GSA Advantage!



[pic]

General Services Administration

Federal Supply Service

Professional Engineering Services

Authorized Federal Supply Schedule Price List

Contract GS-10F-0030U

Service Group 871

Period of Performance:

5NOV07 to 4NOV12

Point of Contact: John Kosiba

Email: jkosiba@

Website:

Business Site: Woman-Owned Small Business

CONTRACT NUMBER GS10F0030U

Contract Period: November 5, 2007 to November 4, 2012

Offeror’s Name ____SPAAN Tech, Inc._____________

Offeror’s Address: ___311 South Wacker Drive; Suite 2400____________________________

____Chicago, IL 60606_________________________________________

Website Address: _______________________________________________________________

NAICS/SIC Code:

NAICS 541330/SIC CODE 8711 NAICS 541710/SIC CODE 8731

Please indicate company’s primary NAICS/SIC code.

Business Size (check all that applies): Small Business

Small Disadvantaged

8(A)

Woman Owned Small Business

Veteran-Owned Small Business

Woman Owned Large Business

Large Business

DUNS Number: __07-153-1714____________________________________

Contact for Contract Administration:

Name: _____John Kosiba, Chief Operating Officer_____________________

Address: ___SPAAN Tech, Inc.____________________________________

___________311 South Wacker Drive; Suite 2400_______________________

___________Chicago, IL 60606____________________________________

Telephone No._(312) 277-8800_______ Fax No.__(312) 277-8808___

E-mail: _____jkosiba@_______________________________

Special Item Number(s) (SINs) Primary Engineering Discipline(s) (PEDs)

Chemical (CE); Civil (CI); Electrical (EE); Mechanical (ME)

SINs Offered: CE CI EE ME

871-1 Strategic Planning for Technology Programs/Activity

871-2 Concept Development and Requirements Analysis

871-3 System Design, Engineering and Integration

871-4 Test and Evaluation

871-5 Integrated Logistics Support

871-6 Acquisition and Life Cycle Management

Coverage: Domestic and/or Worldwide

I, __Smita N. Shah, P.E.___________, represent that, to the best of my knowledge and belief, that the information included in my offer is complete, accurate, and true.

________________________________________________ ______________

Signature Date

_Smita N. Shah, P.E._____________________________ ___President___

Printed Name

Section 1 – General Description of the Firm’s Experience

SPAAN Tech has over 10 years of corporate experience in delivering professional engineering services to federal, state, and local governments in addition to commercial organizations. The Primary Engineering Disciplines provided were: Civil Engineering, Construction Management Services, Electrical Engineering and Mechanical Engineering.

Engineering Services related to general engineering (Civil, Construction Management, Electrical and Mechanical) were provided to the United States Department of Energy, the Illinois State Toll Highway Authority, the Illinois Department of Transportation, the Chicago Transit Authority, the City of Chicago Department of Aviation, the City of Chicago Department of Water Management, the Chicago Housing Authority, the Lake County Division of Transportation, Cook County, the Chicago Public School System, the City of Gary in Indiana, the Chicago Metropolitan Pier and Exposition Authority, the Illinois Capital Development Board, and Commonwealth Edison. The Civil Engineering services included: continuous schedule enforcement; design compliance within established budgets; control of the scope of work; best use of individual team members’ expertise; maximum avoidance of delays, changes and claims; application and integration of comprehensive project controls; design quality assurance throughout the design process; consideration of material, systems and process alternatives, and code compliance review. The Electrical Engineering services included: the design of circuits and systems; engineering management; Intelligent Transportation Systems; control systems and professional communications.

The Mechanical Engineering services included: life cycle management; analysis of program goals, mission and objectives; assessment support; investigative engineering services; technical analysis and technical writing. Program Management services are currently being provided to the United States Department of Energy at the Argonne National Laboratory. These services include strategic planning, transportation support services, technical consulting and program management.

SPAAN Tech’s Plan to accomplish an assignment would commence upon issuance of a specific task order. SPAAN Tech would assign a qualified Project Manager who would assemble a team of personnel who had the requisite knowledge to execute that particular task. The team would be selected based on the experience and qualifications required to effectively complete this task. This team would meet with GSA to review the task requirements and fully understand the scope of work. As required, a fee proposal would be submitted for approval by the GSA. The quality of the project is also carefully monitored throughout the progress of the task. SPAAN Tech has an established Quality Control Plan that has been successfully used on several projects. The objective of this plan is to provide a review process to meet the technical and functional requirements of the task. This oversight at the task level would be applied to the overall contract to assure quality results. All project data, surveys, and meetings would be documented and reviewed prior to submittal to the Agency. The tasks would be reviewed in the context of the overall contract to assure that all the client’s objectives are met. SPAAN Tech’s approach has resulted in the effective execution of several Professional Engineering projects. We are confident that our experience, qualifications, and commitment will provide GSA with a partner that has demonstrated the capability for successful completion.

Section 2 - Design Management Plan for Multi-Discipline Projects

The Design Management Plan in effect for all multi-discipline engineering and architectural assignments at SPAAN Tech, Inc. (STI) begins with a review of the Scope of Services by the Quality Manager (QM), to determine the activities, processes and deliverables that will be subject to an internal audit or review. The QM meets with upper management and the Project Manager to review the Organization Chart depicting the lines of communication, internal and external, from STI to its Sub-consultants and to the Client. The QM’s position is noted with a direct link to both Management and the technical reviewers on the project.

Under a Blanket Purchase Agreement, which generates tasks on an as-needed basis, the QM prepares a task-specific Quality Control Plan (QCP) upon receipt of a Task Order, utilizing the existing STI base document and supplementing it with any necessary checklists, and coordinating the reviews with the project schedule to ensure that all submittals are available for review before the delivery date. The QCP defines the policies, plans, procedures, and organization necessary to exercise control over workmanship and operations to assure quality in all data collection, assessments and deliverables prepared by STI. The QCP is communicated, implemented, and maintained at all levels of the organization, and applies to Sub-consultants on the project. The primary aspect of a successful QCP is the use of objective reviewers that are not actively involved in the preparation of the project documents. This allows for the discovery of anomalies that need to be addressed to avoid construction change orders.

The QCP addresses the role of Management, assigns overview responsibility and accountability for each design discipline that will be involved in the project. The QCP delegates authority and specifies milestones for internal audits as well as for an annual review of the effectiveness of the QCP itself. The QCP links the budget for an assignment with the budget for reviews and allows both time and fee to implement a thorough, objective review. During the course of a project, if it is determined that the QCP needs to be revised, it is revised to fit the needs of the project.

The QCP establishes a documented system for Quality Assurance. It supports the client preferences and the format of the deliverables. It specifies a system for Document Control including the management and retrieval of Documents and Document revisions. All checklists resulting from any previous submittals are used to ensure that all review comments have been addressed.

The QCP provides a system for implementation of corrective action, and ensures that the assigned staff is familiar with all applicable client resources, ranging from design criteria, Standards and Special Provisions, to CADD requirements such as lettering, line weights and the use of assigned levels for representation of exhibits to be included in a Report.

For each Task Order in a Blanket Agreement, the deliverables, whether they are design documents or a Project Report, will be reviewed to ensure that all associated project analysis and documentation (charts, field notes, drawings, photos, etc.) are included and that the Executive Summary, description of activity performed, the result findings, conclusions and recommendations reflect all data collected. This will include tasks such as: topographic surveys, existing facility engineering inspections; engineering reviews of facility construction project scopes and designs; mechanical or electrical maintenance contract scope development or review; facility operations topics; assessment of non-destructive testing of facility equipment systems; building and equipment systems inspections and evaluations.

