You are on page 1of 47

RFQ #PC-15-Q-044

ATTACHMENT A STATEMENT OF WORK (SOW)


PCMEDICS TRAINING CONFERENCE
1.0

BACKGROUND

President Kennedy formed the Peace Corps with an executive order on March 1, 1961, and Congress
authorized it on September 22, 1961 with passage of the Peace Corps Act. Since its founding, more than
210,000 Americans have served as Peace Corps Volunteers in 139 developing countries that request
assistance. The Peace Corps mission is to promote world peace and friendship through service to others.
PCMEDICS is Peace Corps' global electronic medical records (EMR) system. The intent for PCMEDICS
is to provide a tool to capture information on the health care delivered overseas by Peace Corps Medical
Officers (PCMOs) and US-based Peace Corps clinical staff and to provide a database by which Peace
Corps may assess the quality of care and business processes through data and reporting. The success of
PCMEDICS implementation is predicated upon the understanding of the user base and a critical
component is the transition from paper records to electronic records. Peace Corps is developing a
comprehensive, role-based training program to be implemented in six (6) Continuing Medical Education
(CME) Conferences in 2015. This CME conference will be unique because of the emphasis on improving
each PCMOs proficiency with the PCMEDICS system in addition to providing continuing medical
training on clinical issues. By the end of the training, staff will be able to use PCMEDICS and will be
prepared to incorporate the tool into their daily business practices.
2.0

OBJECTIVE

The objective of this contract is to provide overnight accommodations and conference space over the
course of six (6) training blocks for 40 individuals per block, for a total of 240 individuals.
3.0

SCOPE

The scope of this contract includes the following:


(1) Overnight accommodations
(2) Conference meeting space
(3) Audio-visual (AV) technology and support
(4) Refreshments
The hotel/conference space must be located within a specific radius of the Peace Corps Headquarters
building, which is located at 1111 20th Street NW, Washington, DC 20526. Namely, the property must be
located between K to N Streets NW and 18th to 22nd Streets NW in Washington, DC (see Attachment A-1
entitled Proximity Map for a visual representation of the area within which the vendors property must
be located).
The contract will consist of six separate training blocks over the course of four months, with each block
requiring 5 days of meeting space (Monday through Friday) and 10 nights of overnight accommodations
(previous Sunday through the following Wednesday) for 40 people. The meeting rooms (two per oneweek block) will be required the previous Sunday for setup and testing and a limited number of overnight
accommodations will be required two nights prior to and one night following the standard 10-night stay.
The following specifications outline the dates and times of each training block:

Attachment A: Statement of Work

Page 1 of 37

RFQ #PC-15-Q-044

Overnight Accommodations (including shoulder dates)


Training Block
July (1A)
July (1B)
August (2A)
August (2B)
September (3A)
September (3B)

Shoulder Dates
(2 nights before)
July 10-11, 2015
July 24-25, 2015
August 7-8, 2015
August 21-22, 2015
September 11-12, 2015
September 25-26, 2015

Standard Accommodation
Block (check-in/check-out)
July 12-22, 2015
July 26-Aug 5, 2015
August 9-19, 2015
August 23-Sept 2, 2015
September 13-23, 2015
September 27-Oct 7, 2015

Shoulder Dates
(1 night after)
July 22, 2015
August 5, 2015
August 19, 2015
September 2, 2015
September 23, 2015
October 7, 2015

Conference Meeting Rooms (x2)*


July 1A:
July 1B:
August 2A:
August 2B:
September 3A:
September 3B:

July 13-17, 2015


July 27-31, 2015
August 10-14, 2015
August 24-28, 2015
September 14-18, 2015
September 28-October 2, 2015

*NOTE: Peace Corps will need the meeting rooms for setup from 12pm to 6pm on the Sunday prior to each
conference. All AV equipment and Wi-Fi access must be set up by the Contractor prior to these times. See Task 2
(Section 4.2) below for more information.

4.0
4.1

TASKS
Task 1 Overnight Accommodations
(A)

Overnight accommodations guaranteed for 40 individuals for 10 nights per accommodation


block, as shown below:

July 1A: July 12-22, 2015 (40 rooms for 10 nights)


July 1B: July 26-August 5, 2015 (40 rooms for 10 nights)

August 2A: August 9-19, 2015 (40 rooms for 10 nights)


August 2B: August 23-September 2, 2015 (40 rooms for 10 nights)

September 3A: September 13-23, 2015 (40 rooms for 10 nights)


September 3B: September 27-October 7, 2015 (40 rooms for 10 nights)

NOTE: The dates and quantities stated in this section are based on the expected number of
nights and attendees per session. The Contractor may only bill for the actual number of
rooms/nights provided.
(B)

Room rate must be at or below the domestic GSA per diem rate for the Washington, DC area as
stated on GSAs website: http://www.gsa.gov/portal/category/100120.

(C)

Due to the international travel of participants the government must have the ability to reserve
rooms before and after each accommodation block (shoulder dates) without commitment of
use. There is no guarantee that any number of rooms beyond those in Section 4.1(A) will be

Attachment A: Statement of Work

Page 2 of 37

RFQ #PC-15-Q-044

required. The COR will email the vendor point of contact (POC) confirming any additional
nights required beyond those reserved from Section 4.A.1 by 5:00 pm Eastern Time (ET) 10
calendar days prior to the start of each standard accommodation block.
The vendor must hold 10 rooms for two nights prior to each standard accommodation block
and 8 rooms for one night after each block, as follows:
1) July 1A
Before July 10-11, 2015 (10 rooms for 2 nights each = 20 nights total)
After
July 22, 2015 (8 rooms for 1 night = 8 nights total)
2) July 1B
Before July 24-25, 2015 (10 rooms for 2 nights = 20 nights total)
After
August 5, 2015 (8 rooms for 1 night = 8 nights total)
3) August 2A
Before August 7-8, 2015 (10 rooms for 2 nights = 20 nights total)
After
August 19, 2015 (8 rooms for 1 night = 8 nights total)
4) August 2B
Before August 21-22, 2015 (10 rooms for 2 nights = 20 nights total)
After
September 2, 2015 (8 rooms for 1 night = 8 nights total)
5) September 3A
Before September 11-12, 2015 (10 rooms for 2 nights = 20 nights total)
After
September 23, 2015 (8 rooms for 1 night = 8 nights total)
6) September 3B
Before September 25-26, 2015 (10 rooms for 2 nights = 20 nights total)
After
October 7, 2015 (8 rooms for 1 night = 8 nights total)

4.2

(D)

Late check-in and late check-out must be available with each room reserved.

(E)

Individual rooms must have working, active internet connectivity via Wi-Fi or Ethernet cable.

(F)

Overnight accommodation rooms and conference meeting rooms must be located in the same
building/facility.

(G)

The contractor must provide Peace Corps with the name and phone number of a specific hotel
representative(s)/point of contact (POC) that will be available 24 hours a day for the duration of
the contract to be contacted by the COR to solve any issues or problems regarding the sleeping
accommodations of participants.

