SECTION B - CONTINUATION OF SF 1449 BLOCKS - Log in to ...



TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2 PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS185VA119A-16-R-0188Kevin Armillotti240-215-162308-31-20161:00 PM, EDTStrategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703x624310$11 MillionXN/AXAs instructed on task orders MD Strategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703 Strategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703See CONTINUATION PageVocational Rehabilitation & Employment Chapter 36 ServicesAll pricing shall be entered in the applicablePrice Schedule(s) located within Attachment B.All questions are due no later than 2:00 PM, EDT, onAugust 10, 2016.The primary goal of this requirement is the following:Assist Veterans in finding and maintaining employment inmeaningful careers. As such, the Contractor(s) shall providevocational testing to assist in determining feasiblevocational goals.See CONTINUATION PageXXTable of Contents TOC \o &quot;1-4&quot; \f \h \z \u \x SECTION A PAGEREF _Toc456782007 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc456782008 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc456782009 \h 5B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc456782010 \h 5B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc456782011 \h 6B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc456782012 \h 6B.4 SUBCONTRACTING PLAN--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc456782013 \h 7B.5 PERFORMANCE WORK STATEMENT PAGEREF _Toc456782014 \h 8SECTION C - CONTRACT CLAUSES PAGEREF _Toc456782015 \h 32C.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc456782016 \h 32C.2 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) PAGEREF _Toc456782017 \h 32C.3 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) ALTERNATE I (MAY 2014) PAGEREF _Toc456782018 \h 38C.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) PAGEREF _Toc456782019 \h 49C.5 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc456782020 \h 55C.6 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc456782021 \h 56C.7 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc456782022 \h 56C.8 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc456782023 \h 57C.9 52.216-22 INDEFINITE QUANTITY (OCT 1995) PAGEREF _Toc456782024 \h 57C.10 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc456782025 \h 58C.11 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc456782026 \h 58C.12 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) PAGEREF _Toc456782027 \h 58C.13 52.224-2 PRIVACY ACT (APR 1984) PAGEREF _Toc456782028 \h 58C.14 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc456782029 \h 59C.15 52.237-3 CONTINUITY OF SERVICES (JAN 1991) PAGEREF _Toc456782030 \h 60C.16 52.246-25 LIMITATION OF LIABILITY—SERVICES (FEB 1997) PAGEREF _Toc456782031 \h 60C.17 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc456782032 \h 61C.18 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc456782033 \h 61C.19 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc456782034 \h 61C.20 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) PAGEREF _Toc456782035 \h 62C.21 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) PAGEREF _Toc456782036 \h 62C.22 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014) PAGEREF _Toc456782037 \h 62C.23 VAAR 852.219-9 VA SMALL BUSINESS SUBCONTRACTING PLAN MINIMUM REQUIREMENTS (DEC 2009) PAGEREF _Toc456782038 \h 64C.24 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc456782039 \h 65C.25 VAAR 852.246-71 INSPECTION (JAN 2008) PAGEREF _Toc456782040 \h 65C.26 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc456782041 \h 65C.27 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) PAGEREF _Toc456782042 \h 65C.28 VAAR 852.271-72 TIME SPENT BY COUNSELEE IN COUNSELING PROCESS (APR 1984) PAGEREF _Toc456782043 \h 66C.29 VAAR 852.271-73 USE AND PUBLICATION OF COUNSELING RESULTS (JAN 2008) PAGEREF _Toc456782044 \h 66C.30 VAAR 852.271-74 INSPECTION (JAN 2008) PAGEREF _Toc456782045 \h 66C.31 MANDATORY WRITTEN DISCLOSURES PAGEREF _Toc456782046 \h 66C.32 LIABILITY INSURANCE PAGEREF _Toc456782047 \h 66SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc456782048 \h 68D.1 ATTACHMENT A – IDES / VSOC SITES PAGEREF _Toc456782049 \h 69D.2 ATTACHMENT B – PRICE SCHEDULES – FIVE (5) DISTRICTS – Five (5) Excel Spreadsheets PAGEREF _Toc456782050 \h 70D.3 DISTRICT ONE – NORTH ATLANTIC PRICE SCHEDULE PAGEREF _Toc456782051 \h 70D.4 DISTRICT TWO PRICE SCHEDULE - SOUTHEAST PAGEREF _Toc456782052 \h 70D.5 DISTRICT THREE PRICE SCHEDULE - MIDWEST PAGEREF _Toc456782053 \h 70D.6 DISTRICT FOUR PRICE SCHEDULE - CONTINENTAL PAGEREF _Toc456782054 \h 70D.7 DISTRICT FIVE PRICE SCHEDULE - PACIFIC PAGEREF _Toc456782055 \h 70D.8 ATTACHMENT C – PROPOSED PROFESSIONAL COMPENSATION PLAN PAGEREF _Toc456782056 \h 71D.9 ATTACHMENT D – INVOICING INSTRUCTIONS – Training Manual PAGEREF _Toc456782057 \h 72D.10 ATTACHMENT E – REPORT TEMPLATES PAGEREF _Toc456782058 \h 73D.11 ATTACHMENT F – QUALITY ASSURANCE REPORT TEMPLATES PAGEREF _Toc456782059 \h 74D.12 ATTACHMENT G - VR&E DIRECTORY PAGEREF _Toc456782060 \h 75D.13 ATTACHMENT H - VBA REGIONAL, OUTBASED OFFICES AND VA Medical CENTERS PAGEREF _Toc456782061 \h 104D.14 ATTACHMENT I – AWARD SITE SURVEY PAGEREF _Toc456782062 \h 120D.15 ATTACHMENT J – VOUCHER FOR MILEGAGE ALLOWANCE PAGEREF _Toc456782063 \h 121D.16 ATTACHMENT K – VR&E CONTRACT REFERRAL FORM PAGEREF _Toc456782064 \h 123D.17 ATTACHMENT L – VA CONTRACTOR SUPPLEMENTAL RULES OF BEHAVIOR PAGEREF _Toc456782065 \h 124D.18 ATTACHMENT M – VBA CONTRACTOR BACKGROUND INVESTIGATION REQUEST WORKSHEET PAGEREF _Toc456782066 \h 131D.19 ATTACHMENT N – PAST PERFORMANCE QUESTIONNAIRE PAGEREF _Toc456782067 \h 132D.20 ATTACHMENT O – PROOF OF CITIZENSHIP REQUIREMENT PAGEREF _Toc456782068 \h 136D.21 ATTACHMENT P – QUALITY ASSURANCE PLAN SAMPLE EXCERPT PAGEREF _Toc456782069 \h 138D.22 ATTACHMENT Q – KEY PERSONNEL CREDENTIAL CHECKLIST PAGEREF _Toc456782070 \h 139D.23 ATTACHMENT R – DEFINITIONS AND FREQUENTLY ASKED QUESTIONS PAGEREF _Toc456782071 \h 140D.24 ATTACHMENT S – MINIMUMS AND MAXIMUMS FOR THE FIVE DISTRICTS PAGEREF _Toc456782072 \h 142SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc456782073 \h 145E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) PAGEREF _Toc456782074 \h 145E.2 52.215-1 INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) PAGEREF _Toc456782075 \h 157E.3 EVALUATION CRITERIA PAGEREF _Toc456782076 \h 162E.4 PROPOSAL EVALUATION PAGEREF _Toc456782077 \h 165E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) PAGEREF _Toc456782078 \h 167E.6 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc456782079 \h 182E.7 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc456782080 \h 183E.8 52.222-46 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (FEB 1993) PAGEREF _Toc456782081 \h 183E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc456782082 \h 184E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc456782083 \h 185SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 0010X Strategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Strategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.B.4 SUBCONTRACTING PLAN--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing the contractor's compliance with the plan, including reviewing the contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting plan.B.5 PERFORMANCE WORK STATEMENTBACKGROUNDThe Department of Veterans Affairs (VA) has authority, pursuant to Title 38 USCChapters 18, 31, 35 and 36, to provide all services and assistance necessary to enableeligible Veterans with service-connected disabilities to obtain and maintain suitable employment and achieve independence in daily living to the maximum extent feasible through Vocational Rehabilitation and Employment (VR&E) services. In order to provide these services, VR&E requires Contractor assistance in Chapter 36/35 Education and Vocational Counseling for the specialized needs of the Servicemembers, Veterans, and eligible Dependents.The objective of the contract is to aid the individual in selecting (1) an educational ortraining objective and an educational institution or training establishment appropriate for the attainment of such objective; or (2) an employment objective that would be likely to provide such individual with satisfactory employment opportunities in light of the individual’s circumstances. VA’s Veterans Benefits Administration (VBA), is procuring local services for Veterans through VA’s jurisdiction under a national contracting initiative. Awarded contracts will be for a period of performance not to exceed a base term of one (1) year and four (4) 12-month option periods from date of award. Under the terms of any awarded contract as a result of this solicitation, an authorized VR&E official will be responsible for approval or authorization of any specific expenditure or benefit to, or on behalf of, the Servicemember, the Veteran, or Dependent whose case is referred to the Contractor. It is understood that no obligation will be incurred under the contract by the Government for any services or benefit to, or on behalf of, a Servicemember, Veteran, or Dependent without prior authorization issued by the designated VR&E official.APPLICABLE DOCUMENTSIn the performance of the tasks associated with this Performance Work Statement (PWS), the Contractor must always comply with the following:The following references are applicable to this PWS:Chapters 18, 31, 35 and 36 of Title 38, United States Code , Vocational Rehabilitation and Employment Manual for VR&E Program Information ( )Commission on Rehabilitation Counselor Certification ()SCOPE OF WORKVA has a requirement for Contractors to provide services in Chapter 36/35 Educational and Vocational Counseling.Services to be performed under the terms and conditions of the contract are designed to offer counseling and support and to facilitate decision-making when choosing an appropriate education or career goal. The participant is encouraged to develop a plan of action to reach his/her specific goals. The Professional Vocational Rehabilitation Counselor will provide a variety of services through the provision of Chapter 36 services including:Adjustment CounselingEducational CounselingVocational/Career CounselingCareer AssessmentInterest and Aptitude TestingOccupational ExplorationIdentification of Training FacilitiesBenefits CoachingPERFORMANCE DETAILS4.1 PERIOD OF PERFORMANCEThe period of performance (POP) shall be 12 months from date of award, with four (4) 12 month option periods. Hours of operation are defined as Monday through Friday, 7:30 AM - 5:30 PM. Any work to be performed at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that VA follows:Under current definitions, four are set by date:New Year's DayJanuary 1Independence DayJuly 4Veterans DayNovember 11Christmas DayDecember 25If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.The other six are set by a day of the week and month:Martin Luther King's BirthdayThird Monday in JanuaryWashington's BirthdayThird Monday in FebruaryMemorial DayLast Monday in MayLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in October ThanksgivingFourth Thursday in November 5.0 PLACE OF PERFORMANCEThe primary place for performance of tasks under this PWS shall be at a designated Government sites and Contractor facilities located within each District jurisdiction. Contractors shall be available to provide services within major population areas no more than 50 miles one way in major metropolitan area, and 100 miles one way in rural area, from the Veteran’s residence and/or training facility. See RO listing in Attachment A –Integrated Disability Evaluation System (IDES) and VetSuccess on Campus (VSOC) sites. Veterans may also require services at alternate meeting locations. The Contractor shall provide services at an appropriate private, professional, and accessible setting. When available and at the VA’s sole discretion, VA may offer space for contract Counselors to meet privately with Veterans. Note that in some situations, VA may determine that it is in the VA’s best interest for Contractors to meet with Veterans in designated VA or Department of Defense (DoD) space. In those cases, the task order for the District will disclose these contingencies along with other considerations the Contractor must be aware of. 6.0 TRAVELVA may authorize travel at time of referral for specialized cases requiring the Contractor to meet with the Veteran at some other approved location. For services that are 50 miles outside the radius of the closest Regional Office (RO), out based offices, or VA Medical Center to the referred Veteran, travel time to and from the destination will be invoiced at 50% of the unit price (Column E of the pricing sheet) for CLIN 1004B4 for the base year, and of the corresponding CLIN for each option year (1004E4, 2004E4, 3004E4 and 4004E4). Travel and mileage will be paid in accordance with (IAW) the Federal Travel Regulations (FTR), ftr, for the distance traveled to and from the destination. The travel distance (mileage) and time will be calculated by using with the starting point being the Veteran’s address or meeting location. The VA will pre-approve the reimbursable travel labor rate and mileage prior to the travel. Travel that occurs without prior approval will not be paid. For Contractors providing services outside the continental United States (OCONUS), the following Districts are responsible for services OCONUS: Pacific and Southeast. OCONUS locations are listed in Attachment G – VR&E Directory. Contractors providing services OCONUS shall have appropriate staffing in the OCONUS region for the District proposed and must submit pricing separately for RO with the OCONUS areas and domestic areas to be served. The following locations will be considered the OCONUS location for staffing purposes as follows:Pacific - (459) HonoluluSoutheast - (355) San JuanNote that for foreign workload, it is expected that the Veteran will travel to the OCONUS location 90% of the time. OCONUS Contractors shall meet the same qualification requirements as Contractors providing services in the United States.7.0 SPECIFIC TASKS AND DELIVERABLESVBA will provide case-related documents as needed from the Servicemembers, Veterans or Dependents file to the Contractor.The Contractor shall provide the following services:Educational and Vocational Counseling (Chapter 36 and Chapter 35)Initial Educational and Vocational AssessmentEducational and Vocational Career Counseling7.1 TASK 1 – QUALITY ASSURANCE PLANThe Contractor shall submit with their proposal a Quality Assurance Plan (QAP) that will cover all services to be provided. The Contractor’s QAP will describe the Contractor’s Quality Assurance (QA) capability and how they will assess all aspects of the Contractor’s business and, vocational and counseling operations, to ensure that the performance standards stated in the contract are met. The Government, at the technical program-level, expects to work with and through the Contractor’s quality assurance organization in 1) assess and validating Contractor performance, 2) documenting Contractor-identified performance issues, 3) implementing performance improvement projects, and 4) monitoring corrective action as appropriate. The QA function will confirm the validity and reliability of management indicators and/or compliance with requirements. The QA function will review and report on high risk processes. In the event of awards to a prime Contractor with one or more sub-contractors, the prime Contractor is expected to fully integrate sub-contractors into the QA process; therefore, all providers within the Contractor’s network shall be integrated into the QA process. The QA Plan should provide for growth and improvement of performance levels. See Attachment F – Quality Assurance Report Template. Deliverable: 7.1 Quality Assurance PlanNote: The QAP is subject to approval by the Government. 7.2 TASK 2 - PERSONNEL STAFFING PLANIn view of the need for the Contractor to deliver the quality and consistency expected under this contract and to minimize staff turnover, the Contractor needs to be able to identify, recruit, hire, and retain competent, capable staff during the course of the contract POP. The Contractor shall outline, as part of the proposal, how the Contractor will identify, recruit, hire, and retain competent, capable staff, and to minimize disruption to the contract due to turnover of staff. The Personnel Staffing Plan will outline the staffing structure and how fully mission capable staff will be provided within thirty (30) calendar days of contract award. The Personnel Staffing Plan is subject to approval by the Government.Deliverable:7.2 Personnel Staffing Plan7.3 TASK 3 – EDUCATIONAL AND VOCATIONAL COUNSELINGThe Contractor will assist Servicemember’s, Veteran’s, and Dependent’s to establish employment objectives and outline career counseling/education required to achieve their educational/vocational goals. The following training, rehabilitation, and employment needs shall be addressed by the Contractor for Servicemembers and Veterans, receiving Chapter 36 services and to Dependents receiving Chapter 35 services.7.3.1 E-1 Initial Educational and Vocational Assessment7.3.1.1 Vocational and Medical History: Includes medical, educational, and vocational history, including identification of functional capacity for work, barriers to employment, and assessment of transferable skills;7.3.1.2 Vocational Testing: Includes assessment of academic functioning, interests, aptitudes, and abilities;7.3.1.3 Transferable Skills Analysis: Includes an analysis of the Servicemember’s, Veteran’s, or Dependent’s current physical capacity, along with worker traits, intellectual level and personal characteristics shown by testing as well as the individual’s work and educational history in comparison to the characteristics and demands of specific jobs. The analysis shall also outline transferable skills for direct employment or skills that may be built upon for future employment.7.3.1.4 Vocational Counseling: Considers transferable skills, impact of disability condition(s) and residual functioning, vocational testing results, labor market conditions and demands, assistive technology and job modifications, and other factors. Vocational exploration results in the identification of a job goal and steps needed to achieve that goal, including education or other training.7.3.1.5 Educational and Vocational Assessment Report: A complete initial Educational and Vocational assessment shall be delivered in the form of a written report to the VR&E Officer within 30 calendar days after date of the referral for services. The average number of hours to complete an initial Educational and Vocational assessment is four (4) hours. Deliverables: 7.3.1.1 E-1 Vocational and Medical History7.3.1.2 E-1 Vocational Testing7.3.1.3 E-1 Transferrable Skills Analysis7.3.1.4 E-1 Vocational Counseling7.3.1.5 E-1 Initial Educational and Vocational Assessment Report7.3.2 E-2 Educational and Vocational Career Counseling7.3.2.1 Educational and Vocational Referral: Immediately after receipt of referral, the Contractor shall secure the referral information and authorization from the VA for Educational and Vocational counseling services. Within seven (7) calendar days after securing the referral for Educational and Vocational counseling services, the Contractor shall complete the individual counseling session with the Servicemember, Dependent, or Veteran. A complete report shall be submitted by the Contractor to the VA within seven (7) calendar days of the Educational and Vocational counseling session. Career counseling services include: a one-time counseling session to assist with the resolution of academic, medical, financial, or other barriers interfering with progress in educational program, and coordination of necessary referrals. 7.3.2.2 Report of Contact: The Contractor shall deliver a Report of Contact within seven (7) calendar days after the completed Educational and Vocational counseling service. If the deliverable date cannot be met due to an issue with the individual receiving services, the Contractor shall contact the VA Counselor prior to that deadline to request an extension. If additional counseling sessions are needed, the Contractor shall staff the needs with the VA Vocational Rehabilitation Counselor (VRC) as expeditiously as possible to discuss additional referrals needed to ensure prompt service provision.The average number of hours to complete Educational and Vocational career counseling is two (2) hours.All services provided in Service Group E must be provided by Counselors who meet the qualifications outlined below in Section 10.1., Qualification Requirements for Key Personnel. Payment: All Service Group E packages are flat-rate packages, payable if complete services are delivered within performance standards. Deliverables:7.3.2.1. aE-2 Educational and Vocational Referral7.3.2.1. b E-2 Completed Individual Counseling Session7.3.2.1. cE-2 Educational and Vocational Counseling Services Report7.3.2.2 E-2 Report of Contact7.4 REPORTING REQUIREMENTSThe Contractor will utilize mandatory forms and work aids identified in M28R references. Report templates for Service Group E are located in the solicitation at Attachment E – Report Templates. 8.0 SCHEDULE OF DELIVERABLESSchedule of Deliverables (CAD = Contract Award Date, Days = Calendar Days) All deliverables are electronic unless otherwise noted. Note: Deliverables with due dates falling on a weekend or holiday shall be submitted the following Government work day after the weekend or holiday.ParagraphItem DescriptionQuantityDelivery Date7.1 TASK 1 – QUALITY ASSURANCE PLAN7.1Quality Assurance Plan1As part of the proposal7.2 TASK 2 – PERSONNEL STAFFING PLAN7.2Personnel Staffing Plan1As part of the proposal and within 30 calendar days of contract awardE-1 INITIAL EDUCATIONAL AND VOCATIONAL ASSESSMENT 7.3.1.1E-1 Vocational and Medical HistoryPer caseWithin 30 calendar days after date of referral for services7.3.1.2E-1 Vocational TestingPer caseWithin 30 calendar days after date of referral for services7.3.1.3E-1 Transferable Skills AnalysisPer caseWithin 30 calendar days after date of referral for services7.3.1.4E-1 Vocational CounselingPer caseWithin 30 calendar days after date of referral for services7.3.1.5E-1 Initial Educational and Vocational Assessment ReportPer caseWithin 30 calendar days after date of the referral for servicesE-2 EDUCATIONAL AND VOCATIONAL CAREER COUNSELING7.3.2.1.a E-2 Educational and Vocational ReferralPer caseImmediately after referral7.3.2.1.bE-2 Completed Individual Counseling SessionPer caseWithin seven (7) calendar days after securing referral7.3.2.1.cE-2 Educational and Vocational Counseling Services ReportPer caseWithin seven (7) calendar days of counseling services7.3.2.2E-2 Report of ContactPer caseWithin seven (7) calendar days of counseling services10.0 KEY PERSONNEL10.1Provide Key Personnel proof of state required insurance, license and/or certificationPer each Key Personnel30 calendar days after CAD9.0SPECIAL REQUIREMENTS 9.1 PROCEDURES FOR ABOVE STANDARD AND BELOW STANDARD PERFORMANCE9.1.1 Above standard performance. This contract does not provide monetary incentive above the value of the task order for performance above standard. This circumstance does not however lessen the importance of timely and quality performance of all tasks under this contract. The Contracting Officer Representative (COR) and others performing surveillance will document high quality performance (e.g., timely delivery of data, accurate and quality content of reports) and ensure this record of performance becomes part of the Contractor’s past performance record which will be entered annually in Past Performance Information Retrieval System (PPIRS). PPIRS is used by federal contract agencies to evaluate Contractor past performance. Past performance records are considered when placement of future task orders on this multiple award acquisition (as applicable) as detailed in Section 12.2 of PWS, Basis for Issuance of Task Orders (Multiple Award Contracts). 9.1.2 Below standard performance. All reports that are not prepared in accordance with the M28R manual and Attachment E – Report Templates will be returned to the Contractor for correction at the Contractor’s expense. The Contractor cannot invoice or receive payment until a report has been determined acceptable by the applicable COR in writing on the Quality Assurance (QA) Form see Attachment F – Quality Assurance Report Templates and Section 13.0, Invoicing Instructions. The COR and others performing surveillance will document below standard performance (i.e., untimely submission of reports, report submissions requiring multiple revisions, consistently falling below Acceptable Quality Level (AQL(s)) and ensure this record of performance becomes part of the Contractor’s past performance record in PPIRS. 9.1.3 PERFORMANCE Requirements Summary (PRS)Performance ObjectivePerformance StandardAcceptable Quality Level (AQL)Educational and Vocational Counseling (Chapter 36 and Chapter 35)E-1 Initial Educational and Vocational Assessment reference PWS 7.3.1E-1: A complete initial Educational and Vocational assessment shall be delivered in the form of a written report to the VR&E Officer within 30 calendar days after date of the referral for services. Reference PWS 7.3.1Reports are received timely based on the performance standard 90% of the time. E-2 Educational and Vocational Career Counseling reference PWS 7.3.2.E-2: The Contractor shall deliver a report of contact within seven (7) calendar days after the completed Educational and Vocational counseling service. Reference PWS 7.3.2.2Reports are not returned to the Contractor for revisions 90% of the time. Coverage of Jurisdiction – The Contractor shall have an adequate number of trained counseling staff to ensure provision of services for Veteran clientele throughout the Districts. The Contractor shall be able to conduct testing and counseling on military installations, when necessary, to cover the Integrated Disability Evaluation System (IDES) population. List of military installations and college campuses is at Attachment H – VBA Regional, Out-based Offices and VA Medical Centers.Responsiveness - The Contractor shall address problem issues with the COR in a timely manner to ensure services are rendered and reports are submitted within required timelines identified in the PWS. Customer Satisfaction – The Contractor shall provide a level of service that is responsive to Servicemembers’, Veterans’ or eligible Dependents’ needs, as evidenced by positive feedback from clients, lack of complaints, and periodic contact of clients by VR&E to assess customer satisfaction.10.0 KEY PERSONNEL10.1LICENSE AND/OR CERTIFICATION FOR KEY PERSONNELThe key personnel listed below are considered essential by the Government and to the work being performed under the Task Orders (TOs) awarded under the contract, and shall not be replaced or substituted for the first 180 calendar days (or other date specified in the TO) after TO award. The exception to the replacements may occur due to circumstances beyond the Contractor's control such as death, illness or the like and must be of equal or better qualifications and approved by the COR. The key personnel assigned to or utilized by the Contractor in the performance of a TO must be accessible to the Government for services under the contract. The Contractor and/or Key Personnel shall be insured, licensed and/or certified if required by the state or local statute for all ROs proposed. The Contractor shall supply credentials to include proof of state required insurance, license and/or certification to the RO COR within 30 calendar days after notice of award. The following are the list of Key Personnel:Contract Administrator/Program ManagerAll Counselors The Government reserves the right to examine, and approve or disapprove the Contractor’s staff based on information provided in credentials and/or résumés submitted at time of award. The COR at each District shall notify the Contractor of acceptance of newly proposed employees within ten (10) calendar days of receipt of credentials, diplomas, and résumés. Only those individuals that meet the qualifications of the contract, and have been approved by the COR at the District level shall perform services under the contract and the subsequent TO’s. Under no circumstances will interns be approved to provide professional services under the contract.Deliverable:10.1 Provide key personnel credentials, diplomas, resumes, proof of state required insurance, license and/or certification. See Section K, Contract Start-Up for details. 