A draft Task Report will be prepared for internal review using the QCP. Each Task Report shall be then be submitted for review by the assigned client Project Manager in draft format (within 14 days of completing the task). STI shall make any corrections suggested by the client in the draft and issue a Final Task Report within 14 days. In the event that the client provides any additional review comments, the QM will typically discuss these with the client representative to ensure that the correct action is taken, thereby keeping control of the project budget and ensuring that the necessary revisions or corrections are performed to the satisfaction of the client, as well as ensuring that a “lessons learned” approach is taken and implemented on both the current and future assignments. If necessary, the QCP would be revised to ensure that it encompasses all necessary actions in the review process.

Section 3 - Quality Management Plan for Multi-Discipline Projects

The Quality Assurance process in effect for all engineering and architectural assignments at SPAAN Tech, Inc. (STI) begins with a review of the Scope of Services by the Quality Manager (QM), to determine the activities, processes and deliverables that will be subject to an internal audit or review. The QM meets with upper management and the Project Manager to review the Organization Chart depicting the lines of communication, internal and external, from STI to its Sub-consultants and to the Client. The QM’s position is noted with a direct link to both Management and the technical reviewers on the project.

Under a Blanket Purchase Agreement, which generates tasks on an as-needed basis, the QM prepares a task-specific Quality Control Plan (QCP) upon receipt of a Task Order, utilizing the existing STI base document and supplementing it with any necessary checklists, and coordinating the reviews with the project schedule to ensure that all submittals are available for review before the delivery date. The QCP defines the policies, plans, procedures, and organization necessary to exercise control over workmanship and operations to assure quality in all data collection, assessments and deliverables prepared by STI. The QCP is communicated, implemented, and maintained at all levels of the organization, and applies to Sub-consultants on the project. The primary aspect of a successful QCP is the use of objective reviewers that are not actively involved in the preparation of the project documents. This allows for the discovery of anomalies that need to be addressed to avoid construction change orders.

The QCP addresses the role of Management, assigns overview responsibility and accountability for each design discipline that will be involved in the project. The QCP delegates authority and specifies milestones for internal audits as well as for an annual review of the effectiveness of the QCP itself. The QCP links the budget for an assignment with the budget for reviews and allows both time and fee to implement a thorough, objective review. During the course of a project, if it is determined that the QCP needs to be revised, it is revised to fit the needs of the project.

The QCP establishes a documented system for Quality Assurance. It supports the client preferences and the format of the deliverables. It specifies a system for Document Control including the management and retrieval of Documents and Document revisions. All checklists resulting from any previous submittals are used to ensure that all review comments have been addressed.

The QCP provides a system for implementation of corrective action, and ensures that the assigned staff is familiar with all applicable client resources, ranging from design criteria, Standards and Special Provisions, to CADD requirements such as lettering, line weights and the use of assigned levels for representation of exhibits to be included in a Report.

For each Task Order in a Blanket Agreement, the deliverable, a Project Report, will be reviewed to ensure that all associated project analysis and documentation (charts, field notes, drawings, photos, etc.) are included and that the Executive Summary, description of activity performed, the result findings, conclusions and recommendations reflect all data collected. This will include tasks such as: facility equipment inventory audits; real property facility engineering inspections; engineering reviews of facility construction project scopes and designs; mechanical maintenance contract scope development or review; real property facility systems trouble-shooting and commissioning; assessment of training in mechanical maintenance, facility operations topics; assessment of non-destructive testing of facility equipment systems; building and equipment systems inspections and evaluations.

A draft Task Report will be prepared for internal review using the QCP. Each Task Report shall be then be submitted for review by GSA in draft format (within 14 days of completing the task). STI shall make corrections suggested by GSA in the draft and issue a Final Task Report within 14 days. In the event that GSA provides any additional review comments, the QM will typically discuss these with the client representative to ensure that the correct action is taken, thereby keeping control of the project budget and ensuring that the necessary revisions or corrections are performed to the satisfaction of the client, as well as ensuring that a “lessons learned” approach is taken and implemented on both the current and future assignments. If necessary, the QCP would be revised to ensure that it encompasses all necessary actions in the review process.

Section 4 - Past Performance/Project Descriptions

SIN 871-1 Strategic Planning for Technology Programs/Activities

SPAAN Tech has recently provided special studies and analysis services to the Illinois Tollway as well as definition and interpretation of high-level organizational engineering performance requirements and training assistance to Commonwealth Edison. The projects involved providing management and technical services which include planning and maintaining an overall quality control process for the entire project process. SPAAN Tech is able to draw on its expertise in Professional Engineering Services to provide software services including the management of computer system upgrades. Our staff is familiar with professional engineering software and is able to select cost effective and efficient solutions to meet our client’s goals and expectations. In addition, SPAAN Tech has provided planning services in support of Commonwealth Edison’s maintenance programs which have included operations, building expansion and electrical systems, energy management systems, telecommunications as well as training in the use of systems.

Specific examples of SIN 871-1 experience include:

Example 1, PED: Electrical Engineering

Client: A. Epstein and Sons International, Inc. (Prime Consultant)

Project: O’Hare International Airport Modernization Program

Point of Contact: Mr. Allen Pomerance, P.E.

A. Epstein and Sons International, Inc.

600 West Fulton Street; Chicago, IL 60661-1259

Phone: 312-429-8094; Fax: 312-382-4375

E-mail: apomerance@epstein-

Summary of Services Performed: SPAAN Tech provided the Lead Electrical Engineering Services as part of a Joint Venture Team with A. Epstein and Sons International, Inc., for the planning and electrical system design relating to the Program-wide prototype for VISAIDS and NAVAIDS systems that would be used by other designers when designing new or modifying existing runways at the Chicago O’Hare International airport.  Services included coordination with the O’Hare Modernization Program (OMP) Program Manager Office (PMO), Master Civil Engineer (MCE), Chicago Department of Aviation (DOA) and the local FAA office.

Period of Performance: 2005 to present

Dollar Value of Services: $188,000.00

Project Description: The project encompassed the planning efforts in preparation for construction of a new runway at O’Hare International Airport.

Project Deliverables: The assignment required the planning, coordination of parties in interest and electrical system design and associated new technologies available to attain the best possible design while performing air service analysis to ensure the prototype system would work system wide. The planning report provided an analysis of the mission of the various Departments, a statement of the requirements analysis, special studies of the availability of the means and methods to achieve the desired results, the outsourcing of specialty engineering such as geotechnical analysis, and the deployment, training and support necessary to incorporate the planning results into an operational system. Continued assistance and support to the client staff for the overall O’Hare International Airport modernization is on-going.

Example 2, PED: Civil, Mechanical and Electrical Engineering

Client: A. Epstein and Sons International, Inc. (Prime Consultant)

Project: O’Hare International Airport Modernization Program

Point of Contact: Mr. Allen Pomerance, P.E.

A. Epstein and Sons International, Inc.

600 West Fulton Street; Chicago, IL 60661-1259

Phone: 312-429-8094; Fax: 312-382-4375

E-mail: apomerance@epstein-

Summary of Services Performed: SPAAN Tech provided the Lead Electrical Engineering Services as part of a Joint Venture Team with A. Epstein and Sons International, Inc., for the electrical system, mechanical engineering and civil design relating to the Program-wide prototype for VISAIDS and NAVAIDS systems that would be used by other designers when designing new or modifying existing runways at the Chicago O’Hare International airport.  Services included coordination with the O’Hare Modernization Program (OMP) Program Manager Office (PMO), Master Civil Engineer (MCE), Chicago Department of Aviation (DOA) and the local FAA office.

Period of Performance: 2005 to present

Dollar Value of Services: $180,000.00

Project Description: The assignment was to provide multi-disciplined engineering support services in preparation for construction of a new runway at O’Hare International Airport.

