Sie sind auf Seite 1von 51

Accessibility Information

Users of assistive technologies such as screen readers should use the following
lin to activate Accessibility Mode before continuing: Learn more and Activate a
ccessibility mode.
■S ip to content
■tabs
■main menu
■Accessibility Mode
Federal Business OpportunitiesIAEeGovUSA.gov Buyers: Login | RegisterVendor
s: Login | RegisterAccessibility
Youth Livelihoods Training Modules
Solicitation Number: PC-11-R-004
Agency: Peace Corps
Office: Office Of Acquisitions And Contract Management
Location: OACMPrintLin
Copy or Boo mar this Page
Copy the url below for a direct lin to this page.

Boo mar this page by right-clic ing here and choosing "Add to Favorites"
Notice DetailsPac agesInterested Vendors ListOpportunity History
Complete View
Original Synopsis
Combined Synopsis/Solicitation
Mar 02, 2011
8:21 am
Changed
Mar 03, 2011
1:43 pm
Changed
Mar 04, 2011
9:30 am
Changed
Mar 09, 2011
9:59 am
Changed
Mar 09, 2011
11:48 am
Changed
Mar 10, 2011
8:58 am
Changed
Mar 10, 2011
9:01 am
Changed
Mar 10, 2011
11:17 am
Solicitation Number:
PC-11-R-004 Notice Type:
Combined Synopsis/Solicitation Synopsis:
Added: Mar 02, 2011 8:21 am Modified: Mar 10, 2011 8:58 amTrac Changes

This is a combined synopsis/solicitation for commercial items prepared in accord


ance with the format in FAR Subpart 12.6, as supplemented with additional inform
ation included in the notice. This announcement constitutes the only solicitatio
n; proposals are being requested. The solicitation number is PC-11-R-004, and th
e solicitation is being issued as a Request for Proposal (RFP) using FAR Part 13
Simplified Acquisition Procedures. A firm fixed price contract award will resul
t from this solicitation The NAICS Code for this requirement is 61171 with a sma
ll business size of $7.0M applies to this RFP. This is a requirement to obtain t
raining modules for youth livelihoods education. This is a 100% Small Business s
et aside. The provisions and clauses incorporated into this solicitation documen
t are those in effect at the time of publication. Provisions and clauses incorpo
rated by reference have the same force and effect as if they were given in full
text. The full text of the Federal Acquisition Regulation (FAR) can be accessed
on the Internet at https://www.acquisition.gov/far/index.html. Oral communicatio
ns are not acceptable in response to this notice. THE FULL RFP WITH ADDITIONAL M
ATERIALS AND INSTRUCTIONS ARE ATTACHED. QUOTES ARE DUE BY 12:00 PM EDT, March 23
, 2011 TO jbradley@peacecorps.gov. Late quotes may not be accepted, based upon t
he discretion of the Contracting Officer. Questions shall be directed to J. C. B
radley via email to jbradley@peacecorps.gov and must be sent by 12:00 PM EST, Ma
rch 9, 2011. See attachment for full RFP.

The Offeror shall submit one proposal. The proposal must include the following i
tems:

(1) The solicitation number;

(2) The name, address, and telephone number of the Offeror;

(3) Price Quote.


(4) Previous Government Contract Number(s) and type of contract;
A. Procuring Agency and name of reference point(s) of contact, email and telep
hone number(s) at the entity for which the contract was performed;

•B. Dollar value of the Contract;

•C. Period of Performance;

•D. Description of the item(s) supplied and/or services rendered;

•E. The number, type, frequency, duration, and impact of any quality, delivery or
cost problems in performing the contract, the corrective action ta en, if any,
and the effectiveness of the corrective action.
Submissions should be provided in wor able files that are unloc ed/unprotected.
Electronic file submissions that cannot be readily opened by the Peace Corps ma
y be considered non-responsive. A Word or Excel document is preferred.

By responding to this solicitation the vendor agrees that they are able to perfo
rm the required wor within the specified timeframe.

The Government reserves the right to ma e full, partial, multiple or no award r


esulting from this solicitation. Offerors shall submit bids at no cost to the G
overnment.

It is anticipated that this solicitation will result in multiple awards. Offero


rs may bid on one or all items of this solicitation.

PART 1 - THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 Pricing for services described in SECTION C., Statement of Wor , of this doc
ument.

CLIN Description Qty Unit


Price

0001 Financial Education Module 1 EA __________


0002 Employability Module 1 EA __________
0003 Entrepreneurship Module 1 EA __________

B.2 It is anticipated that one or more firm fixed price contracts shall result
from this solicitation. Offerors are encouraged to bid on one or all of the mod
ules they believe they are qualified for.