Task 2 Conference Meeting Space


(A)

The contractor must provide two separate, preferably adjacent, conference rooms in the same
building as the accommodations referenced under Task 1. Each room must have the capacity to
seat up to 50 individuals. The rooms will be needed for the following dates and times:
Conference setup days

Attachment A: Statement of Work

Page 3 of 37

RFQ #PC-15-Q-044

July 12
July 26
August 9
August 23
September 13
September 27

12pm-6pm
12pm-6pm
12pm-6pm
12pm-6pm
12pm-6pm
12pm-6pm

Conference days
July 13-17
July 27-31
August 10-14
August 24-28
September 14-18
September 28-October 2

4.3

7am-7pm
7am-7pm
7am-7pm
7am-7pm
7am-7pm
7am-7pm

(B)

A hotel representative(s) must be available to provide support between 7:00 am and 5:30 pm to
ensure each conference room is arranged according to the specifications contained herein. The
contractor must provide the name and phone number of the specified representative(s) to the
Contracting Officers Representative (COR).

(C)

The vendor must ensure that each conference room is arranged in a classroom format for the
duration of each conference session (see Section 4.2(A) for dates). See Attachment A-2 for a
diagram of the desired room layout.

(D)

Conference facilitators and COR shall have 24 hour access to conference rooms during the
setup and conference days specified in Section 4.2(A) above.

Task 3 Audio/Visual (AV) technology and support


(A)

The vendor must provide the following audio/visual equipment in each conference room for the
dates/times specified in Section 4.2(A):
i.
ii.
iii.
iv.
v.
vi.

vii.

One (1) LCD projector with DVI connection per room (2 total)
One (1) screen projector per room (2 total)
One (1) podium per room (2 total)
Microphone system with receiver, speakers, and two (2) wireless lapel microphones per
room (2 sets)
One (1) flipchart stand, one (1) package of flipchart paper, and markers of various colors
per room (2 sets)
Internet connectivity (Wi-Fi) and Ethernet shall be available in the conference room to all
participants/presenters. The internet connectivity shall be active (in good working order)
24 hours/day for the duration of the conference.
The vendor must provide a power delivery solution (e.g., extension cords, power strips)
to ensure each of the 40 participants has the capacity to plug in 40 laptops throughout the
conference room. The power delivery solution must have at least 40 outlets available to
participants to plug in their computer power cords. The laptop power cords (from laptop
device to a power source) will be supplied by the participants. The vendor must provide a
power delivery solution that enables the participants to view the presenter and screens
from a sitting position as referenced in Attachment A-2 entitled Desired Conference
Room Layout.

Attachment A: Statement of Work

Page 4 of 37

RFQ #PC-15-Q-044

viii. Peace Corps must be able to bring in Government computers and additional electronic
equipment for individual use and learning tools. The vendor will not be responsible for
supporting any Government-furnished computers or electronic equipment.
(B)

Audio/visual technical support


i.
ii.

4.4

Technical support must be available for the dates stated in Section 4.2(A), from 12:00pm
to 1:00pm on setup days and 7:30am to 4:30pm on conference days.
The contractor must provide the name and direct phone number of a specific technical
support individual to the COR; this individual must be available to perform the services
in Section 4.3(B)(i).

Task 4 Refreshments
(A)

The contractor must provide two (2) coffee/tea and snack breaks per day (AM and PM) for
approximately 40 individuals during each conference day (see Section 4.2(A) for dates). A
tentative schedule of events is included in Attachment A-3, entitled Tentative Schedule. A
final schedule and the number of participants will be sent to the vendors POC via email from
the COR at least ten (10) calendar days before the start of each training block.

(B)

Drinking water and glasses must be available in each conference room either on the participant
tables or at the back of the room for self-service.

(C)

The contractor must provide the name and phone number of a specific hotel representative to
the COR to communicate any problems/issues with goods/services provided under this task.

5.0

SCHEDULE OF SUPPLIES/SERVICES

ITEM

DESCRIPTION OF
SUPPLIES/SERVICES

QUANTITY

UNIT OF
ISSUE

UNIT
PRICE

TOTAL
COST**

Overnight accommodations
to be provided in accordance
with SOW paragraph 4.1(A)
(standard accommodation
block).
Shoulder dates before each
standard accommodation
block to be available in
accordance with SOW
paragraph 4.1(C).
Shoulder dates after each
standard accommodation
block to be available in
accordance with SOW
paragraph 4.1(C).

2,400 nights

Nights

TBD

TBD

Nights

TBD

TBD

Nights

TBD

TBD

Rooms

TBD

TBD

Meeting space to be provided


in accordance with SOW
paragraph 4.2.

Attachment A: Statement of Work

(40 rooms per night x


10 nights per training
block x 6 blocks)
120 nights
(10 rooms per night x
2 nights per training
block x 6 blocks)
48 nights
(8 rooms per night x
1 night per training block
x 6 blocks)
72 meeting rooms
(2 rooms per day x
6 days per training block
x 6 training blocks)

Page 5 of 37

RFQ #PC-15-Q-044

Audio/Visual equipment and


support in accordance with
SOW paragraph 4.3.

72 meeting rooms

Rooms

TBD

TBD

(2 rooms per day x


6 days per training block
x 6 training blocks)

Internet services to be
provided in accordance with
SOW paragraphs 4.1(E) and
4.3(A)(vi).

Lot

TBD

TBD

Refreshments to be provided
in accordance with SOW
paragraph 4.4.

1,200 attendees

Attendees

TBD

TBD

(40 individuals per day x


5 days per training block
x 6 training blocks)

**The prices set forth in the Total Cost column are not-to-exceed (NTE) prices based on the estimated number of
nights, rooms, and attendees stated herein. For items priced on a per-night, per-room, and/or per-attendee basis,
the Contractor may only bill for the actual number of nights/rooms provided and/or attendees served.

6.0

CONTRACT TYPE

As a result of this solicitation, the Peace Corps anticipates awarding a firm-fixed price (FFP) contract in
accordance with the prices set forth in Section 5.0.
7.0

GOVERNMENT-FURNISHED PROPERTY (GFP)

The Peace Corps will bring approximately 40 government-issued laptops and 40 laptop chargers to each
training block to be used by the participants.
8.0

PERIOD OF PERFORMANCE

The period of performance of this contract is from July 10, 2015 through October 9, 2015.
9.0

PLACE OF PERFORMANCE

The hotel/conference space must be located between K to N Streets NW and 18th to 22nd Streets NW in
Washington, DC (see Attachment A-1 entitled Proximity Map for a visual representation of the area
within which the vendors property must be located). This area encompasses the Peace Corps
Headquarters building, which is located at 1111 20th Street NW, Washington, DC 20526.
10.0

CONTRACT ADMINISTRATION

10.1 Contracting Officer Responsibilities. The Contracting Officer (CO) is the only person
authorized to approve changes or modify any of the requirements under this contract. In the event the
Contractor effects any change at the direction of any person other than the CO, the change will be
considered to have been made without authority and no adjustment will be made in the contract price to
cover any increase in costs incurred as a result.
Contractual problems of any nature that may arise during the life of this contract must be handled in
conformance with very specific public laws and regulations (e.g., Federal Acquisition Regulations).