Project Deliverables: The assignment required the preparation of an inspection report covering the civil (drainage and roadway), electrical (systems and software), mechanical (architectural and structural enhancements) and construction management for the assessment and upgrades to the client’s toll collection facilities, maintenance yards and information technology systems. Existing facilities, computer hardware, software applications for inventory control and planning processes were reviewed and a report was submitted which suggested improvements and enhancements to the various systems. The report provided an analysis of the mission of the various aviation Departments, a statement of the requirements analysis, special studies of the availability of the means and methods to achieve the desired results, the outsourcing of specialty engineering such as geotechnical analysis, and the deployment, training and support necessary to incorporate the planning results into an operational system. Continued assistance and support to the client staff is on-going.

SIN 871-2 Concept Development and Requirements Analysis

SPAAN Tech has recently provided Concept Development and Requirements Analysis services to the Illinois Tollway, the City of Chicago Department of Aviation, the Capital Development Board, the Chicago Housing Authority, the Chicago Public Schools, as well as definition and interpretation of high-level organizational engineering performance requirements and training assistance to Commonwealth Edison. The projects involved providing management and technical services which include conceptual studies and analysis of roadway lighting for the Illinois Tollway, requirements definition for video conferencing equipment and office space layout for Commonwealth Edison, performance specification development and cost estimates for the restoration and improvement of Chicago Housing Authority facilities, Life Safety Assessments of material non-compliance for the Capital Development Board and cost – performance trade-off analysis for the Capital Development Board. SPAAN Tech has been able to draw on its expertise in Professional Engineering Services to provide regulatory compliance support for the Illinois Tollway, the Capital Development Board and the Chicago Public Schools.

Specific examples of SIN 871-2 experience include:

Example I, PED: Civil Engineering

Client: Burns & McDonnell for the City of Chicago Department of Aviation

Point of Contact: Mr. Stephen M. Linnemann, P.E. – Burns & McDonnell Eng.

1431 Opus Place; Suite 400; Downers Grove, IL 60515

Phone: 630-724-3200; Fax: 630-724-3201

E-mail: slinnemann@

Summary of Services Performed: Detailed computer-aided requirements analysis, hydraulic analyses of the operating pressures, hydraulic grade lines and hydraulic head loss and conceptual designs to compare hydraulic differentials between the existing system and various alternates.

Period of Performance: October, 2004 to February, 2005

Dollar Value of Services: $200,000.00

Project Description: Project provided for the relocation of the existing 90-inch diameter concrete water main to accommodate the construction of a new runway. Analyzed approximately 5,000 linear feet of the proposed relocated 90-inch system using a 48-inch diameter ductile iron pipe with various flow rates and smoothness coefficients.

Project Deliverables: Concept studies, utility conflict resolution and analysis and evaluation of alternative technical approaches for system requirements.

Example 2, PED: Construction Management

Client: HDR Engineering for the City of Chicago Department of Transportation

Point of Contact: Mr. Robert Ryan – HDR Engineering, Inc.

8550 W. Bryn Mawr Avenue; Chicago, IL 60631

Phone: 773-380-7900; Fax 773-380-7979

E-mail: Robert.ryan@

Summary of Services Performed: Study and Analysis; Requirements Definition; Regulatory Compliance Support; Training and Outsourcing

Period of Performance: February, 2006 to December, 2006

Dollar Value of Services: $91,000.00

Project Description: The assignment was to provide Construction Management Services Upon Request for the City-wide Resurfacing Menu Program. The tasks included: Studying and analyzing contract documents for temporary highway signing in order to determine the proper placement of the signs in accordance with the regulatory procedures; Providing the services of a geotechnical engineer to evaluate alternative technical approaches and requirements analysis for the provision of paving materials; Providing the services of construction management and training inspection staff for pavement resurfacing of concrete and asphalt streets and alleys, and sidewalk removal and replacement construction; Providing the services of qualified technical staff to document constructed quantities, perform cost-performance trade-off analysis in the review of change orders or extra work orders; Provide the services Resident Engineer to ensure regulatory compliance support on four construction management projects; Outsourcing and selection of a qualified sub-consultant to perform compaction testing and nuclear density of bituminous paving as support to ensure regulatory compliance with standard specifications governing the designs and construction technology necessary to implement system requirements.

Project Deliverables: Staff members with commensurate professional engineering expertise to enable the completion of construction activity documentation; and, written reports to evaluate alternative technical approaches and associated costs for the development and enhancement of high level general performance associated with the specifications for the rehabilitation of a highway system using uniform traffic control devices.

Example 3, PED: Construction Management

Client: Illinois State Toll Highway Authority

Point of Contact: Mr. Mustafa Hassan – Illinois State Toll Highway Authority

2700 Ogden Avenue; Downers Grove, IL 60515

Phone: 630-241-6800, ext. 3936; Fax 630-241-6105

E-mail: mhassan@

Summary of Services Performed: Concept Studies and Analysis; Requirements Definition; Regulatory Compliance Support; Training and Outsourcing

Period of Performance: February, 2006 to February, 2007

Dollar Value of Services: $1,000,000.00

Project Description: The assignment was to provide Construction Management Services Upon Request. The tasks included: Studying and analyzing a concept layout for temporary highway signing in order to determine the proper placement of the signs in accordance with the regulatory procedures; Providing the services of a geotechnical engineer to evaluate alternative technical approaches and requirements analysis for the provision of paving materials, embankment and steel reinforcement; Providing the services of construction management and training inspection staff for pavement patching, parking lot rehabilitation, salt storage building removal and replacement, and telecommunication tower construction; Providing the services of qualified technical staff to document constructed quantities, perform cost-performance trade-off analysis in the review of change orders or extra work orders; Provide the services of a Quality Manager to ensure regulatory compliance support on four construction management projects; Performing a feasibility analysis on-site to determine the proper placement of supportive roadway informational signing in conjunction with adjacent toll highway system rehabilitation or reconstruction; Outsourcing and selection of a qualified sub-consultant to perform soils compaction testing, sieve analysis, nuclear density of bituminous paving, and concrete strength analysis as support to ensure regulatory compliance with standard specifications governing the designs and construction technology necessary to implement system requirements.

Project Deliverables: A written Quality Assurance Program; a qualified Materials Engineer; staff members with commensurate professional engineering expertise to enable the completion of construction activity documentation; and, written reports to evaluate alternative technical approaches and associated costs for the development and enhancement of high level general performance associated with the specifications for the construction of a highway system, telecommunications towers, salt storage facilities and uniform traffic control devices.

Example 4, PED: Electrical Engineering

Client: A. Epstein and Sons International, Inc. for the City of Chicago Dept. of Aviation

Project: O’Hare International Airport Modernization Program

Point of Contact: Mr. Allen Pomerance, P.E.

A. Epstein and Sons International, Inc.

600 West Fulton Street; Chicago, IL 60661-1259

Phone: 312-429-8094; Fax: 312-382-4375

E-mail: apomerance@epstein-

Summary of Services Performed: Provide computer-aided design for the demolition of the existing Runway 18-36 edge lighting; detailed design (engineering plans and specifications) for taxiway edge lighting and guidance sign system; studies and analysis for electrical design of current regulators in the lighting control vault.

Period of Performance: March, 2006 to present. The first phase of the 3-year project is to be completed in December, 2006, with the remainder of the work to continue to completion.

Dollar Value of Services: $200,000.00

Project Description: As part of the $300 million O’Hare Airport Modernization Program, existing Runway 18-36 will be decommissioned to a taxiway, to be designated GG. The taxiway will be a key taxi route between the terminal core area and proposed Runway 9L-27R.

Project Deliverables: Detailed design and integration of electrical lighting and guidance components; computer-aided design drawings; high-level detailed specifications suitable for bidding.

