You are on page 1of 160

SECTION J - LIST OF' ATTACHMENTS

In addition to the List of Attachments included under Section J of the NIH Federal (Public) Information
& Cornmtmicatmn Services (PIGS), IDIQ Task Order Contract 263-0 1-D-0 168, the following
attachments are hereby incorporated in this contract.

1. InvoiceRinancing Request and Contract Financial Reporting Instructions for NIH Cost-
Reimbursement Type Contracts, NIH(RC)-4, (5/97), 5 pages.
- .
2. NIH-(RC)-7,Procurement of Certain Equipment (APRIL 1984)

SECTION K - REPRESENTATIONS AND CERTIFICATIONS

Reference NIH Federal (Public) Information & Communication Services (PICS), IDIQ Task Order
Contract 263-0 1-D-0 168.
/ - , I T t
P
-- Ohm NO. 0990-01
I. THIS CONTRACT IS A RATED ORDER
I RATING . PAGE OF PAGS
.c AWARDICONTRACT
Z CONTRACT (RDC h t b b t ) No.
tNDERDPAS (1sCFR 3%)

3. EFFECm% DATE 4 REQUISrnONPURCBASEREQUESTlPROJECrrNO


1 , 21

N02-RC-37010 12/01/2002
5. ISSUEDBY
National Cancer Institute -
261037010 cOyl 6. A D m T E R E D BY (If& than item 5) CODE
- ~iostatis&s/~ata
Management Section
Research Contracts Branch, TBSS ' 1 I
Executive Plaza South, Suite 600, Room 6001
6120 Executive BIydAWC 7f93- - - - - Center for Cancer Research
Bethesda Maryland 20892-7193 (lU?PNo. NO2RC3701&30 )

7. NAME AND ADDRESS OF THE CONIRACTOR (Na.stnet, aty. mmty, Stare and ZIP Code)
-
Matthews Media Group Inc
- 6101 Executive Blvd
Rockville, Maryland 20852

CQpiapnLrromaanvrpdhed)
TO THE ADDRESS SHOWNIN
S 5 SEClTON G

I I I
11. SHIPTO/MARKFOR CODE 12PAYMENTWLL.BEMADBBY CODE
SEE SECTION I?, ARTICLE F.2.. - SEE !3E€TION G, ARTICLE 63.
13. AUTHORITY FOR USING OTRER THANFULL AM)OPEN COMPETITION 14. ACCOUNTINGAND AFTROPRIALONDATA
- - -
lOU.S.C,2304(c)( ) - n 4 l U . S . C . 253(c)( )
CANI 38340189 .TIN b$ -- -- -
CANZ DOCNO. NZRC3701OA
WmDE 25.13 LOC
1SA =NO. 132. QUANTlTY 1SD.UNIT ISEUNlTPRICE 15F.AMOUNT
TITLE: Clinical tubes Support Center CANk*l*- 1,522,522

CURRENT OBLIGATION
CONTRACT PERIOD: 12/01/2002 through ~ 0 / 2 0 0 3
CONTRACT TYPE: 1
Cost-Plus-Fired Fee,COi@f+I"I'ON I I I s
- 115~.TOTALAMOUNT OF CONTRACT s 1,522,522
16. ~ ' ~ J I L EOF COhTENTS
01 SEC. I
I
DESCRIPTION I PAWS) Ikn Is= II
I 0
DBSCRIE*TION Ip~clacsl
I .,
-
PART I THE SCHEDULE -
PARTn CONT~ACXCLAUSES I

X A SOLICITATIOEVCONlRACTFORM 1 x I I I CONrRA(JTCLAUSES 1 17
X B SUPPLIBS OF SERVICES PNWCOSTS 3 PARTIU-LJSTOF~,HXHIBITSANDOllERATTAM
x c DESCRIPTION/SPECSIWORK STATEMENT 6 x 1 I I LISTOFATTA- 1 19
X D PACKAGrNGANDMARKl?JG 10 -
PART IV -ATIONS AND INSlRUCTIONS
I
XI
XI F
--
E INSPECTIONANDACCEPTANCJj
I DELIVERIESORPEIWORMANCE -
-
1

1
--
rn
12
.. n L
REPRESJ3NTATIONS,CERTIFICATIONS AND
OTHER STATEMENTS OF OFFPRORS
- -
XI O ~ C T A D ~ T I O N D A T A INSTRS..CONDS, AND NOTICES TO OFFWORS
X H SPECWCONIRACTRBQ~ 1 14 nM EVALUATION FACTORS FOR AWARD
= COhTRAClzVG OElTCER MU COMPLEX??ITEM 17 OR 18ASAPPLIC4BLE
'
nt I AWAFtD(~knot~t0~i~thkdoarment)
1 7 . 1 ~ 1 C O ~ ( J T O R s ~ T I A T E D A G ~ ( ~ u ~ t o s l g n t h L d 0 c m e118.1
andFhlm 1 copiestoi~uiagof6cc.)~~ntractoragrasrotumirhmddelivcr.llitcmsor your%er on SolicitationNumber
~ormallthcscrvicasttforthorotherwiccidcntificdrbovt.ndon.rj~urtionrhtetrfarthe . ~theadditionrorchaagesmsdcbyyouwhicb.dditioluap~enrctf~h
consideration stated her& 73s rights and obligatim aftbe parties to this conkactshdl be subject to f u l l r h z , ish~hacccptcdu~thci~listcdabonaodonmy~~~tiolrrhcctr.
.mdgoverned by the following Qarmcntr: (a) this a d m m b a c t , (b) the mlicitatian, ifany, and (c) ThLld~thccontnd~~coaJLtsafthcfouowingdocumatr:(r)tbe
suchprwirinns,repmsmhtioq ccrtifcations, and spccificatinns,as an a t t d m l or incoprated by Govanmdssolicitaticm yuur o£fa&d (b) thir award/- NOfinher
reference herein. (Attachmentsarc I i lurein.) ~ ~ o c r r m c n t i s ~ .
19A NAME AND TITLE OF SIGNER (Typc or print) 20A. NAME OF C O ~ OFFICW
~ \
G

19B.NAME OF 19'2 DATE SIGNED 2 E DATE SI(JNED


BY
,/I (A+ -z+
L

(s~paturcatperson authorized to sign)


NSN 7340-01-152-8WP 26107 STANDARD FORM 26 (REV. 685) .
PREVIOUSEDITIONUNUSABLE
Contract No. N02-R C-3 7010

-
-
-

- DETAILED TABLE OF CONTRACT CONTENTS


z- - - - -

-
SECTION A SOLlClTATlONlCONTRACT FORM . . . . . . . . . . . . . . . . . . . . . . . . 1
~-
-
SECTION B SUPPLIES OR SERVICES AND PRlCESlCOSTS . . . . . . ; . . . . . . 3 -
.. . -.