Attachment A: Statement of Work

Page 6 of 37

RFQ #PC-15-Q-044

Only the CO is authorized to formally resolve such problems. Therefore, the Contracting Officers
Representative (COR) and the Contractor are hereby directed to bring all such contractual problems to
the immediate attention of the CO.
10.2 Interpretation of Modification. No oral or written statement of any person and no written
statement of anyone other than the CO shall modify or otherwise affect the terms or meaning of this
contract. Requests for interpretations, modifications or changes must be made in writing to the CO.
The COR can only respond (verbally or in writing) to technical matters.
10.3 Points of Contact. The following individuals will be responsible for contract administration:
CONTRACTING OFFICER (CO)
Jacqueline H. Naranjo
1111 20th Street, NW
Room 4424
Washington, DC 20526
P: (202) 692-2411
E: jnaranjo@peacecorps.gov
CONTRACTING OFFICERS REPRESENTATIVE (COR)
TBD
10.4 Invoicing. At the conclusion of the event, the Contractor must send an electronic invoice to the
Peace Corps Office of Global Accounts Payable (OGAP) at GAPdomesticinvoice@peacecorps.gov.
Each invoice must include, at a minimum, the following information:
A.
B.
C.
D.
E.

Contractor name and address


Invoice date and invoice number
Peace Corps contract/order number (PC-15-X-XXX)
Period of performance covered by the invoice
Description, quantity, unit of measure, unit price, and extended price of supplies delivered or
services performed
F. Prompt payment discount offered, if applicable
G. Electronic funds transfer (EFT) banking information
H. Total invoice amount

Upon receipt of the invoice, OGAP and Contracting Officers Representative (COR) will check the
invoice for accuracy and appropriateness of the charges. The Peace Corps will ensure that chargeable
items appearing on the invoice have been satisfactorily rendered by the Contractor before providing
Peace Corps formal acceptance. In the event that the Peace Corps discovers any discrepancies in the
invoice, the COR or CO will, in addition to following the requirements of the Prompt Payment Act,
take steps necessary to resolve the discrepancies with the Contractor.
For questions regarding payments, please send an email inquiry including the invoice number,
contract/order number, billed amount and date submitted to disbursing@peacecorps.gov.
Withholding of Contract Payments. Notwithstanding any other payment provision of this contract,
failure of the Contractor to submit required reports when due, or failure to perform or deliver required
services/supplies may result in the withholding of payments under this contract. Payments may be
withheld unless such failure arises out of circumstances beyond the Contractors control and without
fault or negligence on the part of the Contractor, as provided for the relevant contract clauses. The

Attachment A: Statement of Work

Page 7 of 37

RFQ #PC-15-Q-044

Peace Corps will promptly notify the Contractor of its intention to withhold payment of any invoice in
full; however, if only a portion(s) of the invoice is being withheld, then the invoice may be processed
without notification to the Contractor to prevent delay in payment.
11.0

SPECIAL CONTRACT REQUIREMENTS

11.1 Use of Peace Corps Relationship and Logo (May 2003). Under the Peace Corps Act, no party
is allowed to use the Peace Corps name or logo unless one is referring to official Peace Corps programs
and activities. The Contractor shall make no publicity announcements or issue other public relations
material mentioning the Contractor's connection with Peace Corps and/or use the Peace Corps logo
without the advance written concurrence of the Contracting Officer. Under no circumstances shall the
Peace Corps name or logo be used for personal or other non-official correspondence or emails.
11.2 Insurance. Departments of the United States Government are self-insured.
11.3 Tax and Taxation. The United States Government is exempt from taxation for the performance
of services under this contract.
11.4 Compliance with American Disabilities Act. The Contractors facilities must be in compliance
with the Americans with Disabilities Act required under title III (ADA). With respect to the meetings
that are the subject of this Contract, the Contractor is responsible for ensuring that no attendee,
participant or facilitator with a disability is excluded, denied services, segregated or otherwise treated
differently than other attendees, participants or facilitators because of the absence of auxiliary aids and
services or because of the use of inappropriate or ineffective auxiliary aids.
11.5 Cancellation. The performance of this proposed contract is subject to acts of God, war,
terrorism, natural and manmade disasters, civil disorder, strikes, Federal Regulations, or Federal Laws
that make this event impossible. The Government shall not be held liable for cancellation fees under
these circumstances.
11.6 Hotel Agreement. Acceptance of any hotel agreements requires the Governments legal review
and negotiations. Any mandatory hotel agreements must be submitted with the Contractors quote.
11.7 Force Majeure. An event of Force Majeure means any circumstance not within the reasonable
control of the Peace Corps, but only if and to the extent that (i) such circumstance, despite the exercise
of reasonable diligence cannot be, or be caused to be, prevented, avoided or removed by the Peace
Corps, and (ii) such circumstance materially and adversely affects the ability of the Peace Corps to
perform its obligations under the agreement, and the Peace Corps has taken all reasonable precaution,
due care and reasonable alternative measure in order to avoid the effect of such event on the Peace
Corps ability to perform its obligations under this agreement and to mitigate the consequences thereof.
Either party shall be excused from performance and shall not be in default of any obligation hereunder
to the extent that the failure to perform such obligation is due to a natural or political Force Majeure
event. Instances of Force Majeure include, but are not limited to:
a. Fire, chemical or radioactive contamination, extreme weather or environmental conditions,
unanticipated geological or ground conditions, epidemic or other natural calamities and acts of
God;
b. Explosion, accident, breakage of hotel or equipment, structural collapse, or chemical
contamination, caused by a person being not from Peace Corps or one of its contractors or
subcontractors or any other their respective employees or agents;

Attachment A: Statement of Work

Page 8 of 37

RFQ #PC-15-Q-044

c. Acts of war, terrorism, blockade, riot, public disorder


d. Strikes, lockouts, work stoppage, labor disputes, and other industrial action by workers related
to or in response to the terms and conditions or policy or practice of employment of those
workers or those with whom they are affiliated.
12.0

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

Task /
Deliverable
Task 1

Performance
Standard
Sleeping Rooms

Acceptable Quality
Level (AQL)
Clean, secure, single
occupancy, internet
functions 8 out of 10
days during the
accommodation block
outside of training
block times for all
participants.
At the beginning of
each day 100%
approval by training
coordinator of room
set up as described in
SOW

Methods of
Surveillance
Random oral survey of
participant satisfaction
with sleeping rooms.

Frequency

Daily visual survey of


conference rooms by
training coordinator to
assure space and setup
as approved by
training coordinator.

Ongoing through the


life of the contract;
COR will monitor
throughout each
training block.