SIN 871-3 System Design, Engineering and Integration

SPAAN Tech has recently provided coordination of an erosion / sedimentation control strategy for the City of Chicago Department of Aviation, provided design studies and analysis services to the Illinois Tollway as well as simulation, modeling, training and implementation of a navigation aids prototype for the City of Chicago Department of Aviation. The projects involved providing management and technical services which included computer-aided design, design studies and analysis, high level detailed specifications preparation and simulation. SPAAN Tech is able to draw on its expertise in Professional Engineering Services to provide software services including the integration of components into a working prototype. The SPAAN Tech staff is familiar with professional engineering software and is able to select cost effective and efficient solutions to meet our client’s goals and expectations. In addition, SPAAN Tech has provided computer-aided design services and document control services in support of the Illinois State Toll Highway’s lighting renovation and mainline expansion programs.

Specific examples of SIN 871-3 experience include:

Example 1, PED: Civil, Geotechnical Engineering

Client: MACTEC Engineering and Consulting, Inc. for the City of Chicago Dept. of Aviation

Point of Contact: Mr. Jeff Druckman

MACTEC Engineering and Consulting, Inc.

5440 N. Cumberland Avenue; Suite 250; Chicago, IL 60556

Phone: 773-693-6030; Fax: 773-693-6039

E-mail: jsdruckman@

Summary of Services Performed: Physical examination of the project site to identify potential problem areas such as erosion-prone slopes; coordination of design and construction efforts to ensure compliance with environmental regulations; configuration management and document control for the design of sediment basins, silt fences, silt traps, ditch checks, diversion dikes, and swales to contain sedimentation from any precipitation runoff leaving the construction site.

Period of Performance: July, 2004 to February, 2005

Dollar Value of Services: $120,000.00

Project Description: As part of the $300 million O’Hare Airport Modernization Program, Willow-Higgins Creek, located at the north edge of the airport, had to be relocated farther north in order to construct Runway 9L-27R.

Project Deliverables: Detailed design and integration of erosion control components into the creek relocation project; computer-aided design drawings; high-level detailed specifications suitable for bidding.

Example 2, PED: Civil Engineering

Client: Christian-Roge & Associates for City of Chicago Department of Water Management

Project: Water Management Number 6070

Point of Contact: Mr. Birinder S. Sachdeva – Christian-Roge & Associates

211 W. Wacker Drive; Suite 600; Chicago, IL 60606

Phone: 312-372-2023; Fax: 312-372-5274

E-mail: sachdevab@

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications.

Period of Performance: March, 2005 to December, 2005

Dollar Value of Services: $7,000.00

Project Description: Project provided for the replacement of sewer along various streets within the Chicago corporate city limits.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 3, PED: Civil Engineering

Client: Globetrotters Engineering Corp. for City of Chicago Department of Water Management Project Number 6089

Point of Contact: Mr. Michael McMurray – Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: michael.mcmurray@gec-

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications.

Period of Performance: November, 2006 to January, 2007

Dollar Value of Services: $7,000.00

Project Description: Project provided for the replacement of 2,000 feet of 18-inch and 24-inch diameter sewer along North Leclaire Avenue, from West Diversey Boulevard to West Belmont Avenue, within the Chicago corporate city limits.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 4, PED: Civil Engineering

Client: Globetrotters Engineering Corp. for City of Chicago Department of Water Management

Project: Water Management Number 6044

Point of Contact: Mr. Michael McMurray – Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: michael.mcmurray@gec-

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications.

Period of Performance: August, 2005 to September, 2005

Dollar Value of Services: $12,000.00

Project Description: Project provided for the replacement of 3,000 feet of various diameter sewers along Rockwell Street, Lee Street and Eastwood Avenue within the Chicago corporate city limits.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete plan and profile drawings and contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 5, PED: Civil Engineering

Client: Christian-Roge & Associates for the Illinois State Toll Highway Authority

Point of Contact: Mr. Birinder S. Sachdeva – Christian-Roge & Associates

211 W. Wacker Drive; Suite 600; Chicago, IL 60606

Phone: 312-372-2023; Fax: 312-372-5274

E-mail: sachdevab@

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications for drainage design on the Tri-State Tollway, I-294.

Period of Performance: July, 2006 to present

Dollar Value of Services: $360,000.00

Project Description: Project provided for the installation of approximately 25,000 linear feet of storm sewer ranging in size from 12-inch to 72-inch diameter, with approximately 500 drainage structures of various types. The project limits extended approximately 4 miles between the Cal-Sag Canal and 111th Street.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 6, PED: Civil Engineering

Client: Globetrotters Engineering Corp. for City of Chicago Department of Transportation

Point of Contact: Mr. Michael McMurray – Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: michael.mcmurray@gec-

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications.

Period of Performance: August, 2005 to present

Dollar Value of Services: $12,000.00

Project Description: Project provided for the construction of median landscaping on State Street from 30th Street to Archer Avenue. The project extended approximately 6,000 feet, in two separate contracts, within the Chicago corporate city limits.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 7, PED: Civil Engineering

Client: Knight Infrastructure for the Illinois State Toll Highway Authority

Point of Contact: Mr. James E. Wolfe, President – Knight Infrastructure

549 West Randolph Street; Suite 101; Chicago, IL 60661

Phone: 312-577-3300; Fax: 312-577-3322

E-mail: jwolfe@

Summary of Services Performed: Detailed computer-aided design of engineering plans and specifications.

Period of Performance: March, 2005 to August, 2005

Dollar Value of Services: $15,000.00

Project Description: Project provided for construction improvements to Plaza 9 on the Northwest Tollway. The project included approximately 15,000 linear feet of storm sewers ranging from 12-inch to 60-inch diameter and approximately 475 drainage structures. The project included the design of cross culverts and detention ponds. The work included quantity calculations necessary for the preparation of drainage structure and sewer schedules. The project extended for approximately two miles and included both electronic toll collection and manual toll collection lanes in each direction.

Project Deliverables: Design studies and analysis, high level detailed specification preparation, complete contract documents, including computer-aided drafting and quantity compilation.

Example 8, PED: Civil Engineering

Client: CRH Advisors

Point of Contact: Mr. Christopher R. Hill – CRH Advisors

430 N. Michigan Avenue; Suite 600; Chicago, IL 60611

Phone: 312-329-8534; Fax: 312-329-9898

E-mail: CRHchill@

Summary of Services Performed: Drainage analysis, alternative studies and detailed computer-aided design of engineering plans and specifications.

Period of Performance: March, 2005 to August, 2005

Dollar Value of Services: $25,500.00

Project Description: Project provided site/civil engineering that included water main, sanitary sewer, storm water detention, drainage, grading and determination of the extent of lead contaminated soils, for a proposed 140,000 square foot industrial warehouse/ office development, at 45th Street and Halsted Street, within the Chicago corporate city limits.

Project Deliverables: Design studies of storm water detention options, drainage and soil report analysis, coordination with various municipal departments, high level detailed specification preparation, complete contract documents including computer-aided drafting, quantity compilation and cost estimates.

Example 9, PED: Electrical Engineering

Client: A. Epstein and Sons International, Inc. (Prime Consultant)

Project: O’Hare International Airport Modernization Program

Point of Contact: Mr. Allen Pomerance, P.E.

A. Epstein and Sons International, Inc.

600 West Fulton Street; Chicago, IL 60661-1259

Phone: 312-429-8094; Fax: 312-382-4375

E-mail: apomerance@epstein-

Summary of Services Performed: In a Joint Venture with A. Epstein and Sons, SPAAN Tech provided Lead Electrical Engineering Services for the design and preparation of construction documents for duct bank infrastructure and associated manholes for proposed Commonwealth Edison 34KV and 12.47KV primary power distribution services for the north airfield. SPAAN Tech provided planning, performed design and coordinated efforts between affected agencies.

Period of Performance: 2005

Dollar Value of Services: $200,000.00

Project Description: As part of the $300 million O’Hare International Airport Modernization Program, existing Runway 18-36 will be decommissioned to a taxiway, and proposed Runway 9L-27R will be constructed.