SECTION C - DESCRlPTlONlSPEClFlCATlONSMlORKSTATEMENT . . . . . . . . 6

-
SECTION D PACKAGING, MARKING AND SHIPPING . . . . . . . . . . . . . . . . . . 10

SECTION E - INSPECTION AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . 10

-
SECTION F DELIVERIES OR PERFORMANCE . . .=.. . . . . . . . . . . . . . . . . . . . . 10

SECTION G - CONTRACT ADMINISTRATION DATA . . . . . . . . . . . . . . . . . . . . . 12 --


-.--

SECTION H - SPECIAL CONTRACT REQUIREMENTS . . . . . . . . . . . . . . . . . . . 15

SECTION I - CONTRACT CLAUSES . . . . . . . . r ~ .. . : . . . . . . . . . . . . . . . . ;..:


-:-. --.- 17

-
SECTION J LIST OF ATTACHMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19

SECTION K - REPRESENTATIONS AND CERTIFICATIONS . . . . . . . . . . . . . . . 19


Coniiact No. N02-RC-3 7010

..
-
-
-

-
SECTION B SUPPLIES OR SERVICES AND PRICESICOSTS

ARTICLE B.1. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES


A

The purpose of this contract is toprovide comprehensive support and staffing for the .
r

Center for Cancer Research (CCR), Clinical Studies Support Center (CSSC) outreach
and patient recruitment effort, which includes a Call Center that responds to bi-lingual
phone ad e-mail inquiries. See Article C.I., Statement of Work, and all terms and
conditions as negotiated herein and under the NIH Federal (Public) Information &
Communications Services (PICS), IDIQ, Task Order Contract 263-01-D-0168.

ARTICLE B.2. ESTIMATED COST AND FIXED FEE --

- a. The estimated cost of the BASE YEAR of this contract is 5


-
by .rx -

b. The fixed fee for the BASE YEAR of this contract is b3 .The fixed fee shall be
paid in installments based on the percentage of completion of work, as determined
by the Contracting Officer, and subject to the withholding provisions of the cbyses
ALLOWABLE COST AND PAYMENT and FIXED FEE referenced in the General
Clause Listing in Part II, ARTICLE 1.1. of the NIH Federal Information &
Communications Services, IDIQ, Task Order Contract 263-01-D-0168. Payment of
fixed fee shall not be made in less than monthly increments.

c. .The Government's obligation, represented by the sum of the estimated cost plus the
fixed fee for the BASE YEAR is $1,522,522.

d. If the Government exercises its option pursuant to ARTICLE H.4. of this contract, the
Government's total obligation represented by the sum of the estimated c o ~plus
t the
fixed fee will be increased
-
-
as follows:
-
- .- 4
+ -1

-
Contiact No. NO2-RC-3 7010

- -
-

._-a -- Estimated Cost


= ($1
Fixed Fee
($)
Estimated Cost
Plus Fixed Fee
($1
Base Period $ $1,522,522
12/01/02 - 11130103 -
-
Option Period(s) --
1210 1103 - 11130104 $ $
1210 1104 - 1I130105 $ $

- .
2/01/05-11130/06$~
12/01106 - 11130107

-
= : , -- -*

Total
[Base Period and $ $ $;
Options] ---
--- --

e. Total funds currently availahl~fnr payment and allotted to this contract are
$1.522-522of which $ L/ represents the estimated costs, and of which
epresents the llnau ree. For further provisions on funding, see the
bq
LIIVII I n I 1r3NOF FUNDS clause referenced in Part II, ARTICLE 1.2. Authorized '

Substitutions of Clauses of the NIH Federal (Public) Information & Communications


Services (PICS), IDIQ, Task Order PICS Contract 263-01-D-0168.

f. It is estimated that the amount currently allotted will cover performance of the
----.
. * contract through N o v e d e r 30,20J3. -
--

p
g. The Contracting Officer may allot additional funds to the contract without the
concurrence of the Contractor.
. .
ARTICLE BT3. PROVISIONS APPLICABLE TO DIRECT COSTS

a. Items lhpallowable Unless Otherwise Provided

Notwithstanding the clauses, ALLOWABLE COST AND PAYMENT,and FIXED FEE,


incorporated in this contract,unless authorized in writing by the Contracting Officer,
the costs of the following items or activities shall be unallowable as direct costs:

(1) Acquisition, by purchase or lease, of any interest in real property;


(2) Special rearrangement or alteration of facilities;
(3) Purchase or lease of any item of general purpose ofice furniture or office
equipment regardless of dollar value. (General purpose equipment is defined as
any items of personal property which are usable for purposes other than
research, such as office equipment and furnishings, pocket calculators, etc.);
(4) Travel to attend general scientific meetings; =

(5) Foreign travel;


(6) Consultant costs;
(7) Subcontracts;
(8) Patient care costs;
(9) Accountable Government property (defined as both real and personal property
with an acquisition cost of $1,000 or more and a life expectancy of m o r s t b a ~
two years) and "sensitive items" (defined and listed in the Contractor's Guide for
Control of Government Property), 1990, regardless of acquisition value.

b. Travel Costs

(1) Domestic Travel

(a) Total expenditures for domestic travel (transportation, lodging, subsistence


and incidental expenses) incurred in direct performance of this contract
shall not exceed b.f vithout the prior written approval of the
Contracting Officer.
-
- *

--
) The Contractor shall invoiEe and be reimbursed for all travel costs in
- -
accordance with Federal Acquisition Regulations (FAR) 31.205-46.
- --

c. Government Discount Air Travel Rates

Reference NIH Federal (Public) Information & Communications Services (PICS),


IDIQ, Task Order Contract 263-01-D-0168.
Contract No. N02-R C-3 7010

-
SECTION C DESCRlPTlONiSPEClFlCATlONSMlORK STATEMENT

ARTICLE C.?.STATEMENT OF WORK

a. Independently and not as artagent of the Government, and in accordance with the
terms and conditions of the NIH Federal Informatioh & Communications Services, --
IDIQ, Task Order Contract 263-01-D-0168, the Contractor shall furnish all the
necessary services, qualified personnel, material, equipment, and facilities, not
otherwise provided by the Government as needed to perform the Statement of Work
below:

The Contractor shall:

Provide a comprehensive outreach strategy that will facilitate the accrual of new patients
to NCI clinical studies and also increase the public's awareness about the NCI Intramural
.
-. .-
--.-
-.
- -
program. The following are specific tasks as they relate to this effort.

1) Enhance communications among the extramural community and the NCI in order
to increase patient referrals to the NCI. This will include educating the extramural
community, managed care companies, cancer center directors and other referringt =
physicians about the NCI clinical studies program. This will also include educating the
general public and potential patients about the importance of clinical studies, specifically
those conducted at NCI.

The contractor shall make contact with physicians, hospitals, and other health care
providers (HCPs) within the Washington metropolitan area (generally within
approximately a 90 mile radius of NIH as well as possible targeted physicians outside of
this radius) for the purpose of educating these individuals about NCI clinical studies and
the referral process. This will include meetings and coordination of speaking
engagements, materials development and mailings, correspondence on behalf of NCI,
development and delivery of - informational brochures, development and placement of

: --
print and media advertisemhts, and facilitate media coverage when appropriate.
.-

2) Investigate past and existing recruitment strategies which have been used and
provide recommendations on successful and unsuccessful efforts and describe why (this
includes media coverage).