AV equipment
available and set
up per Section
4.3(A).

100% approval of
training coordinator
according to SOW
tasks

Daily visual survey of


conference rooms by
the training
coordinator of AV
equipment setup
according to the
agreed upon setup
from the setup day

Ongoing through the


life of the contract;
COR will monitor
throughout each
training block.

Internet per the


SOW task
4.3(A)(vi).

100% of participants
will be able to access
the internet in the
conference rooms.

Random visual and


oral survey of
participant satisfaction
during conference.

AV technical
staff support
available for 1
hour on setup day
and from
7:30am-4:30pm
on conference
days.

Service is available
within 30 minutes of
technology request.

Daily visual survey of


the AV Tech Staff
availability on set up
and conference days
by the training
coordinator.

Ongoing through the


life of the contract;
COR will monitor
throughout each
training block.
Ongoing through the
life of the contract;
COR will monitor
throughout each
training block.

(Section 4.1)

Task 2
(Section 4.2)

Task 3
(Section
4.3(A))

Task 3
(Section
4.3(A)(vi))

Task 3
(Section
4.3(B))

Meeting rooms
available and set
up per the
required dates
and SOW tasks

Attachment A: Statement of Work

Ongoing through the


life of the contract;
COR will monitor
throughout each
accommodation
block.

Page 9 of 37

RFQ #PC-15-Q-044

Task 4
(Section 4.4)

13.0

Two coffee/tea
and snack breaks
per day. Potable
water in
conference room
available during
conference times.

100% of participants
shall be able to access
the two coffee/tea
break snacks per day
and conference room
water.

Daily visual survey of


snack and water
availability in
conference rooms by
the training
coordinator.

Ongoing through the


life of the contract;
COR will monitor
throughout each
training block.

CONTRACT CLAUSES

13.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also,
the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far/index.html
CLAUSE #
52.203-17
52.204-13
52.204-18
52.212-4
52.223-2
52.232-39
52.232-40

TITLE
Contractor Employee Whistleblower Rights and Requirement to
Inform Employees of Whistleblower Rights
System for Award Management Maintenance
Commercial and Government Entity Code Maintenance
Contract Terms and Conditions Commercial Items
Affirmative Procurement of Biobased Products under Service and
Construction Contracts
Unenforceability of Unauthorized Obligations
Providing Accelerated Payments to Small Business Subcontractors

DATE
Apr 2014
Jul 2013
Nov 2014
Dec 2014
Sep 2013
Jun 2013
Dec 2013

13.2 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERSCOMMERCIAL ITEMS (APR 2015)
(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 (Dec 2014)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77,
108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer
has indicated as being incorporated in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
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).

Attachment A: Statement of Work

Page 10 of 37

RFQ #PC-15-Q-044

___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C.
3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009).
X (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul
2013) (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 Governments Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment (Aug 2013) (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).
X (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
(section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117,
section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15
U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Oct 2011) (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 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.

Attachment A: Statement of Work

Page 11 of 37

RFQ #PC-15-Q-044

___ (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 2014) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Oct 2001) of 52.219-9.
___ (iii) Alternate II (Oct 2001) of 52.219-9.
___ (iv) Alternate III (Oct 2014) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated DamagesSubcontracting 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 Economically Disadvantaged Women-Owned Small
Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns
Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
___ (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2014) (E.O.
13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 1999).
X (28) 52.222-26, Equal Opportunity (Apr 2007) (E.O. 11246).
X (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (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 (Jul 2014) (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).

Attachment A: Statement of Work

Page 12 of 37

RFQ #PC-15-Q-044

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).
___ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989).
(Not applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
___ (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.)
X (36) (i) 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014)
(E.O.s 13423 and 13514
___ (ii) Alternate I (Jun 2014) of 52.223-13.
X (37) (i) 52.223-14, Acquisition of EPEAT -Registered Television (Jun 2014) (E.O.s 13423
and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
X (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 (Jun
2014) (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) (E.O. 13513).
___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41
U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C.
4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110138, 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.

Attachment A: Statement of Work

Page 13 of 37

RFQ #PC-15-Q-044

___ (43) 52.225-5, Trade Agreements (Nov 2013) (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)).
X (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul
2013) (31 U.S.C. 3332).
___ (51) 52.232-34, Payment by Electronic Funds TransferOther 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:
___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
X (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
X (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).

Attachment A: Statement of Work

Page 14 of 37

RFQ #PC-15-Q-044

___ (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).
X (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).
X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
X (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792).
X (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 Contractors 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

Attachment A: Statement of Work

Page 15 of 37

RFQ #PC-15-Q-044

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (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 $650,000 ($1.5 million for
construction of any public facility), the subcontractor must include 52.219-8 in lower tier
subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow
down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (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 (Jul 2014) (38 U.S.C. 4212).
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR
clause 52.222-40.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78
and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May
2014) (41 U.S.C. chapter 67.)
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
(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.

Attachment A: Statement of Work

Page 16 of 37

RFQ #PC-15-Q-044

(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.
14.0

SOLICITATION PROVISIONS

14.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also,
the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far/index.html
CLAUSE #
52.204-7
52.204-16
52.209-2
52.212-1
52.223-1
52.225-25

TITLE
System for Award Management
Commercial and Government Entity Code Reporting
Prohibition on Contracting with Inverted Domestic Corporations
Representation
Instructions to Offerors Commercial Items
Biobased Product Certification
Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran Representation and
Certification

DATE
Jul 2013
Nov 2014
Dec 2014
Apr 2014
May 2012
Dec 2012

14.2 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, price and
other factors considered. The following factors shall be used to evaluate offers on a lowest-price
technically acceptable (LPTA) basis:
1. The hotel and meeting rooms must be located between K to N Streets NW and 18th to 22nd Streets
NW in Washington, DC (see Attachment A-1 entitled Proximity Map for a detailed boundary).
2. The Offeror must be able to provide two (2) separate meeting spaces with seating to
accommodate 50 individuals each on the following dates:
July 13-17, 2015 (5 days)
July 27-31, 2015 (5 days)
August 10-14, 2015 (5 days)
August 24-28, 2015 (5 days)
September 14-18, 2015 (5 days)
September 28-October 2, 2015 (5 days)
*Note: The spaces must be available to Peace Corps for setup and testing by 12:00pm ET on the
Sunday prior to the dates specified above.

