7 Anti-Kickback Procedures (May 2014); 52.217-5 Evaluation of Options (July 1990); 52.233-2 Service of Protest (Sept 2006); 52.227-14 Rights in Data General (Dec 2007); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2013) (End of clause) DOLAR 2952.201-70 CONTRACTING OFFICER'S REPRESENTIVE (COR) (a) To be provided at time of award) of the US Department of Labor, Employment and Training Administration shall be designated to act as contracting officer's representative (COR) under this contract. (b) The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the suppFlies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COR does NOT have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the Contracting Officer must issue such changes. Performance Work Statement Dated: April 17, 2016 1.0 BACKGROUND Job Corps is a national residential training and employment program administered by the U.S. Department of Labor to address the multiple barriers to employment faced by disadvantaged youth throughout the United States. Job Corps was originally established by the Economic Opportunity Act of 1964; current authorization for the program is Title I, Subtitle C, of the Workforce Investment Act of 1998. Job Corps provides comprehensive career development services to students including academic, career technical, career success and independent living skills, career readiness training, and support services. The unique combination of services provided in Job Corps is intended to prepare youth to obtain and hold gainful employment, pursue further education or training, or satisfy entrance requirements for careers in the Armed Forces. There are 127 Job Corps centers located in 50 states, the District of Columbia, (CONUS) and Puerto Rico (OCONUS). Centers are located in both rural and urban settings. A detailed listing of Job Corps Centers is available at http://www.jobcorps.gov/centers.aspx. Job Corps is an open entry/open exit program; students enroll and graduate the program year round. Job Corps provides transportation to new students entering the program, as well as to students exiting the program. Transportation is also provided to the approximately 40,000 students that wish to go home during the two-week winter break in December and the two-week summer break in July. Additionally, students may require travel throughout their period of enrollment for a variety of reasons. The approximate cost of transportation is $26 million for all modes of transportation. The Job Corps Center has four peak travel times: the beginning of the program year, winter break, spring break, and the end of the program year. Job Corps students are considered Federal employees as it relates to travel. Unless otherwise stated, or directed all travel will be scheduled in accordance with Federal Travel Regulations. For this reason, the Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 1.1 OBJECTIVES Contractor shall provide Job Corps students with comprehensive travel agent services and assistance that support travel transportation and the processing of travel documentation to include reservation, ticketing services which industry practice normally accords to corporate and private travelers, to include new and improve reservation and ticketing technologies. The Contractor shall provide reliable travel assistance 24-hours per day, 7-days per week, and 365-days per year to all Job Corps students. 1.2 SCOPE The purpose of this Performance Work Statement (PWS) is to obtain a full range of professional travel agent and related services to assist the U.S. Department of Labor, Employment and Training Administration, Office of Job Corps in meeting their travel needs for travel throughout the 50 states, District of Columbia, and Puerto Rico. This PWS will result in providing the Job Corps with a centralized student transportation support service, reservation and ticketing service. These shall include 24-hours 7 days/week, 365 days/year services and toll-free number available to travelers to perform emergency itinerary changes and unforeseen circumstances requiring changes to travel. The majority of service provided during normal business hours (8-5, Monday through Friday) emergency service shall be available at all times. 1.3 PERIOD OF PERFORMANCE The period of performance of the task order consists of a one (12 month) base and four (4) twelve (12) month options from the date of award. 1.4 STAFFING PLAN The Contractor shall submit a Staffing Plan to the Government that describes the overall approach to assembling and maintaining the appropriate staffing to meet the requirements of this contract as described in the statement of work. The staffing plan shall also include resumes for proposed key personnel demonstrating the requisite experience, qualifications, clearances, and training. 