10.2 QUALIFICATION REQUIREMENTS FOR KEY PERSONNELContract Administrator/Program Manager:Contract Administrator/Program Manager must have one (1) year experience in Technical Vocational Rehabilitation and management of rehabilitation services. They must possess communication/office skills commensurate with the job.All Counselors:Must have a minimum of a Master’s Degree in Rehabilitation Counseling, Counseling Psychology, Counselor Education, or a closely related Master’s level counseling discipline, from an accredited college or university. The Contractor shall maintain curriculum vitae, résumé, current licenses, certification or a verifiable form of documentation for each Counselor proposed under the contract and for any proposed Counselor during the life of the contract. Related counseling disciplines will be considered from accredited colleges or universities when the individual has completed coursework that includes medical aspects of disability, vocational testing, and job placement and/or possesses a Commission on Rehabilitation Counselor Certification (CRC) or Certified Vocational Evaluator credential, and/or possesses two or more years of experience in the vocational rehabilitation field. These credentials are required for all Counselors working in any service group. Counselors, in the performance of services under the contract, shall use standard counseling principles and procedures generally recognized within the counseling profession by the Commission on Rehabilitation Counselor Certification (CRC) at . The Contractor shall require its professional staff to attend free training sessions given by the VA. Contractors are responsible for the transportation/per diem cost of attendance by the Counselor(s) attending these training sessions at the sponsored VA Districts, not to exceed 24 total hours. The Contractor shall be responsible for providing its staff with at least two (2) or more Continuing Education Units additional relevant professional training courses per year in the field of counseling and rehabilitation. VA or other organizations, such as colleges or professional associations, generally recognized as providing such training, shall sponsor the courses. This training is required for continued performance under the contract by any Contractor professional. The Contractor shall report annually to the COR at the District, the names of courses taken, date of any course, and the provider of said course for each Contractor professional proposed to work, or working under the contract. Exceptions or alternate training methods may be approved for Contractors located Outside the Continental United States (OCONUS).11.0. GEOGRAPHICAL SERVICE AREAS FOR COUNSELING SERVICESRequests for counseling services shall be referred by VBA to Contractors from among those Veterans living in the District jurisdiction. See District listing in Attachment G – VR&E Directory. The counseling location shall meet all applicable requirements for accessibility mandated by the Americans with Disabilities Act (ADA) of 1990, as amended.Contractors shall be available to provide services within major population areas no more than 50 miles one way in major metropolitan areas, and 100 miles one way in rural areas, from the Veteran’s residence in at least 90% of all referrals made under the contract. The Contractor shall provide to the CO proof of the space and appropriateness at each training facility prior to award. Office space must be available within the major metropolitan and rural areas, as described above, must be ADA compliant, must provide for private, professional meeting space, post business hours, and accessible to public transportation if available, and IAW Attachment I - Award Site Survey.If the Contractor has more than one business location, the Servicemember, Veteran, or Dependent shall be scheduled by the Contractor to appear for counseling services at the location closest to the individual’s residence or place of the individual’s choice. When individual’s request alternate meeting locations, Contractor’s shall provide services at an appropriate private, professional, and accessible setting by appointment only, making best efforts to schedule meetings to accommodate the individual’s schedule before, during or after the Contractor’s normal working hours. Alternate meeting locations shall provide private and professional space conducive to the individual sharing confidential information.When available and at VA’s sole discretion, VA may offer meeting space for contract Counselor’s to meet privately with Servicemember’s, Veteran’s, and Dependent’s. Note that in some situations, VA may determine that it is in the VA’s best interest for contract Counselor’s to meet with Veterans in designated VA or Department of Defense (DoD) space. In those cases, the TO for the District will disclose these contingencies along with other considerations the Contractor must be aware of. All costs associated with the performance of travel shall be included in the Contractor’s proposed price. The Contractor is responsible for assisting Veteran’s in claiming reimbursement for authorized travel overseas and local as needed.?The VR&E Officer or designee shall authorize Contractor travel, in writing, prior to the start of the travel. Travel and per diem outside of the aforementioned parameters shall be separately reimbursed in accordance with Federal Travel Regulations, including overseas travel, by the most effective cost measures by a separate Travel Contract Line item (CLIN). The current General Services Administration (GSA) reimbursement rate for privately owned vehicles will prevail. . ?If?the Servicemember, Veteran or Dependent is?authorized to travel at Government expense,?the Contractor will submit completed?VA 20-0968, Claim for Reimbursement of Travel Expenses within three (3) days after completion of?Veteran?travel, Attachment J – Voucher for Mileage Allowance.? Note that for foreign workload, it is expected that Contractors will meet these same requirements, with no more than 10% of travel being reimbursable by the VA. Travel may be authorized in unique cases (i.e., Training) outside the parameters above, however, in all cases; authorization to bill for travel must be approved in advance by the VA. For Contractors providing services OCONUS, the following Districts are responsible for services OCONUS: Pittsburgh (311) and Honolulu (459). Lists of the OCONUS locations are listed in Attachment G – VR&E Directory. Contractors providing services OCONUS shall have appropriate staffing in the OCONUS region for the specific RO with the District proposed and must submit pricing separately for OCONUS areas and domestic areas to be served. The following locations will be considered the OCONUS location for staffing purposes as follows:Pacific = (459) HonoluluSoutheast = (355) San Juan12.0 TASK ORDER PROCEDURESGENERAL INFORMATIONThe local CO will issue TOs for a Not-To-Exceed (NTE) amount, to cover the anticipated need for services. Specific referrals against TOs shall specify the exact service to be provided for each case. The referral is the individual referral issued by the local VR&E staff for each case, and shall draw down on the NTE amount identified in the TO. The individual referral will indicate the specific contract Line Item and services required by Line Item Number and price. The Contractor shall then perform work under the contract as specified in the written referral issued by VR&E. Cost for such services is on a firm-fixed price basis, in accordance with pricing for the specific service. Each referral will be assigned a separate referral number used to track each referral against the corresponding TO. A NTE TO does not bind the Government to order a specific amount of services but instead serve as a Government estimate of services anticipated to be ordered. Individual referrals are specific service “orders” and may be revoked at any time by the Government. Referrals will be issued by the COR (VR&E Officer) and/or his/her designee(s).Each referral request shall include:TO and referral tracking number issued by VAVeteran’s Name and last 4 digits of Social Security Number (SSN)Benefit chapterName of ProviderDescription of the work to be performed [Task/Statement of Work SOW)]Identification of the period of performance and required due datesDate, total cost authorized, and proper cost code for the provided serviceFiscal year, if payments are to be charged against a prior year obligationAuthorizing VA signatureThe Contractor shall provide the results of all assessments in a written report to the VR&E Officer within 30 calendar days after referral by VA unless otherwise specified, in accordance with the TO. All deliverable items (reports, case files, documentation, etc.) shall be submitted in accordance with the PWS. All deliverable items shall be identified with the appropriate contract number, TO number, brief item description, and designated Government point of contact(s) but shall not include any visible Servicemember, Veteran or Dependent personally identifiable information (PII). All services must be invoiced within 30 business days of acceptance of deliverables. Final invoices must be received within 30 business days of final services. Should the Contractor be unable to complete the services requested, they must inform the COR, in writing, within five (5) business days as to why services cannot be completed. The services may then be cancelled at VA’s discretion. Failure to notify VA of delays or reasons for incomplete deliverables may result in forfeiture of any payment against the referral (and corresponding TO) and negative performance rating.12.1. TASK ORDER REFERRALS BY VA TO CONTRACTOR Specific referrals against TOs will be made utilizing the Referral Form enclosed in Attachment K – VR&E Contract Referral Form. The VR&E staff will refer to the Contractor only persons who have been found eligible for services required under the contract. The Contractor, with reference to each person referred, shall provide requested services through a series of interviews, Educational and Vocational testing, needs assessment, and other appropriate methodologies as described in Section 7 SPECIFIC TASK AND DELIVERABLES. The Contractor shall provide a written report to the referring VR&E official outlining the results of the Contractor’s performance of services under the contract, including any recommendations that the Contractor may have concerning the Veteran or Dependent in accordance with the requirements outlined in M28R.VII.A.1. The Contractor shall not authorize a Veteran, to receive any goods or services recommended.12.2. BASIS FOR ISSUANCE OF TASK ORDERS (MULTIPLE AWARD CONTRACTS) In the event multiple awards are made for one or more Districts, post award competition shall be conducted. The Contracting Officer may use the factors specified below and in accordance with Federal Acquisition Regulations (FAR) 16.505(b)(1) and VA Acquisition Regulations (VAAR) 852.215-70, or may tailor the RFQ to their needs. All TOs issued in accordance with multiple award contracts will be issued by delegated staff members within the VR&E Divisions, to meet the Districts anticipated needs, on the following basis, which are listed in descending order of importance may be used: Geography - The geographic location of the Contractor must be convenient to the Veteran, Servicemember or Dependent receiving the services;Past Performance – The quality of the Contractor’s performance under this contract; The Contractor’s price for the required services in accordance with the proposed price schedule; and If two or more offerors are considered to be essentially equivalent including non-price and price factors, then the socio-economic preference listed below will be the deciding factor.The order of preference shall be:1) Service Disabled Veteran Owned Small Business (SDVOSB);2) Veteran Owned Small Business (VOSB), including but not limited to SDVOSBs;3) Pursuant to - a) Section 8(a) of the Small Business Act (15.U.S.C. 637(a)); orb) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and 4) Pursuant to any other small business contracting preference In accordance with 16.505 (b)(1)(iv)(B)(2), Exceptions to the Fair Opportunity Process, the CO shall consider the following:(1) The CO shall give every awardee a fair opportunity to be considered for a delivery-order or TO exceeding $3,500 unless one of the following statutory exceptions applies: (A) The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays. (B) Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. (C) The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. (D) It is necessary to place an order to satisfy a minimum guarantee. (2) Pricing orders. If the contract did not establish the price for the supply or service, the CO must establish prices for each order using the policies and methods in Subpart?15.4. 13.0 INVOICING INSTRUCTIONS:1. Invoicing instructions will be in accordance with Attachment D - Invoicing Instructions – Training Manual.2. General Invoicing Instruction:Reports are due IAW the chart below for Service Group E. Contractors may not invoice until deliverables have been accepted in writing on the QA Form. (See sample at Attachment D – Invoicing Instructions – Training Manual). VA will review deliverables and accept or return the unacceptable deliverables within five (5) business days of receipt. A copy of deliverable acceptance and the approved QA form must be attached with invoices. Failure to include will result in invoices being returned as improper. Service Group:Reports are Due:Payments:Service Group E-1Report will be delivered within 30 calendar days after date of the referral for services IAW PWS Section 7.3.Service Group E is Per Case, payable if complete services are delivered within performance standards. Government will certify invoice upon receipt of complete report within five (5) business days or reject deliverable if incomplete.Service Group E-2The Contractor shall deliver a report of contact within seven (7) calendar days after the completed Educational and Vocational counseling session IAW PWS Section 7.3Note that it is the Government’s intention to transition to an electronic invoicing system. When this transition is complete, the CO will work with vendors to understand new procedures and to complete a contract modification, if necessary.14.0 VA Information and Information System Security/Privacy Requirements GeneralAll Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at: and its handbooks to ensure appropriate security controls are in place. Access to VA Information and VA Information Systems VA will supply the Contractor with the minimum logical (technical) and/or physical access to VA information and VA information systems for employees, sub-contractors: (1) To perform the services specified in the contract, (2) To perform necessary maintenance functions for electronic storage or transmission media necessary for performance of the contract, and (3) For individuals who first satisfy the same conditions, requirements, and restrictions that comparable VA employees must meet to have access to the same type of VA information. All Contractors and subcontractors working with VA Sensitive Information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same types of information. The level of background security investigation will be in accordance with VA Directive 0710, Handbook 0710, which are available at: , and VHA Directive 0710 and Implementation Handbook 0710.01, which are available at: .? Contractors are responsible for screening their employees. The following are VA's approved policy exceptions for meeting VA background screenings/investigative requirements for certain types of Contractor personnel: Contractor personnel not accessing VA information resources, such as personnel hired to maintain the medical facility grounds, construction contracts, utility system contractors, etc. Contractor personnel with limited and intermittent access to equipment connected to networks on which no VA sensitive information resides. Contractor personnel with limited and intermittent access to equipment connected to networks on which limited VA sensitive information resides and with limited and intermittent access to facilities at which they are escorted.VA Information Custodial Requirements VA information provided to the Contractor for either the performance or administration of this contract shall only be used for those purposes. No other use is permitted without the CO’s express written authorization. This clause expressly limits the Contractor’s rights to use data as described in Rights in Data - General, FAR 52.227-14(d)(1). The Government shall retain the rights to all data and records produced in the execution or administration of this contract.Prior to termination or completion of this contract, Contractor will not destroy information received from VA or gathered or created by the Contractor in the course of performing this contract without prior written approval by the CO. A Contractor destroying data on VA’s behalf must do so IAW National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, and applicable VA Records Control Schedules.? All data and reports shall be transferred to VBA upon contract completion.The Contractor shall not make copies of VA information, electronic or otherwise, except as necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor needs to be restored to an operating state. The Contractor shall not use technologies banned in VA in meeting the requirements of the contract (e.g., Bluetooth-enabled devices). Physical SecurityIf?the contract requires taking VA?data to a Contractor site and the data?contains Personally Identifiable Information,?the Contractor?will provide an independent physical security assessment?of?their facility?to the COR prior to commencing work.? General guidelines for physical security?can be found in?VA Directive 0730, Section 6 (Physical Security) and VA Memorandum (subj:? IT Oversight & Compliance Information Physical Security Assessments) dated October 24, 2007.?? Training All Contractor and subcontractor personnel requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and networks: Sign and acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior related to access to VA information and information systems Successfully complete VA Information Security Awareness training and annual refresher training as required Successfully complete VA Privacy Awareness training and annual refresher training as required Successfully complete any additional Information Security or Privacy training as required for VA personnel with equivalent information system access.The Contractor shall provide to the COR a copy of the training certificates for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. These online courses are located at tms..? To self-enroll, click the “Create New User” button on the red bar and complete the assigned training.? The COR will provide the contractor with the appropriate information to complete self-enrollment. ?Technical issues with TMS should be directed to the TMS help desk at vatmshelp@ or 1.866.496.0463.Failure to complete this mandatory training within the timeframe required will be grounds for suspension or termination of all physical and/or electronic access privileges and removal from work on the contract until such time as the training is completed.NOTE to CO: If it is determined that a background investigation is required, the following language should be included, in its’ entirety.? Contractor Personnel SecurityAll Contractor employees who require access to the VA site(s) and/or access to VA local area network (LAN) systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (SIC). These requirements are applicable to all subcontractor personnel requiring the same level of Background Investigation. The level of background security investigation will be IAW VA Directive 0710 dated September 10, 2004 and is available at InvestigationThe Contractor employee level of background investigation required for this effort is: National Agency Check with Inquiries (NACI). Contractor Responsibilities1.? The Contractor shall bear the expense of obtaining background investigations or reciprocals of previous investigations held that meet or exceed the required investigation level.?? The cost of background investigations is based on the current Office of Personnel Management (OPM) rate at the time the application is processed at OPM.? Fiscal Year 2016 rates are as follows: Low Risk (NACI) $392, Moderate Risk (MBI) $1,388, High Risk (BI) $4,476 or Reciprocals are $75.? VA will pay for investigations or reciprocals processed through the VA SIC and conducted by OPM in advance; however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 business days of Bill of Collections received from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation/reciprocal costs.2.? Immediately after contract or TO award, the COR will provide the Contractor with the following background investigation documents to be completed by the Contractor and returned to the COR to begin the background investigation process for all Contractor employees working on the contract who will have access to VA facilities, VA systems, or privacy data: Background Investigation Request WorksheetOptional Form 306 – Declaration of Federal EmploymentFingerprint Request Form3.? Upon receipt of the above-stated documents from the COR, the SIC will process the investigation request.? Thereafter, the Contractor?will receive an email notification from the SIC identifying the website link that includes detailed instructions regarding completion of the background clearance application process in the Electronic Questionnaires for Investigations Processing (e-QIP) system.? E-QIP is an online, Internet accessible system where the Contractor employee shall complete the security questionnaire required for OPM to process the background investigation.4. Contractors who have a current favorable background investigation previously conducted by OPM or Defense Security Service (DSS) may be accepted through reciprocation. When a previous clearance is currently held, it does not preclude the vendor from submitting a complete Background Investigation Package as stated above to the COR immediately after contract or TO award for all contract employees who will be working on the contract.5.? The Contractor shall prescreen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration that authorizes them to work in the U.S. and are able to read, write, speak and understand the English language. ??6.? Contract performance shall not commence before:The SIC has confirmed favorable fingerprint results, orSIC confirms that it has received the Contractor’s investigative documents, the documents are complete, and that the investigation information has been released to OPM for scheduling of the background investigation, or The SIC has confirmed that the verified investigation will be reciprocated.7.? The COR will notify and forward the Contractor a copy of the Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The Contractor, if notified of an unfavorable adjudication by the Government, shall withdraw the employee from consideration from working under the contract.? Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. 8.? The Contractor will be responsible for the actions of those contract and subcontract employees they provide to perform work for VA. In the event damage arises from work performed by Contractor personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident.9. Should the Contractor use a vendor other than OPM or DSS to conduct investigations, the investigative company must be certified by OPM/DSS to conduct Contractor investigations. The Vendor Cage Code number must be provided to the VA SIC, which will verify the information and conclude whether access to the Government’s site(s) and/or VA LAN systems can be granted.10. The investigative history for Contractor personnel working under this contract must be maintained in the databases of either OPM or the Defense Industrial Security Clearance Organization (DISCO). Government Responsibilities1.? After the SIC has adjudicated the background investigation package from the Contractor, the SIC will send an e-mail notification to the Contractor and their POC identifying the e-QIP website link that includes detailed instructions regarding completion of the background clearance application process and the level of background that was requested. 