Attachment A: Statement of Work

Page 17 of 37

RFQ #PC-15-Q-044

3. The Offeror must be able to provide 40 individual rooms per night for the following dates at a
rate at or below the local government per diem rate; overnight accommodations must meet the
requirements stated in Section 4.1 of the Statement of Work (SOW).
July 12-22, 2015 (10 nights)
July 26-August 05, 2015 (10 nights)
August 09-August 19, 2015 (10 nights)
August 23-September 02, 2015 (10 nights)
September 13-23, 2015 (10 nights)
September 27-October 07, 2015 (10 nights)
4. The Offeror must be able to provide 10 individual rooms per night for the following dates at a
rate at or below the local government per diem rate as per Section 4.1(C) of the SOW.
July 11-12, 2015 (2 nights)
July 24-25, 2015 (2 nights)
August 7-8, 2015 (2 nights)
August 21-22, 2015 (2 nights)
September 11-12, 2015 (2 nights)
September 25-26, 2015 (2 nights)
5. The Offeror must be able to provide 8 individual rooms per night for the following dates at a rate
at or below the local government per diem rate as per Section 4.1(C) of the SOW.
July 22, 2015 (1 night)
August 5, 2015 (1 night)
August 19, 2015 (1 night)
September 2, 2015 (1 night)
September 23, 2015 (1 night)
October 7, 2015 (1 night)
6. Wireless or wired internet connectivity available in hotel rooms for duration of stay, as per
Section 4.1(E) of the SOW.
7. The Offeror must have the ability to configure the conference rooms in accordance with
Attachment A-2, Desired Conference Room Layout.
8. The Offeror has the ability to provide a power delivery solution that meets the requirements
stated at Section 4.3(A)(vii) of the SOW, which reads as follows:
The vendor must provide a power delivery solution (e.g., extension cords, power strips) to
ensure each of the 40 participants has the capacity to plug in 40 laptops throughout the
conference room. The power delivery solution must have at least 40 outlets available to
participants to plug in their computer power cords. The laptop power cords (from laptop
device to a power source) will be supplied by the participants. The vendor must provide a
power delivery solution that enables the participants to view the presenter and screens from a
sitting position as referenced in Attachment A-2 entitled Desired Conference Room
Layout.
9. The Offeror must be able to provide the audio/visual equipment specified at Section 4.3(A)(i)
through A(v) of the SOW, outlined below:
One (1) LCD projector with DVI connection per room (2 total)
One (1) screen projector per room (2 total)
One (1) podium per room (2 total)
Microphone system with receiver, speakers, and two (2) wireless lapel microphones per room
(2 sets)

Attachment A: Statement of Work

Page 18 of 37

RFQ #PC-15-Q-044

One (1) flipchart stand, one (1) package of flipchart paper, and markers of various colors per
room (2 sets)

10. In accordance with SOW Section 4.3(A)(vi), the Offeror must be able to provide wireless
connectivity in the conference meeting spaces.
11. The Offeror must be able to provide two coffee/tea and snack breaks per day (AM and PM) for
approximately 40 people on the following dates:
July 13-17, 2015 (5 days)
July 27-31, 2015 (5 days)
August 10-14, 2015 (5 days)
August 24-28, 2015 (5 days)
September 14-18, 2015 (5 days)
September 28-October 2, 2015 (5 days)
12. The Offeror must provide information on two (2) previously completed projects of similar size
and scope that demonstrates recent, relevant and successful past performance history. See the
instructions at Section 1.0 (Volume 1) above for required information.
Proposed price will be evaluated to determine that it is fair and reasonable.
The Peace Corps reserves the right to evaluate only the lowest-priced offer and to make an award to that
Offeror if their offer is determined to be technically acceptable in accordance with the requirements
listed above. If the lowest-priced offer is NOT determined to be technically acceptable, the Peace
Corps will evaluate the next lowest-priced offer in the same manner. If two or more Offerors propose
the same price and are deemed technically acceptable, the hotel that is located the closest (in distance)
to Peace Corps Headquarters will be selected.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all
options to the total price for the basic requirement. The Government may determine that an offer is
unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not
obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall result in a binding contract
without further action by either party. Before the offers specified expiration time, the Government
may accept an offer (or part of an offer), whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award.
14.3 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS
(MAR 2015)
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual
representations and certification electronically via the System for Award Management (SAM) Web site
accessed through http://www.acquisition.gov. If the Offeror has not completed the annual
representations and certifications electronically, the Offeror shall complete only paragraphs (c) through
(p) of this provision.
(a) Definitions. As used in this provision--

Attachment A: Statement of Work

Page 19 of 37

RFQ #PC-15-Q-044

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.
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

Attachment A: Statement of Work

Page 20 of 37

RFQ #PC-15-Q-044

(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

Attachment A: Statement of Work

Page 21 of 37

RFQ #PC-15-Q-044

(2) Through another subsidiary of a parent corporation.


Veteran-owned small business concern means a small business concern
(1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C.
101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of
which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
Women-owned business concern means a concern which is at least 51 percent owned by one or more
women; or in the case of any publicly owned business, at least 51 percent of the 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 SAMwebsite.
(2) The offeror has completed the annual representations and certifications electronically via the
SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database
information, the offeror verifies by submission of this offer that the representation and
certifications currently posted electronically at FAR 52.212-3, Offeror Representations and
CertificationsCommercial Items, have been entered or updated in the last 12 months, are
current, accurate, complete, and applicable to this solicitation (including the business size
standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer
and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs
____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision
that the offeror has completed for the purposes of this solicitation only, if any. These amended
representation(s) and/or certification(s) are also incorporated in this offer and are current,
accurate, and complete as of the date of this offer. Any changes provided by the offeror are
applicable to this solicitation only, and do not result in an update to the representations and
certifications posted electronically on SAM.]
(c) Offerors must complete the following representations when the resulting contract is to 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.

Attachment A: Statement of Work

Page 22 of 37

RFQ #PC-15-Q-044

(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.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the
simplified acquisition threshold.
(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

Attachment A: Statement of Work

Page 23 of 37

RFQ #PC-15-Q-044

joint venture: _____________.] Each EDWOSB concern participating in the joint venture
shall submit a separate signed copy of the EDWOSB representation.
(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 womenowned 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 changes in ownership and control,
principal office, or HUBZone employee percentage have occurred since it was certified
in accordance with 13 CFR part 126; and
(ii) It [_] is, [_] is not a HUBZone 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 each HUBZone small business concern participating in the HUBZone joint venture.
[The offeror shall enter the names of each of the HUBZone small business concerns
participating in the HUBZone joint venture: __________.] Each HUBZone small
business concern participating in the HUBZone joint venture shall submit a separate
signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246 -(1) Previous contracts and compliance. The offeror represents that -(i) It [_] 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.

Attachment A: Statement of Work

Page 24 of 37

RFQ #PC-15-Q-044

(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 AmericanSupplies.
(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

Attachment A: Statement of Work

Page 25 of 37

RFQ #PC-15-Q-044

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
AmericanFree Trade AgreementsIsraeli 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) or this provision) as defined in the clause of this solicitation
entitled Buy AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade
AgreementsIsraeli Trade Act:
Canadian End Products:
Line Item No.: ___________________________________________
[List as necessary]

Attachment A: Statement of Work

Page 26 of 37

RFQ #PC-15-Q-044

(3) Buy AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade AgreementsIsraeli Trade Act Certificate, Alternate III. If
Alternate III to the clause at 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 AmericanFree Trade AgreementsIsraeli 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]

Attachment A: Statement of Work

Page 27 of 37

RFQ #PC-15-Q-044

(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; and
(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 $3,000 for which the liability remains
unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it
has been assessed. A liability is not finally determined if there is a pending
administrative or judicial challenge. In the case of a judicial challenge to the
liability, the liability is not finally determined until all judicial appeal rights have
been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if
the taxpayer has failed to pay the tax liability when full payment was due and
required. A taxpayer is not delinquent in cases where enforced collection action
is precluded.
(ii) Examples.