Project Deliverables: Planning reports; detailed design and integration of electrical lighting and guidance components; computer-aided design drawings; high-level detailed specifications suitable for bidding; close coordination with other enabling project consultants, O’Hare Modernization Program Manager, Chicago Department of Aviation (DOA) and the local FAA office and other consultants for the enabling projects.

SIN 871-5 Integrated Logistics Support

SPAAN Tech has recently provided Integrated Logistics Support services to the U. S. Department of Energy, as well as definition and interpretation of high-level organizational engineering performance requirements and training assistance to the City of Chicago Department of Aviation and the O’Hare Airport Modernization Program. The projects involved providing logistics planning, and detailed design of engineering specific logistics support, policy standards / procedures development, long-term reliability and maintainability, training and outsourcing. SPAAN Tech has been able to draw on its expertise in Professional Engineering Services to provide regulatory compliance support for the Illinois Tollway, the Capital Development Board and the Chicago Public Schools.

Specific examples of SIN 871-5 experience include:

Example 1, PED: Civil Engineering

Client: Globetrotters Engineering Corp. (Prime Consultant)

Project: O’Hare International Airport Modernization Program

Point of Contact: Mr. Michael McMurray – Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: Michael.mcmurray@gec-

Summary of Services Performed: Management of property acquired for the expansion of O’Hare International Airport on a daily basis; providing inspection services on an ongoing continuous basis to assist in the maintaining the property; detailed inspection reports.

Period of Performance: August, 2005 to present

Dollar Value of Services: $100,000.00

Project Description: As part of the $300 million O’Hare International Airport Modernization Program, proposed Runway 9L-27R will be constructed. Project provided managing of the acquired property on a daily basis providing inspection services on an ongoing continuous basis to assist in the maintaining the property up to the City of Chicago Standards, since the area for the proposed airport expansion will be incorporated into the City of Chicago. The property was acquired from an area within the Bensenville corporate city limits.

Project Deliverables: Management reports of the acquired property on a daily basis; providing inspection services on an ongoing continuous basis to assist in maintaining the property to the City of Chicago Standards, which are some of the toughest in the nation.

Example 2, PED: Civil, Mechanical and Electrical Engineering

Client: US Department of Energy

Point of Contact: Mr. Larry Thompson, Contract Specialist – US Dept. of Energy

Chicago Operations Office; Bldg. 201, ACQ-SD

9800 South Cass Avenue; Argonne, IL 60439-4899

Phone: 630-252-2711; Fax: 630-252-5045

E-mail: Larry.Thompson@ch.

Summary of Services Performed: Engineering, scientific and project management / control; data analysis; strategic planning; budget analysis; quality assurance; technical writing; cost estimation and validation; regulatory analysis; logistics planning; requirements determination; safety and human performance analysis; preparation of project control training manuals; implementation of radioactive waste management regulations; safety assessments, and policy development.

Period of Performance: March, 2003 to February, 2006

Dollar Value of Services: $2,837,000.00

Project Description: Provide technical engineering and related administrative and scientific support for various departments, activities and locations; provide project planning and project control support; assist in refinement and implementation of project control systems; provide engineering and quality assurance support and participate in value engineering efforts. Provide graphic support including general design, audio-visual support and graphics.

Project Deliverables: Written reviews of contractor project management activities; Project management planning and implementation guidelines; preparation of project-specific technical and administrative guidelines; Written project control system manuals; Project control system compliance reviews; Project training manuals; Reports on risk management analysis; Written guidelines for quality assurance in material control, accountability and analysis.

SIN 871-6 Acquisition and Life Cycle Management

SPAAN Tech has recently provided Acquisition and Life Cycle Management services to the U. S. Department of Energy, as well as definition and interpretation of high-level organizational engineering performance requirements and training assistance to the Illinois State Toll Highway Authority. The projects involved providing planning, budgetary, contract and systems management functions required to procure and produce engineering specific logistics to technology-based systems and projects. SPAAN Tech also provided program and project management, training and outsourcing on these assignments.

Specific examples of SIN 871-6 experience include:

Example 1, PED: Construction Management

Client: Globetrotters Engineering Corp. for the Illinois State Toll Highway Authority

Project: Interstate 355 North-South Tollway Extension in Will County Illinois

Point of Contact: Mr. Michael McMurray– Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: Michael.mcmurray@gec-

Summary of Services Performed: Planning, budgetary, contract and systems / program and project management functions required to render operational support to technology-based systems, activities, subsystems and projects; strategic planning; budget analysis; quality assurance; technical writing; cost estimation and validation; regulatory analysis; logistics planning; requirements determination; preparation of project control training manuals; engineering specific logistics; safety assessments, and policy development.

Period of Performance: March, 2006 to October, 2007

Dollar Value of Services: $876,475.00

Project Description: Provide technical engineering and related administrative and scientific support for various activities and locations; provide project planning and project control support; assist in refinement and implementation of project control systems; provide engineering and quality assurance support and participate in value engineering efforts.

Project Deliverables: Written reviews of project management activities; Project management planning and implementation guidelines; preparation of project-specific technical and administrative guidelines; Written project control system manual; Project control system compliance reviews; Project training; Written guidelines for quality assurance in material control, accountability and analysis.

Example 2, PED: Civil, Mechanical and Electrical Engineering

Client: US Department of Energy

Point of Contact: Mr. Larry Thompson, Contract Specialist – US Dept. of Energy

Chicago Operations Office; Bldg. 201, ACQ-SD

9800 South Cass Avenue; Argonne, IL 60439-4899

Phone: 630-252-2711; Fax: 630-252-5045

E-mail: Larry.Thompson@ch.

Summary of Services Performed: Planning, budgetary, contract and systems / program and project management functions required to render operational support to technology-based systems, activities, subsystems and projects; strategic planning; budget analysis; quality assurance; technical writing; cost estimation and validation; regulatory analysis; logistics planning; requirements determination; preparation of project control training manuals; engineering specific logistics; safety assessments, and policy development.

Period of Performance: March, 2003 to February, 2006

Dollar Value of Services: $2,837,000.00

Project Description: Provide technical engineering and related administrative and scientific support for various departments, activities and locations; provide project planning and project control support; assist in refinement and implementation of project control systems; provide engineering and quality assurance support and participate in value engineering efforts. Provide graphic support including general design, audio-visual support and graphics.

Project Deliverables: Written reviews of contractor project management activities; Project management planning and implementation guidelines; preparation of project-specific technical and administrative guidelines; Written project control system manuals; Project control system compliance reviews; Project training manuals; Reports on risk management analysis; Written guidelines for quality assurance in material control, accountability and analysis.

Staff Descriptions

Principal

Functional Description: Majority owner of the company. Provide leadership and direction for business development, engineering enterprises and client interface. Provide corporate insight to achieve company goals. The Principal possesses extensive managerial, technical and/or business knowledge. Provide leadership and direction in solving complex problems. Develops growth strategies and implementation plans. The Principal may provide daily supervision and direction to staff on key projects. Conduct marketing of services to potential clients.

Minimum Experience: This position sets the tone of the company and typically requires a combination of education and experience.

Minimum Education: Bachelor's degree or equivalent in Engineering, Science, or other related field, and must be a Licensed Professional Engineer.

Project Manager

Functional Description: Provides planning, direction, and coordination functions of a designated project to ensure contract performance requirements and objectives are accomplished. Directs the activities of personnel assigned to a specific project or at a specific facility. The Project Manager is responsible for establishing and maintaining the project budget, project schedule and performance standards. Monitors and controls expenditures within limitations of project budget. Reviews requests for proposals, identifies proposal requirements, reviews terms and conditions for acceptability, coordinates proposal development and secures required management approval for submittal of proposals to clients. Conduct marketing of services to potential clients.

Minimum Experience: This position typically requires fifteen years’ of experience.

Minimum Education: Bachelor's degree in Engineering; Licensed Professional Engineer.