SECTION C: Statement of Wor


Writer(s) to Produce Youth Sustainable Livelihoods Modules

C.1. Bac ground

Peace Corps see s to develop several youth livelihoods training modules that wi
ll focus on entrepreneurship, employability, and financial education. The materi
als must be no or low cost to implement, highly participatory, and easily adapte
d to a variety of cultural contexts. The session plans and modules should be us
eful with urban youth living in high crime areas, as well as rural or out-of-sch
ool adolescents. Because the Peace Corps currently has to purchase materials whi
ch are very expensive, cannot be adapted easily, and are frequently too US-focus
ed, the session plans produced for this Youth Livelihoods Modules should be easy
to use and adaptable to an international context.. The sessions will be used by
local trainers to train Peace Corps Volunteers who wor with youth, and subsequ
ently by Volunteers and their local partners to train youth directly (a Training
of Trainers model).

The session methodology for the training modules shall follow the 4MAT system,
and samples and guidance will be provided to the writer(s) by youth and business
specialists in the Office of Overseas Programming and Training Support, Peace C
orps.

It is anticipated that more than one writer will be hired in order to complete
the development of the modules according to the timeframe outlined in section F,
Deliverables and Timeframe.

C.2. Proposed Publication

The youth livelihoods modules will meet the needs of Volunteers to provide yout
h with practical s ills development to improve their opportunities in the world
of wor .

The modules shall contain lesson plans and accompanying teaching materials. Ea
ch session plan shall have a set of measurable learning objectives. The instruc
tional sequence shall follow 4MAT stages: motivation, information, practice, and
application. The motivation activity shall connect the learner to the new cont
ent and bridge the new information with the previously studied material.
The content shall be highly participatory and shall rely on locally available n
o or low-cost teaching materials. The content shall be presented in a variety o
f forms including but not limited to: texts, dialogues, interviews, field visits
, role plays, scenarios, simulations/games, fact sheets, statistical charts and
mind maps. Practice activities shall provide options for the trainer to meet the
needs of learners with varying education, literacy levels, and learning styles
shall be sequenced from simpler to more complex.

The sessions shall provide suggestions for nowledge and s ills applications in
the form of activities, scenarios or independent study tas s. Each session shal
l contain a set of assessment items that correspond to the learning objectives (
see an example of the type of session plan, attached in Section J). Sessions sh
all also include suggested adaptations for difference audiences, incorporating g
ender roles, cultural context, literacy, educational attainment, and urban vs. r
ural youth.

Three modules are required; Financial Education, Employability, and Entrepreneu


rship.

The lesson plans for each module shall contain

•a. instructional sequence, teaching techniques, materials needed and facili


tation tips to the instructor

•b. text, wor sheets and activity instructions to the learner

•c. pre and post test participant monitoring and evaluation plan, either on
a module-by-module basis or for the entire program.

C.2.1. Potential outline of modules and sessions:

Financial Education Module


Basic Money Management

•● Functions of money

•● Sources of income

•● Time value of money

•● How to use money effectively

•● How to open a ban account

Personal Money Management

•● Setting financial goals

•● Savings - reasons to save, ways to save, setting savings goals

•● Needs and wants

•● Developing a savings plan

•● Developing a personal budget (based on savings, and spending)

•● Anticipating life cycle events

•● Dealing with special challenges (illness, death in the family)

•● Maintaining financial records


•● Reading and reconciling financial records

Financial Services

•● Difference between savings and borrowing

•● Where to save and how

•● All about ban s

•● Wise use of credit

•● Loans - loan applications, ris s, requirements, responsibilities

•● Developing good financial negotiation s ills

Earning Money

•● How people earn money

•● What are my s ills and talents that I can use to earn money?

•● Identify different options for earning money

•● Gender-based stereotypes around employment

•● Wage vs. self-employment

Employability Module
•● Personal leadership development

•● Communication s ills: effective spea ing, active listening, body language, cl


ear communication (include special considerations in this section for wor ing wi
th youth at ris )

•● Conflict resolution: understanding conflicts, how different personality style


s handle conflict, and how to resolve conflicts in respectful, healthy ways that
enable a productive wor ing environment and positive interpersonal relationship
s (include special considerations in this section for wor ing with youth at ris
)

•● Understanding culturally appropriate wor place ethics and behavior

•● Teamwor

•● Time management

•● Values and Attitudes (this is especially important when wor ing with "at ris
" populations)

•○ Values (ex: ethics, reliability, honesty, etc.)

•○ Personality (ex: independent, creative, communicative, etc)

•○ Appearance (ex: grooming, dress, self-presentation & speech)

•● Interviewing

•● Creating a resume/CV and cover letters

•● Knowing your s ills/qualifications

•● Career planning: goal-setting, job fairs, career options, assessing the job
mar et, etc.

•● Unpaid wor options and opportunities for gaining experience needed for diffe
rent career paths (e.g., apprenticeships, independent study, internships, volunt
eering, etc.).

•● Application writing s ills

•● Networ ing s ills

•● Technological or ICT literacy

Entrepreneurship Module

•● Who is an entrepreneur?

•● Qualities of an entrepreneur

•● Do I want to be an entrepreneur? Advantages and disadvantages of self-employm


ent

•● What is the difference between an entrepreneur and a social entrepreneur?