1.5 QUALITY CONTROL The Contractor shall develop a Quality Assurance Surveillance Plan (QASP) and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to effectively and efficiently track ticket ordering methods; ensure timeliness and strategies for tracking/returning unused tickets including non-refundable tickets; and keeping the number of unused tickets to a minimum while identifying waste, fraud and abuse. The Contractor's quality control program is the means by which the contractor assures that the work complies with the requirement of the contract. A draft of the QASP is to be delivered with the Contractor's quote. 1.6 QUALITY ASSURANCE The government will evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan and the PWS. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.7 HOURS OF OPERATION The contractor shall have personnel available to respond to the requirements of this PWS twenty-four (24) hours a day seven (7) days a week. The program manager or assistant program manager shall be available by phone between the hours of 8:00 A.M. to 5:00 P.M. Eastern Time to respond to inquiries by the government. The contractor shall have all travel systems available 99 percent of the time. 1.8 RECOGNIZED HOLIDAYS The Contractor shall be required to provide services on Federal holidays and establish a 24-hour toll-free phone number available to travelers to allow for responding to unforeseen circumstances, emergency itinerary changes, and emergency travel services. 1.9 PLACE OF PERFORMANCE The work to be performed under this contract shall be at a location of the Contractor's choosing. 1.10 SECURITY REQUIREMENTS Contractors shall be subject to OPM investigation requirements. Contractor employees shall complete the SF 85 Questionnaire for Non-Sensitive Positions and applicable portions of OF 306, Declaration for Federal Employment. DOL will initiate a National Agency Check Investigation (NACI). 1.11 PHYSICAL SECURITY REQUIREMENTS The Contractor shall be responsible for safeguarding all government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.12 SPECIAL QUALIFICATIONS All Contractor personnel working directly on this effort shall have sufficient skill to address customer concerns, manage customer expectations, and effectively communicate with government personnel. 1.13 KICK-OFF MEETING The Contractor shall attend a Kick-Off Meeting with the Contracting Officer (KO) and the COR NLT five (5) business days after the date of award. The purpose of the Kick-Off Meeting is to discuss task order objectives and review the Contractor's project plan. 1.14 STATUS REPORTS The Project Manager shall submit monthly status reports regarding the project plan. Reports shall be submitted no later than the fifth (5th) of each month to the COR, and required personnel. The report shall include, at a minimum, any issues that may negatively affect contractor productivity and any concerns or recommendations for the previous month's period the contractor may have. The contractor shall provide any scheduled maintenance or planned system outages within 30 days preceding the planned outage. 1.14.1 The contractor shall provide a Monthly Transaction Report which includes: Total number of transactions; Total number of tickets purchased; Total number of tickets returned and shall identify the student, Job Corps Center, and Student Identification number associated with each transaction. The report shall be submitted no later than the fifth (5th) of each month to the COR, and required personnel. 1.14.2 The contractor shall provide a Monthly Waste, Misuse, and Questionable Tickets Report which includes: Total number of questionable transactions and tickets purchased including a narrative of why each entry is in the report. Transactions to be included in this report are tickets purchased for other than government use or for non-student travel. The report shall be submitted no later than the fifth (5th) of each month to the COR, and required personnel. 1.14.3 The contractor shall provide a Monthly Unused Tickets Report which includes: Total number of purchased tickets and total number of unused tickets including a narrative of why ticket was unused. The report shall be submitted no later than the fifth (5th) of each month to the COR, and required personnel. 1.14.4 The contractor may submit all reports as part of the monthly status report. 1.15 CONTRACTING OFFICER'S REPRESENTATIVE (COR) The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.16 PERSONNEL Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without written consent from the Contracting Officer. 1.16.1 The follow personnel are considered key personnel by the government: Project Manager Alternate Project Manager 1.16.1.1 The Contractor shall provide a Project Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the Project Manager is absent or unavailable shall be designated in writing to the Contracting Officer. The Project Manager or Alternate shall have full authority to act for the Contractor on all matters relating to daily operation of this contract. 