2.? Upon receipt of required investigative documents, SIC will review the investigative documents for completion and initiate the background investigation by forwarding the investigative documents to OPM to conduct the background investigation. If the investigative documents are not complete, the SIC will notify the vendor of deficiencies and include corrective instructions.?3.? VA will pay for investigations and reciprocals processed through the VA SIC and conducted by OPM in advance; however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 business days of Bill of Collections from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs and may be considered grounds for default.4.? The COR will notify and forward the Contractor a copy of the Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The COR will also notify the Contractor of an unfavorable adjudication by the Government.Security Incident InvestigationThe term “security incident” means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action the breaches VA security procedures.? The Contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/subcontractor has access. J. MISCELLANEOUSThe Contractor shall be aware of the following information and/or comply with the following requirements when providing service under the contract: For each contract line item, the average hours identified includes time for report writing and documentation.Unless otherwise specified, all timelines in the contract refer to calendar days.All references to Veterans in this document also pertain to Servicemembers and Dependents who qualify for services.Group testing is authorized (as appropriate), but personal Veteran information shall not be shared/communicated in a group setting. Testing must be tailored to the individual Veteran’s needs. Transcripts, prior testing, and Veteran interests should be evaluated prior to determining if individual testing is necessary.Any test used in the?initial evaluation?must have received a satisfactory rating from one of three resources that evaluate tests: Mental Measurement Yearbook, TESTS, and TEST Critique. Individuals administering, scoring, and analyzing test results will have training or credentials required by test protocols. Contractors will work with the VR&E Officer to establish testing protocols. The initial evaluation tests used to satisfy the requirements of the contract and serve as a basis for price shall be delineated in the Contractor’s invoice.The Contractor shall maintain a file upon completion or suspension of services that will be maintained and destroyed in accordance with security requirements. The referral package provided by VA will include the application and relevant Veteran contact information. Rating and medical/psychological information will be provided, if available. Case management and employment referrals will include copies of rehabilitation plans and other relevant case information. All SSN will be redacted, with the exception of the last 4 digits used for identification purposes.When SSNs are required, the Contractor can only use the last four digits of the SSN of any individual serviced under the contract.No obligation will be incurred under the contract by the Government for any service or benefits provided to, or on behalf of, a Servicemember or Veteran without prior authorization issued by a designated VR&E Official. Under no circumstance may a Contractor provide services in the absence of a referral for a specific Veteran. Under no circumstances may a Contractor engage in outreach or other activities designed to solicit referrals. If a particular Contractor is hired by the VA to conduct Transition Goals, Plans, Success (GPS) or similar outreach group sessions that include obtaining applications for Chapter 36 services, that same Contractor may not be referred subsequent Chapter 36 services for involved individual Servicemembers or Veterans. The Contractor shall not authorize additional services or supplies outside of those detailed in the contract/TO. Contractors providing Case Management support are required to make direct requests to the VA Vocational Rehabilitation Counselor for authorization of any supplies or services the Contractor recommends as necessary to complete the Veteran’s vocational rehabilitation plan.All documents released by Contractors back to the District, VR&E Division, will contain the Veteran’s name and only the last four digits of the SSN.The Contractor shall retain certification of the destruction of all records containing Veteran’s information. Destruction procedures must comply with VA requirements, outlined in Section 14, VA Information and Information System Security/Privacy Requirements. The Contractor shall provide the VR&E Division a certificate of destruction at the appropriate District upon expiration of the retention date of the documents that contains:Veteran’s NameLast four digits of the Veteran’s SSNType of document(s) and date(s)Date of destructionMeans of destruction (preferably shredded)Name and position of individual who destroyed the documentsThe Contractor will transmit VA sensitive information, to include reports to VA Counselors, in an encrypted form, using a VAS-approved encryption application that meets the requirements of NIST’s FIPS 140-2 standard, Level 2. The Contractor’s firewall and Web services security controls, if applicable, shall meet or exceed VA’s minimum requirements. VA directives are available on the VA directives Web site at the event shipments of materials containing sensitive Veteran data must be made, the Contractor shall utilize appropriate shipping materials. Boxes shall be sturdy, in good repair and taped securely. No personally identifiable Veteran information may be visible on the exterior of shipping packages.For appointments/meetings that are missed or rescheduled by the Veteran, the Contractor shall notify the VA Counselor immediately via a mutually agreed upon method, i.e., e-mail and/or voicemail. .Reports shall be submitted to VA electronically typed/word processed, font is Arial, 12 pitch.Invoices may not be submitted until VA certifies acceptable performance of deliverables. VA will review deliverables within five (5) business days of receipt and provide notification of acceptance or need for corrective action. Invoices will include certification of accepted deliverables.Use of thumb drives, “blue tooth”, or CD’s shall not be used to store Veteran’s data. Hard drives shall be encrypted.Use of Wireless Networks shall not be used.SECTION K – CONTRACT START-UPThe following schedule of events shall be adhered to 15 business days after contract award: Post Award Conference via Webinar at Districts.30 business days after contract award: Award Site Survey (Attachment I) Submitted by Contractor to COR. Submit finalized Key Personnel Credential Checklist (Attachment Q) for Key Personnel. The following documents must accompany the completed Personnel Checklist: Résumés, which cannot exceed a total of two pages in length per person proposed, which must provide information on education, and experience in vocational and rehabilitation, job placement, and/or assessment as appropriate and identify the position the person will hold in the Offeror’s organization after award. Copies of transcripts and all relevant license/certifications per person proposed. Include the location of the office in which their work will be performed. All proposed personnel must meet the minimum qualification requirements outlined in the PWS.Personnel Employment Status: Verification that all key personnel proposed is either current employees of the Offeror or encloses a copy of a commitment letter.US Citizenship: Proof of US citizenship for OCONUS only, Attachment O, Proof of Citizenship Requirement.45 business days after contract award:Site Surveys are conducted, if required by COR, within 15 business days of receiving Award Site Survey (Attachment I). VR&E Staff train Contractor COR approval of personnelContractors must furnish their own FIPS 140-2 (or its successor) validated USB flash drives that conform to the published listing of VA-approved USB flash drives and obtain permission from a designated VA supervisor and Information System Owner, local CIO, or designee before they can be utilized within the Department. 60 business days after contract award: Site Surveys completed and approved/disapproved by COR within 15 business days of performing site survey. No response designates an approval. The Offeror will be notified within 60 business days after contract award if sites do not meet the minimum requirements of the contract. Otherwise, facilities shall not be replaced or substituted for the first 180 business days (or other date specified in the Task Orders) after Task Order award without written approval from the Government.Referrals will be given with performance to begin 90 business days after contract award.90 business days after contract award:Performance beginsATTACHMENTSAttachment A – IDES/VSCO SitesAttachment B –Price Schedules – Five (5) Districts – Five (5) Excel SpreadsheetsAttachment C– Proposed Professional Compensation PlanAttachment D – Invoicing Instructions – Training Manual Attachment E – Report Templates Attachment F – Quality Assurance Report Templates Attachment G – VR&E Directory Attachment H – VBA Regional, Out based Offices and VA Medical Centers Attachment I – Award Site Survey Attachment J – Voucher for Mileage Allowance Attachment K – VR&E Contract Referral Form Attachment L – VA Contractor Supplemental Rules of Behavior Attachment M – VBA Contractor Background Investigation Request Worksheet Attachment N – Past Performance Questionnaire Attachment O – Proof of Citizenship Requirement Attachment P – Quality Assurance Plan Sample Excerpt Attachment Q?– Key Personnel Credential Checklist Attachment R - Definitions and Frequency Asked QuestionsAttachment S – Minimums and Maximums for the Five DistrictsSECTION C - CONTRACT CLAUSESC.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)C.2 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights— (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.— (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall— (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if— (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on— (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through . (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.(v) Incorporation by reference. The Contractor’s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)C.3 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) ALTERNATE I (MAY 2014) (a) Inspection/Acceptance. (1) The Government has the right to inspect and test all materials furnished and services performed under this contract, to the extent practicable at all places and times, including the period of performance, and in any event before acceptance. The Government may also inspect the plant or plants of the Contractor or any subcontractor engaged in contract performance. The Government will perform inspections and tests in a manner that will not unduly delay the work. (2) If the Government performs inspection or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish and shall require subcontractors to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. (3) Unless otherwise specified in the contract, the Government will accept or reject services and materials at the place of delivery as promptly as practicable after delivery, and they will be presumed accepted 60 days after the date of delivery, unless accepted earlier. (4) At any time during contract performance, but not later than 6 months (or such other time as may be specified in the contract) after acceptance of the services or materials last delivered under this contract, the Government may require the Contractor to replace or correct services or materials that at time of delivery failed to meet contract requirements. Except as otherwise specified in paragraph (a)(6) of this clause, the cost of replacement or correction shall be determined under paragraph (i) of this clause, but the "hourly rate" for labor hours incurred in the replacement or correction shall be reduced to exclude that portion of the rate attributable to profit. Unless otherwise specified below, the portion of the "hourly rate" attributable to profit shall be 10 percent. The Contractor shall not tender for acceptance materials and services required to be replaced or corrected without disclosing the former requirement for replacement or correction, and, when required, shall disclose the corrective action taken. [Insert portion of labor rate attributable to profit.] (5)(i) If the Contractor fails to proceed with reasonable promptness to perform required replacement or correction, and if the replacement or correction can be performed within the ceiling price (or the ceiling price as increased by the Government), the Government may— (A) By contract or otherwise, perform the replacement or correction, charge to the Contractor any increased cost, or deduct such increased cost from any amounts paid or due under this contract; or (B) Terminate this contract for cause. (ii) Failure to agree to the amount of increased cost to be charged to the Contractor shall be a dispute under the Disputes clause of the contract. (6) Notwithstanding paragraphs (a)(4) and (5) above, the Government may at any time require the Contractor to remedy by correction or replacement, without cost to the Government, any failure by the Contractor to comply with the requirements of this contract, if the failure is due to— (i) Fraud, lack of good faith, or willful misconduct on the part of the Contractor's managerial personnel; or (ii) The conduct of one or more of the Contractor's employees selected or retained by the Contractor after any of the Contractor's managerial personnel has reasonable grounds to believe that the employee is habitually careless or unqualified. (7) This clause applies in the same manner and to the same extent to corrected or replacement materials or services as to materials and services originally delivered under this contract. (8) The Contractor has no obligation or liability under this contract to correct or replace materials and services that at time of delivery do not meet contract requirements, except as provided in this clause or as may be otherwise specified in the contract. (9) Unless otherwise specified in the contract, the Contractor's obligation to correct or replace Government-furnished property shall be governed by the clause pertaining to Government property. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. (1) The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. As used in this clause— (i) Direct materials means those materials that enter directly into the end product, or that are used or consumed directly in connection with the furnishing of the end product or service. (ii) Hourly rate means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualifications of a labor category specified in the contract that are— (A) Performed by the contractor; (B) Performed by the subcontractors; or (C) Transferred between divisions, subsidiaries, or affiliates of the contractor under a common control. (iii) Materials means— (A) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the contractor under a common control; (B) Subcontracts for supplies and incidental services for which there is not a labor category specified in the contract; (C) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract, travel, computer usage charges, etc.); (D) The following subcontracts for services which are specifically excluded from the hourly rate: [Insert any subcontracts for services to be excluded from the hourly rates prescribed in the schedule.]; and (E) Indirect costs specifically provided for in this clause. (iv) Subcontract means any contract, as defined in FAR Subpart 2.1, entered into with a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract including transfers between divisions, subsidiaries, or affiliates of a contractor or subcontractor. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payments. (1) Work performed. The Government will pay the Contractor as follows upon the submission of commercial invoices approved by the Contracting Officer: (i) Hourly rate. (A) The amounts shall be computed by multiplying the appropriate hourly rates prescribed in the contract by the number of direct labor hours performed. Fractional parts of an hour shall be payable on a prorated basis. (B) The rates shall be paid for all labor performed on the contract that meets the labor qualifications specified in the contract. Labor hours incurred to perform tasks for which labor qualifications were specified in the contract will not be paid to the extent the work is performed by individuals that do not meet the qualifications specified in the contract, unless specifically authorized by the Contracting Officer. (C) Invoices may be submitted once each month (or at more frequent intervals, if approved by the Contracting Officer) to the Contracting Officer or the authorized representative. (D) When requested by the Contracting Officer or the authorized representative, the Contractor shall substantiate invoices (including any subcontractor hours reimbursed at the hourly rate in the schedule) by evidence of actual payment, individual daily job timecards, records that verify the employees meet the qualifications for the labor categories specified in the contract, or other substantiation specified in the contract. (E) Unless the Schedule prescribes otherwise, the hourly rates in the Schedule shall not be varied by virtue of the Contractor having performed work on an overtime basis. (1) If no overtime rates are provided in the Schedule and the Contracting Officer approves overtime work in advance, overtime rates shall be negotiated. (2) Failure to agree upon these overtime rates shall be treated as a dispute under the Disputes clause of this contract. (3) If the Schedule provides rates for overtime, the premium portion of those rates will be reimbursable only to the extent the overtime is approved by the Contracting Officer. (ii) Materials. (A) If the Contractor furnishes materials that meet the definition of a commercial item at 2.101, the price to be paid for such materials shall not exceed the Contractor’s established catalog or market price, adjusted to reflect the— (1) Quantities being acquired; and (2) Any modifications necessary because of contract requirements. (B) Except as provided for in paragraph (i)(1)(ii)(A) and (D)(2) of this clause, the Government will reimburse the Contractor the actual cost of materials (less any rebates, refunds, or discounts received by the contractor that are identifiable to the contract) provided the Contractor— (1) Has made payments for materials in accordance with the terms and conditions of the agreement or invoice; or (2) Makes these payments within 30 days of the submission of the Contractor's payment request to the Government and such payment is in accordance with the terms and conditions of the agreement or invoice. (C) To the extent able, the Contractor shall— (1) Obtain materials at the most advantageous prices available with due regard to securing prompt delivery of satisfactory materials; and (2) Give credit to the Government for cash and trade discounts, rebates, scrap, commissions, and other amounts that are identifiable to the contract. (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other Direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: None (2) Indirect Costs (Material Handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: (2) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to the Government for performing this contract with supporting reasons and documentation. If at any time during the performance of this contract, the Contractor has reason to believe that the total price to the Government for performing this contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. If at any time during performance of this contract, the Government has reason to believe that the work to be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under the contract. (3) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling price set forth in the Schedule, unless and until the Contracting Officer notifies the Contractor in writing that the ceiling price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the increase in the ceiling price. (4) Access to records. At any time before final payment under this contract, the Contracting Officer (or authorized representative) will have access to the following (access shall be limited to the listing below unless otherwise agreed to by the Contractor and the Contracting Officer): (i) Records that verify that the employees whose time has been included in any invoice meet the qualifications for the labor categories specified in the contract; (ii) For labor hours (including any subcontractor hours reimbursed at the hourly rate in the schedule), when timecards are required as substantiation for payment— (A) The original timecards (paper-based or electronic); (B) The Contractor's timekeeping procedures; (C) Contractor records that show the distribution of labor between jobs or contracts; and (D) Employees whose time has been included in any invoice for the purpose of verifying that these employees have worked the hours shown on the invoices. (iii) For material and subcontract costs that are reimbursed on the basis of actual cost— (A) Any invoices or subcontract agreements substantiating material costs; and (B) Any documents supporting payment of those invoices. (5) Overpayments/Underpayments. Each payment previously made shall be subject to reduction to the extent of amounts, on preceding invoices, that are found by the Contracting Officer not to have been properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. The Contractor shall promptly pay any such reduction within 30 days unless the parties agree otherwise. The Government within 30 days will pay any such increases, unless the parties agree otherwise. The Contractor's payment will be made by check. If the Contractor becomes aware of a duplicate invoice payment or that the Government has otherwise overpaid on an invoice payment, the Contractor shall— (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6)(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury, as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, and then at the rate applicable for each six month period as established by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final Decisions. The Contracting Officer will issue a final decision as required by 33.211 if— (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt in a timely manner; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see FAR 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on— (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (viii) Upon receipt and approval of the invoice designated by the Contractor as the "completion invoice" and supporting documentation, and upon compliance by the Contractor with all terms of this contract, any outstanding balances will be paid within 30 days unless the parties agree otherwise. The completion invoice, and supporting documentation, shall be submitted by the Contractor as promptly as practicable following completion of the work under this contract, but in no event later than 1 year (or such longer period as the Contracting Officer may approve in writing) from the date of completion. (7) Release of claims. The Contractor, and each assignee under an assignment entered into under this contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a condition precedent to final payment under this contract, a release discharging the Government, its officers, agents, and employees of and from all liabilities, obligations, and claims arising out of or under this contract, subject only to the following exceptions. (i) Specified claims in stated amounts, or in estimated amounts if the amounts are not susceptible to exact statement by the Contractor. (ii) Claims, together with reasonable incidental expenses, based upon the liabilities of the Contractor to third parties arising out of performing this contract, that are not known to the Contractor on the date of the execution of the release, and of which the Contractor gives notice in writing to the Contracting Officer not more than 6 years after the date of the release or the date of any notice to the Contractor that the Government is prepared to make final payment, whichever is earlier. (iii) Claims for reimbursement of costs (other than expenses of the Contractor by reason of its indemnification of the Government against patent liability), including reasonable incidental expenses, incurred by the Contractor under the terms of this contract relating to patents. (8) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (9) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (10) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date that appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid an amount for direct labor hours (as defined in the Schedule of the contract) determined by multiplying the number of direct labor hours expended before the effective date of termination by the hourly rate(s) in the contract, less any hourly rate payments already made to the Contractor plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system that have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon written request, with adequate assurances of future performance. Subject to the terms of this contract, the Contractor shall be paid an amount computed under paragraph (i) Payments of this clause, but the ‘‘hourly rate’’ for labor hours expended in furnishing work not delivered to or accepted by the Government shall be reduced to exclude that portion of the rate attributable to profit. Unless otherwise specified in paragraph (a)(4) of this clause, the portion of the ‘‘hourly rate” attributable to profit shall be 10 percent. In the event of termination for cause, the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through . (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor’s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)C.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [X] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [X] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2015) of 52.219-9. [X] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (41) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [X] (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)C.5 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)C.6 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)C.7 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through the end of the effective period.. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)C.8 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $25,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of 100% of any Service Group; (2) Any order for a combination of items in excess of 100% of multiple Service Groups; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause)C.9 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after five (5) years from the date of award..(End of Clause)C.10 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days..(End of Clause)C.11 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days.; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5).(End of Clause)C.12 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties.(End of Clause)C.13 52.224-2 PRIVACY ACT (APR 1984) (a) The Contractor agrees to— (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies— (i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the design, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor and any employee of the Contractor is considered to be an employee of the agency. (c) (1) "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.(End of Clause)C.14 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective— (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)C.15 52.237-3 CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract.(End of Clause)C.16 52.246-25 LIMITATION OF LIABILITY—SERVICES (FEB 1997) (a) Except as provided in paragraphs (b) and (c) below, and except to the extent that the Contractor is expressly responsible under this contract for deficiencies in the services required to be performed under it (including any materials furnished in conjunction with those services), the Contractor shall not be liable for loss of or damage to property of the Government that (1) occurs after Government acceptance of services performed under this contract and (2) results from any defects or deficiencies in the services performed or materials furnished. (b) The limitation of liability under paragraph (a) above shall not apply when a defect or deficiency in, or the Government's acceptance of, services performed or materials furnished results from willful misconduct or lack of good faith on the part of any of the Contractor's managerial personnel. The term "Contractor's managerial personnel," as used in this clause, means the Contractor's directors, officers, and any of the Contractor's managers, superintendents, or equivalent representatives who have supervision or direction of— (1) All or substantially all of the Contractor's business; (2) All or substantially all of the Contractor's operations at any one plant, laboratory, or separate location at which the contract is being performed; or (3) A separate and complete major industrial operation connected with the performance of this contract. (c) If the Contractor carries insurance, or has established a reserve for self-insurance, covering liability for loss or damage suffered by the Government through the Contractor's performance of services or furnishing of materials under this contract, the Contractor shall be liable to the Government, to the extent of such insurance or reserve, for loss of or damage to property of the Government occurring after Government acceptance of, and resulting from any defects and deficiencies in, services performed or materials furnished under this contract.(End of Clause)C.17 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJUN 200852.227-14RIGHTS IN DATA—GENERALMAY 201452.227-16ADDITIONAL DATA REQUIREMENTSJUN 198752.