•● Generating ideas for an enterprise

•● Is my idea a good idea? Doing a feasibility study (several sessions)

•● What do I need to start a business?

•● What are the ris s?


•● Capital investment required - how to plan how much you need and decide wheth
er to borrow or use savings

•● Legal requirements for starting a business

•● How will I set up and operate my business?

•● Developing a good product or service

•● Adapting my product or service to the changing mar et

•● Who will buy my product? Who is my target mar et and how can I best to reach
them?

•● How will people now about my business? Naming product/brand, strategies for
product position, unique selling proposition. Writing press releases, ads, dete
rmining where to advertise

•● How much does it cost to ma e my product/deliver my service?

•● How do I set a good price? Costing, pricing, profit margin calculation, brea
even point, and adjusting prices

•● Getting customer feedbac - needs/frustrations

•● Great customer relations

•● Sales - suggestion selling, demonstrations, finding customers, building relat


ionships

•● Getting good at time management


•● Keeping trac of my business - boo eeping - records, sales tax, payroll, per
sonnel records, customer records, daily transactions

•● Human resources management - finding good people to wor with me (job descrip
tions, incentives and compensation. Do I need help? Recruitment. Interviewing
and chec ing references. Selecting, training, negotiating salary, and dismissi
ng employees

•● What does it cost to run my business? Product/service delivery expenses, sta


ff, mar eting, advertising and overhead expenses.

•● Vendors - selection criteria, negotiating contracts with vendors, placing ord


ers

•● Excellent fulfillment - distribution channels

•● Protecting my business against ris - what are the ris s, what can I do to pr
otect against loss

C.3. Qualifications

The writer(s) shall be individual(s) with expertise in at least one area of you
th livelihoods - entrepreneurship, employability, and/or financial education. T
he writer(s) shall have international teaching/training experience, preferably (
but not limited to) experience with the Peace Corps. The ideal writer(s) shall
have experience developing practical guides that can be used by diverse users -
new and experienced teachers/trainers.

C.4. Scope of Wor

To initiate this contract, the writer(s) shall meet with the contracting office
's technical representative (COTR), the youth and business specialists and the m
aterials development team to review the project, discuss the content and tas s,
and clarify deliverables and writing guidelines. Specialists will provide techn
ical materials and the structure for developing the sessions. The materials deve
lopment team will provide the Peace Corps' writing style guidelines and template
s for requesting permission to use copyrighted materials. If writer(s) identify
and wish to use copyrighted materials in their modules, it is their responsibil
ity to secure permission for the Peace Corps to use the materials using the Peac
e Corps standard permission forms.

The writer(s) shall provide drafts and receive feedbac , as outlined in section
F.

Drafts will be reviewed by the wor ing group comprised of several specialists, p
rogram managers in the field, and the materials development team. The committee
will meet periodically to review portions of the modules developed by the write
r as outlined in section F. Draft sections of the modules may also be sent to r
epresentatives in the field for feedbac on content, style, readability, and app
licability to different contexts.

Second and third drafts may be required depending on reviewers' feedbac .

The final draft will be reviewed by Volunteers and staff in the field, represent
ing the youth development and business sectors.

The writer(s) shall:

•1. Participate in face-to-face meetings and/or teleconferences throughout the


length of the contract with the COTR and wor ing group.

•2. Review existing materials provided by the specialists and submit an annotat
ed table of contents.

•3. Draft content per approval of the table of contents and guidance from the w
or ing group and field reviewers.

•4. Incorporate feedbac on drafts from the COTR and reviewers.

•5. Obtain permission on behalf of the Peace Corps to use copyrighted materials
, as needed.
•6. Edit drafts and submit for final review

•7. Meet the timeframe for face-to-face and/or teleconference meetings and deli
verables as outlined in section F unless modified by the Peace Corps.

C.5. Materials and Access Supplied to Contractor for Use in this Project

The contractor(s) shall wor on his/her own, outside of the Peace Corps office,
without supervision.

The Peace Corps will provide existing materials in hard copy and electronically
as well as format, writing style guidelines, and permission to use copyrighted
materials templates. The final product will be in Word for Windows for PC.

C.6. Deliverables and Timeframe

The wor required on this contract will be spread over a 20-wee period to prov
ide time for drafts to be reviewed and returned to the writer for incorporation
of changes.

Contractor Responsibilities/Deliverables

Date Due

Payment Schedule
1. Meet with the COTR and wor ing group to discuss project, tas s, and delivera
bles. Receive draft table of contents and existing materials in hardcopy and el
ectronically along with writing guidelines.

Wee after signing contract

2. Review existing materials, identify any gaps and submit an outline for each
module

Two wee s after signing contract

3. Receive comments, corrections and/or additions to content recommendations.

Three wee s after signing contract

4. Draft and submit two to three session plans per approved outline and guidanc
e from wor ing group.
Five wee s after signing contract

5. Receive comments, corrections and/or additions to document.

Seven wee s after signing contract

6. Submit first full draft of the youth livelihoods modules; receive partial pa
yment (40%) if draft is acceptable.*

Ten wee s after signing contract

40% of contract

7. Receive comments, corrections and/or additions to document.


Fourteen wee s after signing contract

8. Submit second (final) draft of the youth livelihoods modules, incorporating


submissions from the field per COTR and wor ing group's guidance.