Conduct interviewslmeetings with NCI staff and select principal investigators to


assess what recruitment strategies have been used andlor are needed.
- Review existing reports and audits and provide recommendations for new,
innovative solutions to current recruitment problems.
~on&ct No. N02-R C-3 7010

Provide recommendations on successful=and unsuccessful efforts. If requested by


the Director, CCR, provide written report on strategies from the past, current, or
=suggestions. =

3) Assess the needs of HCPs. (i.e. clinics, hospitals, private practices) to


determine what resources~louldbe required to enable participation and referral of
patients to NCl's clinical program and provide a plan to the Project OfficerIDirector, --
Outreach and Patient Recruitment for overcoming any barriers to participation.
Conduct interviews or meetings as mandated by the Director, Outreach and
Patient Recruitment, CCR, with extramural HCPs to determine what their
experience has been in patient referral to NCI. This will include convening several
small focus groups (2-5) or coordinating a one-day seminar attended by interested
physicianladvocateslhealthcare professionals.

Develop a marketing plan to assist NCI in increasing~roviderreferrals which might


include I) development of presentations to showcase intramural research efforts -
-- *

to managed care companies to that the referral option is a competitive advantage,


2) l'plementation of a media campaign to place news articles on NCI in targeted
medical journals, 3) Design and placement of print or broadcast public service or
paid advertisements, 4) Development or expansion of a newsletter for the
extramural community to' provide information about protocols and longer term --
directions, 5) Coordination of a series of roundtable discussions with managed
care directors and NCI leadership.

4) Promote selected clinical trials. The contractor will work with individual or groups
of CCR investigators to promote and recruit patients for NCI clinical trials. Promotion
strategies should be programmatic whenever possible, crossing branches to showcase
multiple treatment options rather than stand-alone studies. Support may include some or
all of the following:

Development of as many as 20-40 mailings, 2-8 pamphlets or brochures, print


advertisements, public service announcements, web materials, and other
appropriate material-&outlining the services of CSSC, trial, participation - --
-- A

I reqsuirements,contact(s), etc. = -- --
- Coordinate meetings with appropriate referring physicians, health care groups, etc.
- -
to promote the trial(s).
Track success of various methods used to target each group.
Develop a best method to target specific patient populations, physicians, etc. for
distribution to CCR investigators.
contract No. N02-RC-37010

5) provide manpower and equipment to answer and respond to emails to the CSSC
and phone calls to the CSSC nationwide, toll-free number, 1-888-NCI-1937 from HCPs,
patientq*rel&es, friends and others concerning specific NCI clinical trials or requests for
information about the availability of trials linked to specific types of cancer. The
individuals answering the toll-free phones must have knowledge of medical terminology
= and include at least one registered nurse with knowledge of clinical trials. A staffing
contingency plan should be provided to identify how staffing shortages and excesses will
be addressed. Methods to provide quality assurance regarding the handling and
monitoring of telephone and email inquiries should be addressed. The source of cancer
clinical trial information should be cancer.govlPDQ, NCI Office of Cancer
Communication, and possibly other NCIINIH information systems as needed.
Occasionally (likely <I= 25 trials) the contractor will be required to screen callers
requesting information about a specific clinical trial. If requested to do so, CCR will
provide the contractor with a list of specific questions relating to that protocol. The
contractor will provide this information to the appropriate pri~cipalinvestigator or team in
a secure manner.

The contracfor will also be expected to develop and mail or fax information packets
containing potential studies based upon basic screening information obtained from email
or phone inquiries.
>: = z=

The contractor is expected to conduct follow up calls andlor send letterslemail to referring
physicians and potential patients to be sure their contact with NCI staff was successful
andlor meaningful. Report on numbers of phone calls received from referring physicians
and patients, report on numbers of referrals leading to registration to NCI protocols and
enter all screening information into a secure and confidential database for the purpose of
tracking accrual and evaluating marketing strategies.

6) Enhance communications among NCI intramural community in orderto provide cross


LaboratoryIBranch patient referral networks. This could include traininb, seminars, work
groups, writinglediting newsletters, and making sure.print materials are available on the CCR
clinical trails web portal. The contractor will also work with the Director, Outreach and
Patient Recruitment, througpae Project-Officer and staff to initiate and coordinate this effort, :

. . .. ..
. -.-
I

7) Assess current communication systems within the NCI and NIH to developlmaintain
a user-friendly environment for referring physicians and the general public. Provide
recommendations to the Project Officer in writing.

8) coordinate and implement outreach efforts. Special emphasis will be placed on the
inclusion of minorities, women and underservedpopulations in.studiesof diseases, disorders
and conditions that disproportionately affect them. These efforts should include the
t N02-RC-3 7010
~ o n t h cNo.

developme~ofbi-lingual brochu~es(English andSpanish), descriptions of clinical trials, etc.,


hiring required bi-lingual (Spanish speaking) individualsto answerthe toll-free phone line and
provideiinkages to resources that serve these groups.

9) Coordinate and provide meeting support. as described in the basic contract.


- Examples of such meetings will include an annual CME conference targeting local
physicians, a CEU for local community based nurses, and a half-day meeting targeting
-. .. regional cancer advocacy groups.

ARTICLE C.2. REPORTING REQUIREMENTS

a. Technical Reports

In addition to those reports required by the NIH - Federal Information &


Communications Services, IDIQ, Task Order Contrack263-01-D-0168 and the other
terms of this contract, the Contractor shall prepare and submit the following reports
---.-
in the manner stated below and in accordance with ARTICLE F.2. DELIVERIES of
this contract:

1) Monthly Progress Report


- 0 -:

This report shall include a description of the activities during the reporting period, and
the activities planned for the ensuing reporting period. The first reporting period
consists of the first full month of performance, plus any fractional part of the initial
month.

2) Final Progress Report

This report shall consist of the work performed and results obtained for the entire
contract period of performance as stated in Section F. of this contract. This report
shall be in sufficient detail to describe comprehensively the results achieved. The
Final Report shall besubmitted on or before the last day of the contract performance
- period.
.- - r
I -
---- .
- 7

b. Other Reports/Deliverables
. ..
(1) Outreach ~ a r k e t i n gPlan and Implementation as stated above in Article C.1.
(2) Written and/or broadcast public service announcements.
(3) Written report on recommendations concerning communications systems for
patient referral in Article C.1.
(4) W-ritteninformationalbrochures, advertisements, newsletters, correspondence,
materials development as referred in Article C.1.
~ o n i r a cNo.
t N02-R C-3 7010

(5) Written analysis of patient referrals


All reports as required by the base contract.
(6)
---- - --.

c. Deliveries required by the contractor shall be made f.0.b. destination as set forth in
-. FAR 52.247-35, F.O.B. DESTINATION, WITHIN CONSIGNEES PREMISES (APRIL
1984) to the addressladdressee listed below: -

-
SECTION D PACKAGING, MARKING AND SHIPPING

All deliverables required under this contract shall be packaged, marked and shipped in
accordance with Government specifications. At a minimum, all deliverables shall be marked
with the contract number and contractor name. The Contractor shall guarantee that all
required materials shall be delivered in immediate usable a ~ acceptable
d condition.
-
=
-
SECTION E INSPECTION AND ACCEPTANCE

~eferenceNIH Federal Information & Communications Services, IDIP, Task Order


Contract 263-01-D-0168.