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 200452.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 2014C.18 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.19 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.20 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database ().(End of Provision)C.21 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.(End of Clause)C.22 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014) (a) Definitions. As used in this contract— HUBZone small business concern means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. Service-disabled veteran-owned small business concern— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations promulgated pursuant thereto. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Veteran-owned small business concern means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern— (1) That is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) It is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency, including contracts and subcontracts for subsystems, assemblies, components, and related services for major systems. It is further the policy of the United States that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns. (c) The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. The Contractor further agrees to cooperate in any studies or surveys as may be conducted by the United States Small Business Administration or the awarding agency of the United States as may be necessary to determine the extent of the Contractor's compliance with this clause. (d)(1) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as a small business concern, a veteran-owned small business concern, a service-disabled veteran-owned small business concern, a small disadvantaged business concern, or a women-owned small business concern. (2) The Contractor shall confirm that a subcontractor representing itself as a HUBZone small business concern is certified by SBA as a HUBZone small business concern by accessing the System for Award Management database or by contacting the SBA. Options for contacting the SBA include— (i) HUBZone small business database search application Web page at ; or ; (ii) In writing to the Director/HUB, U.S. Small Business Administration, 409 3rd Street, SW., Washington DC 20416; or (iii) The SBA HUBZone Help Desk at hubzone@.(End of Clause)C.23 VAAR 852.219-9 VA SMALL BUSINESS SUBCONTRACTING PLAN MINIMUM REQUIREMENTS (DEC 2009) (a) This clause does not apply to small business concerns. (b) If the offeror is required to submit an individual subcontracting plan, the minimum goals for award of subcontracts to service-disabled veteran-owned small business concerns and veteran-owned small business concerns shall be at least commensurate with the Department's annual service-disabled veteran-owned small business and veteran-owned small business prime contracting goals for the total dollars planned to be subcontracted. (c) For a commercial plan, the minimum goals for award of subcontracts to service-disabled veteran-owned small business concerns and veteran-owned small businesses shall be at least commensurate with the Department's annual service-disabled veteran-owned small business and veteran-owned small business prime contracting goals for the total value of projected subcontracts to support the sales for the commercial plan. (d) To be credited toward goal achievements, businesses must be verified as eligible in the Vendor Information Pages database. The contractor shall annually submit a listing of service-disabled veteran-owned small businesses and veteran-owned small businesses for which credit toward goal achievement is to be applied for the review of personnel in the Office of Small and Disadvantaged Business Utilization. (e) The contractor may appeal any businesses determined not eligible for crediting toward goal achievements by following the procedures contained in 819.407.(End of Clause)C.24 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of to be determined at time of award.. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)C.25 VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.(End of Clause)C.26 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)C.27 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) The contractor agrees to provide all services specified in this contract for any person determined eligible by the Department of Veterans Affairs, regardless of the race, color, religion, sex, or national origin of the person for whom such services are ordered. The contractor further warrants that he/she will not resort to subcontracting as a means of circumventing this provision.(End of Provision)C.28 VAAR 852.271-72 TIME SPENT BY COUNSELEE IN COUNSELING PROCESS (APR 1984) The contractor agrees that no counselee referred under the provisions of this agreement will be required to give any extra time in connection with the counseling process to supply test results or other information for purposes other than those specified in this contract.(End of Clause)C.29 VAAR 852.271-73 USE AND PUBLICATION OF COUNSELING RESULTS (JAN 2008) The contractor agrees that none of the information or data gathered in connection with the services specified in this contract or studies or materials based thereon or relating thereto will be publicized without the prior approval of the Under Secretary for Benefits or his/her designee.(End of Clause)C.30 VAAR 852.271-74 INSPECTION (JAN 2008) The contractor will permit the duly authorized representative of the Department of Veterans Affairs to visit the place of instruction or the counseling and testing operations as may be necessary and examine the training facilities, the work of the veterans in training under this contract, and the records of these operations.(End of Clause)C.31 MANDATORY WRITTEN DISCLOSURES Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at and clicking on "FAR clause 52.203-13 Reporting." If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions.C.32 LIABILITY INSURANCEBefore commencing work under a contract, the Contractor shall certify to the Contracting Officer in writing, within 30 days after award, that the required insurance has been obtained. The following insurance as referenced in FAR 28.307-2, is the minimum insurance required:General liability - Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property damage liability insurance shall be obtained.Automobile liability - Automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.Workers' compensation and employer's liability - Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSD.1 ATTACHMENT A – IDES / VSOC SITESSee attached document: ATTACHMENT A -IDES VSOC HUB MAP.D.2 ATTACHMENT B – PRICE SCHEDULES – FIVE (5) DISTRICTS – Five (5) Excel SpreadsheetsD.3 DISTRICT ONE – NORTH ATLANTIC PRICE SCHEDULESee attached document: Copy of Copy of CHAPTER 36 CLIN EXCEL SPREADSHEET Region 1.D.4 DISTRICT TWO PRICE SCHEDULE - SOUTHEASTSee attached document: Copy of Copy of CHAPTER 36 CLIN EXCEL SPREADSHEET Region 2.D.5 DISTRICT THREE PRICE SCHEDULE - MIDWESTSee attached document: Copy of Copy of CHAPTER 36 CLIN EXCEL SPREADSHEET Region 3.D.6 DISTRICT FOUR PRICE SCHEDULE - CONTINENTALSee attached document: Copy of Copy of CHAPTER 36 CLIN EXCEL SPREADSHEET Region 4.D.7 DISTRICT FIVE PRICE SCHEDULE - PACIFICSee attached document: Copy of Copy of CHAPTER 36 CLIN EXCEL SPREADSHEET Region 5.D.8 ATTACHMENT C – PROPOSED PROFESSIONAL COMPENSATION PLANSee attached document: ATTACHMENT C - COMPENSATION EXCEL SPREADSHEET.D.9 ATTACHMENT D – INVOICING INSTRUCTIONS – Training ManualSee attached document: ATTACHMENT D - INVOICING INSTRUCTIONS - TRAINING MANUAL.D.10 ATTACHMENT E – REPORT TEMPLATESSee attached document: ATTACHMENT E - REPORT TEMPLATES (2) 02.D.11 ATTACHMENT F – QUALITY ASSURANCE REPORT TEMPLATESSee attached document: ATTACHMENT F - QUALITY ASSURANCE REPORT TEMPLATES -CLEAN (2) 02.D.12 ATTACHMENT G - VR&E DIRECTORYVocational Rehabilitation and Employment Office DirectoryAlbuquerque, NM???(340) Department of Veterans Affairs VR&E Division (28) 500 Gold Avenue SW Albuquerque, NM??87102 ??Out Stations 2460 Locust St., Suite G Las Cruces, NM??88001 Anchorage, AK???(463) Department of Veterans Affairs VR&E (28) 2925 Debarr Rd., Anchorage, AK??99508-2989 ??Out Station 540 Fourth Ave.,?Suite 100, Fairbanks, AK??99701 Atlanta, GA???(316) Department of Veterans Affairs VR&E (28) VA Regional Office P.O. Box 100024 Decatur, GA??30031-7024 ????(FedEx Address: 1700 Clairmont Rd. ????Decatur, GA??30030-7024) ?Out Stations VA Medical Center, Vocational Rehabilitation & Employment Room 1A236 Uptown 1 Freedom Way Augusta, GA??30904-6285 Columbus Field Office VR&E (28c) 233 12th St., Suite 820 Columbus, GA??31901 VA Outpatient Clinic VR&E (28V) 325 West Montgomery Crossroad Savannah, GA??31406 VA Field Office (28B) 110 E. 10th Street, ?Suite A Tifton, GA??31794 Baltimore, MD???(313) Department of Veterans Affairs VR&E (28) Federal Building 31 Hopkins Plaza, Suite 214 Baltimore, MD??21201 Boise, ID???(347) Department of Veterans Affairs VR&E (28) 805 West Franklin Street Boise, ID??83702 Boston, MA???(301) VARO/VR&E Division (28) JFK Federal Building Boston, MA??02203 ??Out Stations Department of Veteran Affairs - VRE 25 Bond Street Springfield, MA??01103 Worcester Vet Center 691 Grafton Street Worcester, MA??01604 Buffalo, NY???(307) Department of Veterans Affairs VR&E (28) 130 S Elmwood Ave Buffalo, NY??14202-2478 ??Out Station Department of Veterans Affairs 344 West Genesee Street, Room 204 Syracuse, NY??13202 Chicago, IL???(328) Department of Veterans Affairs VR&E (28) 2122 W. Taylor Street Chicago, IL??60612 ?Out Stations VA Vocational Rehabilitation and Employment 521 W. Main St. Belleville, IL??62220 VA Vocational Rehabilitation Office 902 West Kimberly Rd., Suite 46 Davenport, IA??52806 Marion VA Medical Center 2401 W Main, Bldg 2, Rm 114A Marion, IL??62901 Vet Center 3310 N. Prospect Peoria, IL??61603 Cleveland, OH???(325) Department of Veterans Affairs VR&E (28) Anthony J. Celebrezze Federal Building 1240 East 9th Street Cleveland, OH??44199 Columbia, SC????(319) Department of Veterans Affairs VR&E (28) 1801 Assembly Street Columbia, SC??29201 Out Station Department of Veteran Affairs (28) 24 Vardry Street, Suite 102 Greenville, SC??29601 Department of Veteran Affairs (28) 4600 Goer Drive, Suite 110 North Charleston, SC??29406 Denver, CO???(339) ??Mailing Address Department of Veterans Affairs VR&E (28) P.O. Box 25126 Denver, CO??80225?? ??Office Location 155 Van Gordon St. Lakewood, CO??80228) ?Out Stations VAMC - Denver (28) 1055 Clermont Denver, CO??80222 Department of Veterans Affairs VR&E (28) 2116 Hollow Brook Drive, Suite 100 Colorado Springs, CO??80918 Department of Veterans Affairs VR&E (28) 744 Horizon Court, ??Suite 130 Grand Junction, CO??81506 VA Medical Center (28) 2360 East Pershing Blvd Cheyenne, WY??82001 Des Moines, IA???(333) Department of Veterans Affairs VR&E (28) 210 Walnut Street Des Moines, IA??50309 ??Out Stations Vet Center 1642 42ndStreet, NE Suites Cedar Rapids, IA??52402 VA Voc Rehab & Employment (28) Village Shopping Center 902 West Kimberly Road, Suite 46 Davenport, IA??52806-5717 Detroit, MI???(329) Department of Veterans Affairs VR&E (28) Patrick V. McNamara Federal Building 477 Michigan Ave Detroit, MI??48223 ??Out Stations Department of Veterans Affairs VA Office (28 Q) 3019 Coit, NE Grand Rapids, MI??49505 Department of Veterans Affairs 325 E. H Street, Room 5229 Iron Mountain, MI??49801 Department of Veterans Affairs 3001 Coolidge - Suite 401 East Lansing, MI??48823 Department of Veterans Affairs 200 North Main Street, RM 310 Mt. Pleasant, MI??48858 Department of Veterans Affairs 1500 Weiss Street, Room 25 Saginaw, MI ??48602 Fargo, ND???(437) ??ND (437) CER folder requests Department of Veterans Affairs VR&E (28) 2101 Elm Street Fargo, ND??58102 ??Out Station Department of Veterans Affairs VR&E (28) 207 Front Ave, Suite D Bismarck, ND??58504 Fort Harrison, MT???(436) Department of Veterans Affairs VR&E (28) 3633 Veterans Drive PO Box 188 Ft. Harrison, MT??59636 ??Out Stations Department of Veterans Affairs VR&E (28) 923 Broadwater Square Billings, MT??59101 Department of Veterans Affairs VR&E (28) Palmer Professional Park 2861 Palmer Street, Suite N Missoula, MT??59808 Hartford, CT???(308) Department of Veterans Affairs Hartford Regional Office (28) PO Box 310909 555 Willard Avenue Newington, CT??06111 Honolulu, HI???(459) Department of Veterans Affairs VR&E (28) 459 Patterson Road Honolulu, HI??96819 ?Out Stations Department of Veterans Affairs VR&E (28) Hilo PRRP 891 Uluani Street Hilo, HI??96720 Department of Veteran Affairs VR&E (28) 203 Ho'Ohana Street, # 203 Kahului, HI??96732 Houston, TX???(362) Department of Veterans Affairs VR&E (28) 6900 Alameda Road Houston, TX?? 77030 ??Out Stations Department of Veterans Affairs (362/284) 4646 Corona, Suite 150 Corpus Christi, TX??78411 Department of Veterans Affairs (362/283) 1901 S 1st Street, Suite 400 McAllen, TX??78503 Department of Veterans Affairs VR&E (362/282) 5788 Eckhert Road San Antonio, TX??78229 Huntington, WV???(315) Department of Veterans Affairs VR&E (28) 640 Fourth Avenue Huntington, WV??25701 Indianapolis, IN???(326) Department of Veterans Affairs VR&E (28) 575 North Pennsylvania Street Indianapolis, IN??46204 ??Out Stations Department of Veterans Affairs VBA VR&E (28) 2121 Lake Avenue, Bldg. 7B Ft. Wayne, IN??46805 Jackson, MS???(323) Department of Veterans Affairs VR&E (28) 1600 Woodrow Wilson Drive Jackson, MS??39216 ??Out Station Department of Veteran Affairs 400 Veterans Ave Building T-100, D-130 (28) Biloxi, MS??39531 Lincoln, NE???(334) VA Regional Office 5631 S. 48th St. Lincoln, NE??68516 ??Out Station Edward Zorinsky Federal Building Department of Veterans Affairs (VBA / VR&E) 1616 Capitol Ave ??Suite 290 Omaha, NE??68102 Little Rock, AR???(350) Department of Veterans Affairs VR&E (28) 2200 Fort Roots Drive, Building 65 Little Rock, AR??72114-1756 Los Angeles, CA???(344) Los Angeles Regional Office Department of Veterans Affairs Federal Building 11000 Wilshire Blvd Los Angeles, CA??90024 ??Out Stations Jerry L Pettis Memorial VA Medical Center 11201 Benton Street, # 232 Loma Linda, CA??92357 Los Angeles Ambulatory Care Clinic 351 East Temple, Room A-444 Los Angeles, CA??90012 VA Medical Center Bldg 10, Room 1B107 16111 Plummer Street Sepulveda, CA??91343 Louisville, KY???(327) US Department of Veterans Affairs ?VR&E (28) 321 West Main Street, Suite 390 Louisville, KY??40202 ??Out Stations US Department of Veterans Affairs Vocational Rehabilitation & Employment PO Box 1137 Bowling Green, KY??42102 Department of Veteran Affairs 1109-C Spearhead Division Ave, ? Room 119 Fort Knox, KY??40121 VA Medical Center 2250 Leestown Rd., 116B-LD Lexington, KY??40511-1093 Department of Veterans Affairs (28) Paducah Career Center 416 S. 6th Street Paducah, KY??42003 Prestonsburg Community College Box 120, 1 Bert T. Combs Drive Prestonsburg, KY??41653 Manchester, NH???(373) Department of Veterans Affairs VR&E (28) 275 Chestnut Street Manchester, NH??03103 Milwaukee, WI???(330) Department of Veterans Affairs VR&E (28) 5400 West National Ave Milwaukee, WI??53214 ??Out Stations 2125 Heights Drive, Suite 3H Eau Claire, WI??54701 Department of Veterans Affairs VR&E (28) 2900 Curry Lane, Suite B Green Bay, WI??54308 VR&E Division c/o Madison Vets Center 706 Williamson Street Madison, WI??53703 Montgomery, AL???(322) Department of Veterans Affairs VR&E (28) 345 Perry Hill Road Montgomery, AL??36109-3798 Veterans Outreach Readjustment Counselor 603 Interstate Park Drive Montgomery, AL??36109 ??Out Stations Department of Veterans Affairs VR&E (28) 950 22nd St., North, Suite # 777 Birmingham, AL??35203 Department of Veterans Affairs VR&E (28) 807 Donnell Blvd., # 1 Daleville, AL??36322 Department of Veterans Affairs VR&E (28) 400 Meridian Street, # 101 Huntsville, AL??35801 Department of Veterans Affairs VR&E (28) 900 Western America Circle, # 104 Mobile, AL??36609 Department of Veterans Affairs VR&E (28) 411 NE Racetrack Road Ft. Walton, FL??32547 Department of Veterans Affairs VR&E (28) 1009 N 12th Ave Pensacola, FL??32501 Muskogee, OK???(351) Department of Veterans Affairs VR&E (28) Federal Building 125 South Main Street Muskogee, OK??74401 ??Out Stations Pontotoc County Skills Center 601 West 33rd Street Ada, OK??74820 Department of Veterans Affairs VR&E (28) 2800 West Gore Blvd # 304 S Shepler Tower Lawton, OK??73505 Department of Veterans Affairs 301 NW 6th, Ste 113 Oklahoma City, OK??73102???(OKC Downtown) VA Outpatient Clinic 9322 E. 41stSt. Tulsa, OK??74145 Nashville, TN???(320) Department of Veterans Affairs VR&E (28) 110 ?9th (Ninth) Avenue South Nashville, TN??37203 ??Out Stations Department of Veterans Affairs VR&E (28) 227-B Dunbar Cave Road Clarksville,?TN??37043 Department of Veterans Affairs VR&E (28) Cedar Bluff Office Park 412 North Cedar Bluff Rd., Suite 416 Knoxville, TN??37923 Department of Veterans Affairs VR&E (28) 225 Humphreys Blvd., Suite 1028 Memphis, TN??38120 New Orleans, LA???(321) Department of Veterans Affairs Regional Office VR&E (28) 671 Whitney Ave - Bldg A Gretna, LA 70056 ??Out Station Department of Veteran Affairs VR&E Outbase Office 3010 Knight Street,???Suite 110 Shreveport, LA??71105 New York, NY???(306) Department of Veterans Affairs VR&E (28) 245 West Houston Street, Room 316 New York, NY??10014 ??Out Station Stratton VA Medical Center (272K) 113 Holland Avenue Albany, NY??12208 Newark, NJ???(309) Department of Veterans Affairs VR&E (28) 20 Washington Place Newark, NJ??07102 ??Out Stations VR&E Services - VBA - LY New Jersey VA Health Care System Building #2, Room 234B 151 Knollcraft Road Lyons, NJ??07939 Ocean County Veterans Service Bureau 1027 Hooper Avenue, Bldg #2 1st Floors, Room 122 P.O. Box 2191 Toms River, NJ??08754 Department of Veterans Affairs Suite #310, Station Plaza #3 44 South Clinton Avenue Trenton, NJ??08609 Oakland, CA???(343)Department of Veterans Affairs VR&E (28) Oakland Federal Building 1301 Clay Street Oakland, CA??94612-5209 ??Out Stations 280 Cohasset Road Chico, CA??95826 VACCHCS (272B-2) Bldg. 11, Room 1 2615 E. Clinton Ave Fresno, CA??93703 VA-PAHCS 3801 Miranda Avenue Palo Alto, CA??94304 10365 Old Placerville Road Sacramento, CA??95827 5342 Dudley Blvd. Sacramento, CA??95652 Philadelphia, PA???(310) Department of Veterans Affairs VR&E (28) Philadelphia Regional Office & Insurance Center 5000 Wissahickon Avenue Philadelphia, PA??19144 ??Out Stations 3110 Hamilton Blvd, Room 209 Allentown, PA??18103-3672 P.O. Box 11940 Harrisburg, PA??17108 1123 East End Blvd., Suite 2 Wilkes-Barre, PA??18702 Phoenix, AZ???(345) Department of Veterans Affairs VR&E (28) 3333 North Central Ave Phoenix, AZ??85012 ??Out Stations Department of Veterans Affairs 123 N. San Francisco, Suite 103 Flagstaff, AZ??86001 East Tucson Department of Veterans Affairs - VR&E (28) 6979 E. Broadway Blvd., Suite 109 Tucson, AZ??85710 Department of Veterans Affairs VR&E (28) VA Medical Center, Building 13 Tucson, AZ??85723 Pittsburgh, PA???(311) Department of Veterans Affairs VR&E (28) 1000 Liberty Avenue Pittsburgh, PA??15222 ??Out Station 1903 West 8th Street, Suite 181 Erie, PA??16501 Portland, OR???(348) Department of Veterans Affairs VR&E (28) Federal Building 1220 SW Third Avenue Portland, OR??97204 ??Out Stations Department of Veterans Affairs ?(28) 2400 River Road Eugene, OR??97404 Department of Veteran Affairs (28) Chapter 31 - VR&E Cobblestone Village1237 N. Riverside Medford, OR??97501Department of Veteran Affairs (28) 1601 East Fourth Plain Blvd V3CH31, Bldg 18 Vancouver, WA??98661 Providence, RI???(304) Department of Veterans Affairs VR&E (28) 380 Westminster Street Providence, RI??02903 office tel. 401-223-3605 office fax. 401-223-3612 Reno, NV???(354) Department of Veterans Affairs VR&E (28) 5460 Reno Corporate Drive Reno, NV??89511 ??Out Station 4800 Alpine Place, Suite 12 Las Vegas, NV??89107 Roanoke, VA???(314) Department of Veterans Affairs VR&E (28) 210 Franklin Road, SW Roanoke, VA??24011 ??Out Stations The Net Center 5200 West Mercury Blvd., Suite 295 Hampton, VA??23605 Norfolk Business Center 2551 Eltham Ave, Suite E Norfolk, VA??23513 VA Medical Center Building 507 Richmond, VA??23249 St. Louis, MO??(331) Department of Veterans Affairs VR&E (28) 400 South 18th Street St. Louis, MO??63103 ??Out Stations 140 Replacement Avenue, Room 2218 Fort Leonard Wood, MO??65473 Department of Veterans Affairs VR&E (28) VA Medical Center 4801 Linwood Blvd. Kansas City, MO??64128 Vocational Rehabilitation & Employment 600 N. Main Street Mt. Vernon, MO??65712 St. Paul, MN??(335) Department of Veterans Affairs Regional Office VR&E Division (28) Federal Building Fort Snelling St. Paul, MN??55111 ??Out Stations Anoka County Human Services Bldg. 1201 89thAve NE,?Suite 235 Blaine, MN??55434 VA Vocational Rehabilitation c/o Veterans Center 405 East Superior Street Duluth, MN??55802 VA Medical Center VR&E Division (28) 4801 8th Street, North St. Cloud, MN??56303 St. Petersburg, FL??(317) Department of Veterans Affairs VR&E (28) 9500 Bay Pines Blvd St. Petersburg, FL??33708 ??Out Stations Vocational Rehabilitation & Employment 1 East Broward Blvd., Suite 810 Ft. Lauderdale, FL??33301 VA Office (28-J) Center Building, Suite120 B 7825 Bay Meadows Way Jacksonville, FL??32256 Vocational Rehabilitation & Employment 1000 Legion Plaza, Suite 1500 Orlando, FL??32801 Salt Lake City, UT???(341) Department of Veterans Affairs VR&E (28) PO Box 581900 550 Foothill Drive (courier deliveries) Salt Lake City, UT ?84158-1900 ??Out Stations Boise, ID (347) 805 W.Franklin St. Boise, ID ??83702 1651 Alvin Ricken Drive Pocatello, ID ??83201 James V Hanson Federal Building 324 25th Street, Suite 1124 Ogden, UT ??84401 San Diego, CA??(377) Department of Veterans Affairs VR&E (28) 8810 Rio San Diego Drive San Diego, CA??92108 ??Out Stations Riverside County Workforce Development Agency 1025 North State Street Hemet, CA ??92543 National Cemetery 22495 Van Buren Blvd Riverside, CA ??92158 Vista Veteran Center 1830 West Drive, Suite 103 Vista, CA ??92083 San Juan, PR??(355) Department of Veterans Affairs VR&E (28) 150 Ave Carlos Chardon, Ste 232 San Juan, PR??00918-1703 Seattle, WA??(346) Department of Veterans Affairs VR&E (28) Federal Building 915 Second Avenue, #1356 Seattle, WA??98174 ??Out Stations Department of Veterans Affairs 264 Burwell Street Bremerton, WA??98337 Department of Veterans Affairs 9116 Gravelly Lake Drive SW Lakewood, WA??98499 Department of Veterans Affairs 1420 Roosevelt Suite 1 Mt. Vernon, WA??98273 VA Medical Center North 4815 Assembly Street Spokane, WA??99205 Sioux Falls, SD??(438) SD (438) Department of Veterans Affairs Vocational Rehabilitation & Employment (438/28) 2501 West 22nd Street Sioux Falls, SD??57105 ??Out Station VA Vocational Rehabilitation & Employment Suite 8 2050 W Main Street Rapid City, SD??57702 Togus, ME??(402) Togus Regional Office Vocational Rehabilitation & Employment Division (28) One VA Center Togus, ME??04330 Waco, TX??(349) Department of Veterans Affairs VR&E (28) One Veterans Plaza 701 Clay Avenue Waco, TX??76799 ??Out Stations Department of Veteran Affairs Taylor Co Plaza Bldg, Suite 103 400 Oak Street Abilene, TX??79602 Department of Veteran Affairs 6010 West Blvd, ? Room 1010F Amarillo, TX??79106 La Costa Corporate Park 6448 Highway 290 East, Suite C107 Austin, TX??78723 VAMC-Clinical Annex VR&E (28) 4500 S. Lancaster Rd. Dallas, TX??75216 Department of Veteran Affairs 7500 Viscount Blvd, ? Suite C-50 El Paso, TX??79925 18010 Soldiers Service Center Battalion Ave Ft. Hood, TX??76544 1200 Circle Dr., Suite 400A Ft. Worth, TX??76119 VA Outpatient Clinic 6104 Avenue Q South Drive Room 900 Lubbock, TX??79412 Dept of Veteran Affairs - VR&E Olin E. Teague VAMC 1901 Veterans Memorial Drive, Bldg 162, Room A132 Temple, TX??76504 Department of Veterans Affairs 1700 SSE Loop 323 Suite 310 Tyler, TX??75701 Washington, DC??(372) Department of Veterans Affairs VR&E (28) Washington Regional Office 1722 Eye Street, NW Washington, DC??20421 White River Jct., VT??(405) Department of Veterans Affairs VR&E (28) VA Medical and Regional Office Center 215 North Main Street White River Jct., VT??05009-0001 Wichita, KS???(452) Department of Veterans Affairs VR&E (28) Robert J. Dole Regional Office 5500 East Kellogg Wichita, KS??67218 ??Out Stations Irwin Army Community Hospital 600 Caisson Hill Road BLDG 600, RM 4D16 Fort Riley, KS??66442 Dwight D Eisenhower VA Medical Center 4101 S. 4th Trafficway Bldg. 122, Room 207 Leavenworth, KS??66048 Colmery O'Neil VA Medical Center 2200 Gage Blvd., ?Bldg 2, ? Room C155 Topeka, KS??66622 Wilmington, DE??(460) Department of Veterans Affairs VR&E (28) 1601 Kirkwood Highway Wilmington, DE??19805 Winston-Salem, NC??(318) Department of Veterans Affairs VR&E (28) Federal Building 251 North Main Street Winston-Salem, NC??27155 ??Out Stations Department of Veterans Affairs VR&E (28) PO Box 71258 Ft. Bragg, NC??28307 ??(Ft. Bragg, Pope AFB ?? Womack Army Hospital) Department of Veterans Affairs VR&E (28) P.O. Box 4357 MCAS Jacksonville, NC??28540-0357 ??(Camp Lejeune, Cherry Point, New River MCAS)Foreign AreasPittsburgh, PA???(311) Department of Veterans Affairs VR&E (28) 1000 Liberty Avenue Pittsburgh, PA??15222 OCONUS Pittsburgh Sub Area 23Africa (including Malagasy)EuropeMiddle East (including Iran & Afghanistan)Office Location = GermanyHonolulu, HI???(459) Department of Veterans Affairs VR&E (28) 459 Patterson Road Honolulu, HI??96819 OCONUS Honolulu Sub Area 25Asia (including Pakistan and Pacific Islands)Australia Office location = HonoluluREGIONAL OFFICE LOCATION SUPPLEMENT - BY STATE AND COUNTYStation NumberStation NameJurisdiction?E a s t e r n313Baltimore Regional OfficeAll Counties in the State of Maryland, except for Montgomery and Prince George's Counties (currently serviced by the Washington D.C. Regional Office). 301Boston Regional OfficeMassachusetts (Cities of Fall River & New Bedford, counties of Barnstable, Dukes, Nantucket, Bristol (with exception of Easton & Mansfield), part of Plymouth are served by the Providence, RI VR&E Office).307Buffalo Regional Office31 Western New York counties as follows: Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Erie, Genesee, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Wayne, Wyoming, and Yates. 325Cleveland Regional OfficeState of Ohio329Detroit Regional OfficeState of Michigan308Hartford Regional OfficeState of Connecticut326Indianapolis Regional OfficeState of Indiana373Manchester Regional OfficeState of New Hampshire and remote management of VR&E for Vermont and Rhode Island. 306New York Regional Office31 Eastern New York Counties as follows: Upstate: Albany, Clinton, Columbia, Delaware, Dutchess, Essex, Fulton, Greene, Hamilton, Montgomery, Orange, Otsego, Renneselaer, Saratoga, Schenectady, Schoharie, Sullivan, Warren, Washington, Ulster, Downstate: Bronx, Kings, Nassau, New York (Manhattan), Putnam, Queens, Richmond, Rockland, Suffolk, Westchester309Newark Regional OfficeState of New Jersey310Philadelphia Regional Office40 Eastern Counties of Pennsylvania (Potter, Tioga, Bradford, Susquehanna, Wayne, Cameron, Clinton, Lycoming, Sullivan, Wyoming, Lackawanna, Pike, Centre, Union, Northumberland, Montour, Columbia, Luzerne, Carbon, Monroe ,Mifflin, Snyder, Schuylkill, Northampton, Juniata, Dauphin, Berks, Lehigh, Perry, Lebanon, Bucks, Cumberland, York, Lancaster ,Chester, Montgomery, Franklin, Adams, Delaware, Philadelphia) and remote management of the State of Delaware 311Pittsburgh Regional Office27 counties In Western Pennsylvania and 4 Counties In West Virginia; Overseas veterans residing in Europe, Asia, Australia and Africa.304Providence Regional OfficeState of Rhode Island and the Massachusetts cities of Fall River and New Bedford, counties of Barnstable, Dukes, Nantucket, Bristol, part of Plymouth.402Togus VAMROCState of Maine 405White River Junction VAMROCState of Vermont 460Wilmington VAMROCState of Delaware (New Castle, Kent, and Sussex counties)S o u t h e r n316Atlanta Regional OfficeState of Georgia319Columbia Regional OfficeState of South Carolina315Huntington Regional OfficeState of West Virginia, excluding the four counties (Marshall, Ohio, Brooke, and Hancock) of the northern panhandle (RO Pittsburgh)323Jackson Regional OfficeState of Mississippi327Louisville Regional OfficeState of Kentucky322Montgomery Regional OfficeThe State of Alabama. Vocational Rehabilitation and Employment also serves the 10 counties in the northwest panhandle of Florida (Bay, Calhoun, Gulf, Holmes, Jackson, Washington, Okaloosa, Escambia, Santa Rosa, and Walton counties).320Nashville Regional OfficeState of Tennessee and Fort Campbell Military Base314Roanoke Regional OfficeVocational Rehabilitation and Employment services are provided to all of Virginia except for the counties of Arlington and Fairfax and the cities of Alexandria, Fairfax, and Falls Church. (The Washington, DC Regional Office services these jurisdictions.) 