1.16.1.2 Project Manager and Alternate The Project Manager and Alternate shall have at a minimum a Bachelor of Science Degree with a concentration in business, marketing, or related field plus a minimum of five years' progressive experience in performance management. CMP (Certified Meeting Professional) Certification and/or National Business Travel Association SMMP (Strategic Meetings Management Programs) Certification are preferred. Ten years of progressive experience may be substituted for a Bachelor of Science Degree. 1.17 IDENTIFICATION OF CONTRACTOR EMPLOYEES All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such. All emails must clearly identify Contractor personnel. Contractor personnel must also ensure that all documents or reports produced are suitably marked as Contractor products and that Contractor participation is appropriately disclosed 1.18 CONTACTOR TRAVEL Travel is anticipated on this contract. All travel shall be approved in advance and in writing by the COR on this contract. If travel is authorized or directed by the COR, the Contractor shall be reimbursed for direct costs in accordance with FAR 31.205-46 for transportation, lodging, and meal per Diem. The DOL will not reimburse indirect costs such as G&A, burdens, miles on personal car to and from the airport, or labor costs to and from the travel destination. 1.19 CONFIDENTIALITY This project and all materials provided to the Contractor by the U.S. Department of Labor and results, conclusions and recommendations obtained thereof will be considered confidential in nature and treated with the same level of care that the Contractor should treat its own confidential business information. The information shall not be disclosed, copied, modified, used or otherwise disseminated to any other person or entity at any time to include, but not limited to, any database external to the U.S. Department of Labor. 1.20 ORGANIZATIONAL CONFLICT OF INTEREST Contractor and Sub-contractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.21 PERSONALLY IDENTIFIABLE INFORMATION The Contractor shall meet all requirements of the Privacy Act of 1984 and comply with any related DOL NIST security regulations as provided to the Contractor in writing, users may come into contact with data that may contain Personally Identifiable Information (PII) and should therefore be protected. Information that is considered to be Personally Identifiable Information includes but is not limited to: Name, Residence, Date of Birth, Place of Birth, Sex, Race, Height, Weight, Color of Eyes, Color of Hair, Identifying marks, criminal history or conduct, Social Security numbers, Insurance documentation, Driver's license, Housing documentation, or Doctor's Certificates The Contractor shall adhere to all government physical security measures for sensitive materials and apply redaction to sensitive data contained on government forms in accordance with the Government requirements; 1.22 SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998, requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities, unless it would pose an undue burden to do so. Federal employees and members of the public who have disabilities must have access to and use of information and services that is comparable to the access and use available to non-disabled Federal employees and members of the public. All electronic and information technology (EIT) deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous JavaScript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 - Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products, which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially, available that meet some but not all of the standards, the agency must procure. 2.0 DEFINITIONS AND ACRONYMS 2.1 DEFINITIONS 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term "Contractor" used in this contract refers to the prime contractor. Contracting Officer: A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. This is the only individual who can legally bind the Government. 2.1.2 Contracting Officer's Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.3 Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement (PWS). 2.1.4 Deliverable: Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.5 Key Personnel: Contractor personnel that are evaluated in a Source Selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When Key Personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.6 Physical Security: Actions that prevent the loss or damage of Government property. 2.1.7 Quality Assurance: The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.8 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.9 Quality Control: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.9 Sub-Contractor: An entity that enters into a contract with a prime contractor. The Government does not have a contract with the Sub-Contractor. 2.1.10 Work Day: The number of hours per day the Contractor provides services in accordance with the contract. 