Attachment A: Statement of Work

Page 28 of 37

RFQ #PC-15-Q-044

(A) The taxpayer has received a statutory notice of deficiency, under I.R.C.
6212, which entitles the taxpayer to seek Tax Court review of a proposed tax
deficiency. This is not a delinquent tax because it is not a final tax liability.
Should the taxpayer seek Tax Court review, this will not be a final tax liability
until the taxpayer has exercised all judicial appear rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling
the taxpayer to request a hearing with the IRS Office of Appeals Contesting the
lien filing, and to further appeal to the Tax Court if the IRS determines to sustain
the lien filing. In the course of the hearing, the taxpayer is entitled to contest the
underlying tax liability because the taxpayer has had no prior opportunity to
contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax
liability until the taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C.
6159. The taxpayer is making timely payments and is in full compliance with
the agreement terms. The taxpayer is not delinquent because the taxpayer is not
currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not
delinquent because enforced collection action is stayed under 11 U.S.C. 362
(the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order
13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under
this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced
or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed End Product
Listed End Product:

Listed Countries of Origin:

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in
paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by
checking the appropriate block.]
[_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this
provision that was mined, produced, or manufactured in the corresponding country as
listed for that product.
[_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that

Attachment A: Statement of Work

Page 29 of 37

RFQ #PC-15-Q-044

product. The offeror certifies that is 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.) [The
contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
(1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.10034(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

Attachment A: Statement of Work

Page 30 of 37

RFQ #PC-15-Q-044

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 offerors 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 offerors
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);

Attachment A: Statement of Work

Page 31 of 37

RFQ #PC-15-Q-044

[_] 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. By submission of its offer, the offeror represents that
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) 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@state.gov.
(2) Representation and Certification. 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 $3,000 with Irans 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 OFACs Specially Designated Nationals and Blocked
Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf).

Attachment A: Statement of Work

Page 32 of 37

RFQ #PC-15-Q-044

(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)
14.4 FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)
(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 concern eligible under the WOSB Program.
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

Attachment A: Statement of Work

Page 33 of 37

RFQ #PC-15-Q-044

(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 the size standard in paragraph
(b) of this provision.
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.
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)

Attachment A: Statement of Work

Page 34 of 37

RFQ #PC-15-Q-044

(1) The North American Industry Classification System (NAICS) code for this acquisition is
721110 Hotels (except Casino Hotels) and Motels.
(2) The small business size standard is $32.5 million.
(3) The small business size standard for a concern which submits an offer in its own name, other
than on a construction or service contract, but which proposes to furnish a product which it did
not itself manufacture, is 500 employees.
(c) Representations.
(1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern.
(2) [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.
(3) [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
women-owned small business concern.
(4) Women-owned small business (WOSB) concern eligible under the WOSB
Program. [Complete only if the offeror represented itself as a women-owned small business
concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer 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)(4)(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.
(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete
only if the offeror represented itself as a women-owned small business concern eligible under the
WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-(i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has
provided all the required documents to the WOSB Repository, and no change in
circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part
127, and the representation in paragraph (c)(5)(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

Attachment A: Statement of Work

Page 35 of 37

RFQ #PC-15-Q-044

joint venture: _____________.] Each EDWOSB concern participating in the joint


venture shall submit a separate signed copy of the EDWOSB representation.
(6) [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.
(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in
paragraph (c)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is
not a service-disabled veteran-owned small business concern.
(8) [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 changes in ownership and control,
principal office, or HUBZone employee percentage have occurred since it was certified
in accordance with 13 CFR part 126; and
(ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13
CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate
for each HUBZone small business concern participating in the HUBZone joint venture.
[The offeror shall enter the names of each of the HUBZone small business concerns
participating in the HUBZone joint venture: ___________.] Each HUBZone small
business concern participating in the HUBZone joint venture shall submit a separate
signed copy of the HUBZone representation.
(d) Notice.
(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business
concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions
on the source of the end items to be furnished.
(2) Under 15 U.S.C. 645(d), any person who misrepresents a firms status as a business concern
that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small,
economically disadvantaged women-owned small, or women-owned small eligible under the
WOSB Program in order to obtain a contract to be awarded under the preference programs
established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other
provision of Federal law that specifically references section 8(d) for a definition of program
eligibility, shall -(i) Be punished by imposition of fine, imprisonment, or both;
(ii) Be subject to administrative remedies, including suspension and debarment; and
(iii) Be ineligible for participation in programs conducted under the authority of the Act.

Attachment A: Statement of Work

Page 36 of 37

RFQ #PC-15-Q-044

15.0

ATTACHMENTS

Attachment A-1
Attachment A-2
Attachment A-3
Attachment A-4

Proximity Map
Desired Conference Room Layout
Tentative Schedule
DOL Wage Determination No. 1995-0819 (Revision No. 32, Date: 12/22/2014)

Attachment A: Statement of Work

Page 37 of 37

RFQ #PC-15-Q-044 / Attachment A-1

ATTACHMENT A-1 PROXIMITY MAP

The hotel/conference space must be located within a specific radius of the Peace Corps Headquarters
building, which is located at 1111 20th Street NW, Washington, DC 20526. Namely, the property must be
located between K to N Streets NW and 18th to 22nd Streets NW in Washington, DC, as shown below:

Attachment A-1: Proximity Map

Page 1 of 1

RFQ #PC-15-Q-044 / Attachment A-2

ATTACHMENT A-2 DESIRED CONFERENCE ROOM LAYOUT

MAP KEY:
Long tables (number determined
by space constraints)
Chairs (81 total, more chairs
needed than people in the room)

Projector/screen projector

Small Tables

Presenters table
Rectangular tables along
back wall

Podium

Attachment A-2: Desired Conference Room Layout

Page 1 of 2

FRONT OF ROOM

X
X

RFQ #PC-15-Q-044 / Attachment A-2

X X X X X
X

X
X

X
X X

X
X

X X

X X

X X

X X

X X

X
X

X
X X

X X

X X

X X

X X

X
X

X X

X X X

X X

BACK OF ROOM
Attachment A-2: Desired Conference Room Layout

X X
X
Page 2 of 2

RFQ #PC-15-Q-044 / Attachment A-3

ATTACHMENT A-3 TENTATIVE SCHEDULE


WEEK 1:
Sunday

Arrival

Homework
for Monday:
Login User
Script
PST INTAKE
TG
homework
Assign
personal
PCMEDICS
PCV #