355San Juan Regional OfficePuerto Rico and the U.S. Virgin Islands317St. Petersburg Regional OfficeState of Florida less western panhandle area372Washington Regional OfficeWashington, DC plus certain counties of Virginia and Maryland318Winston-Salem Regional OfficeState of North Carolina?Central328Chicago Regional OfficeState of Illinois333Des Moines Regional OfficeState of Iowa, Rock Island, Illinois CBWTU, for CH-31 DTAP, and CH-36 Counseling437Fargo VAMROCND and counties of Kittson, Roseau, Lake of the Woods, Beltrami, Clearwater, Pennington, Marshall, Red Lake, Polk, Norman, Mahomen, Clay, Becker, Ottertail and Wilken in MN362Houston Regional OfficeSouthern half of Texas counties designated as being under Houston Regional Office jurisdiction: Austin, Brazoria, Chambers, Colorado, Fort Bend, Galveston, Grimes, Harris, Houston, Jackson, Lavaca, Liberty, Madison, Matagorda, Montgomery, San Jacinto, Trinity, Walker, Waller, Washington, Wharton, Atascosa, Bandera, Bexar, Comal, De Witt, Edwards, Gillespie, Gonzales, Guadalupe, Karnes, Kendall, Kerr, Kinney, McMullen, Medina, Real, Uvalde, Val Verde, Wilson, Aransas, Bee, Calhoun, Goliad, Jim Wells, Kleberg, Live Oak, Nueces, Refugio, San Patricio, Victoria, Brooks, Cameron, Dimmit, Duval, Frio, Hidalgo, Jim Hogg, Kenedy, La Salle, Maverick, Starr, Webb, Willacy, Zapata, Zavala, Brewster, Crockett, Kimble, Menard, McCulloch, Pecos, Schleicher, Sutton, Terrell, Blanco, Caldwell, Hays, Mason, Angelina, Hardin, Jasper, Jefferson, Nacogdoches, Newton, Orange, San Augustine, Shelby, Tyler, Polk, Sabine. 334Lincoln Regional OfficeState of Nebraska350Little Rock Regional OfficeState of Arkansas and city of Texarkana, Bowie County, Texas330Milwaukee Regional OfficeState of Wisconsin351Muskogee Regional OfficeAll 77 counties in the state of Oklahoma and three counties in North Texas for Vocational Rehabilitation and Employment services321New Orleans Regional OfficeState of Louisiana438Sioux Falls VAMROCState of South Dakota331St. Louis Regional OfficeState of Missouri335St. Paul Regional OfficeState of Minnesota (except for the counties of Becker, Beltrami, Clay, Clearwater, Kittson, Lake of the Woods, Mahnomen, Marshall, Norman, Ottertail, Pennington, Polk, Red Lake, Roseau, and Wilkin).349Waco Regional OfficeThe Waco VA Regional Office jurisdiction covers 161 counties in north, south, east, and west Texas, extending from El Paso to Texarkan, and from Dalhart to Austin. Counties of: Anderson, Andrews, Archer, Armstrong, Bailey, Bastrop, Baylor, Bell, Borden, Bosque, Bowie, Brazos, Briscoe, Brown, Burleson, Burnet, Callahan, Camp, Carson, Cass, Castro, Cherokee, Childress, Cochran, Coke, Coleman, Collin, Collingsworth, Comanche, Concho, Cooke, Coryell, Cottle, Crane, Crosby, Culberson, Dallam, Dallas, Cawson, Deaf Smith, Delta, Denton, Dickens, Donley, Eastland, Ector, El Paso, Ellis, Erath, Falls, Fannin, Fayette, Fisher, Floyd, Foard, Franklin, Freestone, Gaines, Garza, Glasscock, Gray, Grayson, Gregg, hale, Hall, Hamilton, Hansford, Hardeman, Harrison, Hartley, Haskell, Hemphill, Henderson, Hill, Hockley, Hoos, Hopkins, Howard, Hudspeth, Hunt, Hutchinson, Irion, Jack, Jeff Davis, Johnson, Jones, Kaufman, Kent, king, Knox, Lamar, Lamb, Lampasas, Lee, Leon, Limestone, Lipscomb, Llano, Loving, Lubbock, Lynn, Madison, Marion, Martin, McLennan, Midland, Milam, Nills, Mitchell, Montague, Moore, Morris, Motley, Navarro, Nolan, Ochiltree, Oldham, Palo Pinto, Panola, Parker, Parmer, Potter, Presidio, Rains, Randall, Reagan, Red River, Reeves, Roberts, Robertson, Rockwall, Runnels, Rusk, San Saba, Scurry, Shackelford, Sherman, Smith, Somervell, Stephens, Sterling, Stonewall, Swisher, Tarrant, Taylor, Terry, Throckmorton, Titus, Tom Green, Travis, Upshur, Upton, Van Zandt, Ward, Wheeler, Williamson, Winkler, Wise, Wood, Yoakum, Young. This constitutes the northern two-thirds of the State of Texas, and includes the major metropolitan areas of Dallas, Fort Worth, Austin, and El Paso. Fort Hood, America's largest military installation is located in the Waco RO jurisdiction, along with other large military bases.452Wichita VAMROCState of Kansas?W e s t e r n340Albuquerque Regional OfficeState of New Mexico463Anchorage VAMROCState of Alaska347Boise Regional OfficeSee Salt Lake City RO which supervises Boise VR&E339Denver/Cheyenne Regional OfcState of Colorado and Wyoming436Fort Harrison VAMROCState of Montana459Honolulu VAMROCState of Hawaii, Guam, Am. Samoa, Marshall Islands, Palau, CNMI, Micronesia, Korea, Japan, Okinawa, Australia344Los Angeles Regional OfficeCounties of Inyo, Kern, Los Angeles, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura358Manila Regional OfficeNOT REQUIRED UNDER RESULTING CONTRACT343Oakland Regional Office'Northern California (43 counties); Del Norte, Siskiyou, Humboldt, Trinity, Shasta, Mendocino, Tahama, Glenn, Lake, Sonoma, Marin, Napa, Yolo, Colusa, Butte, Plumas, Sierra, Yuba, Sutter, Nevada, Placer, Sacramento, El Dorado, Solano, Contra Costa, San Francisco, San Mateo, Alameda, Santa Cruz, Santa Clara, San Joaquin, Monterey, San Bonito, Stanislaus, Merced, Madera, Fresno, Kings, Tulare, Maraposa, Tuolamne, Calaveras, Amador. 345Phoenix Regional OfficeThe Phoenix RO covers the entire state of Arizona, which includes the following 15 counties; Apache, Cochise, Coconino, Gila, Graham, Greenlee, La Paz, Maricopa, Mohave, Navajo, Pima, Pinal, Santa Cruz, Yavapai, and Yuma. We are also responsible for providing contract services to cases in Sonora, Mexico. The RO provides Ch. 36 counseling services in support of four major military bases; Davis-Monthan AFB and MCAS Yuma in Tucson, Luke AFB in Phoenix, and Ft. Huachuca in Sierra Vista. 348Portland Regional OfficeState of Oregon, plus five counties in the state of Washington (VR&E benefits).354Reno Regional OfficeState of Nevada and the California Counties of Alpine, Lassen, Modoc and Mono341Salt Lake City Regional OfficeState of Utah, State of Idaho with exception of northern counties of Nez Perce, Clearwater, Latah, Lewis, Shoshone, Benewah, Kootenai, Bonner, and Boundary, and the eastern portion of Oregon. 377San Diego Regional OfficeImperial, Orange, Riverside & San Diego Counties346Seattle Regional OfficeWashington State except for the following counties: Cowlitz, Wahkiakum, Clark, Skamania, and Klickita. The following counties in Idaho State: Nez Perce, Clearwater, Latah, Lewis, Shoshone, Benewah, Kootenai, Bonner, and Boundary. The following Territories in Canada: British Columbia.D.13 ATTACHMENT H - VBA REGIONAL, OUTBASED OFFICES AND VA Medical CENTERSStation #AreaRegional OfficeZip CodeWithin 25 miles of Regional, Outbased Offices, and VAMC301EBoston02203VA Boston Healthcare System, Jamaica Plain Campus VA Boston Healthcare System, West Roxbury Campus Edith Nourse Rogers Memorial Veterans Hospital VA Boston Healthcare System, Brockton Campus VARO/VR&E Division (28) JFK Federal Building Boston, MA??02203Department of Veteran Affairs - VRE 25 Bond Street Springfield, MA??01103 Worcester Vet Center 691 Grafton Street Worcester, MA??01604 304EProvidence02903Providence VA Medical Center Department of Veterans Affairs VR&E (28) 380 Westminster Street Providence, RI??02903 306ENew York10014Opiate Replacement Treatment Program (ORTP), VA NY Harbor Healthcare System Manhattan CampusManhattan Campus of the VA NY Harbor Healthcare System Brooklyn Campus of the VA NY Harbor Healthcare System Opiate Replacement Treatment Program (ORTP), VA NY Harbor Healthcare System Brooklyn Campus James J. Peters VA Medical Center (Bronx, NY) East Orange Campus of the VA New Jersey Health Care System Department of Veterans Affairs VR&E (28) 245 West Houston Street, Room 316 New York, NY??10014Stratton VA Medical Center (272K) 113 Holland Avenue Albany, NY??12208307EBuffalo14202-2478VA Western New York Healthcare System at Buffalo Department of Veterans Affairs VR&E (28) 130 S Elmwood Ave Buffalo, NY??14202-2478Department of Veterans Affairs 344 West Genesee Street, Room 204 Syracuse, NY??13202308EHartford06111VA Connecticut Healthcare System Newington Campus Department of Veterans Affairs Hartford Regional Office (28) PO Box 310909 555 Willard Avenue Newington, CT??06111 309ENewark07102East Orange Campus of the VA New Jersey Health Care System Opiate Replacement Treatment Program (ORTP), VA NY Harbor Healthcare System Manhattan Campus Manhattan Campus of the VA NY Harbor Healthcare SystemBrooklyn Campus of the VA NY Harbor Healthcare System Opiate Replacement Treatment Program (ORTP), VA NY Harbor Healthcare System Brooklyn Campus James J. Peters VA Medical Center (Bronx, NY) Lyons Campus of the VA New Jersey Health Care System Department of Veterans Affairs VR&E (28) 20 Washington Place Newark, NJ??07102VR&E Services - VBA - LY New Jersey VA Health Care System Building #2, Room 234B 151 Knollcraft Road Lyons, NJ??07939 Ocean County Veterans Service Bureau 1027 Hooper Avenue, Bldg #2 1st Floor, Room 122 P.O. Box 2191 Toms River, NJ??08754 Department of Veterans Affairs Suite #310, Station Plaza #3 44 South Clinton Avenue Trenton, NJ??08609310EPhiladelphia19144Philadelphia VA Medical Center Department of Veterans Affairs VR&E (28) Philadelphia Regional Office & Insurance Center 5000 Wissahickon Avenue Philadelphia, PA??191443110 Hamilton Blvd, Room 209 Allentown, PA??18103-3672 P.O. Box 11940 Harrisburg, PA??17108 1123 East End Blvd., Suite 2 Wilkes-Barre, PA??18702311EPittsburgh15222VA Pittsburgh Healthcare System, Highland Drive Division VA Pittsburgh Healthcare System, H. John Heinz III Progressive Care Center VA Pittsburgh Healthcare System, University Drive Division Department of Veterans Affairs VR&E (28) 1000 Liberty Avenue Pittsburgh, PA??152221903 West 8th Street, Suite 181 Erie, PA??16501313EBaltimore21201Baltimore VA Medical Center - VA Maryland Health Care System Baltimore VA Rehabilitation and Extended Care Center (BRECC) - VA Maryland Health Care System Department of Veterans Affairs VR&E (28) Federal Building 31 Hopkins Plaza, Suite 214 Baltimore, MD??21201314SRoanoke24011Salem VA Medical Center Department of Veterans Affairs VR&E (28) 210 Franklin Road, SW Roanoke, VA??24011The Net Center 5200 West Mercury Blvd., Suite 295 Hampton, VA??23605 Norfolk Business Center 2551 Eltham Ave, Suite E Norfolk, VA??23513 VA Medical Center Building 507 Richmond, VA??23249 315SHuntington25701Huntington VA Medical Center Department of Veterans Affairs VR&E (28) 640 Fourth Avenue Huntington, WV??25701316SAtlanta30031-7024Atlanta VA Medical Center Department of Veterans Affairs VR&E (28) VA Regional Office P.O. Box 100024 Decatur, GA??30031-7024 ????(FedEx Address: 1700 Clairmont Rd. ????Decatur, GA??30030-7024)VA Medical Center, Vocational Rehabilitation & Employment Room 1A236 Uptown 1 Freedom WayAugusta, GA??30904-6285 Columbus Field Office VR&E (28c) 233 12th St., Suite 820 Columbus, GA??31901 VA Outpatient Clinic VR&E (28V) 325 West Montgomery Crossroad Savannah, GA??31406 VA Field Office (28B) 110 E. 10th Street, ?Suite A Tifton, GA??31794317SSt. Petersburg33708Bay Pines VA Healthcare System Department of Veterans Affairs VR&E (28) 9500 Bay Pines Blvd St. Petersburg, FL??33708Vocational Rehabilitation & Employment 1 East Broward Blvd., Suite 810 Ft. Lauderdale, FL??33301 VA Office (28-J) Center Building, Suite120 B 7825 Bay Meadows Way Jacksonville, FL??32256 Vocational Rehabilitation & Employment 1000 Legion Plaza, Suite 1500 Orlando, FL??32801318SWinston-Salem27155Salisbury - W.G. (Bill) Hefner VA Medical Center Department of Veterans Affairs VR&E (28) Federal Building 251 North Main Street Winston-Salem, NC??27155Department of Veterans Affairs VR&E (28) PO Box 71258 Ft. Bragg, NC??28307 ??(Ft. Bragg, Pope AFB ?? Womack Army Hospital) Department of Veterans Affairs VR&E (28) P.O. Box 4357 MCAS Jacksonville, NC??28540-0357 ??(Camp Lejeune, Cherry Point, New River MCAS)319SColumbia29209Wm. Jennings Bryan Dorn VA Medical Center VA Regional Office ?(319)VR&E Division ?(28) 6437 Garners Ferry Road Columbia, SC??29209Department of Veterans Affairs VR&E (28) 1801 Assembly Street Columbia, SC??29201Department of Veteran Affairs (28) 24 Vardry Street, Suite 102 Greenville, SC??29601 Department of Veteran Affairs (28) 4600 Goer Drive, Suite 110 North Charleston, SC??29406 320SNashville37203Tennessee Valley Healthcare System - Nashville Campus Department of Veterans Affairs VR&E (28) 110 ?9th (Ninth) Avenue South Nashville, TN??37203Department of Veterans Affairs VR&E (28) 227-B Dunbar Cave Road Clarksville,?TN??37043 Department of Veterans Affairs VR&E (28) Cedar Bluff Ofice Park 412 North Cedar Bluff Rd., Suite 416 Knoxville, TN??37923 Department of Veterans Affairs VR&E (28) 225 Humphreys Blvd., Suite 1028 Memphis, TN??38120 321CNew Orleans70113Southeast Louisiana Veterans Health Care SystemDepartment of Veterans Affairs Regional Office VR&E (28) 671 Whitney Ave - Bldg A Gretna, LA 70056 Department of Veteran Affairs VR&E Outbase Office 3010 Knight Street,???Suite 110 Shreveport, LA??71105 322SMontgomery36109-3798Central Alabama Veterans Health Care SystemWest Campus Department of Veterans Affairs VR&E (28) 345 Perry Hill Road Montgomery, AL??36109-3798 Veterans Outreach Readjustment Counselor 603 Interstate Park Drive Montgomery, AL??36109 Department of Veterans Affairs VR&E (28) 950 22nd St., North, Suite # 777 Birmingham, AL??35203 Department of Veterans Affairs VR&E (28) 807 Donnell Blvd., # 1 Daleville, AL??36322 Department of Veterans Affairs VR&E (28) 400 Meridian Street, ?# 101 Huntsville, AL??35801 Department of Veterans Affairs VR&E (28) 900 Western America Circle, # 104 Mobile, AL??36609 Department of Veterans Affairs VR&E (28) 411 NE Racetrack Road Ft. Walton, FL??32547 Department of Veterans Affairs VR&E (28) 1009 N 12th Ave Pensacola, FL??32501 323SJackson39216G.V. (Sonny) Montgomery VA Medical Center Department of Veterans Affairs VR&E (28) 1600 Woodrow Wilson Drive Jackson, MS??39216 Department of Veteran Affairs 400 Veterans Ave Building T-100, D-130 (28) Biloxi, MS??39531 325ECleveland44199Louis Stokes VA Medical Center Department of Veterans Affairs VR&E (28) Anthony J. Celebrezze Federal Building 1240 East 9th Street Cleveland, OH??44199326EIndianapolis46204Richard L. Roudebush VA Medical Center (Indianapolis VA Medical Center) Department of Veterans Affairs VR&E (28) 575 North Pennsylvania Street Indianapolis, IN??46204 Department of Veterans Affairs VBA VR&E (28) 2121 Lake Avenue, Bldg 7B Ft. Wayne, IN??46805 327SLouisville40202Louisville VA Medical Center US Department of Veterans Affairs ?VR&E (28) 321 West Main Street, Suite 390 Louisville, KY??40202 US Department of Veterans Affairs Vocational Rehabilitation & Employment PO Box 1137 Bowling Green, KY??42102 Department of Veteran Affairs 1109-C Spearhead Division Ave, ? Room 119 Fort Knox, KY??40121 VA Medical Center 2250 Leestown Rd., 116B-LD Lexington, KY??40511-1093 Department of Veterans Affairs (28) Paducah Career Center 416 S. 6th Street Paducah, KY??42003 Prestonsburg Community College Box 120, 1 Bert T. Combs Drive Prestonsburg, KY??41653 328CChicago60612Jesse Brown VA Medical Center Department of Veterans Affairs VR&E (28) 2122 W. Taylor Street Chicago, IL??60612VA Vocational Rehabilitation and Employment 521 W. Main St. Belleville, IL??62220 VA Vocational Rehabilitation Office 902 West Kimberly Rd., Suite 46 Davenport, IA??52806 Marion VA Medical Center 2401 W Main, Bldg 2, Rm 114A Marion, IL??62901 Vet Center 3310 N. Prospect Peoria,IL??61603 329EDetroit48226John D. Dingell VA Medical Center Department of Veterans Affairs VR&E (28) Patrick V. McNamara Federal Building 477 Michigan Ave Detroit, MI??48223 Department of Veterans Affairs VA Office (28 Q) 3019 Coit, NE Grand Rapids, MI??49505 Department of Veterans Affairs 325 E. H Street, Room 5229 Iron Mountain, MI??49801 Department of Veterans Affairs 3001 Coolidge ?- ?Suite ?401 East Lansing, MI??48823 Department of Veterans Affairs 200 North Main Street, RM 310 Mt. Pleasant, MI??48858 Department of Veterans Affairs 1500 Weiss Street, ?Room 25 Saginaw, MI ??48602330CMilwaukee53214Clement J. Zablocki Veterans Affairs Medical Center Department of Veterans Affairs VR&E (28) 5400 West National Ave Milwaukee, WI??532142125 Heights Drive, Suite 3H Eau Claire, WI??54701 Department of Veterans Affairs VR&E (28) 2900 Curry Lane, Suite B Green Bay, WI??54308 VR&E Division c/o Madision Vets Center 706 Williamson Street Madison, WI??53703 331CSt. Louis63103St. Louis VA Medical Center - John Cochran Division St. Louis VA Medical Center - Jefferson Barracks Division Department of Veterans Affairs VR&E (28) 400 South 18th Street St. Louis, MO??63103140 Replacement Avenue, Room 2218 Fort Leonard Wood, MO??65473 Department of Veterans Affairs VR&E (28) VA Medical Center 4801 Linwood Blvd. Kansas City, MO??64128 Vocational Rehabilitation & Employment 600 N. Main Street Mt. Vernon, MO??65712333CDes Moines50309Des Moines Division - VA Central Iowa Health Care System Department of Veterans Affairs VR&E (28) 210 Walnut Street Des Moines, IA??50309Vet Center 1642 42ndStreet, NE Suites Cedar Rapids, IA??52402 VA Voc Rehab & Employment (28) Village Shopping Center 902 West Kimberly Road, Suite 46 Davenport, IA??52806-5717334CLincoln68516Omaha - VA Nebraska-Western Iowa Health Care System VA Regional Office 5631 S. 48th St. Lincoln, NE??68516 Edward Zorinsky Federal Building Department of Veterans Affairs (VBA / VR&E) 1616 Capitol Ave ??Suite 290 Omaha, NE??68102 335CSt. Paul55111Minneapolis VA Medical Center Department of Veterans Affairs Regional Office VR&E Division (28) Federal Building Fort Snelling St. Paul, MN??55111 Anoka County Human Services Bldg. 1201 89thAve NE,??Suite 235 Blaine, MN??55434 VA Vocational Rehabilitation c/o Veterans Center 405 East Superior Street Duluth, MN??55802 VA Medical Center VR&E Division (28) 4801 8th Street, North St. Cloud, MN??56303339WDenver80228VA Eastern Colorado Health Care System(ECHCS) ??Mailing Address Department of Veterans Affairs VR&E (28) P.O. Box 25126 Denver, CO??80225?? ??Office Location 155 Van Gordon St. Lakewood, CO??80228) VAMC - Denver (28) 1055 Clermont Denver, CO??80222 Department of Veterans Affairs VR&E (28) 2116 Hollow Brook Drive, ?Suite 100 Colorado Springs, CO??80918 Department of Veterans Affairs VR&E (28) 744 Horizon Court, ??Suite 130 Grand Junction, CO??81506 VA Medical Center (28) 2360 East Pershing Blvd Cheyenne, WY??82001340WAlbuquerque87102New Mexico VA Health Care System Department of Veterans Affairs VR&E Division (28) 500 Gold Avenue SW Albuquerque, NM??871022460 Locust St., Suite G Las Cruces, NM??88001341WSalt Lake City84158-1900VA Salt Lake City Health Care System Department of Veterans Affairs VR&E (28) PO Box 581900 550 Foothill Drive (courier deliveries) Salt Lake City, UT ?84158-1900343WOakland94612-5209San Francisco VA Medical Center Department of Veterans Affairs VR&E (28) Oakland Federal Building 1301 Clay Street Oakland, CA??94612-5209280 Cohasset Road Chico, CA??95826 VACCHCS (272B-2) Bldg. 11, Room 1 2615 E. Clinton Ave Fresno, CA??93703 VA-PAHCS 3801 Miranda Avenue Palo Alto, CA??94304 10365 Old Placerville Road Sacramento, CA??95827 5342 Dudley Blvd. Sacramento, CA??95652344WLos Angeles90024VA Greater Los Angeles Healthcare System (GLA) VA Long Beach Healthcare System Los Angeles Regional Office Department of Veterans Affairs Federal Building 11000 Wilshire Blvd Los Angeles, CA??90024 Jerry L Pettis Memorial VA Medical Center 11201 Benton Street, # 232 Loma Linda, CA??92357 Los Angeles Ambulatory Care Clinic 351 East Temple, Room A-444 Los Angeles, CA??90012 VA Medical Center Bldg 10, Room 1B107 16111 Plummer Street Sepulveda, CA??91343 345WPhoenix85012Phoenix VA Health Care System Department of Veterans Affairs VR&E (28) 3333 North Central Ave Phoenix, AZ??85012 Department of Veterans Affairs 123 N. San Francisco, Suite 103 Flagstaff, AZ??86001 East Tucson Department of Veterans Affairs - VR&E (28) 6979 E. Broadway Blvd., Suite 109 Tucson, AZ??85710 Department of Veterans Affairs VR&E (28) VA Medical Center, Building 13 Tucson, AZ??85723 346WSeattle98174VA Puget Sound Health Care System Department of Veterans Affairs VR&E (28) Federal Building 915 Second Avenue, #1356 Seattle, WA??98174 Department of Veterans Affairs 264 Burwell Street Bremerton, WA??98337 Department of Veterans Affairs 9116 Gravelly Lake Drive SW Lakewood, WA??98499 Department of Veterans Affairs 1420 Roosevelt Suite 1 Mt. Vernon, WA??98273 VA Medical Center North 4815 Assembly Street Spokane, WA??99205 347WBoise83702Boise VA Medical Center Department of Veterans Affairs VR&E (28) 805 West Franklin Street Boise, ID??83702805 W.Franklin St. Boise, ID ??83702 1651 Alvin Ricken Drive Pocatello, ID ??83201 James V Hanson Federal Building 324 25 th Street, Suite 1124 Ogden, UT ??84401348WPortland97204Portland VA Medical Center Portland VA Medical Center - Vancouver Campus Department of Veterans Affairs VR&E (28) Federal Building 1220 SW Third Avenue Portland, OR??97204 Department of Veterans Affairs ?(28) 2400 River Road Eugene, OR??97404 Department of Veteran Affairs (28) Chapter 31 - VR&E Cobblestone Village1237 N. Riverside Medford, OR??97501Department of Veteran Affairs (28) 1601 East Fourth Plain Blvd V3CH31, Bldg 18 Vancouver, WA??98661349CWaco76799Central Texas Veterans Health Care System - Waco VA Medical CenterDepartment of Veterans Affairs VR&E (28) One Veterans Plaza 701 Clay Avenue Waco, TX??76799 Department of Veteran Affairs Taylor Co Plaza Bldg, Suite 103 400 Oak Street Abilene, TX??79602 Department of Veteran Affairs 6010 West Blvd, ? Room 1010F Amarillo, TX??79106 La Costa Corporate Park 6448 Highway 290 East, Suite C107 Austin, TX??78723 VAMC-Clinical Annex VR&E (28) 4500 S. Lancaster Rd. Dallas, TX??75216 Department of Veteran Affairs 7500 Viscount Blvd, ? Suite C-50 El Paso, TX??79925 18010 Soldiers Service Center Battalion Ave Ft. Hood, TX??76544 1200 Circle Dr., Suite 400A Ft. Worth, TX??76119 VA Outpatient Clinic 6104 Avenue Q South Drive Room 900 Lubbock, TX??79412 Dept of Veteran Affairs - VR&E Olin E. Teague VAMC 1901 Veterans Memorial Drive, Bldg 162, Room A132 Temple, TX??76504 Department of Veterans Affairs 1700 SSE Loop 323 Suite 310 Tyler, TX??75701 350CLittle Rock72114-1756Central Arkansas Veterans Healthcare System Eugene J. Towbin Healthcare Center Central Arkansas Veterans Healthcare System John L. McClellan Memorial Veterans Hospital Department of Veterans Affairs VR&E (28) 2200 Fort Roots Drive, Building 65 Little Rock, AR??72114-1756 351CMuskogee74401Jack C. Montgomery VAMC Department of Veterans Affairs VR&E (28) Federal Building 125 South Main Street Muskogee, OK??74401 Pontotoc County Skills Center 601 West 33rd Street Ada, OK??74820 Department of Veterans Affairs VR&E (28) 2800 West Gore Blvd # 304 S Shepler Tower Lawton, OK??73505 Department of Veterans Affairs 301 NW 6th, Ste 113 Oklahoma City, OK??73102???(OKC Downtown) VA Outpatient Clinic 9322 E. 41stSt. Tulsa, OK??74145 354WReno89511VA Sierra Nevada Health Care SystemDepartment of Veterans Affairs VR&E (28) 5460 Reno Corporate Drive Reno, NV??89511 4800 Alpine Place, Suite 12 Las Vegas, NV??89107 355SSan Juan00918-1703VA Caribbean Healthcare System Department of Veterans Affairs VR&E (28) 150 Ave Carlos Chardon, Ste 232 San Juan, PR??00918-1703358WManila0930VA Caribbean Healthcare System 362CHouston77030Michael E. DeBakey VA Medical Center Department of Veterans Affairs VR&E (28) 6900 Alameda Road Houston, TX?? 77030Department of Veterans Affairs (362/284) 4646 Corona, Suite 150 Corpus Christi, TX??78411 Department of Veterans Affairs (362/283) 1901 S 1st Street, Suite 400 McAllen, TX??78503 Department of Veterans Affairs VR&E (362/282) 5788 Eckhert Road San Antonio, TX??78229 372SWashington20421Washington DC VA Medical CenterDepartment of Veterans Affairs VR&E (28) Washington Regional Office 1722 Eye Street, NW Washington, DC??20421373EManchester03103Manchester VA Medical Center Department of Veterans Affairs VR&E (28) 275 Chestnut Street Manchester, NH??03103377WSan Diego92108VA San Diego Healthcare System Department of Veterans Affairs VR&E (28) 8810 Rio San Diego Drive San Diego, CA??92108Riverside County Workforce Development Agency 1025 North State Street Hemet, CA ??92543 National Cemetary 22495 Van Buren Blvd Riverside, CA ??92158 Vista Veteran Center 1830 West Drive, Suite 103 Vista, CA ??92083402ETogus04330Togus VA Medical Center Togus Regional Office Vocational Rehabilitation & Employment Division (28) One VA Center Togus, ME??04330405EWhite River Jct05009-0001White River Junction VA Medical Center Department of Veterans Affairs VR&E (28) VA Medical and Regional Office Center 215 North Main Street White River Jct., VT??05009-0001436WFort Harrison59636VA Montana Health Care System Department of Veterans Affairs VR&E (28) 3633 Veterans Drive PO Box 188 Ft. Harrison, MT??59636 Department of Veterans Affairs VR&E (28) 923 Broadwater Square Billings, MT??59101 Department of Veterans Affairs VR&E (28) Palmer Professional Park 2861 Palmer Street, Suite N Missoula, MT??59808437CFargo58102Fargo VA Medical Center ND (437) CER folder requests Department of Veterans Affairs VR&E (28) 2101 Elm Street Fargo, ND??58102 Department of Veterans Affairs VR&E (28) 207 Front Ave, ?Suite D Bismarck, ND??58504 438CSioux Falls57105Sioux Falls VA Medical Center SD (438) Department of Veterans Affairs Vocational Rehabilitation & Employment (438/28) 2501 West 22 nd Street Sioux Falls, SD??57105 VA Vocational Rehabilitation & Employment Suite 8 2050 W Main Street Rapid City, SD??57702452CWichita67218Robert J. Dole Department of Veterans Affairs Medical and Regional Office Center Department of Veterans Affairs VR&E (28) Robert J. Dole Regional Office 5500 East Kellogg Wichita, KS??67218Irwin Army Community Hospital 600 Caisson Hill Road BLDG 600, RM 4D16 Fort Riley, KS??66442 Dwight D Eisenhower VA Medical Center 4101 S. 4th Trafficway Bldg. 122, Room 207 Leavenworth, KS??66048 Colmery O'Neil VA Medical Center 2200 Gage Blvd., ?Bld 2, ? Room C155 Topeka, KS??66622459WHonolulu96819VA Pacific Islands Health Care System Department of Veterans Affairs VR&E (28) 459 Patterson Road Honolulu, HI??96819Department of Veterans Affairs VR&E (28) Hilo PRRP 891 Uluani Street Hilo, HI??96720 Department of Veteran Affairs VR&E (28) 203 Ho'Ohana Street, # 203 Kahului, HI??96732460EWilmington19805Wilmington VA Medical Center Coatesville VA Medical Center Department of Veterans Affairs VR&E (28) 1601 Kirkwood Highway Wilmington, DE??19805 463WAnchorage99508-2989Alaska VA Healthcare System and Regional OfficeDepartment of Veterans Affairs VR&E (28) 2925 Debarr Rd., Anchorage, AK??99508-2989 540 Fourth Ave.,?Suite 100, Fairbanks, AK??99701 D.14 ATTACHMENT I – AWARD SITE SURVEYAWARD SITE SURVEYQuestionYesNoDoes Contractor’s site meet requirements for accessibility mandated by the American with Disabilities Act of 1990, PWS Section IV, D-4? FORMCHECKBOX FORMCHECKBOX Is Contractor location available to provide service within major population no more than 50 miles one way and 100 miles one way for rural area from veteran’s location, PWS SECTION IV, D-4? FORMCHECKBOX FORMCHECKBOX Does Contractor location provide private professional office space, PWS, Section IV,D-4? FORMCHECKBOX FORMCHECKBOX Is Contractor’s site accessible to public transportation (if available), PWS Section IV, D-4? FORMCHECKBOX FORMCHECKBOX Does Contractor have more than one business location, if so have you completed a separate form for each location? FORMCHECKBOX FORMCHECKBOX Are Contractor’s business hours posted, PWS Section IV, D-4? FORMCHECKBOX FORMCHECKBOX Office Address (Must be a physical address, not a mailing address): Please include a narrative description of the site survey findings:I hereby certify that the information above is true and accurate to the best of my knowledge.Signed: _____________________________________________________ Print Name and Title: __________________________________________Date: _______________________________________________________D.15 ATTACHMENT J – VOUCHER FOR MILEGAGE ALLOWANCE\* MERGEFORMATAUTHORIZATION TO REPORT - VOUCHER FOR MILEAGE ALLOWANCEAUTHORIZATION TO REPORT1. DATE ISSUED MERGEFIELD CurrentDate ?CurrentDate? 