-
SECTION F DELIVERIES OR PERFORMANCE

In addition to the Article(s) incorporated in SECTION F of the NIH Federal Information &
Communications Services, IDIQ, Task Order Contract 263-01-D-0168, the following is
hereby modifiedladded :

ARTICLE F.1. PERIOD OF PERFORMANCE

a. The period of performance of this contract shall be from 12/01/02 through 11/30/03.

b. If the Government exercises its option(s) pursuant to Article H . 4 . of this contract, the
period of performanc&will be increased as listed below: --.-.
%
3
.- a
- -
F

ARTICLE F.2. DELIVERIES

Satisfactory performance of the final contract shall be deemed to occur upon performance
of the work described in Article C.1. and upon delivery and acceptance by the Contracting
Officer, or the duly authorized representative, of the following items in accordance with the
stated delivery schedule:
Contract No. N02-RC-3 7010

ltem
- --.-- --
Description , - Quantity Delivery Schedule
I Monthly Progress Report 4 determined by PO
2 Outreach Marketing Plan- 2 determined by PO
3 Broadcast Public Service 2 determined by PO
Announcements
4 Written informational brochures, etc. 2 determined by PO
5 Written analysis of patient referrals 2 determined by PO -

a. The items specified below as described in SECTION C, ARTICLE C.3. will be


required to be delivered F.O.B. Destination as set forth in FAR 52.247-35, F.O.B.
- - DESTINATION, WITHIN CONSIGNEES PREMISES (APRIL 1984). , and in --.
-
accordance with and by the date(s) specified below and any specifications stated in
SECTION D, PACKAGING, MARKING AND SHIPPING, of the contract:

b. The above items shall be addressed and delivered to: -:.-.-


fl

Addressee Deliverable ltem Quantity


No.
Sharon Desmond 1 1 copy each
Project Officer/Task Order Monitor 2-5
National Cancer Institute, NIH
9000 Rockville Pike
Building 10, Room12N210
Bethesda, Maryland 20892
Elsa B. Carlton -
s
1 1 Original --
-/

.. ,Contracting Officer = = s
National Cancer Institute
Research Contracts Branch
Executive Plaza South, Room 6048
6120 Executive Plaza MSC7193
Bethesda, Maryland 20892-7193
contract No. N02-RC-3 7010

ARTICLE ~ . 3 CLAUSES
. INCORPORATED BY REFERENCE, FAR 52.252-2 (FEBRUARY
1998)
-I -- -

This contract incorporates the following clause by reference, with the same force and effect
as if it were given in full text. Upon request, the Contracting Officer will make its full text
= available. Also, the full text of aslause may be accessed electronically at this address:
-
http:llwww.arnet.gov/far/. -

a. Reference Article F.4. of the NIH Federal lnformation & Communications Services,
IDIQ, Task Order Contract 263-01-D-0168.

-
SECTION G CONTRACT ADMINISTRATION DATA

In addition to the Article(s) incorporated in SECTION G of the NIH Federal lnformation &
Communications Services, IDIQ, Task Order Contract 263-01-D-0168, the following is
hereby modifiedladded -- --
-
ARTICLE G.1'. PROJECT OFFICER /TASK ORDER MONITOR

The following Project Officerrrask Order Monitor will -represent the ~overnmerr6-frs~
the
purpose of this contract:

Sharon Desmond - Project Officer

The Project OfTicerrrask Order Monitor is responsible for: (1) monitoring the Contractor's
technical progress, including the surveillance and assessment of performance and
recommending to the Contracting Officer changes in requirements; (2) interpreting the
Statement of Work and any other technical performance requirements; (3) performing
technical evaluation as required; (4) performing technical inspections and acceptances
required by this contract; and (5) assisting in the resolution of technical problems
encountered during performance.
-
-- ---- .
The Contracting Officer is the only persoh with authority to act as agent of the Government -- --
under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any
changes in the Statement of Work; (2) modify or extend the period of performance; (3)
change the delivery schedule; (4) authorize reimbursement to the Contractor any costs
incurred during the performance of this contract; or (5) otherwise change any terms and
conditions of this contract.

The Government may unilaterallychange its Project Officerrrask Order Monitor designation.
contract No. N02-RC-3 7010

-
-
ARTICLE C 2 . KEY PERSONNEL

Pu~suant to hKey Personnel clause incorporated in this contract, the following individual(s)
islare considered to be essential to the work being performed hereunder:

Name - Title

Lisa Marquette Project Director


Sona Thakkar Deputy Project Officer

ARTICLE G.3. INVOICE SUBMISSIONICONTRACT FINANCING REQUEST AND


CONTRACT FINANCIAL REPORT

a. Invoice/Financing Request Instructions and Contract Financial Reporting for NIH


Cost-Reimbursement Type Contracts NIH(RC)-4 are attached and made part of this
contract. The instructions and the following directions for the submission of - --
invoices/financing request must be followed to meet the requirements of a "proper"
paym&nt request pursuant to FAR 32.9.

These instructions also provide for the submission of financial and personnel
reporting required by HHSAR 342.7002. --*:= .--

(1) Invoiceslfinancing requests shall be submitted as follows:

An original and two copies to the following designated billing office:

Elsa B. Carlton
Contracting Officer
Research Contracts Branch
National Cancer Institute, NIH
Executive Plaza South (EPS) Room 6048
6120 EXECUTIVE BLVD MSC7193
E W MD 20892-71
~ ~
93 ~ ~ ~

(2) Inquiries regarding payment of invoices should be directed to the designated


- . billing office, (301)496-8620.

ARTICLE G.4. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE

a. Contractor Performance Evaluations


/

Interim and final evaluations of contractor performance will be prepared on this

13
Confiact No. hTO2-RC-37010

contract in accordance with FAR 42.15. =The final performance evaluation will be
prepared at the time of completion of work. In addition to the final evaluation, interim
.-evaluations
-. will be prepared annually to coincide with the anniversary date of the
contrZZ.

Interim and final evaluations will be provided to the Contractor as soon as practicable
after completion of the eva'luation. The Contractor will be permitted thirty days to
review the document and to submit additional information or a rebutting statement.
Any disagreement between the parties regarding an evaluation will be referred to an
individual one level above the Contracting Officer, whose decision will be final.

Copies of the evaluations, contractor responses, and review comments, if any, will be
retained as part of the contract file, and may be used to support future award
decisions.

;b. Electronic Access to Contractor Performance ~ v i l u a t L n s . .


. .
.
. .--
---
Contractors that have Internet capability may access evaluations through a secure
Web site for review and comment by completing the registration form that can be
obtained at the following address:
---- P -=

contractor.htm
http:llocm.od.nih.qov/cdm~/c~s

The registration process requires the contractor to identify an individual that will serve
as a primary contact and who will be authorized access to the evaluation for review
and comment. In addition, the contractor will be required to identify an alternate
contact who will be responsible for notifying the cognizant contracting official in the
event the primary contact is unavailable to process the evaluation within the required
30-day time frame.