Monday
8:00-9:00 Welcome, opening remarks,
logistics
9:00-10:00 Peace Corps EMR
Philosophy
Where Do I fit into PCMEDICS
PCMEDICS navigation: Comparing
old to new chart
User Roles
Encounters defn & philosophy
SNOMED coding
10:00-10:30 Break
10:30-11:30 Clinical Intake Prep for
PST
Find the Trainee/PCV
CCD/CCRs
Cheat sheet
Mass immunization report
11:30-1:00 Clinical Intake at PST
Clinical Intake Interview
Intake Patient Encounter Form
Scan/upload documents
Volunteer portal
WHO cards
e-sign
working in offline & sync
*Lunch 1:00-2:00

Attachment A-3: Tentative Schedule

Tuesday

Wednesday

Thursday

8:00-8:15 Welcome/logistics

8:00-8:15 Welcome/logistics

8:00-8:15 Welcome/logistics

8:15-9:00 Gyne Clinical Topic

8:15-9:00 Sexual Assault Care

8:15-9:00 MH Clinical Topic

9:00-10:15 In-Service Clinical Care


Part 1
Volunteer portal communication
Volunteer phone, text entry
Appointment scheduling
Office visit PEF
Lab order
Updating summary screen

9:00-10:00 Sexual Assault Case


Initial Exam Documentation
Lab orders & RX
Standing order and Treatment Plan
Follow up PEFs
Associated forms and folder
SNOMED
PCMEDICS & CIRS

9:00-9:45 MH: Adjustment and


Beyond Walk Thru
MH Forms and folder
Associated screening tools:
PROMISE,GAD-7, AUDIT, PHQ
SNOMED

10:15-10:45 Break

10:00-10:30 Break

10:30-11:00 Break

10:45-12:00 In-Service Clinical Care


Part 2
Clinical Referrals
Prescriptions
Patient education
Associating photos/problems/labs
to notes
Portal Refill Request
SNOMED

10:30-11:30 Sexual Assault Practicum

11:00- 12:00 Clinical Consult/Medevac


Walk Thru
Create Consult/Associate docs
Response from HQ
Esign process
Medevac Process & Monitoring
Emergency medevacs
Health Benefits cards; 127C
SNOMED

12:00-12:30 Clinical Care Visit PEF


Practicum
PEF
Prescription
Patient education
*Lunch 12:30-1:30

11:30-12:30 Mid-service Clinical Care


Evaluation form
RX practice
Lab order/review
Updating problem list
SNOMED

9:45-10:30 MH Clinical case practicum

12:30-12:45 Reflection

Lunch 1:00

*Lunch 12:00-1:00

Friday
8:00-8:15 Welcome/logistics
Derm and Photos
8:15-9:30 Telemedicine
Telephone calls, SMS/texts
SFTPs role
Photos
Using Lync
PC Medlink
PCMO Boundaries
9:30-10:15 Epidemiology &
SNOMED
Epi reports
10:15-10:45 Break
10:4511:30 COS Walk Thru
11:30-12:30 COS Clinical Case
Practicum
Scan COS Part I
COS exam
127 c/209B
CCR/CCD
72 hr checkout
Submitting the chart to HQ

*Lunch 12:30-1:30

Page 1 of 3

RFQ #PC-15-Q-044 / Attachment A-3


Sunday

2:00-3:00 SNOMED Coding Walk Thru


Task: SNOMED code morning clinical
PST intake
3:00-3:30 Break
3:30-4:30 PST Clinical Intake Practicum
in Pairs
PST intake interview
Cheat Sheet/Immunizations
Scan of documents
SNOMED Codes
esign
4:30-5:00 Reflection purpose and do;
Session Evals
Homework: UpToDate Gyne Article;
Office Set up Article

1:30-2:15 Effective Communication


Tips and Tricks
Office setup using EMR
Non-Verbal Communication
When to Stop Typing
2:15-3:15 Clinical Case Based
Practicum
3:15-3:45 Break
3:45-4:45 EMR SetUp in the Health
Unit Practicum
Set up Office
Troubleshooting Obstacles at Post
Practice Interview in diads/triads
4:45-5:00 Reflection

Cultural afternoon

Homework:
UpToDate MH article
PCV call after office hours

1:00-2:00 Clinical Consult/Medevac


practicum
2:00-3:00 Clinical Topic (Chart note
Documentation Dos and Donts)
3:00-3:30 Break
3:30-4:45 Medical Inventory and
practice
Order comes in
Expired medications pulled out
Volunteer refills
Putting new medication in
inventory
Inventory Reports

1:30-4:30 Practicum Stations


Offsite (site visit, PST, hosp)
Inventory
COS
Portal; SMS/email photos
In-office visit
Medevac/consults
Reports
SNOMED coding
4:30-4:45 Reflection

4:45-5:00 Reflection
Homework: UpToDate derm article

WEEK 2:
Sunday

Monday

Tuesday

8:00-8:15 Welcome/logistics

8:00-8:15 Logistics

8:15-9:00 Troubleshooting:

Resources

ITS role

Who Ya Gonna Call and


when?

TDY PCMOs

8:15-9:15 Working with


Challenging Patients
9:15- 12:30 Working With
Your Live Volunteer Data in
PCMEDICS

9:00-10:00 Security of PCMEDICS

HIPAA

SSN vs Vol ID

Esign and other peoples


notes

Devices

Reporting a breach
10:00-10:30 Break
10:30-11:15 Audit Trails
11:15-12:30 Review

*Lunch 12:30-1:30

Attachment A-3: Tentative Schedule

*Lunch 12:30-1:30

Page 2 of 3

RFQ #PC-15-Q-044 / Attachment A-3


1:30-5:00 Capstone Practicum
(Stations on 5th floor)
Scan a document
PST Intake Interview
PST Cheat Sheet and Mass
Immunizations
Give Volunteer portal privileges
Respond to Volunteer Portal
message
Schedule an Appointment
PEF note
Prescribe medication
Order lab test/Review lab test
MH note
Consultation
Place medication in Inventory
SNOMED code
Sexual Assault form
Security protocols/sync

Attachment A-3: Tentative Schedule

1:30-2:30 Next Steps/ Going


Back to Post
Post PCMEDICS checklist
for approval?
Final Transition
Paper files disposition
2:30-3:30 Parking Lot
3:30-4:30 Closing/Post
Test/Evaluations

Note:
Training Weeks:
July 1A: July 13-21, 2015
July 1B: July 27-Aug 4, 2015
August 2A: Aug10-18, 2015
August 2B: Aug 24-Sept 1, 2015
September 3A: Sept 14-22, 2015
September 3B: Sept 28-Oct 6, 2015