2. NAME, VA FILE NO., AND ADDRESS OF VETERANNO.: MERGEFIELD ClaimPayee ?ClaimPayee? MERGEFIELD FullName ?FullName? MERGEFIELD ResidentAddress ?ResidentAddress? 3. REPORT TO MERGEFIELD DestAddress ?DestAddress?4. REASON FOR REPORTING MERGEFIELD ReasonReporting ?ReasonReporting?NOTE: Please see reverse for instructions.5. NAME AND ADDRESS OF ISSUING OFFICE MERGEFIELD ROAddress ?ROAddress?6. WHEN TO REPORT MERGEFIELD WhenToReport ?WhenToReport?7. REMARKS (Show “type” of travel authorized, serial No(s) of Government request form(s), ticket(s), etc.8. TRAVEL AT GOVERNMENT EXPENSEIS AUTHORIZEDIS NOT AUTHORIZED9. AUTHORIZATION PERIOD10. AUTHORIZATION MILEAGE RATE MERGEFIELD MileageRate ?MileageRate?11. MAXIMUM MEAL AND LODGING RATE MERGEFIELD MaxRate ?MaxRate?12. ESTIMATED COST OF TRAVEL13. AUTHORITYCFR 21.37614. FISCAL SYMBOLS36x0137-354615. SIGNATURE OF AUTHORIZING OFFICIALVOUCHER FOR MILEAGE ALLOWANCESUBVOUCHER NO.CLAIM FOR REIMBURSEMENT OF TRAVEL EXPENSES - MILEAGE ALLOWANCE BASISFROM MERGEFIELD From ?From?MILES TRAVELED(Round trip)AMOUNT CLAIMED AT AUTHORIZEDMILEAGE RATEFERRY, BRIDGE,ROAD, TUNNELAND MEAL OR LODGING COSTSTOTAL AMOUNTCLAIMEDTO MERGEFIELD To ?To? MERGEFIELD MileTravelled ?MileTravelled? MERGEFIELD MileageAmount ?MileageAmount? MERGEFIELD MLOAmount ?MLOAmount? MERGEFIELD TotalAmount ?TotalAmount?I have not obtained meals, lodgings, or transportation at Government expense or through the use of Government requests, tickets, or tokens; and have not used any Government-owned conveyance or incurred any expense which may be presented as charges against the Department of Veterans Affairs for transportation, meals, or lodgings in connection with my authorized travel. I understand that no part of the actual and direct expenses for transportation, meals and lodgings in connection with the uncompleted portion of my authorized travel is to be borne by the Department of Veterans Affairs, and I hereby claim mileage allowance, fares, and tolls in lieu of actual expenses for this trip as shown above. I certify that this claim is correct and just and that payment has not been received.DATESIGNATURE OF VETERANSTATEMENT BY VA OFFICIAL OR DESIGNEE (or Fee Basis Physician or Dentist)I CERTIFY that the veteran named herein reported to this office for the purpose authorized on the date(s) shown.DATE(S) REPORTEDSIGNATURE AND TITLEAUDIT BLOCKAMOUNT DUE$DATEREMARKSVOUCHER AUDITORACKNOWLEDGMENT OF RECEIPT OF CASH PAYMENTI hereby acknowledge receipt in cash of the amount stated as due, in full payment of claim stated above.DATESIGNATURE OF PAYEEVA FORM 3542Page 1PRIVACY ACT NOTICE: The information requested on this form is solicited under Chapter 1, Title 38, United States Code, and will enable us to send you another authorization to report if you have indicated in Section III that you cannot report as scheduled, or to reimburse you for your travel expenses if you are submitting this form as a claim for reimbursement. Disclosure is voluntary. However, if the information is not furnished, we cannot reschedule your appointment or reimburse you for travel. The information will be used in your best interest and may be disclosed outside the VA as permitted by law, or as stated in the “Notices of Systems of VA Records” which have been published in the Federal Register in accordance with the Privacy Act of 1974. Failure to furnish this information will have no adverse effect on any other benefit to which you may be entitled.SECTION I - GENERAL INSTRUCTIONS TO VETERANa. Present this authorization when reporting for the purpose indicated on the other side of the form.b. If you cannot report on the date(s) indicated, please show (in Section III) the reason why you cannot report and state the future date on which you can report. Return this form to this office and DO NOT REPORT UNTIL YOU RECEIVE ANOTHER AUTHORIZATION.c. If you have moved to a city or town other than the one shown, indicate (in Section III) your new address and whether it is permanent or temporary. Return this form to this office and DO NOT REPORT UNTIL YOU RECEIVE ANOTHER AUTHORIZATION.SECTION II - INSTRUCTIONS TO VETERAN WHEN AUTHORIZED TO TRAVEL AT GOVERNMENT EXPENSE(See item 8 on other side of form)a. If you are authorized to travel at Government expense, you may:(1) Pay your own necessary expenses of travel. You will then be reimbursed at the public transportation rate, or if public transportation is not available, the current mileage rate (see item 10) for the total mileage (round trip) plus cost of ferry fares and bridge, road, and tunnel tolls. This allowance is in place of all your expenses of travel (including cost of meals and lodging); or(2) Pay your own expenses of travel and be repaid for your actual and necessary expenses. Such payment may not exceed the current maximum rate (see item 11) for three meals and one night’s lodging for and 24-hour period plus cost of round trip by public transportation. You must furnish receipts for sleeping accommodations and for each additional item for expense of $5; or(3) If you do not wish to use your own money, return this authorization to this office. State in Section III the mode of public transportation you wish to use, the name of the transportation company, and the town or junction point from which you will start your trip. We will then send you a Government transportation request which you may present to the ticket office in exchange for a ticket. We will also send you any necessary meal and lodging requests. These should be shown to the waiter or hotel clerk before you order a meal or register at a hotel. You should return any unused transportation, meal, or lodging requests to this office.b. Your claim for reimbursement of travel expenses must be received within 30 days after completion of your travel. Failure to claim reimbursement within 30 days will result in forfeiture of your travel benefits.SECTION III - THIS SPACE IS FOR USE OF VETERAN IN COMMUNICATING WITH THE ISSUING VA OFFICEVA FORM 3542Page 2 D.16 ATTACHMENT K – VR&E CONTRACT REFERRAL FORMVR&E CONTRACT REFERRAL FORM1. LAST - FIRST - MIDDLE NAME OF VETERAN MERGEFIELD FullName ?FullName?2a. Referral Number 2b. TASK ORDER NUMBER3. NAME OF CONTRACTOR4. CONTRACT NUMBER5. FISCAL YEAR6. ADDITIONAL IDENTIFYING DATA:SSN: MERGEFIELD SSN ?SSN? (Last 4 Digits only) DATE OF BIRTH: MERGEFIELD DOB ?DOB? VETERAN’S ETD: MERGEFIELD ETD ?ETD? OIF/OEF______ ADDRESS: MERGEFIELD MailingAddress ?MailingAddress?HOME PHONE: MERGEFIELD HomePhone ?HomePhone? WORK PHONE: MERGEFIELD WorkPhone ?WorkPhone? EMAIL ADDRESS: <<email>>DISABILITY RATING: MERGEFIELD CombDegree ?CombDegree?% Chapter: ___ 31 or:___18 ___30 ___32 ___33 ___35 ___36PRIMARY DISABILITY DESCRIPTION: MERGEFIELD DisabilitiesDesc ?DisabilitiesDesc?DOT CODE & DOT JOB TITLE: MERGEFIELD RehabDOTCode ?RehabDOTCode? MERGEFIELD RehabDOTTitle ?RehabDOTTitle?SERIOUS EMPLOYMENT HANDICAP: Yes_____ No______ PERIOD OF PERFORMANCE:__________ DUE DATE: _____7. SERVICES REQUIREDCLINBOCTYPE OF SERVICE REQUIREDTotal Cost/Flat Rate MERGEFIELD CaseMgrName ?CaseMgr Name?Authorized ByService Group E– Educational and Vocational Counseling (Chapters 30, 32, 33, 35, & 36)4192 Initial Educational & Vocational Assessment 4192 Educational and Vocational Career Counseling This allows you to provide this person with the services in Item 7. As shown in the contract, VA needs these services to process a claim for vocational rehabilitation, education and training, or for vocational and educational counseling. This individual must report for counseling for you to claim payment for providing these services. VA referrals are limited to the number of persons for which VA has obligated funds. At any time before you begin to deliver services to this counselee, VA may stop this authorization by written notice if payment would exceed the legal limits for contract counseling. VA cannot pay for services you begin to provide after you receive written notice.8. ALLOTMENT ACCOUNT SYMBOL9. TITLE 38, U.S. CODE (Check applicable box)CH 31 CH 18 CH 30, 32, 36, 106, 107 CHAPTER 3510. OBLIGATION AMOUNT$11. DATE MERGEFIELD CurrentDate ?CurrentDate?12. SIGNATURE AND TITLE OF REFERRING VRCREGIONAL OFFICED.17 ATTACHMENT L – VA CONTRACTOR SUPPLEMENTAL RULES OF BEHAVIORVRE Contractor Supplemental Rules of Behavior(A separate form is required from Contractor and each staff member)Name: _________________________________________________Location: _________________________________________________Company Name: _________________________________________________In addition to the reviewing and signing the VA National Rules of Behavior (Attached), the following supplemental guidelines are provided to you to read, acknowledge, and agree to the terms. Environment I will ensure that my work is not shared, discussed, or accessible by anyone not officially involved in the contract in the office, at home, or off-site. I understand that I am only allowed to work on VR&E cases I have been assigned and not to work, view or otherwise handle cases involving individuals whom I know personally such as co-workers, friends, spouses, etc. I agree to properly secure my notebook computer, working papers, notes, and case files in an “office” quality metal filing cabinet with a factory-installed push button key lock when not in use for more than short periods. I will always lock my office door when leaving the area where my computer and paperwork is located. The computer must have a screen saver feature that activates after 10 minutes of inactivity. If I use a computer in place where others can view my work, I will use a privacy screen. I understand that if I am working from a home-office type of environment my work area will be in a room with a locked puter EquipmentI agree not to use equipment that has not been properly prepared by my Prime Contractor and the computer has hard drive VA approved encryption software installed. I agree to use the computer for this contract work only, and not for personal or recreation use. The computer will not be shared with anyone in the office or home at any time. I understand that when I leave the contract, the computer hard drive will be destroyed (degaussed) or the computer will be recovered by the Prime Contractor and after a configuration checkup, reissued by the Prime Contractor to someone else authorized to work on the NAS contract. I am to contact the Prime Contractor for instructions regarding the disposition and safekeeping of the computer. I understand that I am to run an approved data eraser program (three passes) on my computer before shipping my computer to the Prime Contractor or some other designated individual. I will ensure all information on my computer was printed and kept in the file cabinet for further disposition before erasing computer storage. I agree to allow the Prime Contractor or VA Government official access to office / home / alternate worksite as required, during normal working hours, to ensure compliance with the terms of this contract and Rules of Behavior. The Government representative or Prime Contractor will provide the Contractor with a minimum of 24 hours notice. I agree to keep a hard copy backup file of cases I sent to the VA in my file cabinet in case my computer fails. After a suitable period of time I will delete the files from my computer and dispose or return paper files following VA guidelines and/or instructions from the QAM. I understand that contract paper files, working papers, notes, etc. will either be shredded using an approved “high-security” cross-cut shredder, or returned by secure mail to the VA or Prime Contractor. The terms of the contract specifies how long hard-copy files are to be kept on site. I will not perform maintenance repairs, upgrades, or enhancements to my computer used on this contract without approval from the Prime Contractor. Transportation of Computers or FilesI agree to avoid any unnecessary stops (i.e. grocery store, bank) when transporting computers, CER folders, or other VA sensitive data used on this contract from your work site to another location. I agree not to transport the CER folders, papers, reports, etc. or other identifying documents, by vehicle, unless the folders are placed in a locked bag/locked brief case, stored where it cannot be seen, and no identifying information can be viewed from outside of the vehicle. I understand that at no time will VA documents or computers leave my control. I will lock the bag/brief case prior to leaving the official work site and place the bag in the trunk of the vehicle (if available). The participant should minimize stops and travel as directly as possible to and from the official work site to the alternative work siteBag Details: The bag can be a canvas bag with a lock or a briefcase. Removable Media I understand that I am not to use Removable media, such as CDs, personal storage drives (a.k.a. thumb drives), and DVDs on this contract. I further understand that I am prohibited from copying VA data/information accessed in execution of this contract to any removable media. Folders and Working PapersI agree not to remove the Counseling Evaluation Rehabilitation (CER) folder or counseling reports from my home-office or company workspace without official direction from the Prime Contractor or the Quality Assurance Manager (QAM) for the contract. I understand that all paper files must be shredded using a “high-security” cross-cut shredder, or mailed to the Prime Contractor’s site or QAM for disposal or archiving. All computers, documents, papers, files, etc. will be mailed in a sealed (use only filament tape) envelope, with a cover label (see attached), and shipped by Fedex (user on-line tracking). I understand that all CER folders must be labeled as “Sensitive - Official Government Business Only” and kept in a fire-proof (at least Underwriters Laboratory Class 350 One or two hour rated) locked file cabinet with a high security lock. Prime Contractor Security Briefing I have received a security briefing from the Prime Contractor. Before a sub-contractor is approved by management, the local representative from the Prime Contractor will educate the employee on security requirements and best practices at the home worksite.Reporting a Security IncidentProtecting VA data and the confidentiality of a veteran’s personal information is extremely important to the VA and this contract. You must understand the important of identifying and reporting security incidents in a timely manner to the right people. A security incident is defined as a real or suspected adverse incident that possibly compromised your work and possibly exposed the veteran to undue personal harm. Examples of reportable incidents would include activity such as: Suspected or actual loss or damaged data (data or paper)Fire, floods, or other natural events that cause you to leave the data unsecured. File cabinets or office space accessed by unauthorized persons. Your computer was subjected to real virus attack/unwanted disruption or loss of service. Hardware/software failure or theft that results in a loss or potential loss of VA dataUnauthorized use of your computer. Changes to system hardware, firmware, or software characteristics without the owner's knowledge, instruction, or consent.Sharing usernames and passwords to your computer. If you suspect an incident may have occurred, you agree to contact the following individuals by phone and email within ONE HOUR of discovering the incident. Contact all of the following: POINTS OF CONTACT TO BE PROVIDED AT TIME OF AWARD.Disclosure I agree to protect Government/VA records from unauthorized disclosure or damage and will comply with the requirements of the Privacy Act of 1974, 5 USC 552a.Standards of Conduct The employee acknowledges that he/she continues to be bound by the VA standards of conduct while working at the alternative worksite. Signatures:I have read and understand this Rules of Behavior?_____________________________________________________Employee (Signature)Date___________________________________________________Information Security Officer (Signature)Date_____________________________________________________Quality Assurance Manager (Signature)DateDepartment of Veterans AffairsVA National Rules of BehaviorRules of Behavior, as required by OMB Circular A-130, Appendix A, are part of a comprehensive program to convey information security requirements. Rules of Behavior are established to delineate responsibilities and expected behavior of all individuals with access to automated information systems. These rules establish standards of behavior in recognition of the fact that knowledgeable users are the foundation of a successful security program. Users must understand that taking personal responsibility for the security of their computer and the data it contains is an essential part of their job. General Terms and ConditionsThese General Terms and Conditions address notice and consent issues identified by the Department of Justice and other sources. It also serves to clarify the roles of management and system administration, and serves to provide notice of what is considered expected use of all VA systems and behavior of VA users.By using a Government system, I understand that I have NO expectation of Privacy in accessing or using any VA or other Federal government information systems (IS).By accessing any VA computer system, I consent to review and action by authorized VA staff. Authorized VA staff includes my supervisory chain for efficient operation of the workplace as well as VA systems administrators and Information Security Officers (ISOs) for protection of the VA infrastructure. This action may include monitoring, recording, copying, inspecting, restricting access, blocking, tracking, and disclosing to all authorized Office of Inspector General (OIG), VA, and law enforcement personnel. I understand and accept that unauthorized attempts or acts to access, upload, download, change, circumvent, or delete information on VA systems; modify VA systems; deny access to VA systems; accrue resources for unauthorized use on VA systems; or otherwise misuse VA systems or resources are prohibited.I understand that such unauthorized attempts or acts are subject to action that may result in criminal, civil, and/or administrative penalties. Applicable Federal Laws provide for criminal penalties for theft, conversion, or unauthorized disposal or destruction of Federal IT property and data assets.I will report suspected or identified information security incidents to the VA Point-of-Contact (POC), or the VA ISO or authorities as appropriate or agreed upon.Rules of BehaviorThe following Rules of Behavior (ROB) apply to everyone (employees, volunteers, contractors, and business partners) who have access to VA Information System resource(s). Because written guidance cannot cover every contingency, personnel are asked to go beyond the stated rules, using “due diligence” and highest ethical standards to guide their actions. Personnel must understand that these rules are based on Federal laws, regulations, and VA Directives. As such, there are consequences for non-compliance with ROB. Depending on the severity of the violation, at the discretion of management and through due process of the law, consequences can include: suspension of access privileges, reprimand, suspension from work, demotion, removal, and criminal and civil penalties. Failure to sign this ROB will result in denial of access to VA information assets or resources. The following rules apply to all VA usersAs a user of the U.S. Department of Veterans Affairs (VA) information technology infrastructure I agree that I will abide by all of the following:To follow established procedures for requesting access to any VA computer system and for notification to the VA POC and/or ISO when the access is no longer needed, To follow established VA information security and privacy policies and procedures this includes the requirement to sign the ROB.To use only systems, software, and data which I am authorized to use, including any copyright restrictions. To only use my access for authorized and official duties, and to only access data that is needed in the fulfillment of my duties.To properly dispose of the information, either in hardcopy, softcopy or electronic format, in accordance with VA policy and procedures.Not attempting to override, circumvent or disable operational, technical, or management security controls unless expressly directed to do so by authorized VA staff in writing to prevent social engineering. Not attempting to, or alter the configuration on government equipment unless authorized; this includes operational, technical, or management security controls. Complying with the personal use of government equipment in accordance with Federal and local policies and procedures. This includes using VA resources only for appropriate and legal purposes. I understand that my actions are subject to monitoring. Protecting my verify codes and passwords from unauthorized use and disclosure and ensuring I utilize only passwords that meet the VA minimum requirements for the system authorized to use. Not storing any passwords/verify codes in any type of script file or cache on VA systems.User’s Initials: ______________Date: _____________ NOTE: Individuals are responsible for initialing each page.VA Handbook 6500, Appendix G (9/18/07)Ensuring that I log off or lock my assigned workstation before walking away.Not misrepresenting, obscuring, suppressing, or replacing a user’s identity on the Internet or any VA electronic communication system. Refraining from copying, storing, or maintaining sensitive information on non-VA equipment or storage devices (i.e., thumb drives) without written authorization via Business Associate Agreement (BAA), Memorandum of Understanding (MOU), Interagency Security Agreement (ISA), Contract, or by the ISO or IT management. Ensuring that appropriate management officials have approved information for public dissemination, including e-mail communications outside of the VA as appropriate. I will not disclose any inappropriate information through the use of any means of communication including but not limited to e-mail, instant messaging, online chat, web bulletin board, logs or list servers. Not to host, set up, administer, or operate any type of Internet server on any VA network or attempt to connect any personal equipment to a VA network unless explicitly authorized in writing and in compliance with Federal and VA policies. No attempt will be made to probe computer systems in obtaining information on either TCP/UDP open or closed ports or activate computer commands that involve net stat, ping or trace route. Participation in Telnet and FTP sessions must be approved in writing by VA staff.Protecting Government property from theft, destruction, or misuse. I will follow VA policies and procedures for handling Federal Government IT equipment.Only use virus protection software, anti-spyware, and firewall/intrusion detection software authorized by the VA on VA equipment or on computer systems that are connecting to any VA network, and ensure software is maintained with current patches and updates.Not disable or degrade tools used by the VA that install security software updates to computer equipment. Agreeing to have all equipment scanned by the appropriate VA IT Operations staff prior to connecting to the VA network if the equipment has not been connected to the VA network for a period of more than three plete mandatory periodic security and privacy awareness training within designated timeframes, and complete any additional required training for the particular systems to which I require access. Additional conditions for use of non-VA information technology resourcesThese conditions apply to my access to or use of non-VA information technology resources as a VA user. I agree that I may be restricted by the non-VA entity that controls the system or data I am attempting to use. I agree that I may have to sign the user agreement or rules of behavior of the non-VA entity, if required. Additional conditions for remote access users, including access from home or other non-VA locations/networksRemote access is allowed from other Federal government computers and systems, subject to the terms of VA and the host Federal agency’s policies.VA users will directly connect to the VA network whenever possible. If a direct connection to the VA network is not possible, then VA users will use VA-approved remote access software and services. VA users must use VA-provided IT equipment for remote access when possible. VA users may be permitted to use personally-owned IT equipment upon approval, but must follow all VA security policies and requirements.Users will not have both a VA network line and any kind of non-VA network line (including a modem or phone line or wireless network card, laser, infrared) physically connected to any computer at the same time unless the dual connection is explicitly authorized in writing.I will review and follow VA Directive 6504, Restrictions On Transmission, Transportation and Use of and Access to, VA Data Outside VA Facilities for protecting VA Information assets while using them in uncontrolled environments. I agree to conform to the requirements/direction provided to me by this Directive.I am responsible for ensuring that any VA sensitive information I may be accessing or storing remotely is secured and transmitted using VA approved encryption.Additional conditions for installation or use of encryptionI will protect sensitive information from unauthorized disclosure, use, modification, or destruction, including using encryption products approved and provided by the VA to protect sensitive data. I will follow the instructions and terms for using any VA-provided encryption. I will only use encryption products as explicitly authorized by the VA. Sensitive data, including but not limited to identifiable patient information, will not be sent via Outlook mail unless VA-provided encryption is used.Additional conditions for access to or use of specific VA systemsI agree that I may be required to acknowledge or sign the specific or unique rules of behavior that apply to specific VA systems. Those specific rules of behavior may include, but are not limited to, restrictions or prohibitions on limited personal use, special requirements for access or use of the data in that system, special requirements for the devices used to access that specific system, or special restrictions on interconnections between that system and other IT resources or systems.User’s Initials: ______________Date: _____________ NOTE: Individuals are responsible for initialing each page.VA Handbook 6500, Appendix G (9/18/07)Additional conditions for ContractorsContractors are strictly limited to system or data access to fulfill the terms of the contract. Limited personal use must be explicitly authorized in the terms of the contract. Upon resignation, termination or completion of the contract, all contractor equipment used to store VA data will be sanitized to VA standards by the VA ISO or VA IT Operations staff.Statement on LitigationRules of Behavior do not and should not be relied upon to create any other right or benefit, substantive or procedural, enforceable by law, by a party to litigation with the United States Government.Acknowledgement and AcceptanceI acknowledge receipt of the Rules of Behavior (ROB). I understand and accept all terms and conditions of this document, and I will comply with the terms and conditions of this and any additional VA warning banners, system rules of behavior, policies, procedures, notices, or directives regarding access to or use of VA data, information systems or resources. This document is not meant to supersede any local directives that provide higher levels of protection to VA’s information or assets. ROB provides for the minimal level of protections that individual users must employ. Access to VA information systems and resources will not be granted to individuals that do not acknowledge and agree to comply with ROB.