Seventeen wee s after signing contract

9. Receive comments, corrections and/or additions, if necessary.

Eighteen wee s after signing contract

10. Edit draft per wor ing group's guidance and submit final draft of modules a
nd all permissions to use copyrighted materials. Receive final payment (60%) if
draft is acceptable.*
Twenty wee s after signing contract

60% of contract

All payments contingent on acceptability of wor as determined by COTR.

C.7. Responsibilities and Logistics

The contractor(s) shall report to the COTR as outlined above. Contractor(s) wi


ll receive payment according to the Payment Schedule above by presenting a signe
d invoice to the COTR, including all information required by the Peace Corps to
process payment.

The contractor(s) shall provide the deliverables within the given timeframe, un
less modified in advance with the COTR. The deliverables shall be submitted in
draft and final forms as hard copy and electronically in Word for Windows for PC
.

All items to be delivered under this contract are subject to inspection and acc
eptance by the COTR. Payments will be made only after review of drafts and wor
approved as acceptable. Peace Corps writing guidelines and other format and st
yle guidelines provided by the COTR must be followed. The Peace Corps will prov
ide the reviews of documents as scheduled. Individual reviews and recommendatio
ns of documents will be compiled and provided to the writer in either hard copy
or electronically.

The contractor(s) shall anticipate revisions to the first and second drafts.

Materials written for the Peace Corps under this contract become the property o
f the Peace Corps. Any original writing will be in the public domain and may be
used by others as well. Any copyrighted material contained within the publicat
ion for which permission to adapt or use has been granted are not in the public
domain. Anyone wishing to use those materials must see specific permission from
the original copyright holder.
SECTION D: PACKAGING AND MARKING

Preservation, pac aging, and pac ing for shipment, mailing, or transport of any
type performed under the contract shall be in accordance with good commercial p
ractice and adequate to ensure acceptance by common carrier and safe transportat
ion to the destinations at the most economical rate(s).

SECTION E: INSPECTION AND ACCEPTANCE

All inspection and acceptance of the service and/or supplies called for herein
shall be performed by the Contracting Officer's Technical Representative (COTR)
in accordance with FAR 52.212-4.

SECTION F: DELIVERIES AND PERFORMANCE:

•1. Period of Performance


The period of performance shall be 6 months from the date of award.

SECTION G: CONTRACT ADMINISTRATION

G.1. Disputes and Appeals:

Disputes and appeals will be administered in accordance with the


procedures provided in FAR 33.2.

G.2. Interpretation or Modification:

No oral or written statement of any person and no written statement


of anyone other than the Contracting Officer (CO) shall modify or
otherwise affect the terms or meaning of this contract.
Requests for interpretations, modifications or changes shall be made
in writing to the CO.

The COTR can only respond (verbally or in writing) to technical


matters.

G.3. Contracting Officer:

The Contracting Officer for this contract is:

J. C. Bradley

(202) 692-1622

jbradley@peacecorps.gov

G.4. Contracting Officer's Technical Representative:

To be determined.

END OF SECTION

SECTION H: SPECIAL PROVISIONS

H.1. Advertising of Award:

The Contractor agrees not to refer to awards in commercial


advertising in such a manner as to state or imply that the product
or service provided is endorsed or preferred by the Peace Corps or
is considered by the Peace Corps to be superior to other products
or services.
H.2. Limitation of Liability:

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

H.3. Confidentially/Dissemination of Information:

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

There shall be no dissemination or publication of information obtained or develo


ped under this contract or contained in the reports to be furnished pursuant to
this contract, without the prior written approval of the Contracting Officers Te
chnical Representative (COTR) or the CO.

END OF SECTION

SECTION I: CONTRACT CLAUSES

52.212-1 Instructions to Offerors-Commercial Items (JUN 2008)

52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executi


ve Orders (JAN 2011)

(a) The Contractor shall comply with the following Federal Acquisition Regulatio
n (FAR) clauses, which are incorporated in this contract by reference, to implem
ent provisions of law or Executive orders applicable to acquisitions of commerci
al items:

(1) 52.222-50, Combating Traffic ing in Persons (Feb 2009) (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. 10
8-77, 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 acqui
sitions of commercial items:

[Contracting Officer chec as appropriate.]

X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 200


6), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Aw


ards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).

X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with C


ontractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C.
6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts
for the acquisition of commercially available off-the-shelf items).

X_ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U
.S.C. 644).

X_ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 6
37(d)(2) and (3)).

X_ (20) 52.219-28, Post Award Small Business Program Representation (Apr 2009)
(15 U.S.C. 632(a)(2)).
X_ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

X_ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 20


10) (E.O. 13126).

X_ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

X_ (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

X_ (26) 52.222-36, Affirmative Action for Wor ers with Disabilities (Oct 2010) (
29 U.S.C. 793).