Page 3 of 3

RFQ #PC-15-Q-044 / Attachment A-4

>
WD 95-0819 (Rev.-32) was first posted on www.wdol.gov on 12/30/2014
FL/HH/MS
**********************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER |
U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT
| EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor |
WAGE AND HOUR DIVISION
|
WASHINGTON, D.C. 20210
|
|
Diane C. Koplewski
Division of Wage | Wage Determination No: 1995-0819
Director
Determinations
|
Revision No: 32
|
Date Of Revision: 12/22/2014
---------------------------------------------------------------------------------Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10
for 2015 that applies to all contracts subject to the Service Contract Act for
which the solicitation is issued on or after January 1, 2015. If this contract
is covered by the EO, the contractor must pay all workers in any classification
listed on this wage determination at least $10.10 (or the applicable wage rate
listed on this wage determination, if it is higher) for all hours spent
performing on the contract. The EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements and worker protections under
the EO is available at www.dol.gov/whd/govcontracts.
States: District of Columbia, Maryland, Virginia
Area: District of Columbia Statewide
Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince George's,
St Mary's
Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier,
King George, Loudoun, Prince William, Stafford
---------------------------------------------------------------------------------**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE
Food & Lodging:
07041 - Cook I
07042 - Cook II
07070 - Dishwasher
07130 - Food Service Worker
07260 - Waiter/Waitress
11060 - Elevator Operator
11210 - Laborer, Grounds Maintenance
11240 - Maid or Houseman
99030 - Cashier
99050 - Desk Clerk
Halfway
01011
01012
01111
01311
01611
07041
07042
07070
07130
11150

FOOTNOTE

RATE

(see 1)

12.98
15.64
9.21
10.15
9.21
9.21
10.15
10.15
10.05
10.05

House & Residential Community Treatment:


- Accounting Clerk I
- Accounting Clerk II
- General Clerk I
- Secretary I
- Word Processor I
- Cook I
- Cook II
- Dishwasher
- Food Service Worker
- Janitor

Attachment A-4: DOL Wage Determination No. 1995-0819 (Rev. #32, 22 Dec 2014)

12.59
13.61
11.60
14.67
11.60
12.98
15.64
9.21
10.15
10.15

Page 1 of 4

RFQ #PC-15-Q-044 / Attachment A-4


11210
11240
23370
27101
27102
99050

Laborer, Grounds Maintenance


Maid or Houseman
General Maintenance Worker
Guard I
Guard II
Desk Clerk

(see 1)

10.15
10.15
13.92
11.38
12.21
11.55

Moving & Storage:


21020 - Forklift Operator
12.98
21050 - Material Handling Laborer
11.07
21110 - Shipping Packer
12.98
21410 - Warehouse Specialist
12.98
31361 - Truckdriver, Light
12.98
31362 - Truckdriver, Medium
13.92
31363 - Truckdriver, Heavy
14.77
31364 - Truckdriver, Tractor-Trailer
15.64
__________________________________________________________________________________
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 per month
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service
includes the whole span of continuous service with the present contractor or
successor, wherever employed, and with the predecessor contractors in the
performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther
King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A
contractor may substitute for any of the named holidays another day off with pay
in accordance with a plan communicated to the employees involved.) (See 29 CFR
4.174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE


FOLLOWING:
1) Rates are applicable only under the appropriate occupational category.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract
(either by the terms of the Government contract, by the employer, by the state
or local law, etc.), the cost of furnishing such uniforms and maintaining (by
laundering or dry cleaning) such uniforms is an expense that may not be borne by
an employee where such cost reduces the hourly rate below that required by the
wage determination. The Department of Labor will accept payment in accordance
with the following standards as compliance:
The contractor or subcontractor is required to furnish all employees with an
adequate number of uniforms without cost or to reimburse employees for the
actual cost of the uniforms. In addition, where uniform cleaning and maintenance
is made the responsibility of the employee, all contractors and subcontractors
subject to this wage determination shall (in the absence of a bona fide
collective bargaining agreement providing for a different amount, or the
furnishing of contrary affirmative proof as to the actual cost), reimburse all
employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67
cents per day). However, in those instances where the uniforms furnished are

Attachment A-4: DOL Wage Determination No. 1995-0819 (Rev. #32, 22 Dec 2014)

Page 2 of 4

RFQ #PC-15-Q-044 / Attachment A-4


made of "wash and wear" materials, may be routinely washed and dried with other
personal garments, and do not require any special treatment such as dry
cleaning, daily washing, or commercial laundering in order to meet the
cleanliness or appearance standards set by the terms of the Government contract,
by the contractor, by law, or by the nature of the work, there is no requirement
that employees be reimbursed for uniform maintenance costs.
The duties of employees under job titles listed are those described in the
"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,
unless otherwise indicated. Copies of the Directory are available on the
Internet. A links to the Directory may be found on the WHD home page at
http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL)
Web site at http://wdol.gov/.
REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard
Form 1444 (SF 1444)}
Conformance Process:
The contracting officer shall require that any class of service employee which
is not listed herein and which is to be employed under the contract (i.e., the
work to be performed is not performed by any classification listed in the wage
determination), be classified by the contractor so as to provide a reasonable
relationship (i.e., appropriate level of skill comparison) between such unlisted
classifications and the classifications listed in the wage determination. Such
conformed classes of employees shall be paid the monetary wages and furnished
the fringe benefits as are determined. Such conforming process shall be
initiated by the contractor prior to the performance of contract work by such
unlisted class(es) of employees. The conformed classification, wage rate, and/or
fringe benefits shall be retroactive to the commencement date of the contract.
{See Section 4.6 (C)(vi)} When multiple wage determinations are included in a
contract, a separate SF 1444 should be prepared for each wage determination to
which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in
order proposed classification title(s), a Federal grade equivalency (FGE) for
each proposed classification(s), job description(s), and rationale for proposed
wage rate(s), including information regarding the agreement or disagreement of
the authorized representative of the employees involved, or where there is no
authorized representative, the employees themselves. This report should be
submitted to the contracting officer no later than 30 days after such unlisted
class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a
report of the action, together with the agency's recommendations and pertinent
information including the position of the contractor and the employees, to the
Wage and Hour Division, Employment Standards Administration, U.S. Department of
Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or
disapproves the action via transmittal to the agency contracting officer, or
notifies the contracting officer that additional time will be required to
process the request.
5) The contracting officer transmits the Wage and Hour decision to the
contractor.

Attachment A-4: DOL Wage Determination No. 1995-0819 (Rev. #32, 22 Dec 2014)

Page 3 of 4

RFQ #PC-15-Q-044 / Attachment A-4


6) The contractor informs the affected employees.
Information required by the Regulations must be submitted on SF 1444 or bond
paper.
When preparing a conformance request, the "Service Contract Act Directory of
Occupations" (the Directory) should be used to compare job definitions to insure
that duties requested are not performed by a classification already listed in
the wage determination. Remember, it is not the job title, but the required
tasks that determine whether a class is included in an established wage
determination. Conformances may not be used to artificially split, combine, or
subdivide classifications listed in the wage determination.

Attachment A-4: DOL Wage Determination No. 1995-0819 (Rev. #32, 22 Dec 2014)

Page 4 of 4

You might also like