QA/QC Engineer

Functional Description: Establishes and maintains the quality program and monitoring systems, including International Organization Standard (ISO) requirements. Perform quality system reviews, and document control and internal audits to ensure that the quality system is complete and effective. Develop procedures for corrective action with input from executive management.

Minimum Experience: This position typically requires ten years’ related experience.

Minimum Education: Bachelor's degree in Engineering; Licensed Professional Engineer.

Senior Engineer (Electrical, Civil, Mechanical)

Functional Description: Provides discipline-specific or system-specific engineering support on systems, system elements, interfacing systems, components, devices and/or processes. The Senior Engineer possesses in-depth technical and theoretical knowledge in a specific engineering discipline (i.e. Electrical, Civil or Mechanical Engineering). Works independently or on a team and solves engineering-related problems. Support entire system life cycle. Prepares, reviews, and evaluates system documentation, specifications, test plans and procedures. Conducts analysis to define, analyze and allocate requirements. Conducts analysis of requirements and components and performs audits to ensure functionality, operations and performance requirements are achieved. Employ methodologies for guiding problem resolution. Develops insightful solutions to meet fiscal, technological and schedule constraints. Provide daily staff supervision.

Minimum Experience: This position typically requires eight years’ of experience.

Minimum Education: Bachelor's degree or equivalent in Engineering, Science, or other related field, and must be a Licensed Professional Engineer.

Architect

Functional Description: Prepares plans and specifications for the construction and/or alteration of buildings. Oversees work of contractor to ensure work is being done according to contract. Provides planning, direction, and coordination functions of a designated project to ensure contract performance requirements and objectives are accomplished.

Minimum Experience: This position typically requires ten years’ of experience.

Minimum Education: Bachelor's degree in Architecture; Licensed Professional Architect.

Engineer (Electrical, Civil, Mechanical)

Functional Description: Possesses unique experience, skills, and expert knowledge in highly specialized technical, functional, and/or process areas within a specific engineering discipline (Electrical, Civil, Mechanical Engineering) or across more than one engineering disciplines. Serve as design staff on infrastructure projects and/or processes. The Engineer applies best industry practices and standards to project situations. Works directly with project management to apply advanced principles, theories, and concepts and develops comprehensive solutions to complex problems. The Engineer is responsible for monitoring expenditures within limitations of project budget.

Minimum Experience: This position typically requires four years’ of experience.

Minimum Education: Bachelor's degree or equivalent in Engineering, Science, or other related field, and must be a Licensed Professional Engineer.

Project Engineer

Functional Description: Assists the Project Team with design input. Provide engineering assistance for various project elements. Provides functions on a designated project to ensure contract performance requirements and objectives are accomplished. Monitors and controls expenditures within limitations of project budget.

Minimum Experience: This position typically requires two years’ of experience.

Minimum Education: Bachelor's degree in Engineering. Licensed Engineering Intern desired.

Project Coordinator

Functional Description: Performs planning, scheduling, and coordination for the movement of materials and equipment to support logistics requirements at a remote or overseas facility. Interfaces with out-side vendors for procurement, shipping specifics, tracking, and delivery of parts and equipment. Maintains a government Secure Facilities Property Control System, or similar systems, to satisfy client requirements.

Minimum Experience: This position typically requires two years’ of related experience.

Minimum Education: Bachelor's degree or equivalent in a business related field.

Resident Engineer

Functional Description: Provides engineering support on systems, system elements, interfacing systems, components, devices and/or processes. The Resident Engineer possesses broad knowledge of industry practices, standards and technology areas. Works as a member of a team and assists with solving complex problems in an engineering discipline. Develops strategic and implementation plans. Contribute to system architecture and design including software, hardware, communications and interface requirements. Provides definition, trade-off and design support. Reviews, evaluates, and analyzes designs. Prepares, reviews, and evaluates documentation, specifications, test plans and procedures. Performs analysis to define, analyze and allocate requirements. Manages construction inspection and provides interface between the contractor and the contracting agency.

Minimum Experience: This position typically requires four years’ of experience.

Minimum Education: Bachelor's degree or equivalent in Engineering, Science, or other related field, and must be a Licensed Professional Engineer.

Assistant Resident Engineer

Functional Description: Provides engineering support on systems, system elements, and/or interfacing systems, components, devices and/or processes. The Assistant Resident Engineer possesses basic knowledge of industry practices, standards and technology areas. Works under close supervision and assists with solving routine problems in an engineering discipline. Assist in definition, trade-off and design activity. Reviews, evaluates, and analyzes design interfaces. Prepares, reviews, and evaluates interface documentation, specifications, test plans and procedures. Assist in definition, analysis and allocation of requirements. Supports construction inspection and reviews documentation.

Minimum Experience: This position typically requires four years’ related experience.

Minimum Education: Bachelor's degree Engineering, Science, or other related field.

Field Inspector

Functional Description: Provides construction inspection support on systems, system elements, and/or interfacing systems, components, devices and/or processes. Possess a general working knowledge of construction industry practices, standards and technology areas. Works under general supervision, follows established procedures, and solves routine problems in the engineering discipline. Apply engineering disciplines to support design, development, implementation and operation activities. Prepare documentation to support substantial completion of construction items. Documents daily activities to support acceptance and payment for construction performed.

Minimum Experience: This position typically requires four years’ of experience.

Minimum Education: Bachelor's degree or equivalent in Engineering, Science, or other related field. Successful completion of Certification courses in materials inspection.

Materials Engineer

Functional Description: Plans and coordinates inspection and approval of construction materials. Document the interdependencies of related construction activities on projects. Develops work breakdown structures. Perform off-site materials management functions and other engineering support functions. Organizes, maintains and uses materials specifications library. Provide supervision or direction to construction inspection staff regarding materials issues.

Minimum Experience: This position typically requires four years’ of experience.

Minimum Education: Bachelor's degree in Materials Engineering, Construction or related field.

Chemist

Functional Description: Provides oversight of the technical laboratory functions to achieve the level of operations required to meet industry standards. Assure that state-of-the-art measurement capabilities are maintained. Serve as the representatives for chemistry, chemical process measurement systems, “clean” rooms and the technical content of chemical procedures. Coordinates all chemical work, testing, scientist training and support functions. Analyze chemical samples, sample material characterization and measurement development. Provide daily supervision and direction to laboratory staff.

Minimum Experience: This position typically requires ten years’ of experience.

Minimum Education: Bachelor's degree in Chemistry. Master’s degree preferred.

Health Physics Technician

Functional Description: Provides operational health physics support. Assist the Health Physicist in determining methods and procedures for making chemical, radiological and/or instrumental measurements of the working environment of a laboratory. Performs measurements, records and evaluates data and recommends appropriate action. Assist in training laboratory staff. Calibrates, maintains and installs equipment under the guidance of the Health Physicist.

Minimum Experience: This position typically requires five years’ of experience.

Minimum Education: Associate or Bachelor's degree in Physical Sciences.

Project Controls Technician

Functional Description: Performs administrative and document support duties. Assist in the documentation of processes, experiments and presentation graphics. Gathers and arranges technical information. Assist in organization and maintenance of project library. Provides administration support, maintains files, prepares correspondence, updates schedules and coordinates data. Performs data entry functions and verifies data entered under the guidance of the Project Manager.

Minimum Experience: This position typically requires two years’ of experience.

Minimum Education: Associate's degree in Physical Sciences or Business.

CADD Technician

Functional Description: Provides computer-aided design and drafting as technical support project requirements and standards. Assists with installation and maintenance of systems/equipment, and provides associated training to project staff. Diagnoses, isolates, and corrects problems to component level to restore system's functions.

Minimum Experience: This position typically requires two years’ of experience.

Minimum Education: Associate's Degree or equivalent in computer-aided drafting.