X_ (29) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Or


der 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
.)

X_ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 20
10) (E.O. 13513).

X_ (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.
C. 255(f), 10 U.S.C. 2307(f)).

X_ (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regis


tration (Oct 2003) (31 U.S.C. 3332).

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.).

X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjust
ment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(1) The Comptroller General of the United States, or an authorized representativ
e of the Comptroller General, shall have access to and right to examine any of t
he Contractor's directly pertinent records involving transactions related to thi
s contract.

(2) The Contractor shall ma e available at its offices at all reasonable times t
he records, materials, and other evidence for examination, audit, or reproductio
n, until 3 years after final payment under this contract or for any shorter peri
od specified in FAR Subpart 4.7, Contractor Records Retention, of the other clau
ses of this contract. If this contract is completely or partially terminated, th
e records relating to the wor terminated shall be made available for 3 years af
ter any resulting final termination settlement. Records relating to appeals unde
r 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, litiga
tion, or claims are finally resolved.

(3) As used in this clause, records include boo s, documents, accounting procedu
res and practices, and other data, regardless of type and regardless of form. Th
is does not require the Contractor to create or maintain any record that the Con
tractor does not maintain in the ordinary course of business or pursuant to a pr
ovision 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 commercia
l 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 opportunit
ies. If the subcontract (except subcontracts to small business concerns) exceeds
$650,000 ($1.5 million for construction of any public facility), the subcontrac
tor must include 52.219-8 in lower tier subcontracts that offer subcontracting o
pportunities.

(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 Wor ers with Disabilities (Oct 2010) (29
U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relati
ons 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 Traffic ing in Persons (Feb 2009) (22 U.S.C. 7104(g)).

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

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contra
cts 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 (Fe
b 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in acco
rdance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for comme
rcial items a minimal number of additional clauses necessary to satisfy its cont
ractual obligations.
(End of clause)

52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limi
ts 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 exten
sion of performance hereunder shall not exceed 6 months. The Contracting Officer
may exercise the option by written notice to the Contractor within 15 days prio
r to the end of the contract.

52.233-2 Service of Protest (Sept 2006)

(a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation


, that are filed directly with an agency, and copies of any protests that are fi
led with the Government Accountability Office (GAO), shall be served on the Cont
racting Officer (addressed as follows) by obtaining written and dated ac nowledg
ment of receipt from J. C. Bradley, 1111 20th Street NW, Washington DC 20526.

(b) The copy of any protest shall be received in the office designated above wit
hin one day of filing a protest with the GAO.

52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

United States law will apply to resolve any claim of breach of this contract.

(End of clause)

Use of Peace Corps Name and Logo (November 2008)

The Contractor shall ma e no publicity announcements or issue other public relat


ions or promotional materials mentioning the Contractor's connection with Peace
Corps without first consulting with the Contracting Officer. Further the Contra
ctor shall not use the Peace Corps name and/or logo in conjunction with, or prox
imity to, the Contractor's logo, trademar , trade name or facsimile thereof (co-
branding) without the advance written concurrence of the Contracting Officer.

SECTION J: ATTACHMENTS

None

SECTION K: Representations and Certifications

52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011)

An offeror shall complete only paragraph (b) of this provision if the offeror ha
s 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 on
ly paragraphs (c) through (o) of this provision.

(a) Definitions. As used in this provision-

"Forced or indentured child labor" means all wor 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 wor er does not offer himself voluntari
ly; or

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

"Inverted domestic corporation" means a foreign incorporated entity which is tre


ated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporat
ion that used to be incorporated in the United States, or used to be a partnersh
ip in the United States, but now is incorporated in a foreign country, or is a s
ubsidiary whose parent corporation is incorporated in a foreign country, that me
ets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the ru
les and definitions of 6 U.S.C. 395(c).
"Manufactured end product" means any end product in Federal Supply Classes (FSC)
1000-9999, except-

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

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

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

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

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

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

(8) FSC 9610, Ores;

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

(10) FSC 9630, Additive Metal Materials.

"Place of manufacture" means the place where an end product is assembled out of
components, or otherwise made or processed from raw materials into the finished
product that is to be provided to the Government. If a product is disassembled a
nd 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 activit
ies, 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 bu
siness operations do not include business operations that the person (as that te
rm is defined in Section 2 of the Sudan Accountability and Divestment Act of 200
7) conducting the business can demonstrate-
(1) Are conducted under contract directly and exclusively with the regional gove
rnment 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 unde
r 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 peac


e eeping 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 v
eterans or, in the case of any publicly owned business, not less than 51 percent
of the stoc 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), wi


th 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 inde
pendently owned and operated, not dominant in the field of operation in which it
is bidding on Government contracts, and qualified as a small business under the
criteria in 13 CFR Part 121 and size standards in this solicitation.