-
SECTION H SPECIAL CONTRACT REQUIREMENTS -

In addition to the Article(s) incorporated in SECTION H of the NIH Federal Information €4 ---..
Communications Services, IMQ, Task Brder Contract 263-01-0-0168, the following is - --
,. :-
hereby modifiedladded:
- -

ARTICLE H.1. HUMAN SUBJECTS

It is hereby understood and agreed that research involving human subjects shall not
be conducted under this contract, and that no material developed, modified, or
delivered by or to the Government under this contract, or any subsequent modification

14
Contract No. N02-RC-3 7010

of such material, will be used by the Confractor or made available by the Contractor
for use by anyone other than the Government, for experimental or therapeutic use
-int/olunrg humahs without the prior written approval of the Contracting Officer.

ARTICLE H.2. NEEDLE EXCHANGE


-

a. Pursuant to Public Law@)cited in paragraph b., below, contract funds shall not be
used to carry out any program of distributing sterile needles or syringes for the
hypodermic injection of any illegal drug.

b. Public Law and Section No. Fiscal Year Period Covered

[Upon passage of the FY03 Appropriations Bill, the appropriate language will be added]

-
ARTICLE H.3. PRESS RELEASES

a. ~ u r s i a nto
t Public Law(s) cited in paragraph b., below, the contractor shall clearly
state, when issuing statements, press releases, requests for proposals, bid
solicitations and other documents describing projects or programs funded in whole
or in part with Federal money: (1) the percentage of the total costs of the p r q m or
project which will be financed with Federal money; (2) the dollar amount of Federal
funds for the project or program; and (3) the percentage and dollar amount of the total
costs of the project or program that will be financed by nongovernmental sources.

b. . Public Law and Section No. Fiscal Year Period Covered

[Upon passage of the FY03 Appropriations Bill, the appropriate language will be added]

ARTICLE H.4. OPTION PROVISION

Unless the Governmht exercises its option pursuant to the Option Clause set forth
. in ARTICLE 1.3., the contract will Eonsist only of YEAR Iof the Statement of Work as
defined in Sections C and F of the contract. Pursuant to clause 52.217-9 set forth in
in this contract, the Government may, by unilateral contract modification, require the
Contractor to perform up to five (5) years of the Statement of Work as also defined
in Sections C and F of the contract. If the Government exercises this option, notice
must be given prior to the expiration date of this contract, and the estimated cost plus
fixed fee of the contract will be increased as set forth in ARTICLE B.2.
L

contract No. N02-RC-3 7010

ARTICLE H.5. PUBLICATION AND PUBLICIW


The mntrackw shall acknowledge the support of the National Institutes of Health whenever
publicizing the work under this contract in any media by including an acknowledgment
substantially as follows:
-
"This project has been funded in whole or in part with Federal funds from the
.~ - ; National Cancer Institute, National Institutes of Health, under Contract No.
N02-RC-37010 awarded under N I H Federal lnformation &
Communications Services, IDIQ, Task Order Contract 263-01-D-0168.

In addition, The Contractor agrees that they shall not publish, have published or otherwise
disseminate any information of whatever nature resulting from the work being performed
under this contract without prior approval in writing from the NCI Project Officer, to whom
they shall submit a copy of any manuscript or other document proposed for publication, and
that published material will bear acknowledgment of Government support in the manner and ---
form prescribed by the NCI Project Officer. Release of data files and tapes containing files
is not permitted unless approved in writing by the NCI Project Officer.

-
SECTION I CONTRACT CLAUSES ::

In addition to the clauses included under Section I of the NIH Federal lnformation &
Communications Services, IDIQ, Task Order Contract 263-01-D-0168, the following clauses
x e hereby incorporated in this contract:

ARTICLE 1.3. ADDITIONAL CONTRACT CLAUSES

This contract incorporates the following clauses by reference, with the same force and
effect, as if they were given in full text. Upon request, the contracting officerwill make
their full text availabk - --
--
.- - - -
a. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES
- -

(1) FAR 52.21 5-17, Waiver of Facilities Capital Cost of Money (OCTOBER 1997).

(2) FAR 52.21 7-2, Cancellation Under Multiyear Contracts (JULY 1996).

(3) FAR 52.217-9, Option to Extend the Term of the Contract (MARCH 2000).
~ o n $ a c tNo. N02-RC-3 7010

"(a) The Government may extend the term of this contract provided that the
Government gives the Contractor a preliminary written notice of its
. __. _-- -intent to extend at least 60 CALENDAR DAYS before the contract
expires. The preliminary notice does not commit the Government to an
extension.
-
-

(c) The total duration of this contract, including the exercise of any options -
under this clause, shall not exceed 60 MONTHS."

(4) FAR 52.227-14, Rights in Data - General (JUNE 1987).

(6) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (APRIL 1984).

"Funds are not presently available for performance under this contract beyond
November 30,2003." -

- * .-
. .
"...No legal liability on the part of the Government for any payment may arise 4

for performance under this contract beyond November 30,2003"

(7) HHSAR 352.224-70, Confidentiality of Information (APRIL 1984).


Z Z z S --

(8) HHSAR 352.270-1, Accessibility of Meetings, Conferences and Seminars to


Persons with Disabilities (JANUARY 2001).

c. NATIONAL INSTITUTES OF HEALTH (NIH) RESEARCH CONTRACTING (RC)


CLAUSES:

The following clauses are attached and made a part of this contract:

(1) WIH (RC)-7, Procurement of Certain Equipment (APRIL 1984) (OMB Bulletin
81-16). -
- I
---- .
.. . = - P

* -
- -
ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT
= ? =

This contract incorporates the following clauses in full text.

FEDERAL ACQUISITION REGULATION (FAR)(48 CFR CHAPTER 1) CLAUSES:

a. FAR Clause 52.244-6, SUBCONTRACTS FOR COMMERCIAL ITEMS (MAY 2002)


Contract No. N02-RC-3 7010

.
--
Definitions. As used in this clause--

-Commeicial ifem, has the meaning contained in the clause at 52.202-1,


Definitions.

Subcontract, includes a transfer of commercial items between divisions,


subsidiaries, or affiliates of the Contractor or subcontractor at any tier. -

To the maximum extent practicable, the Contractor shall incorporate, and


require its subcontractors at all tiers to incorporate, commercial items or
nondevelopmental items as components of items to be supplied under this
contract.
(1) The Contractor shall insert the following clauses in subcontracts for
commercial items:

(i) 52.219-8, Utilization of Small Business Concerns (OCT 2000) --


--.
- (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 $500,000
($1,000,000 for construction of any public facility), the
subcontractor must include 52.21 9-8 in lower tier subewlltmcts
that offer subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).
(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans,
Veterans of the Vietnam Era, and Other Eligible Veterans (DEC
2001) (38 U.S.C. 4212(a)).
(iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN
1998) (29 U.S.C. 793).
(v) 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (JUN 2000) (46 U.S.C. Appx 1241)
(flowdown not required for subcontracts awarded beginning May
I+ 1996).
-- -- --
-- --
(2) While not required,=the Contractor may flow down to subcontracts for
commercial items a minimal number of additional clauses necessary to
satisfy its contractual obligations.