Programmer/IT Technician

Functional Description: Write, test or maintain computer programs and computer software. Modify existing software programs to perform specific tasks. Manage computer hardware, local area networks and interfaces with wide area networks. Provide management over all aspects of a business area. Coordinates network security. Directs and manages internal/external communications and all functional program activities to meet contract cost, schedule and performance objectives. Provides input for decisions on administrative or operational matters affecting more than one segment or functional activity of the computer network.

Minimum Experience: This position typically requires four years’ of related experience.

Minimum Education: Associate degree in Computer Science or related experience.

SPAAN Tech Professional Compensation Plan

Engineering staff is compensated for contract services on an hourly basis.

The Company currently offers the following insurance programs to all full-time employees and their dependents:

• Medical and Dental, with employee contribution.

Employees become eligible for coverage on the date of hire. Enrollment date is the first day of the month following one month of employment.

The Company currently offers the following programs to all full-time employees:

• Basic Life Insurance (Term)

Benefit is offered in the amount of $20,000.00. The employer pays for 100% of the premium. Employees become eligible for coverage on the date of hire. Enrollment date is the first day of the month following 30 days of employment.

• Basic Accidental Death and Dismemberment Insurance

Benefit is the same flat benefit amount of $20,000.00 and will terminate at retirement.

This benefit is a part of the Basic Life Insurance benefit and is 100% paid by the employer. Employees become eligible for coverage on the date of hire. Enrollment date is the first day of the month following 30 days of employment.

• Long Term Disability Insurance

This plan is offered as a primary monthly benefit of 60% of your pre-disability earnings up to a maximum monthly benefit of $3,000.00. Total disability is not required. Benefit begins on the 91st day of illness. The employer pays 100% of the premium. Enrollment date is the first of the month following 30 days of employment.

• 401(k) Plan

The plan has a five year vesting schedule. All employees are eligible to participate in the plan. Employees become eligible for coverage on the date of hire. Enrollment date is the first day of the month following 30 days of employment.

• Holidays

The following paid holidays are observed: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and one floating holiday. The floating holiday may not be taken until after completion of the first three months of employment.

• Sick Days

The Company allows time off, up to 40 hours in one full calendar year worked due to illness, accident or preventive medical care. Sick days are earned over the course of the calendar year, 1.50 hours per pay period.

• Vacation

Employees accrue paid vacation time on a pro rata basis beginning after the end of one full year of work: Example…

Length of Service Vacation Days per Year

0-6 months 0 days

6month-one year 5 days

One year-five full years 10 days

CSP-1 COMMERCIAL SALES PRACTICES FORMAT

Name of Offeror SPAAN Tech, Inc.

SIN(s) 871-1, 871-2, 871-3, 871-5, 871-6

Note: Please refer to clause 552.212-70, PREPARATION OF OFFER (MULTIPLE AWARD SCHEDULE), for additional information concerning your offer. Provide the following information for each SIN (or group of SINs or SubSIN for which information is the same).

(1) Provide the dollar value of sales to the general public/state or local government at or based on market prices, cost build up or an established catalog or market price during the previous 12-month period or the offers last fiscal year: $_5,030,000.00__________. State beginning and ending of the 12-month period. Beginning_1/1/05_______Ending__12/31/05____________. In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). In the event sales are made only to state or local governments, identify such sales accordingly.

(2) Show your total projected annual sales to the Government under this contract for the contract term, excluding options, for each SIN offered. If you currently hold a Federal Supply Schedule contract for the SIN the total projected annual sales should be based on your most recent 12 months of sales under that contract.

SIN___871-1, 871-2________________ $__1,000,000.00_________;

SIN___871-3, 871-5________________ $__1,000,000.00_________;

SIN___871-6________________ $__1,000,000.00_____ ____;

(3) Based on your written discounting policies (standard commercial sales practices in the event you do not have written discounting policies), are the prices (discounts, concessions, terms and conditions in any combination) which you offer the Government equal to or better than that offered to any customer acquiring the same items regardless of quantity or terms and conditions? YES__X__ NO___. (See definition of “concession” and “discount” in 552.212-70.)

(4) (a) Based on your written pricing policies (standard commercial sales practices in the event you do not have written pricing policies), provide information as requested for each SIN (or group of SINs for which the information is the same). The information should be provided in the chart below or in an equivalent format developed by the offeror. Rows should be added to accommodate as many customers as required.

|Column 1 – Customer |Column 2 –Price* |Column 3 – Quantity/Volume |Column 4 – Discounts, |

| |(*Disclosures should be made on a separate| |Concessions, Terms and Conditions|

| |sheet) | | |

| Illinois Tollway | See Commercial Price List | None/None | None |

| Globetrotters Corp. | See Commercial Price List | None/None | None |

| A.Epstein & Sons, Inc. | See Commercial Price List | None/None | None |

| MACTEC, Inc. | See Commercial Price List | None/None | None |

 (b)        Identify prices offered to GSA in response to this solicitation for services using the table below:

|Column 5 – Price Offered to GSA |Column 6 – Unit of Issue (e.g., |Column 7 – Quantity/Volume |Column 8 – Discount, Concessions,|

| |per hour, per day) | |Terms and Conditions Offered to |

| | | |GSA |

| See GSA Price List | Per hour | None/None |  3% |

|  |  |  |  |

|  |  |  |  |

|  |  |  |  |

 

(c) Do any deviations from your written policies or standard commercial sales practices disclosed in the chart in paragraph 4(a) ever result in better prices than indicated? YES ____ NO__X___. If YES, explain deviations in accordance with the instructions at Figure 515.4-2, which is provided in this solicitation for your convenience

Figure 515.4-2—Instructions for Commercial Sales Practices Format

If you responded “YES” to question (3), on the COMMERCIAL SALES PRACTICES FORMAT, complete the chart in question (4)(a) for the customer(s) who receive your best price. If you responded “NO” complete the chart in question (4)(a) showing your written policies or standard sales practices for all customers or customer categories to whom you sell at a price that is equal to or better than the price(s) offered to the Government under this solicitation or with which the Offeror has a current agreement to sell at a price which equals or exceeds the price(s) offered under this solicitation. Such agreement shall be in effect on the date the offer is submitted or contain an effective date during the proposed multiple award schedule contract period. If your offer is lower than your price to other customers or customer categories, you will be aligned with the customer or category of customer that receives your best price for purposes of the Price Reduction clause at 552.238-75. The Government expects you to provide information required by the format in accordance with these instructions that is, to the best of your knowledge and belief, current, accurate, and complete as of 14 calendar days prior to its submission. You must also disclose any changes in your price list(s), discounts, prices and/or policies that occur after the offer is submitted, but before the close of negotiations. If your pricing practices vary, the variations should be explained clearly to include a description of the circumstance, frequency, and selling terms and conditions. You may limit the information reported to those services that exceed 75% of actual historical Government sales (commercial sales may be substituted if Government sales are unavailable) value of the special item number (SIN).

Column 1—Identify the applicable customer or category of customer. A "customer" is any entity which acquires supplies or services from the Offeror. The term customer includes, but is not limited to state and local governments, educational institutions (an elementary, junior high, or degree granting school which maintains a regular faculty and established curriculum and an organized body of students), national accounts, and end users. In any instance where the Offeror is asked to disclose information for a customer, the Offeror may disclose information by category of customer if the offeror's pricing policies or practices are the same for all customers in the category. (Use a separate line for each customer or category of customer.)