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

(1) Not less than 51 percent of which is owned by one or more veterans (as defin
ed at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less
than 51 percent of the stoc 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 owne


d by one or more women; or in the case of any publicly owned business, at least
51 percent of its stoc 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 a
ny publicly owned business, at least 51 percent of the stoc of which is owned b
y one or more women; and

(2) Whose management and daily business operations are controlled by one or more
women.

(b)

(1) Annual Representations and Certifications. Any changes provided by the offer
or in paragraph (b)(2) of this provision do not automatically change the represe
ntations and certifications posted on the Online Representations and Certificati
ons Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications elec
tronically 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 52.21
2-3, Offeror Representations and Certifications-Commercial Items, have been ente
red or updated in the last 12 months, are current, accurate, complete, and appli
cable to this solicitation (including the business size standard applicable to t
he NAICS code referenced for this solicitation), as of the date of this offer an
d are incorporated in this offer by reference (see FAR 4.1201), except for parag
raphs ______________.

[Offeror to identify the applicable paragraphs at (c) through (o) of this provis
ion that the offeror has completed for the purposes of this solicitation only, i
f 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, an
d do not result in an update to the representations and certifications posted on
ORCA.]

(c) Offerors must complete the following representations when the resulting cont
ract will be performed in the United States or its outlying areas. Chec all tha
t 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 represen
ted itself as a small business concern in paragraph (c)(1) of this provision.] T
he offeror represents as part of its offer that it o is, o is not a veteran-owne
d 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 paragra
ph (c)(2) of this provision.] The offeror represents as part of its offer that i
t o is, o is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete only if the offeror represen
ted itself as a small business concern in paragraph (c)(1) of this provision.] T
he 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 represente
d itself as a small business concern in paragraph (c)(1) of this provision.] The
offeror represents that it o is, o is not a women-owned small business concern.
Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expecte
d to exceed the simplified acquisition threshold.

(6) Women-owned business concern (other than small business concern). [Complete
only if the offeror is a women-owned business concern and did not represent itse
lf as a small business concern in paragraph (c)(1) of this provision.] The offer
or represents that it o is a women-owned business concern.

(7) Tie bid priority for labor surplus area concerns. If this is an invitation f
or bid, small business offerors may identify the labor surplus areas in which co
sts to be incurred on account of manufacturing or production (by offeror or firs
t-tier subcontractors) amount to more than 50 percent of the contract price:____
________________________________

(8) [Complete only if the solicitation contains the clause at FAR 52.219-23, Not
ice 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 disadvanta
ged 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 representatio
n, as a certified small disadvantaged business concern in the database maintaine
d by the Small Business Administration (PRO-Net), and that no material change in
disadvantaged ownership and control has occurred since its certification, and,
where the concern is owned by one or more individuals claiming disadvantaged sta
tus, the net worth of each individual upon whom the certification is based does
not exceed $750,000 after ta ing into account the applicable exclusions set fort
h 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 b
usiness 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 Disadvanta
ged 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 th
at the representation in paragraph (c)(9)(i) of this provision is accurate for t
he small disadvantaged business concern that is participating in the joint ventu
re. [The offeror shall enter the name of the small disadvantaged business concer
n that is participating in the joint venture: ________________.]

(9) HUBZone small business concern. [Complete only if the offeror represented it
self as a small business concern in paragraph (c)(1) of this provision.] The off
eror represents, as part of its offer, that-

(i) It o is, o is not a HUBZone small business concern listed, on the date of th
is representation, on the List of Qualified HUBZone Small Business Concerns main
tained by the Small Business Administration, and no material changes in ownershi
p and control, principal office, or HUBZone employee percentage have occurred si
nce 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 requiremen
ts of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this pr
ovision is accurate for each HUBZone small business concern participating in the
HUBZone joint venture. [The offeror shall enter the names of each of the HUBZon
e small business concerns participating in the HUBZone joint venture: __________
.] Each HUBZone small business concern participating in the HUBZone joint ventur
e 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 subje


ct 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 ac
tion 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 submi
ssion of its offer, the offeror certifies to the best of its nowledge and belie
f that no Federal appropriated funds have been paid or will be paid to any perso
n for influencing or attempting to influence an officer or employee of any agenc
y, 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 resu
ltant contract. If any registrants under the Lobbying Disclosure Act of 1995 hav
e 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 o
fferor need not report regularly employed officers or employees of the offeror t
o whom payments of reasonable compensation were made.

(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisi
tion Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this s
olicitation.)

(1) The offeror certifies that each end product, except those listed in paragrap
h (f)(2) of this provision, is a domestic end product and that for other than CO
TS items, the offeror has considered components of un nown origin to have been m
ined, produced, or manufactured outside the United States. The offeror shall lis
t as foreign end products those end products manufactured in the United States t
hat 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 definitio
n of "domestic end product." The terms "commercially available off-the-shelf (CO
TS) item" "component," "domestic end product," "end product," "foreign end produ
ct," 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 proc
edures of FAR Part 25.