[Print or type your full name] SignatureDateOffice Phone Position Title(Company Name for Contractors)D.18 ATTACHMENT M – VBA CONTRACTOR BACKGROUND INVESTIGATION REQUEST WORKSHEETSee attached document: ATTACHMENT M – VBA CONTRACTOR BACKGROUND INVESTIGATION REQUEST WORKSHEET.D.19 ATTACHMENT N – PAST PERFORMANCE QUESTIONNAIREDepartment of Veterans Affairs (VA): VA119A-16-R-0188 Vocational Rehabilitation & Employment Chapter 36 National ContractsTO: Robert Cody, Contracting Officer & Kevin Armillotti AGENCY: VA / SAC FrederickPHONE: Robert Cody: 240-215-1744 / Kevin Armillotti: 240-215-1623 E-MAIL: Robert.Cody2@ / Kevin.Armillotti@INFORMATION REQUEST: PAST PERFORMANCEThe Department of Veterans Affairs is currently in the process of awarding a competitive service contract. [CONTRACTOR NAME] has provided this Questionnaire to you for a reference regarding [CONTRACTOR NAME]’s record of past performance under Contract No. [CONTRACT #]. Send completed questionnaires to Robert.Cody2@ and kevin.armillotti@ . NOTE TO VENDORS: If the Questionnaire is provided for Subcontractors reference, the Vendor’s name below must include both the Prime and Subcontractor Names.PAST PERFORMANCE QUESTIONNAIREVendor’s Name: Request for Proposal: VA119A-16-R-0188 Vocational Rehabilitation & Employment Chapter 36 National ContractsName of Person Completing the Evaluation: Telephone: E-mail: Title: Company/Organization: Please rate the vendor in each of the following areas. Note: there is room for comments where you deem remarks would be helpful to our evaluation.Not Applicable: N/A1: Performance clearly below the contract performance standard or requirement2: Performance occasionally does not meet minimum contract performance standard or requirement3: Performance that meets the minimum contract performance standard or requirement4: Performance that meets and occasionally exceeds the contract performance standard or requirement5: Performance that almost always exceeds the contract performance standard or requirement1. Overall quality/satisfactionN/A FORMCHECKBOX 1 FORMCHECKBOX 2 FORMCHECKBOX 3 FORMCHECKBOX 4 FORMCHECKBOX 5 FORMCHECKBOX Overall satisfaction with the Vendor’s performance. 2. Delivery performanceN/A FORMCHECKBOX 1 FORMCHECKBOX 2 FORMCHECKBOX 3 FORMCHECKBOX 4 FORMCHECKBOX 5 FORMCHECKBOX Delivery performance includes delivery consistency, on time performance, and flexibility in responding to emerging issues and implementing required solutions.3. Satisfaction with the quality of service deliveredN/A FORMCHECKBOX 1 FORMCHECKBOX 2 FORMCHECKBOX 3 FORMCHECKBOX 4 FORMCHECKBOX 5 FORMCHECKBOX Rate the effectiveness and applicability of the plans and strategies delivered and the actual implementation of those.4. Satisfaction with problem resolutionN/A FORMCHECKBOX 1 FORMCHECKBOX 2 FORMCHECKBOX 3 FORMCHECKBOX 4 FORMCHECKBOX 5 FORMCHECKBOX This includes the vendor’s ability to solve problems, the speed in which they handle problems, and their effective delivery of resolutions.5. Satisfaction with the quality of contractor personnelN/A FORMCHECKBOX 1 FORMCHECKBOX 2 FORMCHECKBOX 3 FORMCHECKBOX 4 FORMCHECKBOX 5 FORMCHECKBOX Rate the quality of the contractor’s staff in executing the project work scope.6. Have you issued a cure notice, show cause notice, suspension of progress payments or other letters directing the correction of a performance problem in the past 3 years? FORMCHECKBOX Yes FORMCHECKBOX No If Yes, please explain.7. Have you terminated this contractor for default within the past 3 years, or are there any pending termination actions? FORMCHECKBOX Yes FORMCHECKBOX No If Yes, please explain.8. Based on the vendor’s overall performance, would you award them another contract? FORMCHECKBOX Yes FORMCHECKBOX No If No, please explain.9. Have you discussed any adverse past performance problems with the Vendor and given them an opportunity to comment? FORMCHECKBOX Yes FORMCHECKBOX No Please explain.10. Do you file past performance information in a database that the Contracting Officer may search? FORMCHECKBOX Yes FORMCHECKBOX No Please explain.11. If the contract had options, were those options exercised? FORMCHECKBOX Yes FORMCHECKBOX No Please explain.12. What was the contract period of performance (i.e., when were services provided)?13. What was the dollar value of the contract performed by the vendor?14. Provide a brief description of the services provided by the vendor for this contract. Please attach any past performance database reports or other material you deem appropriate to a full understanding of the Vendor’s past performance by the evaluator. Please provide information on any adverse performance by the contractor and the corrective actions taken.D.20 ATTACHMENT O – PROOF OF CITIZENSHIP REQUIREMENTProof of Citizenship RequirementsPROOF OF CITIZENSHIP REQUIREMENTS (OCONUS Only)1. All documents submitted as evidence of U. S. citizenship must be original documents or certified copies. Uncertified copies are not acceptable. The following documents are acceptable proof of citizenship:a. The original U. S. birth certificate with a raised seal issued at the time of birth from one of the 50 states, or outlying territories or possessions.b. A hospital birth certification (clinic and commercial birth center certification is not permitted) with an authenticating raised seal or signature provided all vital information is given.c. A delayed birth certificate provided it shows the birth record was filed within one year after birth, it bears the registrar's seal and signature, and cites secondary evidence such as a baptismal certificate, certificate of circumcision, affidavits of persons having personal knowledge of the facts of the birth or other official records such as early census, school or insurance.d. Certified Copy of U.S. Passport (current or expired) or Certified Copy of U.S. passport issued to individual’s parent in which the individual is included. (DO NOT SEND ORIGINAL PASSPORT)e. FS-240 Report of Birth Abroad of a Citizen of the United States of America/Consular Report of Birth.f. FS-545 Certification of Birth issued by a U.S. Consulate or DS-1350 the Department of State Certification.g. INS N-550/570 U.S. Immigration and Naturalization Service Naturalization Certificate.h. INS N-560/561 U.S. Immigration and Naturalization Service Certificate of Citizenship. If the individual does not have a Certificate of Citizenship, the original Certificate of Naturalization of the parent(s) may be accepted if the naturalization occurred while the individual was under 18 years of age (or under 16 years of age before 5 October 1978) and residing permanently in the U.S.i. Certificate of birth issued by the Canal Zone Government indicating U.S citizenship is only acceptable if verified by direct Government inquiry to: Vital Records Section, Passport Services, 1111 19th Street NW, Suite 510, Washington, D.C. 20522-1705.j. DD 372, Verification of Birth is acceptable for military members (officer and enlisted) provided the birth data is listed and verified by the Department of Vital Statistics.k. DD 1966, Application for Enlistment into the Armed Forces of the United States are acceptable provided the documents sighted are listed and attested to by a recruiting official.2. If none of the above forms of evidence are obtainable, a notice from the registrar issued by the state with the individual’s name, date of birth, which years were searched for a birth record and that there is no birth certificate on file for the applicant should be presented. *The registrar's notice must be accompanied by the best combination of the following secondary evidence:a. Baptismal certificateb. Census recordc. Certificate of circumcisiond. Early school recorde. Family Bible recordf. Doctor’s record of post-natal careg. Newspaper files and insurance papers* NOTE: These documents must be early public records showing the date and place of birth, created within the first five years of life. The individual may also submit an Affidavit of Birth, Form DSP-10A, from an older blood relative, i.e., a parent, aunt, uncle, sibling, who has personal knowledge of the birth. It must be notarized or have the seal and signature of the acceptance agent.D.21 ATTACHMENT P – QUALITY ASSURANCE PLAN SAMPLE EXCERPTPerformanceStandardsNotesContract PWS/SOW ReferenceAssociated deliverableOfferor Method OfSurveillanceAcceptable Quality /Service Level Includes medical, educational, and vocational history, including identification of functional capacity for work, barriers to employment, and assessment of transferable skills; Vocational Testing: Includes assessment of academic functioning, interests, aptitudes, and abilities;This standard will not apply to cases where veteran has rescheduled the appointment established by the Contractor - VR&E must be notified immediately Page 12 - Section 7.3.1.2 Report will be delivered within 30 calendar days after date of the referral for services IAW PWS Section 7.3.COR/supervisor checks outlook tickler file for report and assessment completion. Monthly audits of files.Accurate timely reports in 30 calendar days 95% over the span of 3 months.90% or better completion of Vocational Testing in 30 calendar daysEducational and Vocational Referral: Immediately after receipt of referral, the Contractor shall secure the referral information and authorization from the VA for Educational and Vocational counseling services. Within seven (7) calendar days after securing the referral for Educational and Vocational counseling services, the Contractor shall complete the individual counseling session with the Servicemember, Dependent, or Veteran. Career counseling services include: a one-time counseling session to assist with the resolution of academic, medical, financial, or other barriers interfering with progress in educational program, and coordination of necessary referrals.Page 13 - 7.3.2.1 A complete report shall be submitted by the Contractor to the VA within seven (7) calendar days of the Educational and Vocational counseling session. \Supervisor audits reports monthly and reviews case with counselor quarterlyAccurate timely reports in 7 calendar days 95% over the span of 3 months. . D.22 ATTACHMENT Q – KEY PERSONNEL CREDENTIAL CHECKLISTContractor:District Proposed:?Key Personnel QualificationsEmployment StatusUS CitizenshipNameProposed Position (i.e., Contract Admin/Program Manager, Counselor, Occupational Therapist, Employment Specialist)Location of Office(s) (City, State) where proposed person will work Résumé Provided (No more than 2 pages) Transcript providedCopy of Certifications/ LicensesMeet Minimum Qualifications as Defined in PWS (Sect. IV.C) (Y/N)Current Employee or Provide Commitment LetterProof of US Citizenship (OCONUS Only)????????????????????????????????????????????????????????????????????????D.23 ATTACHMENT R – DEFINITIONS AND FREQUENTLY ASKED QUESTIONSDefinitions and Frequently Asked Questions (FAQs)The purpose of this section of the solicitation is to provide answers to FAQs from the last solicitation, and to ensure all offerors have the same understanding of the requirements. Definitions: Initial Educational and Vocational Assessment Vocational and Medical History: Includes medical, educational, and vocational history, including identification of functional capacity for work, barriers to employment, and assessment of transferable skills;Vocational Testing: Includes assessment of academic functioning, interests, aptitudes, and abilities;Transferable Skills Analysis: Includes an analysis of the Servicemember’s, Veteran’s, or Dependent’s current physical capacity, along with worker traits, intellectual level and personal characteristics shown by testing as well as the individual’s work and educational history in comparison to the characteristics and demands of specific jobs. The analysis shall also outline transferable skills for direct employment or skills that may be built upon for future employment.Vocational Counseling: Considers transferable skills, impact of disability condition(s) and residual functioning, vocational testing results, labor market conditions and demands, assistive technology and job modifications, and other factors. Vocational exploration results in the identification of a job goal and steps needed to achieve that goal, including education or other training.Educational and Vocational Assessment Report: A complete initial Educational and Vocational assessment shall be delivered in the form of a written report to the VR&E Officer within 30 calendar days after date of the referral for services. The average number of hours to complete an initial Educational and Vocational assessment is four (4) hours. - How can Contractors provide all services?A - Firms are encouraged to team (e.g., joint venture) so that the full range of services can be provided throughout each RO. For a list of ROs, see Attachment E. These contracts will be performance-based. Q - How will the guaranteed minimum be identified in the contract?A- Each IDIQ contract will have a five-year minimum and five-year maximum dollar value outlined in section B of the contract. The minimums and maximum dollar values will apply to each contract as a whole. The minimum and maximum dollar values per RO can be found at Attachment A of the solicitation. Q – Will there be only one contract per Regional Office? A – The Government intends to award a single IDIQ contract for each of the five districts. However, the government reserves the right to award to multiple offerors if it is determined to be in the best interest of the Government. The Government reserves the right NOT to award to a District based on the proposals received.Subcontract Line Item Numbers (SLINs) in pricing section. - Offerors should take careful notice of the unit of each SLIN. Units vary from “per case”, “per case/per month,” or “per hour.” NOTE. “Per referral” means that services are not complete until all service requirements have been satisfied. Referral price is linked to contract year of referral but performance period may cross contract years. Please ensure your price for each service sub-group is set appropriately.Small business size standard verification. Firms representing themselves as service-disabled Veteran-owned (SDVO) or Veteran-owned (VO) companies will have their size standard verified by an organization within the VA called the Center for Veterans’ Enterprise, or CVE. Firms are encouraged to be registered at the time of proposal submission. Registered firms must be certified prior to contract award, to avoid a successful challenge by another firm. The VO or SDVO firm must be able to demonstrate it is 51% owned or controlled by the Veteran or service-disabled Veteran. Firms can register at . CVE will then undertake the certification process. Proximity to Veterans and Service members. Offerors must have a fixed location, i.e., a professional space with a verifiable address, within 50 miles of Veterans being referred for metropolitan areas, or within 100 miles for rural areas. Offerors are required to provide a list of all fixed locations for each RO proposed, along with descriptions of space that indicate professional and private counseling space and accessibility for veterans via public transportation or normal commute.“No-Shows.” From time-to-time, Veterans and/or Servicemembers will schedule an appointment for which they do not arrive. The Contractors will not be paid for missed appointments. Task Orders, Referrals, and Invoices: The VA Contracting Officer will issue Task Orders; the COR or designee(s) will issue Referrals. Invoices will be submitted into Centralized Administrative Accounting Transactions System (CAATS).D.24 ATTACHMENT S – MINIMUMS AND MAXIMUMS FOR THE FIVE DISTRICTSDistricts - Regional Offices Minimums MaximumsNorth AtlanticSTATION NOSTATION301Boston304Providence306New York307Buffalo308Hartford309Newark310Philadelphia311Pittsburgh Domestic313Baltimore314Roanoke315Huntington318Winston Salem372Washington D.C.373Manchester402Togus405White River460Wilmington$54,405$1,265,346SoutheastSTATION NOSTATION316Atlanta317St. Petersburg319Columbia320Nashville322Montgomery327Louisville355San Juan$74,884$1,741,616MidwestSTATION NOSTATION325Cleveland326Indianapolis328Chicago329Detroit330Milwaukee331St. Louis333Des Moines334Lincoln335St. Paul437Fargo438Sioux Falls452Wichita$25,000$145,361ContinentalSTATION NOSTATION321New Orleans323Jackson339Denver341Salt Lake349Waco350Little Rock351Muskogee362Houston436Fort Harrison442Cheyenne$169,088$3,932,589PacificSTATION NOSTATION340Albuquerque343Oakland344Los Angeles345Phoenix346Seattle347Boise348Portland354Reno358Manila377San Diego459Honolulu463Anchorage$985,273$22,915,159Grand Total$1,308,650.00 $30,000,070.00SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (); (ii) Quick Search (); (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through . (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)In addition to information provided by FAR Clause 52.212-1, Instructions to Offerors – Commercial Items, the following instructions to Contractors applies:PROPOSAL SUBMISSION1. INTRODUCTIONThis is a competitive acquisition for the award of commercially available services. The Government intends to award a single IDIQ contract for each of the five districts listed below. However, the Government reserves the right to award to multiple offerors if it is determined to be in the best interest of the Government. The 5 districts will be solicited as follows:Regional Office #Regional Office NameNEW District Alignment5 8 ROs313Baltimore, MD1 - North Atlantic17 ROs301Boston, MA1 - North Atlantic307Buffalo, NY1 - North Atlantic308Hartford, CT1 - North Atlantic315Huntington, WV1 - North Atlantic373Manchester, NH (Boston)1 - North Atlantic306New York, NY1 - North Atlantic309Newark, NJ1 - North Atlantic310Philadelphia, PA1 - North Atlantic311Pittsburgh, PA1 - North Atlantic304Providence, RI1 - North Atlantic314Roanoke, VA1 - North Atlantic402Togus, ME1 - North Atlantic372Washington, DC1 - North Atlantic405White River Junction, VT (Boston)1 - North Atlantic460Wilmington, DE (Philadelphia)1 - North Atlantic318Winston-Salem, NC1 - North Atlantic316Atlanta, GA2 - Southeast7 ROs319Columbia, SC2 - Southeast327Louisville, KY2 - Southeast322Montgomery, AL2 - Southeast320Nashville, TN2 - Southeast355San Juan, PR2 - Southeast317St. Petersburg, FL2 - Southeast328Chicago, IL3 - Midwest12 ROs325Cleveland, OH3 - Midwest333Des Moines, IA3 - Midwest329Detroit, MI3 - Midwest437Fargo, ND (Sioux Falls)3 - Midwest326Indianapolis, IN3 - Midwest334Lincoln, NE3 - Midwest330Milwaukee, WI3 - Midwest438Sioux Falls, SD3 - Midwest331St. Louis, MO3 - Midwest335St. Paul, MN3 - Midwest452Wichita, KS3 - Midwest442Cheyenne, WY (Denver)4 - Continental10 ROs339Denver, CO4 - Continental436Ft. Harrison, MT (Salt Lake City)4 - Continental362Houston, TX4 - Continental323Jackson, MS4 - Continental350Little Rock, AR4 - Continental351Muskogee, OK4 - Continental321New Orleans, LA4 - Continental341Salt Lake City, UT4 - Continental349Waco, TX4 - Continental340Albuquerque, NM5 - Pacific12 ROs463Anchorage, AK (Portland)5 - Pacific347Boise, ID5 - Pacific459Honolulu, HI 5 - Pacific344Los Angeles, CA5 - Pacific358Manila, PI 5 - Pacific343Oakland, CA5 - Pacific345Phoenix, AZ5 - Pacific348Portland, OR5 - Pacific354Reno, NV 5 - Pacific377San Diego, CA5 - Pacific346Seattle, WA5 - PacificAs the Government anticipates awarding at least 5 contracts for the 5 districts listed above, it is very important to note the following if an offeror plans on submitting proposals for more than one district:a) Offerors shall submit a separate Past Performance volume for each district proposed. b) Offerors shall submit a separate Technical/Management Approach volume for each district proposed. c) Offerors shall submit a separate Socio-Economic Considerations volume for each district proposed. d) A separate price schedule (Attachment B) must be completed for each district proposed. Incomplete proposals may not be considered for an award.e) For each district proposed, the Offeror’s shall complete the specified district Attachment B, Price Schedule, and a separate Attachment C, Proposed Professional Compensation Plan. An example of how to fill out the Price Schedule is highlighted in yellow at the top of every price schedule.f) A separate subcontracting Plan must be submitted for each District proposed. The Offeror’s proposal(s), proposal intentions, and questions shall be submitted via e-mail to the CO at Robert.Cody2@ and Contracting Specialist (CS) at Kevin.Armillotti@ no later than the dates and times listed on the SF1449. The Offeror’s proposal shall consist of the following five (5) volumes: Volume FactorFile NamePage LimitationsVolume IPast PerformancePast.doc/pdf10 pages, excluding Past Performance Questionnaires (PPQs)Volume IITechnical/Management ApproachTech.doc/pdf25 Pages,(excluding (Award Site Survey (one for each location) and Proof of US Citizenship) Volume IIISocio-Economic ConsiderationsSocio.doc/pdfNoneVolume IVPricePrice.xls/pdf/docNone - None - Completed applicable Attachments B, Price Schedule, and Attachment C, Professional Employee Compensation Plan. VolumeVSubcontracting Plan (applicable to full and open regions and individual ROs)Subcon.doc/pdf5 pagesPlease note that Strategic Acquisition Center - Frederick (SAC-F) can accept e-mails no larger than 5 MB. Offerors may use file compression software such as zip and pdf. However, the Government is not responsible for corrupted, incomplete, or unreadable electronic files. Offerors may submit volumes in multiple e-mails so as to not exceed the 5MB limitation. Caution: The choice of Proposal delivery method is up to the Offeror. The Offeror bears the risks of chosen delivery method. Proposals must be in VA’s hands no later than August 31, 2016, 1:00 PM, Eastern Daylight Time (EDT) in complete form. Any Proposal that is not completely transmitted or delivered to VA in a timely manner will be deemed unresponsive and excluded from the competitive range. Please see FAR 15.208(b)(1) for specifics.If an Offeror intends to submit proposals for multiple districts, the Offeror shall submit separate Technical/Management Approach, Socio-Economic, Price and Subcontracting Plan Volumes for each one for which it intends to compete. Regardless of the number for which an Offeror competes, Offerors shall submit only one Past Performance volume, which shall be applicable to all for which the Offeror proposed. The use of hyperlinks in proposals is prohibited. 2. PROPOSAL FILESFormat: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The table above indicates the applicable maximum page count for each volume of the Offeror’s proposal. All files shall be submitted as either Microsoft (MS) Excel (.xls) file, Acrobat Portable Document Format (.pdf) file, MS Word (.doc), or as compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left, and right margins shall be a minimum of one (1) inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins only and are not bound by the 12-point font requirement. Footnotes to text shall not be added. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror’s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font, or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they appear in the print layout view. File Packaging: All of the proposal files may be compressed (zipped) into one (1) file entitled “proposal.zip” using WinZip version 6.2 or later, or the proposal files may be submitted individually. Content Requirements: All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal, and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume.Volume I Factor 1: Past PerformanceOfferor’s shall submit a list of not more than five contracts, either completed during the past three years or ongoing that are similar in nature to the solicitation work scope. The Government will make the determination of relevance (based on size, scope, and complexity of requirement) with regard to consideration of efforts that affect past performance risk. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial concerns. Offeror’s may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or Sub Offeror’s that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. For the purposes of this solicitation, a “major Sub Offeror” is defined as 20% of the total contract effort. Data concerning the prime Offeror shall be provided first, followed by each proposed major Sub Offeror, in alphabetical order. This volume shall include the following information for each contract and/or subcontract listed, organized by Section. Information in Section 3 shall be included, when it applies. Section 1 - Contract Descriptions Name of contracting organizationContract number and task order number, if applicable (for Subcontracts, provide the prime contract number and the Subcontract number)Contract typeAwarded price/costFinal or projected final price/costDescription of requirement (include detail on how the effort is relevant to the requirements of this solicitation)Contracting Officer’s name and telephone numberProgram Manager’s name and telephone numberNorth American Industry Classification System (NAICS) CodeSection 2 – PerformanceThe Offeror shall provide information on problems encountered on the identified contracts and the Offeror’s corrective actions. For any contracts/task orders that did not/do not meet original cost, schedule, or technical performance requirements, provide a brief explanation of the reasons for the shortcomings and any corrective actions taken to avoid recurrence. The Offeror’s shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offeror’s shall indicate if any of the contracts listed were terminated and the reasons for the termination.Section 3 - New Corporate EntitiesNew corporate entities may submit data on prior contracts involving its officers and employees. In addition to the other requirements in this section, the Offeror’s shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above.Offeror’s may submit a maximum of five PPQs (See Attachment M). Offeror’s shall distribute the PPQ found in the solicitation to a POC for each of the past performance references found in the above mentioned narrative. The Government will accept only one completed PPQ per reference and a maximum of five completed PPQs. The Offeror’s shall instruct the POC at the referenced entity to return a copy of the completed PPQ directly to the Contract Specialist and the Contracting Officer at Kevin.Armillotti@ and Robert.Cody@ NO LATER THAN THE CLOSING DATE OF THE SOLICITATION (inclusive of any closing date extensions granted via amendment). Late submissions may not be evaluated.Volume 2 Factor 2: Technical/Management ApproachOfferor’s shall submit a comprehensive Technical/Management Approach that includes but is not limited to all areas listed below; and particularly addresses pertinent RO specific information as applicable. a). Counseling testing procedures and protocols used in initial evaluations. b). Optimal service effectiveness and delivery for Service Group E, including allocation and management of resources. c). Accessibility: Veteran Access to Service(s), including the ability to provide flexibility in the hours of service and access to public transportation. d). Geographic Coverage: The Offeror shall address who service(s) will be provided across each proposed geographic area and delineate specific experience in the geographic area that will contribute to the ability to effectively serve Veterans. Technical proposals for Outside the Continental United States (OCONUS) areas must be clearly delineate any additional management or logistical issues and provide an Army Post Office/Fleet Post Office (APO/FPO) address. e). Proof of Office Space: Provide location of offices and self-certify compliance. Submit one completed attachment for each office space, see Attachment H in solicitation. f). Organizational Communication: Offeror’s shall address how the lines of communication will be maintained between management, Contractor staff and key personnel as identified in the solicitation. g). Understanding Market Trends: Offeror’s shall address how to stay abreast of local market trends in each district proposed that may affect how services are provided to the Veteran. h). Personnel (as relates to allocation and management of resources, a-f below): a. Offeror’s shall submit a persuasive written discussion demonstrating their contract administrator/program manager capabilities responsible for contract start-up and the ongoing administration of key functional areas, such as recruitment and schedulingb. Offeror’s shall submit a staffing plan that demonstrates the offeror’s ability to recruit and retain high quality personnel. c. Offeror’s shall outline their approach to contract start-up to ensure timely commencement of services with qualified employees IAW the solicitation qualifications and checklist (Attachment P – Key Personnel Credential Checklist).d. Offeror’s shall discuss their knowledge of the district for which they are proposing and discuss how marketplace conditions (such as, but not limited to, scarce labor categories and remote locations) will impact their ability to recruit and retain required workers.e. Offeror’s shall discuss a recruitment plan and demonstrate contract start-up and ongoing administration of key functional areas, such as recruitment and scheduling.f. US Citizenship: Proof of US Citizenship for OCONUS only, Attachment N – Proof of Citizenship Requirement. i). Ensuring Quality: Provide a Quality Assurance Plan (QAP) to ensure the stated performance standards are consistently met (See details in below paragraph). a. Quality Assurance Plan (QAP): The Offeror’s must propose a QAP that will cover all services to be provided. The Offeror’s QAP will describe the Quality Assurance (QA) capability and how they will assess all aspects of the Offeror’s business and, vocational and counseling operations, to ensure that the performance standards stated in the contract are met. The Government, at the technical program-level, expects to work with and through the Offeror’s quality assurance organization in 1) Assessing and validating Offeror’s performance, 2) Documenting Offeror-identified performance issues, 3) Implementing performance improvement projects, and 4) Monitoring correction action as appropriate. The QA function will confirm the validity and reliability of management indicators and/or compliance with requirements. The QA function will review and report on high risk processes. In the event of awards to a prime Offeror with one or more Sub-Offeror’s, the prime Offeror is expected to fully integrate Sub-Offeror’s into the QA process; therefore, all providers within the Offeror’s network shall be integrated into the QA process. The QA Plan should provide for growth and improvement of performance levels. A sample will be provided in the solicitation. b. All proposed solutions must be fully operational within 30 calendar days after award. VOLUME IIIFactor 3: Socio-Economic ConsiderationsThe order of preference will be:a) Service-Disabled Veteran-Owned Small Business (SDVOSB)b) Veteran-Owned Small Business (VOSB)c) Non-Veteran Owned Offerors who propose to team, subcontract, or the like with SDVOSBs and VOSBs.1) Substantiating documents such as teaming agreements, and the like must be submitted with the offer. To receive credit, Offeror’s must be registered and verified in the Vendor Information Pages (VIP) database ().Non-Veteran Owned Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts to detail the percentage of work and dollar value of the SDVOSB contributions. In addition, the proposed Subcontractors must be registered and verified in the VIP database at VA has the sole authority to determine SDVOSB and/or VOSB status. Center of Veterans Enterprise (CVE) creates the database in VetBiz and is responsible for the status.To the maximum extent feasible, the Contractor and any Subcontractors shall comply with VA’s VOSB, SDVOSB, socioeconomic, and other small business goals, including, but not limited to, 38 U.S.C. § 8127. At a minimum, each offer shall include the following small business subcontracting goals: Service-Disabled Veteran-Owned Small Business – 3.0%Veteran-Owned Small Business (VOSB) – 5%Women-Owned Small Business (WOSB) – 5%Historically-Underutilized Business Zone (HubZone) – 3%Small Business (SB) – 17%Small Disadvantaged Business (SDB) – 5%4) The Offeror shall agree, if awarded a contract, to use the SDVOSB or VOSBs proposed as Subcontractors or to substitute one (1) or more SDVOSBs or VOSBs for subcontract work of the same or similar value. The misrepresentation of an SDVOSB/VOSB status or use of a “straw man” SDVOSB (i.e., a Service-Disabled “figurehead”) shall be grounds for termination for convenience and for such other and further measures as VA shall deem appropriate in VA’s sole discretion.Volume IV Factor 4: Price 1. The Offeror’s must propose on all the CLINS to be considered for an award. A separate price schedule (Attachment B) must be completed for each district proposed. Incomplete proposals may not be considered for an award. 2. For each district proposed the Offeror’s shall complete the corresponding Attachment B, Price Schedule, and Attachment C, Proposed Professional Compensation Plan. An example of how to fill out the Price Schedule is highlighted in yellow at the top of every price schedule. 3. For Attachment B, Price Schedule, the Offeror’s shall insert the unit price for the services proposed and verify that Attachment A has correctly calculated the total price for Service Group E and the total proposed price for the district. The Government shall use the total proposed price within each district (total for base and all option periods) to determine price reasonableness. 4. For Attachment C, Proposed Professional Compensation Plan, the Offeror’s shall submit the hourly rate and fringe benefit rate (professional compensation), for each position as applicable and verify that the template has correctly calculated the total hourly rate. It is noted that the Government will use 2,080 hours as the number of working hours per year for evaluation purpose only. 5. In accordance with FAR 22.1103 the Contractor must also provide any supporting information, i.e. recognized regional and national salary surveys, etc. Note that if an employee is an independent Contractor or “IRS Form 1099,” only the base rate is supplied. Additional fringe benefits offered but not included in the fringe benefit rate must also be provided. The additional information, i.e. supporting and fringe benefit information, etc., shall be submitted in a separate document entitled “[Contractor Name] Professional Employee Compensation Plan Supplemental Information.”6. A 10% hub zone price adjustment may be applicable – Offeror’s which are Small Business Administration certified hub zone firms must note this information in the price proposal. The Contracting Officer will make this adjustment. This adds 10% to the evaluated price of all large businesses for purposes of price evaluation.Volume VSub-Contracting PlanOfferor’s other than small business per FAR 19.702(a)(1), Statutory Requirements, whose proposals exceed $550,000 must submit a draft Subcontracting Plan for the proposed requirement. FAR 19.704(a)(1) and (2), Subcontracting Plan Requirements, outline the mandatory information for those Offeror’s required to submit a Sub-contracting Plan. See also FAR 52.219-9, Small Business Subcontracting Plan. Offeror’s shall provide goals expressed as dollars and percentages of total planned subcontracting dollars, in accordance with FAR 52.219-9 and FAR 19.704. Team member participation/commitment may be counted toward goals. If a Subcontracting Plan is required, an award cannot be made unless it meets the minimum requirements stated above. The VA’s socioeconomic goals are as follows: Service-Disabled Veteran-Owned Small Business – 3%Veteran-Owned Small Business (VOSB) – 5%Women-Owned Small Business (WOSB) – 5%Historically-Underutilized Business Zone (HubZone) – 3%Small Business (SB) – 17%Small Disadvantaged Business (SDB) – 5%E.2 52.215-1 INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) (a) Definitions. As used in this provision— "Discussions" are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer’s discretion, result in the offeror being allowed to revise its proposal. "In writing," "writing," or "written" means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. "Proposal modification" is a change made to a proposal before the solicitation’s closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. "Proposal revision" is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. "Time," if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show— (i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror’s behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall— (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend:Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government’s interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract after conducting discussions with offerors whose proposals have been determined to be within the competitive range. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government’s best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)E.3 EVALUATION CRITERIAA. BASIS FOR AWARDAward will be made on a best value basis, identifying the proposals that are determined to be in the best interest of the Government. The best value determination will be made by evaluating the following factors that are listed in descending order of importance: Past Performance, Technical / Management Approach, Socio-economic Considerations, and Price. The non-price factors, when combined, are significantly more important than Price.It is expected that the Contracting Officer will establish a competitive range and enter into negotiations with offerors included in that range. Offerors will be given approximately two weeks to respond to negotiation points and provide a revised proposal. The Government does however reserve the right to award without discussions based on the initial evaluation of proposals. Award may be made to other than the lowest priced Contractor, if the Governmentdetermines that a price premium is warranted due to merits of 1 or more of the non-price factors. In the event that the combined non-price factors for two or more proposals are determined not to have any substantial differences (i.e., are essentially equivalent to each other), the importance of price in making the award determination will be greater and award may be made to the lower priced proposal.All contracts will be awarded in accordance with FAR Part 12, using negotiation and proposal analysis techniques set forth in FAR Part 15.Any Proposal that is not completely transmitted or delivered to VA in a timely manner will be deemed unresponsive and excluded from the competitive range. Please see FAR 15.208(b)(1) for specifics. B. FACTORS TO BE EVALUATEDFactor 1: Past PerformanceFactor 2: Technical/Management ApproachFactor 3: Socio-Economic Considerations Price Factor:Factor 4: PriceC. EVALUATION APPROACHAll proposals shall be subject to evaluation by a team of Government personnel. Proposals will be evaluated strictly in accordance with its written content. Proposals which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are insufficient. Offerors whose Volume I, Past Performance, represents an unacceptable level of risk will be eliminated from consideration; as such, other Volumes of the proposal will not be evaluated. 1. PAST PERFORMANCE. This evaluation will only consider references which are timely, defined as services performed within the last three years, and relevant, defined as services which, when considered as a whole, are similar in size, scope and complexity. The Government will consider past performance for the proposed prime contractor to be significantly more important than experience and past performance submitted for a proposed subcontractor. For the purpose of evaluating prime contractor past performance, the prime contractor is defined as the contractor identified in Block 14 of the SF 1449. Projects performed by contractors other than the offeror, such as teaming partners or subcontractors, will not be evaluated as prime contractor experience or past performance, unless those other contractors are part of a joint venture as demonstrated by a signed joint venture agreement. For references which are timely and relevant, the evaluation will consider the following factors:The degree to which an offeror satisfied its customers in the past and complied with Federal, State, and local laws and regulations. The Government will evaluate Past Performance Questionnaires (PPQs) to determine the quality of services previously provided, including aspects of cost, schedule and performance, such as quality of service, timeliness of performance or adherence to delivery schedules. The Government will consider the level of risk associated with the contractor’s past performance. The Government reserves the right to evaluate any other information available to the Government through the PPQs or other available resources. An offeror without a record of relevant past performance or for whom information on past performance is not available, may not be evaluated favorably or unfavorably on past performance. The Government is not required to contact all references provided by the Offeror’s. Also, references other than those identified by the Offeror’s may be contacted by the Government to obtain additional information that will be used in the evaluation of the Offeror’s past performance. The Government may consider past performance information obtained through other sources which is reasonably available and determined to be relevant. Past performance information obtained will be used for both the responsibility determination and best value decision.2. Technical/Management Approach. The Government will evaluate the Offeror’s Technical/Management Approach based on the following. Under no circumstances shall any pricing be included in the Technical/Management Approach. Understanding of the Work - The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the problems and meeting the requirements presented in the solicitation, and the extent to which uncertainties are identified and resolutions proposed, i.e., ensuring that Servicemembers/Veterans are properly assessed, counseled, find suitable employment, and live as independently as possible. The proposal will be evaluated strictly in accordance with its written content. Proposals must demonstrate that the Offeror has a thorough comprehension and capability of interpreting the PWS and all of its contents. See Section B.5 of the PWS. A proposal which merely restates the requirement or states that the requirement will be met, without providing supporting rationale, is not sufficient. Feasibility of Approach - The proposal will be evaluated to determine whether the Offeror’s methods and approach to meeting the contract requirements provide the Government with a high level of confidence of successful completion within the required schedule of deliverables listed in section 8 of the PWS. Completeness - The proposal will be evaluated to determine whether the Offeror’s methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the contract and/or solicitation. The proposal will be evaluated on a complete approach submitted to complete each task. Risk relative to the proposed Technical/Management Approach is evaluated as part of the Technical Evaluation to ascertain the degree of risk associated with the Offeror’s proposed approach and the likelihood of success of the proposed approach.Personnel Staffing Plan: The evaluation will consider the offeror’s ability to recruit and retain high quality personnel. The Government will evaluate the offeror’s plan to recruit personnel that have sufficient and appropriate education, experience, and professional certifications to meet the needs of the Government in a timely and efficient manner. Key Personnel: At time of award, the Government will evaluate each résumé to ensure that they meet the minimum requirements outlined in Section 10 of the PWS.? A higher Technical/Management Rating will not be given for submission of key personnel whose resumes/qualifications exceed the minimum qualifications required in the solicitation.? Contractors must submit resumes, transcripts, and copies of CRC for each counselor working on the Chapter 36 national contracts at time of award. These credentials are required for all counselors working in any service group. Counselors, in the performance of services under the contract, shall use standard counseling principles and procedures generally recognized within the counseling profession by the Commission on Rehabilitation Counselor Certification (CRC) at . 3. Socio-Economic Considerations – In accordance with VAAR 852.215-70, SDVOSB, and VOSB Evaluation Factors, the Government will assign full evaluation credit for an Offeror (prime Offeror) which is an SDVOSB or partial evaluation credit for a Offeror (prime Offeror) which is a VOSB. Non-Veteran owned Offeror’s that subcontract 7% or more of the contract value to an SDVOSB or 10% or more of the contract value to a VOSB will receive some consideration under this evaluation factor. 4. Price - Price will not be evaluated adjectivally or assigned a score. VA shall evaluate price to determine whether or not it is considered fair and reasonable. VA shall evaluate price reasonableness using price analysis techniques as prescribed in FAR 15.404-1(b). Attachments B and C of the RFP will be used to evaluate this factor.Options – The Government will evaluate offers for award purposes by adding the total price for all options (FAR 52.217-9) to the total price for the basic requirement, which shall be the sum of the price for the base and option periods, as well as the six month extension of services (in accordance with FAR 52.217-8) for all proposed pricing for each district proposed. Proposed pricing will also be evaluated in accordance with FAR 15.404-1(g) to ensure balance. The proposed professional employee compensation plans (see Attachment C) will be evaluated in accordance with FAR 22.1103 and 52.222-46 to ensure recruiting and retention. VA may utilize competition, market research, or other resources such as and to evaluate proposed prices and professional employee compensation plans. The proposed professional employee compensation will be evaluated to ensure the proposed compensation is adequate for recruitment and retention. Additionally, the professional employee compensation plans may be used in the best value determination.The factor of 10 percent shall be applied in accordance with FAR 52.219-4?Notice of Price Evaluation Preference for HUBZone Small Business Concerns. This adjustment is applied to any full and open portions of the solicitation and given that award is made by district the HUBZone price adjustment factor will be applied at the district level and to the associated CLINs.D. AWARD SITE SURVEYPrior to award an Award Site Survey (see Attachment I of the RFP) shall be required to verify Offeror’s description of office location(s) for apparent successful awardees. If a location does not meet the checklist requirements, an award cannot be made and an award decision will be reevaluated.E.4 PROPOSAL EVALUATIONBASIS FOR AWARDAward will be made on a best value basis, identifying the proposals that are determined to be in the best interest of the Government. The best value determination will be made by evaluating the following factors that are listed in descending order of importance: Past Performance, Technical / Management Approach, Socio-economic Considerations, and Price. The non-price factors, when combined, are significantly more important than Price.It is expected that the Contracting Officer will establish a competitive range and enter into negotiations with offerors included in that range. Offerors will be given approximately two weeks to respond to negotiation points and provide a revised proposal. The Government does however reserve the right to award without discussions based on the initial evaluation of proposals. Award may be made to other than the lowest priced Contractor, if the Governmentdetermines that a price premium is warranted due to merits of 1 or more of the non-price factors. In the event that the combined non-price factors for two or more proposals are determined not to have any substantial differences (i.e., are essentially equivalent to each other), the importance of price in making the award determination will be greater and award may be made to the lower priced proposal.PAST PERFORMANCE FACTOR RATING DEFINITIONS The Government will evaluate past performance using the following adjectival ratings:Neutral/Unknown Very Low Risk Low Risk Moderate Risk High Risk Very High RiskTECHNICAL APPROACH RATING DEFINITIONS Technical Approach will be evaluated for strengths, weaknesses, significant weaknesses, and deficiencies using the following ratings:ExcellentGoodSatisfactoryMarginalUnsatisfactorySOCIOECONOMIC CONSIDERATION FACTOR RATING DEFINITIONSThe Government will evaluate Socioeconomic Considerations using the followingadjectival ratings:AdjectiveExplanationFull CreditEligible SDVOSBPartial CreditEligible VOSBSome CreditNon-veteran owned Offeror’s proposing to use SDVOSB or VOSB as sub Offeror’s with executed teaming agreements, Mentor-Protégé, or the like for 7% or more of the value to an SDVOSB or 10% or more of the value to a VOSBNo Evaluation CreditThe Offeror is not an SDVOSB or VOSB nor has it subcontracted or executed teaming agreements or the like for 7% or more of the value to an SDVOSB or for 10% or more of the value to a VOSBPRICE FACTORSee Section E.2 above. Price will not be evaluated adjectivally or assigned a score. VA shall evaluate price to determine whether or not it is considered fair and reasonable. VA shall evaluate price reasonableness using price analysis techniques as prescribed in FAR 15.404-1(b). Attachments B and C of the RFP will be used to evaluate this factor.Price will not be evaluated adjectivally. The factor of 10 percent shall be applied in accordance with FAR 52.219-4?Notice of Price Evaluation Preference for HUBZone Small Business Concerns. This adjustment is applied to any full and open portions of the solicitation and given that award is made by district the HUBZone price adjustment factor will be applied at the district level and to the associated CLINs.E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision— “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. “Inverted domestic corporation” means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Small disadvantaged business concern”, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Subsidiary” means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. “Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs N/R.. (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It [ ] has developed and has on file, [ ] 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 [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, 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—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) 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; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do 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. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation). (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____. Immediate owner legal name: ____. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ____. Highest-level owner legal name: ____. (Do not use a “doing business as” name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that— (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name).(End of Provision)E.6 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).(End of Provision)E.7 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Indefinite Quantity contract resulting from this solicitation.(End of Provision)E.8 52.222-46 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (FEB 1993) (a) Recompetition of service contracts may in some cases result in lowering the compensation (salaries and fringe benefits) paid or furnished professional employees. This lowering can be detrimental in obtaining the quality of professional services needed for adequate contract performance. It is therefore in the Government's best interest that professional employees, as defined in 29 CFR 541, be properly and fairly compensated. As a part of their proposals, offerors will submit a total compensation plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the contract. The Government will evaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment of the offeror's ability to provide uninterrupted high-quality work. The professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure. (b) The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional job difficulty. Additionally, proposals envisioning compensation levels lower than those of predecessor contractors for the same work will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of required competent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professional work may indicate lack of sound management judgment and lack of understanding of the requirement. (c) The Government is concerned with the quality and stability of the work force to be employed on this contract. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories, since it may impair the Contractor's ability to attract and retain competent professional service employees, may be viewed as evidence of failure to comprehend the complexity of the contract requirements. (d) Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal.(End of Provision)E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 Mailing Address: Department of Veterans Affairs Acquisition Operations Service (049A3) 810 Vermont Avenue Washington DC 20420 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420 ................
................

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

Google Online Preview   Download