(dl The Contractor shall include the terms of this clause, including this paragraph
(d), in subcontracts awarded under this contract.
~ o n g a cNo.
t N02-R C-3 7010

SECTION J-LIST OF ATTACHMENTS - In addition to the List of Attachments included


under Section J of the NIH Federal lnformation & Communications Services, IDIQ, Task
Order GQntraet 263-01-D-0168,the following Attachment is hereby incorporated in this
contract:

= I. InvoicelFinancing Request and Contract Financial Reporting Instructionsfor NIH Cost-


Reimbursement Type Contracts, NIH(RC)-4, (5/97), 5 pages. --

-
SECTION K REPRESENTATIONS AND CERTIFICATIONS

Reference NIH Federal lnformation & Communications Services, IDIQ, Task Order
Contract 263-01-D-0168.
t N02-R C-3 7010
~ o n 6 a cNo.

INSTRUCTIONS FOR NlH COST-REIMf3URSEMENT CONTRACTS. NlH(RC)-4


General: The contractor shall submit claims for reimbursement in the manner and format described herein and as
illustrated in the sample invoicdfinancing request.

Format: Standard Form 1034, "Public VoiZher for Purchases and Senices Other Than Personal," and Standard Form
1035, "Public Voucher for Purchases and Services Other Than Personal-- Continuation Sheet," or reproduced copies of
- - . .,
such forms marked ORJGINAL should be used to submit claims for reimbursement. In lieu of SF-1034 and SF-1035,
claims may be submitted on the payee's letter-head or self-designed form provided that it contains the information shown
on the sample invoice/fmancing request.

.Number of Copies: As indicated in the Invoice Submission Clause in the contract.

Frequency: Invoicedfinancing requests submitted in accordance with the Payment Clause shall be submitted monthly
unless otherwise authorized by the contracting officer.
.. -
Cost Incurrence Period: Costs incurred must be within the contract performance period or covered by precontract cost
.
=

.
provisions.
-
Billing of Costs Incurred: If billed costs include: (I)costs of a prior bilhgperiod, but not previously billed; or (2) costs
incurred during the contract period and claimed after the contract period has expired, the amount and month(s) in which
such costs were incurred shall be cited.
:i -.
:=&.:=

Contractor's Fiscal Year: Invoices/financing requests shall be prepared in such a manner that costs claimed can be
identified with the contractox's fiscal year.

Currency: All NIH contracts are expressed in United States dollars. When payments are made in a currency other than
United States dollars, billings on the contract shall be expressed,.andpayment by the United States Government shall be
made, in that other currency at amounts coincident with actual costs incurred. Currency fluctuations may not be a basis
of gain or loss to the contractor. Notwithstanding the above, the total of all invoices paid under this contract may not
exceed the United States dollars authorized.

Costs Requiring Prior Approval: Costs requiring the contracting officer's approval, which are not set forth in an
Advance Understandingin the contract shall be so identifiedand referencethe Contracting Officer's Authorization (COA)
Number. In addition, any cost set forth in an Advance Understandingshall be shown as a separate line item on therequest.
-I
- . = InvoiceJFina~cingRequest Identifimtion: Each @voice/financingrequest shall be identified as either:
1

(a) Interim Invoice/Contract Financing Request - These are interim payment requests submitted during the
= := contract performance period.

(b) Completion Invoice -The completioninvoice is submitted promptly upon completion of the work; but no later
than one year fromthe contract completion date, or within 120 days after settlement of the frnal &direct cost rates
covering the year in which this contract is physically complete (whichever date is later). The completion invoice
should be submitted when all costs have been assigned to the contract and allperfonnance provisions have been
completed.
contract No. N02-R C-3 7010

(c) Finailhvoice - A fmal .invoice may be required after the amounts owed have been settled between the
Government and the contractor (e.g., resolution of all suspensions and audit exceptions).
--- -- r s

Preparation and Itemization of the InvoicelFinancing Request: The contractor shall furnish the information set forth
in the explanatory notes below. These notes are keyed to the entries on the sample invoice/fmancing request.

- (a) Designated Billing Office Name aad Address -Enter the designated billing office and address, identified in
the Invoice Submission Clause of the contract, on all copies of the invoice/fmancing request. --
-- -
(b) InvoicefFinancing Request Number -Insert the appropriate serial number of the invoicdfinancing request.

(c) Date InvoicelFinancing Request Prepared -Insert the date the invoicelfmancing request is prepared.

(d) Contract Number and Date -Insert the contract number and the effective date of the contract.

(e) Payee's Name and Address -Show the contractofs name (as it appears in the contract), correct address, and
the title and phone number of the responsible official to whom paysnent is to be sent. When an approved
assignment has been made by the contractor, or a different payee has been designated, then insert the name and
address of the payee instead of the contractor. ----.-
a

( Total Estimated Cost of Contract -Insert the total estimated cost of the contract, exclusive of fured-fee. For
incrementally funded contracts, enter the amount currently obligated andavailable for payment.

(g) Total Eixed-Fee -Insert the total fixed-fee (where applicable). . For incrementally funded contm-~ter the
amount currently obligated and available for payment.

(h) Billing Period -Insert the beginning and ending dates (month, day, and year) of the period in which costs were
incurred and for which reimbursement is claimed.

(i) -
Incurred Cost Current - Insert the amount billed for the major cost elements, adjustments, and adjusted
amounts for the current period.

(j) -
Incurred Cost Cumulative -Insert the cumulative amounts billed for the major cost elements and adjusted
amounts claimed during this contract.

(k) Direct Costs -Insert the major cost elements. For each element, consider the application of the paragraph
entitled "Costs Requiring Prior
- Approval" on page 1 of these instructions.
-
-- - --
- 0) - Direct Labor -Include salaries a d wages paid (or accrued) for lrect performance of the contract. -- --
For Key Personnel, list each employee on a separate line. List other employees as one amount unless
otherwise required by the contract.

(2) Fringe Benefits -List any fringe benefits applicable to direct labor and billed as a direct cost. Fringe
benefit. included in indirect costs should not be identified here.

(3) Accountable Personal Property - Include permanent research equipment and general purpose
equipment having a unit acquisition cost of $1,000 or more and having an expected service life of more
than two years, and sensitiveproperty regardless of cost (see the DHHS Contractor's Guidefor Control
ContFact No. hT02-RC-37010

- .of Government Property). Show permaneat research equipment separate horn general purpose
- ~ ~ ~of, Accountable Property," in accordance with
equipment. Prepare andattach F O ~ H H S "Report
.--. -- the following instructions:
, -
List each item for which reimbursement is requested. A reference shall be made to the following (as
applicable):

The item numbersfor the specific piece of equipment listed in the Property Schedule.

The Contracting Officer's Authorization letter and number, if the equipment is not covered by
the Property Schedule.

Be preceded by an asterisk (*) if the equipment is below the approval level.

(4) Materials and Supplies -Include equipment withunit costs of less than $1,000 or an expected service
life of two years or less, and consumable material and supplies regardless of amount.