(g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Ap
plies 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 paragrap
h (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and tha
t for other than COTS items, the offeror has considered components of un nown or
igin to have been mined, produced, or manufactured outside the United States. Th
e terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially av
ailable off-the-shelf (COTS) item," "component," "domestic end product," "end pr
oduct," "foreign end product," "Free Trade Agreement country," "Free Trade Agree
ment country end product," "Israeli end product," and "United States" are define
d in the clause of this solicitation entitled "Buy American Act-Free Trade Agree
ments-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 pr
oducts) or Israeli end products as defined in the clause of this solicitation en
titled "Buy American Act-Free Trade Agreements-Israeli Trade Act":

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Oman
i, 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-Isr
aeli 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 p
roducts, i.e., an end product that is not a COTS item and does not meet the comp
onent 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 pro
cedures of FAR Part 25.

(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Altern
ate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicita
tion, 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 pr
oducts 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, Altern
ate II. If Alternate II to the clause at FAR 52.225-3 is included in this solici
tation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) o
f the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end pr
oducts or Israeli end products as defined in the clause of this solicitation ent
itled "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, T
rade Agreements, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragrap
h (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 no
t 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 pr
ocedures of FAR Part 25. For line items covered by the WTO GPA, the Government w
ill evaluate offers of U.S.-made or designated country end products without rega
rd 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 Co
ntracting 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). (App


lies only if the contract value is expected to exceed the simplified acquisition
threshold.) The offeror certifies, to the best of its nowledge and belief, tha
t the offeror and/or any of its principals-

(1) o Are, o are not presently debarred, suspended, proposed for debarment, or d
eclared 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 co
nvicted of or had a civil judgment rendered against them for: commission of frau
d or a criminal offense in connection with obtaining, attempting to obtain, or p
erforming a Federal, state or local government contract or subcontract; violatio
n of Federal or state antitrust statutes relating to the submission of offers; o
r commission of embezzlement, theft, forgery, bribery, falsification or destruct
ion of records, ma ing 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 enumera
ted in paragraph (h)(2) of this clause; and

(4) o Have, o have not, within a three-year period preceding this offer, been no
tified of any delinquent Federal taxes in an amount that exceeds $3,000 for whic
h 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 pe
nding administrative or judicial challenge. In the case of a judicial challenge
to the liability, the liability is not finally determined until all judicial app
eal rights have been exhausted.

(B) The taxpayer is delinquent in ma ing payment. A taxpayer is delinquent if th


e taxpayer has failed to pay the tax liability when full payment was due and req
uired. 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 see Tax Court review of a proposed tax deficie
ncy. This is not a delinquent tax because it is not a final tax liability. Shoul
d the taxpayer see Tax Court review, this will not be a final tax liability unt
il the taxpayer has exercised all judicial appeal rights.

(B) The IRS has filed a notice of Federal tax lien with respect to an assessed t
ax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitli
ng the taxpayer to request a hearing with the IRS Office of Appeals contesting t
he 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 op
portunity to contest the liability. This is not a delinquent tax because it is n
ot a final tax liability. Should the taxpayer see tax court review, this will n
ot 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. §615
9. The taxpayer is ma ing timely payments and is in full compliance with the agr
eement terms. The taxpayer is not delinquent because the taxpayer is not current
ly required to ma e full payment.

(D) The taxpayer has filed for ban ruptcy protection. The taxpayer is not delinq
uent because enforced collection action is stayed under 11 U.S.C. §362 (the Ban ru
ptcy Code).

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Ex
ecutive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any
end products being acquired under this solicitation that are included in the Li
st of Products Requiring Contractor Certification as to Forced or Indentured Chi
ld 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 c
ountries of origin in paragraph (i)(1) of this provision, then the offeror must
certify to either (i)(2)(i) or (i)(2)(ii) by chec ing the appropriate bloc .]

[ ] (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 th
is provision that was mined, produced, or manufactured in the corresponding coun
try as listed for that product. The offeror certifies that it has made a good fa
ith effort to determine whether forced or indentured child labor was used to min
e, produce, or manufacture any such end product furnished under this contract. O
n 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 predominant
ly for the acquisition of manufactured end products.) For statistical purposes o
nly, the offeror shall indicate whether the place of manufacture of the end prod
ucts it expects to provide in response to this solicitation is predominantly-

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

(2) o Outside the United States.

( ) Certificates regarding exemptions from the application of the Service Contra


ct Act. (Certification by the offeror as to its compliance with respect to the c
ontract also constitutes its certification as to compliance by its subcontractor
if it subcontracts out the exempt services.) [The contracting officer is to che
c a box to indicate if paragraph ( )(1) or ( )(2) applies.]

[ ] (1) Maintenance, calibration, or repair of certain equipment as described i


n 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, establ
ished catalog or mar et 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 wor under the contract will be the same as that used for these empl
oyees and equivalent employees servicing the same equipment of commercial custom
ers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o doe
s o does not certify that-

(i) The services under the contract are offered and sold regularly to non-Govern
mental 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 mar et prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract wil
l 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 percen
t of available hours during the contract period if the contract period is less t
han a month) servicing the Government contract; and

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

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

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

(ii) The Contracting Officer may not ma e an award to the offeror if the offeror
fails to execute the certification in paragraph ( )(1) or ( )(2) of this clause
or to contact the Contracting Officer as required in paragraph ( )(3)(i) of thi
s 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 c
ontractor registration database to be eligible for award.)