Column 2—Identify the price. Indicate the best price (based on your written pricing policies or standard commercial pricing practices if you do not have written pricing policies) at which you sell to the customer or category of customer identified in column 1, without regard to quantity; terms and conditions of the agreements; and whether the agreements are written or oral. If the price is a combination of various discounts (prompt payment, quantity, etc.), each type of discount should be fully identified and explained. If the price lists ,which are the basis of the discounts given to the customers identified in the chart are different than the price list submitted upon which your offer is based, identify the type or title and date of each price list. The contracting officer may require submission of these price lists. To expedite evaluation, offerors may provide these price lists at the time of submission. If market prices are used, provide documentation to substantiate pricing (e.g., agreements with corporate customers, internal policies, market prices, quote sheets, pricing agreements and invoices, etc.) and identify the effective period, pricing and any other terms and conditions clearly. If prices are based on cost, provide information other than certified cost or pricing data to show how the offeror arrived at the proposed price. A price certification is not required. If rates are audited by a Federal Agency, include this information in the narrative. Disclosures should be made on a separate sheet.

Column 3—Identify the quantity or volume of sales. Insert the minimum quantity or sales volume which the identified customer or category of customer must either purchase/order, per order or within a specified period for the best price. When purchases/orders must be placed within a specified period to get the best price, indicate the time period.

Column 4—Indicate concessions regardless of quantity granted to the identified customer or category of customer. Concessions are defined in solicitation clause 552.212-70, Preparation of Offers (Multiple Award Schedule). If the space provided is inadequate, the disclosure should be made on a separate sheet by reference.

If you respond “YES” to question 4 (b) in the Commercial Sales Practices Format, provide an explanation of the circumstances under which you deviate from your written policies or standard commercial sales practices disclosed in the chart on the Commercial Sales Practices Format and explain how often they occur. Your explanation should include a discussion of situations that lead to deviations from standard practice, an explanation of how often they occur, and the controls you employ to assure the integrity of your pricing.

If deviations from your written policies or standard commercial sales practices disclosed in the chart on the Commercial Sales Practices Format are so significant and/or frequent that the Contracting Officer cannot establish whether the price(s) offered is fair and reasonable, then you may be asked to provide additional information. The Contracting Officer may ask for information to demonstrate that you have made substantial sales of the item(s) in the commercial market consistent with the information reflected on the chart on the Commercial Sales Practice Format, a description of the conditions surrounding those sales deviations, or other information that may be necessary in order for the Contracting Officer to determine whether your offered price(s) is fair and reasonable. In cases where additional information is requested, the Contracting Officer will target the request in order to limit the submission of data to that needed to establish the reasonableness of the offered price.

ATTACHMENT 5 PROPOSED PRICING

Please indicate all SINs and PEDs for which the rates listed below are being proposed. If pricing varies for each SIN, please provide a separate copy of this attachment for each set of prices.

SINs CE CI EE ME

871-1 Strategic Planning for Technology Programs/Activity

871-2 Concept Development and Requirements Analysis

871-3 System Design, Engineering and Integration

871-4 Test and Evaluation

871-5 Integrated Logistics Support

871-6 Acquisition and Life Cycle Management

NOTE: Offerors that are utilizing Cost-Based Rates or Commercial Rates with no established Catalog Pricing must submit, in place of this Attachment, an itemization of all direct and indirect cost factors that make up the offeror’s proposed fully burdened hourly rates. The itemization must be submitted in a spreadsheet and include all proposed labor categories.

Other Direct Costs: Vendors are asked to include all incidentals/other direct costs in their proposal. On July 15, 1999, GAO ruled in the matter of the Pyxis Corporation, Decision B-282469 and B-282469.2, “an agency may no longer rely on the “incidentals” test to justify the purchase of non-FSS items in connection with an FSS buy; where an agency buys non-FSS items, it must follow applicable acquisition regulations.” This means cumulative incidentals exceeding the micro purchase threshold and not part of the Federal Supply Schedule contract must be procured in accordance with applicable acquisition regulations.

Annual Escalation Factor, If Appropriate: ___________(Applicable only if offered pricing is other than commercial published catalog.)

Please note what quantity discounts are offered. _______None_____________

Discussions

1. Comparison between proposed price offered and its relationship to the most favored customer pricing:

The proposed pricing is fair and reasonable because the prices shown on the GSA Price List are equal to or less than the prices for professional services performed for the most favored customer, as shown on the Commercial Price List.

COMMERCIAL PRICE LIST

Principal $ 148.92

Project Manager $ 131.25

QA/QC Engineer $ 111.69

Sr Elect. Engineer $ 131.25

Sr Civil Engineer $ 131.55

Sr Mech. Engineer $ 131.55

Architect $ 77.56

Electrical Engineer $ 71.98

Civil Engineer $ 93.94

Mechanical Engineer $ 99.28

Project Engineer $ 93.07

Project Coordinator $ 65.77

Resident Engineer $ 106.73

Asst. Resident Engr. $ 62.05

Field Inspector $ 74.46

Materials Engineer $ 104.24

Chemist $ 104.21

Health Physics Techn. $ 59.70

Project Controls Tech. $ 47.09

CADD Tech $ 58.80

Programmer/ IT Tech. $ 83.10

BEST CUSTOMERS

Mr. Allen Pomerance, P.E.

A. Epstein and Sons International, Inc.

600 West Fulton Street; Chicago, IL 60661-1259

Phone: 312-429-8094; Fax: 312-382-4375

E-mail: apomerance@epstein-

Mr. Joseph Catalano – AECOM

303 East Wacker Drive; Suite 600; Chicago, IL 60601

Phone: 312-938-0300; Fax: 312-938-1109

E-Mail: joe.catalano@

Mr. Stephen M. Linnemann, P.E. – Burns & McDonnell Eng.

1431 Opus Place; Suite 400; Downers Grove, IL 60515

Phone: 630-724-3200; Fax: 630-724-3201

E-mail: slinnemann@

Ms. Nancy Kiernan – HDR Engineering, Inc.

8550 W. Bryn Mawr Avenue; Chicago, IL 60631

Phone: 773-867-7240; Fax 773-380-7979

E-mail: anne.kiernan@

Mr. Mustafa Hassan – Illinois State Toll Highway Authority

2700 Ogden Avenue; Downers Grove, IL 60515

Phone: 630-241-6800, ext. 3936; Fax 630-241-6105

E-mail: mhassan@

Mr. Louis Arrigoni – HDR Engineering

8550 West Bryn Mawr Avenue; Suite 900; Chicago, IL 60631

Phone: 773-380-7936; Fax: 773-380-7979

E-mail: larrigoni@

Mr. Jeff Druckman

MACTEC Engineering and Consulting, Inc.

5440 N. Cumberland Avenue; Suite 250; Chicago, IL 60556

Phone: 773-693-6030; Fax: 773-693-6039

E-mail: jsdruckman@

Mr. Birinder S. Sachdeva – Christian-Roge & Associates

211 W. Wacker Drive; Suite 600; Chicago, IL 60606

Phone: 312-372-2023; Fax: 312-372-5274

E-mail: sachdevab@

Mr. Mike McMurray – Globetrotters Engineering Corp.

300 S. Wacker Drive; Suite 400; Chicago, IL 60606

Phone: 312-922-6400; Fax: 312-922-2953

E-mail: Michael.mcmurray@gec-

Mr. James E. Wolfe, President – Knight Infrastructure

549 West Randolph Street; Suite 101; Chicago, IL 60661

Phone: 312-577-3300; Fax: 312-577-3322

E-mail: jwolfe@

Mr. Christopher R. Hill – CRH Advisors

430 N. Michigan Avenue; Suite 600; Chicago, IL 60611

Phone: 312-329-8534; Fax: 312-329-9898

E-mail: CRHchill@

Mr. Larry Thompson, Contract Specialist – US Dept. of Energy

Chicago Operations Office; Bldg. 201, ACQ-SD

9800 South Cass Avenue; Argonne, IL 60439-4899

Phone: 630-252-2711; Fax: 630-252-5045

E-mail: Larry.Thompson@ch.

-----------------------

311 S. Wacker Dr

Suite 2400

Chicago, Il 60606

312-277-8800

1

2

3

4

5

6

8

9

10

110

120

130

140

150

160

7

170

190

200

21

22

18

240

230

250

260

280

290

300

310

320

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download