(5) Premiuni Pay -List remuneration in excess of the bfisic hoinly rate.
---
(6) - -
Consultant Fee List fees paid to consultants. Identify consultant by name or category as set forth
--.

in the contract's Advance Understanding or in the COA letter, as well as the effort (i.e., number of
hours, days, etc.) and rate being billed

(7) Travel -Include domestic and foreign travel. Foreign travel is travel outside of Canadarthe United
- --- --
States and its territories and possessions. However, for an organization located outsideCii&ida, the
United States and its territories and possessions, foreign travel means travel outside that country.
Foreign travel must be billed separately from domestic travel.

(8) Subcontract Costs -List subcontractor(s) by name and amount billed.

(9) Other -List all other direct costs in total unless exceeding $1,000 in amount. If over $1,000, list cost
elements and dollar amounts separately. If the contract contains restrictions on any cost element, that
cost element must be listed separately.

(l) Cost of Money (COM) -Cite the COM factor and base in effect during the time the cost was incurred and for
which reimbursement is claimed.

(m) Indirect Costs-Overhead+


cate~ry.
- Identlfy the cost base, indirect cost rate, and amount billed for each indirect cost .

-
--- --.
--
(n) Fixed-Fee Earned -Cite the formula or method of computation for the fixed-fee (if any). The fixed-fee must
be claimed as provided for by the contract.
..

(0) Total Amounts Claimed -Insert the total amounts claimed for the cun-ent and cumulative periods.

(p) Adjustments -Include amounts conceded by the contractor, outstanding suspensions, andlor disapprovals
subject to appeal.
contiact No. hrU2-RC-37010 1
(q) Gran'dTotals -

The.cantractingo.fficer.may require the contractor to submit detailed support for costs claimed on one or more
interim'riGoices/financing requests.

FINANCIAL REPORTING INSTRUCTIONS:


-
-
These instructions are keyed to the Columns on the sample invoicelhancing request.

Column A-Expenditure Category - Eater the expenlture categories required by the contract.

Column B-Cumulative Percentage of Effort/Hrs.-Negotiated - Enter the percentage of effort or number of hours
agreed to doing contract negotiations for each employee or labor category listed in Column A.

Column C-Cumulative Percentage of Effort/Hrs.-Actual - Enter the percentage of effort or number of hours worked
by each employee or labor category listed in Column A.

Column D-Incurred Cost-Current - Enter the costs, which were incurred d&ng the cment period.

Column &Inc_urred Cost-Cumulative - Enter the cumulative cost to date.

Column F-Cost at Completion - Enter data only when the contractor estimates that a particular expenditure category
will vary from the amount negotiated. Reahstic estimates are essential.
-- * .-:
Column G- Contract Amount - Enter the costs agreed to during contract negotiations for all expenditure categories
listed in Column A.

Column H-Variance (Over or Under) - Show the aference between the estimated costs at completion (ColumnF) and
negotiated costs (Column G) when entries have been m d e in Column F. This column need not be filled in when Column
F is blank. When a h e item varies by plus or minus 10 percent, i.e., the percentage arrived at by dividing Column F by
Column G, an explanation of the variance should be submitted. In the case of an overrun (net negative variance), this
submission shall not be deemed as notice under the Limitation of Cost (Funds) Clause of the contract.

~odifications:Any modification in the amount negotiated for an item since the preceding report should be listed in the
appropriate cost category.

Expenditures Not Negotiated: An expenditure for an item for which no amount was negotiated (e.g., at the discretion
of the contractor in performance of ig~ontract)should be listed in the appropriate cost category and all columns f d e d
- in, except for G . Column H will of course show a 1OBpercent variance and will be explained along with those identified
under H above.
Contmct No. N02-RC-3 7010

.
SAMPLE INVOICEFINANCING REQUEST W CONTRACT R N A N C W REPORT
(a) Billing Office ~ a m and
e Address (b) InvoicdFinancing Request
No.
' - -- -*ATION+& INSmOFHEALTH --
National Cancer Institute, RCB (c) Date Invoice
EPS, Room - Prepared
6120 EXECUTIVE BLVD MSC
- I Bethesda, MD 20892-
- I (d) Contract No. I
(el Payee's Name and Address Effective
ABC CORPORATION Date
100 Main Street
Anywhere, USA zip code (0 Total Estimated Cost

(Name of Official) (Title)

* Attach details as specified in the contract


I I OAIB NO. OY904li5
e
1.5HIS CONTRACT IS A RATED ORDER ATlNG PAGE OF PAGU
AWARDICONTRACT UNDER DPAS (15 CFR 350)
-- 1 24
2 COKTRACT (Proc. hist Idenl.) NO 3. EFFECTIVE DATE 4 REQUISITION PURCHASE REQUESTPROJECT KO
N02-CO-11008 04/01/2001
5. ISSUED BY COD^ 261011008 6 ADMINISTERED BY (If other than #tern5) CODE I
National Cancer Institute Assistant Director-OCC
Research Contracts Branch, ESS
Executive Plaza South, Room ,620 Office of Cancer Communications
9000 Rockville Pike MSC 7224 ImmediaG Office of Director
Bethesda Maryland 20892-7224 (RFP NO. NO2C011008-36 )
- -- .= 1
7. NAME AND A D D R E S S ~ ~ HCONTRACTOR
E (No., .meet, city, county, State and ZIP Code) 8. DEUVERY
FOB Dcstinatio~i FOB Origin
Matthews Media Group Inc
6101 Executive Blvd
Rockvilk, Maryland 20852

10. s U B m INVOICES ITEM


(4 mpla unlas othuwse spcc~ficd)
PLACE OF PERFORMANCE: Rockville, Maryland TO THE ADDRESS SHOWN IN
SEE SECllON G
CODE FACILITY CODE
2, ARTlCLEG. 4 .
I I I
I I SHIP TOMARK FOR CODE 12. PA= WILL BE MADE BY CODE
SEE SECTION C, ARTICLE F.2.. -
SEE SECTION G, ARTICLE G.4.
1 3 . 0 ~ ~
COhfPJ3llTON 14. ACCOUNTING AND MFROPRIATION DATA
CAN1 183395f7 m
10 U3.c. 2304(c) ( ) 041 U.S.C. 253(c) ( ) CAN2 DOC NO. N2C011008A --.
--
OCCODE 25.2E LOC
1SA. ITEM NO. 158. SUPPLIES/SERVICES I SC. Q U m 1SD.UNIT
TITLE: National Cancer Institute Office of Communica ions Support
1 SE LINIT PRlCE 1SF. AMOUNT
-
CAN1: S 3,150,000

CURRENT OBLIGATION:
CONTRACT PERIOD: U4/01/2001 through 02i2612006 :

CONTRACT TYPE: I
Cost-Plus-Fixed Fee. TERM I I I I"

- 1
ISG. TOTAL AMOUNT OF CONTRACT
16. TABLE OF CONTENTS
(S 23,102,593

X) SEC. DESCR~~ON ( PAGE@) (x) I ISEC DESC~ON (PAGE(S)