(1) All offerors must submit the information required in paragraphs (l)(3) throu
gh (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 6
050M, 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 delinquen
t 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 re
quirements described in FAR 4.904, the TIN provided hereunder may be matched wit
h 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 t


hat does not have income effectively connected with the conduct of a trade or bu
siness 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 off
eror certifies that the offeror does not conduct any restricted business operati
ons in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations.

(1) Relation to Internal Revenue Code. A foreign entity that is treated as an in


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

(2) Representation. By submission of its offer, the offeror represents that it i


s not an inverted domestic corporation and is not a subsidiary of one.
(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.

(End of provision)

SECTION L - INSTRUCTIONS TO OFFERORS

The provisions of FAR 52.212-1 apply.

Proposals shall be submitted as follows:

Offerors shall submit the following as part of their proposal:

•● Which module(s) they wish to write.

•● Resume which outlines s ills, competencies, and wor experience relevant to a


ccomplishment of this project.

•● At least one sample of a writing project similar to this one.


•● A list of names, addresses and telephone numbers of two people who can verify
wor and writing experience. Submission of these names implies granting permis
sion for Peace Corps to contact these references for information about the profe
ssional capabilities of the potential contractor.

■A bid for the completion of the wor . The bid is for a daily rate you determine
times the number of days you anticipate it will ta e to complete the job. This
shall be a total cost for time spent in meetings; writing; and editing and proof
ing for coherence, style, and format.

SECTION M - EVALUATION FACTORS FOR AWARD

1. The government will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most adv
antageous to the government, price and other factors considered. If, after eval
uation it is deemed that there are no acceptable offers the Peace Corps may canc
el this solicitation at no cost to the government. The Peace Corps will use the
following factors listed in order of descending order of importance, to evaluat
e offers.

(a) Past Performance. Offerors will be evaluated primarily on


the extent and quality of past performance in providing products and services,
similar in scope, complexity of wor , quality of services, timeliness of perform
ance, ease of use and price.

(b) Technical Competence in developing youth livelihoods teaching materia


ls.
(c) Experience and qualifications (see below).

(d) Price. Offerors shall propose a fixed price for all elements as des
cribed in this RFP .

2. Desired s ills/experience of contractor(s)

Experience in and nowledge of teaching youth livelihoods (entrepren


eurship, wor force development and employability, and/or financial education) to
adults and youth.

Experience in and nowledge of teaching in an international setting (preferably


through experience in the Peace Corps).

Experience developing youth livelihoods curriculum.

Experience in writing into youth livelihoods session plans.

3. A written notice of award or acceptance of an offer, mailed or otherwise fu


rnished to the successful offeror within the time for acceptance specified in th
e offer, shall result in a binding contract without further action by either par
ty. Before the offer's expiration time, the government may accept an offer (or
part of an offer), whether or not there are negotiations after its receipt, unle
ss a written notice of withdrawal is received before award.
Please consult the list of document viewers if you cannot open a file.
Amendment 1
Type: Mod/Amendment Posted Date: March 9, 2011 Q&A 1.docx (20.77 Kb)
Description: Questions and answers
Amendment 2
Type: Mod/Amendment Posted Date: March 10, 2011 Sample Lesson Plan.docx (27.52 K
b)
Description: SECTION J ATTACHMENT 1: Sample Lesson Plan
Q&A 2
Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Label:
Q&A 2
Posted Date: March 10, 2011 Q&A 2.docx (13.36 Kb)
Description: Questions and answers 2.
Contracting Office Address:
1111 20th Street, N.W., Room 4416
Washington, District of Columbia 20536
Primary Point of Contact.:
Jeffery C Bradley,
Contracting Officer
jbradley@peacecorps.gov
Phone: (202) 692-1622
Fax: (202) 692-1590 All Files
Amendment 1
Mar 09, 2011
Q&A 1.docxAmendment 2
Mar 10, 2011
Sample Lesson Plan.d...Download/View Sample Lesson Plan.docxQ&A 2
Mar 10, 2011
Q&A 2.docxGeneral Information
Notice Type:
Combined Synopsis/Solicitation
Original Posted Date:
March 2, 2011
Posted Date:
March 10, 2011
Response Date:
Mar 23, 2011 12:00 pm Eastern
Original Response Date:
Mar 16, 2011 12:00 pm Eastern
Archiving Policy:
Automatic, 15 days after response date
Original Archive Date:
March 31, 2011
Archive Date:
April 7, 2011
Original Set Aside:
Total Small Business
Set Aside:
Total Small Business
Classification Code:
U -- Education & training services
NAICS Code:
611 -- Educational Services/611710 -- Educational Support Services
For Help: Federal Service Des Accessibility.

Das könnte Ihnen auch gefallen