2.2 ACRONYMS CORContracting Officer Representative FARFederal Acquisition Regulation COContracting Officer OCIOrganizational Conflict of Interest POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TMCTravel Management Center 3.0 GOVERNMENT FURNISHED ITEMS AND SERVICES 3.1 MATERIALS The Government will provide copies or access to the following references: U.S. Department of Labor Manual Series, DLMS 7: Travel Management U.S. Department of Labor Contractor ID Points-of-Contacts to include telephone numbers for each Job Corps Center The Department of Labor utilizes E2Solutions through a direct agreement with the system provider. 3.2 PROPERTIES All Government furnished material, as identified and made available within 30 days of contract award. All government furnished material, equipment, and information shall be returned with 5 business days of contract termination. 4.0 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES 4.1 GENERAL The Contractor shall furnish all materials, supplies, equipment, facilities, and services required to perform work under this contract that are not listed under Section 3. 4.2 MATERIALS The Contractor shall be responsible for providing the materials required to perform the tasks noted in this PWS. 5.0 REQUIREMENTS 5.1 CENTRALIZED STUDENT TRANSPORTATION SUPPORT SERVICES The contractor shall provide student transportation services for all CONUS and OCONUS Job Corps locations. 5.1.1 The contractor shall perform and maintain a full range of travel related services that include but are not limited to: 5.1.1.1 Web accessible electronic travel system that shall be made available to Job Corps Centers for the purpose of creating authorization documents, vouchers, and making travel arrangements. 5.1.1.2 Travel Arrangements shall be made for the following personnel: New enrollees, Students exiting the Job Corps program, winter, spring, and summer break, and Ad hoc travel during program year 5.1.1.3 The contractor shall provide the most direct, safe, efficient, and economic mode of transportation for all students. The contractor shall provide transportation to and from the Job Corps Center. The contractor shall provide transportation to and from the student's final destination. 5.1.1.4 The Contractor shall process travel requests, execute schedule changes, and complete electronic ticketing and online baggage check-in ensuring tickets are distributed within one calendar day. 5.1.1.5 The contractor shall use GSA City Pair Contract Fares and comply with all requirements pertaining to that program. 5.2 CENTRALIZED STUDENT TRANSPORTATION TYPES 5.2.1 The contractor shall provide a web accessible self-service electronic travel system that allows Job Corps students and personnel to make reservations. 5.2.2 The contractor shall provide a full service electronic travel system that allows Job Corps students and personnel to make reservations via phone, fax, or other communication method. 5.2.3 DOL prepays for student luggage via the TMC 6.0 REFERENCES The Contractor shall abide by all applicable Federal, State, and local regulations. 6.1 Federal Travel Regulation: http://www.gsa.gov/portal/content/104790. 6.2 Job Corps Policy and Requirements Handbook (PRH): http://www.jobcorps.gov/libraries/pdf/prh.sflb 6.3 Job Corps Program Assessment Guide (PAG): http://www.jobcorps.gov/Libraries/pdf/pag.sflb 6.4 GSA Federal Flight Rates: http://www.fedtravel.com/flight-search.html 6.5 GSA Per Diem Rates: http://www.gsa.gov/portal/category/100120 6.6 GSA City Pair Program: http://gsa.gov/portal/category/27075 7.0 DELIVERABLES The contractor shall provide all deliverables as stated on the due by date. Failure to meet any or all of the requirements may result in a negative past performance evaluation being entered into government past performance systems. PWSDELIVERABLE / EVENTDUE BYFORMAT 11.6Final Quality Assurance Plan15 days after contract awardE-mail 21.14Monthly Status Reports to CORNLT 5th of each monthE-mail 31.14.1Monthly Transaction ReportNLT 5th of each monthE-mail 41.14.2Monthly Waste, Misuse, and Questionable Tickets ReportNLT 5th of each monthE-mail 51.14.3Monthly Unused Tickets ReportNLT 5th of each monthE-mail 8.0 PERFORMANCE REQUIREMENTS SUMMARY The contractor shall meet all items in the performance requirements summary. Failure to meet any or all of the requirements may result in a negative past performance evaluation being entered into government past performance systems. ItemObjectivePerformance StandardSurveillance Plan 1Monthly Status ReportsPackages will have a 100% completion rate upon submission. 100% COR Surveillance 2Unused TicketsUnused ticket rate shall be less than 5% per month100% COR Surveillance 3Timeliness of ResponseTravel arrangements shall be provided within one (1) calendar day100% COR Surveillance 4Response to travel changesTravel changes shall be completed and provided within eight (8) hours100% COR Surveillance
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL-ETA-16-Q-00012/listing.html)
- Place of Performance
- Address: 200 Constitution Ave, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN04100413-W 20160501/160429234201-4f0eea7eed29af473c730c63cdc699b6 (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 |