PARTI THE SCHEDULE - PART n - C O ~ C CLAUSES
T
X A SOLICITATI~NICONTRA~FORM 1 x1I 1 CONTRACT CLAUSES 1 17
X B SUPPLIES OF SERVICES AND PRICESICOSTS 4 PART m - LIST OF IXKMENTS, EMBITS AND OTHER A ~ A C H
X C DUCIUPTION/SPecSrWORKSTA~ 7 X I I
J LISTOF ATlACHMEKIS ( 23
x D PAcKAGlNOANDMARfClNG 8 PART IV -REPRESENTATIONS AND INSTRUCTIONS
X E INSPECTION AND ACCEPTANCE 8 REPRESEKTATJONS,CERTIFICATIONS AND
X K 24
X F DELNERIES OR P E R F O R W C E 8 OTHER STATEMENTS OF OFFERORS
X G CONTRACT ADMTNlSTRATlONDATA
-
9 L .
INSTRS., CONDS AND NOTICES TO OFFERORS
-
X 1, H I
I
SPECIAL CONTRACT REQURFMENTS
KUAnON -. FACTORS FOR A WARD
I
. . - .- .. I - CONTRACTINGC%FI&ER md 'COMPLETEITEM 17 OR 18 AS APPLICABLE
7, IX 1 CONTRACTORS NEGOTIATED AGREEMENT (Contractor is required to sign this docmcl~t 118. 1 I AWARD ( Contractor is not required to sigr~this document.)
a n m u m 1 copies to issuing office.) C o n W w agrees to furnish and deliver all items or , Yourxcr on Solicitation Number
erfonn all .services fortfi or otbenvisc identified above and on any continuation sliccts for the
I\IC SCI
= arisideratioo slated herein. The rights and obligations of tl~eparties to thiscontract shall be subject to
, including tl~eadditions or cliangea made by you which additiolls or changes are sel forth in
full above, is h e i n accepted as to the iten~slisted above and on any contintlation sheas.
nd goven~edby the following documents: (a) this awardr'contrsct, (b) the solicitation, if any, and (c) This award consummates the contract which consists of the following documu~ts:(a) UK
uch provision%rcprcsentationn, cwtificalions,and specifications, as are a~taclldor incorporated by Governmat's solicitation and your offer and (b)tliis sward/unl~ract.No further
:fereace h'crcio. (Anachments are listed Iterein.) couuaclual document is neccssarv
9 AME AND TITLE F SIGNER (Typt or print) 2DA. NAME OF CONTRACTING OFFICER

6016
L & ~ c/k.eJP&~J
~ ~
19C DATE SIGNED
t
~ Beverly~ ~ o t t~
Wyatt
2OC. DATE SIGNED

~/.i?/k&
SN 7540-01-152-8069 26107 rmNLmDFORM 36 (REV 445)
REVlOUS EDITION UNUSABLE Pleruibcd by GSA
'GPO I985 0 -461-275 (418) FAR(48CPR) 13 214(a)
._ Contract No N02-CO- 1 1008

DETAILED TABLE OF CONTRACT CONTENTS .

PART I .THE SCHEDULE

SECTION 'A- SOLICITATION/CONTRACT FORM =

.. --.--.
SECTION B .SUPPLJjBOR S_ERVICES.ANDPRICESICOSTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
ARTICLEB.~ . BGF DESCRIPTION OF SUPPLIES OR SERVICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
ARTICLE B.2. ESTIMATED COST AND F E E D FEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
ARTICLE B.3. PROVISIONS APPLICABLE TO DIRECT COSTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
ARTICLE B.4. ADVANCE UNDEBSTANDINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7
. . . :
ARTICLE C.1. STATEMENT OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
ARTICLE C.2. REPORTING REQUIREMENTS . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7
SECTION D - PACKAGING, MARKING AND SHIPPING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
SECTION E - INSPECTION AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
SECTION F - DELIVERIES O R PERFORMANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8
ARTICLE F.1. PERIOD OF PERFORMANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8
ARTICLE F . 2 . DELIVERIES ............................................................... - 8
ARTICLE F.3. LEVEL OF EFFORT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
ARTICLE F.4. CLAUSES INCORPORATED BY REFERENCE ..
..-, .................................9
. SECTION G .- CONTRACT ADMlNISTFUTION DATA ............................................ 9
ARTICLE G . 1. PROJECT OFFICER ....... : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 .
.... ARTICLE G . 2 . KEY PERSONNEL .......................................................... II
.. .. ..
ARTI~LEG . 3. WORK ASSIGNMENT PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,. . . . . . . . . . 1 1
ARTICLE G. 4 . INVOICE SUBMISSIONICONTRACT FINANCING REQUEST AND CONTRACT
FINANCIAL REPORT .................................................................. 12
ARTICLE G . 5 . JNDIRECT COST RATES ............................................
..
ARTICLE G. 6 . POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE ................ 13
, ... 13
......;: .- . .-
SECTION H - SPECIAL CONTRACT REQUIREMENTS . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
ARTICLE H. 1. REIMBURSEMENT OF COSTS FOR INDEPENDENT RESEARCHAND DEVELOPMENT
PROJECTS ......................................................................... 14
ARTICLE H:2. NEEDLE EXCHANGE ...................................................... 14
ARTICLE H . 3 . OMB CLEARANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
ARTICLE K . 4 . SUBCONTRACTING PROVISIONS ............................................ 14
ARTICLE H . 5 . PRESS RELEASES ........................................................ - 1 5
ARTICLE H. 6 . REPORTING MATTERS INVOLVING FRAUD, WASTE AND ABUSE . . . . . . . . . . . . . . 15
ARTICLEH.. YEAR2000COMPLIANCE .................................................... 16

PART I1 .CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17


SECTIONI-CONTRACTCLAUSES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
ARTICLE 1.1. GENERAECLAUSES FOR A COST-REIMBURSEMENT SERVICE CONTRACT . . 18
,. . . E AUTHORIZEDSUBSTITUTION OF CLAUSES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20
A R ~ L 1.2
ARTICLE 1.3. ADDITIONAL CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT . . . . . . . . . . . . . 21
-- _-
PART III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23
SECTION J .LIST O F ATTACHMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - 2 3
1. Statement of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23
2 . Sample Contract Work Assignment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23
3 . InvoiceFinancing Request and Contract Financial Reporting Instructions for NIH Cost-ReimbursementType
Contracts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23
4. Small Business Subcontracting Plan . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . -23
Contract No. hr02-CO- I 1008

5. Procurement of Certain Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3

PARTIV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24
SECTION K - REPRESENTATIONS AND CERTIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 4
1. Representations and Certifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 4
-
- .
- .- Contract No. N02-CO-1100s

SECTION B - SUPPLIES OR SERVICES AND PRICESICOSTS

ARTICLE B.1. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES


-. -
-

ARTICLE B.2. ESTIMATED COST AND FIXED PEE


.*--. -.C = - .
a The estimated cost of this coniract is I bY
b. The fixed fee for this contract is $ b
Y The fee shall be paid in direct ratio to the level of cffort expended; that is,
=
the percent of fee paid shall be equal to thqercent of total effort expended. Payment shall be subject to the withholding -
provisions of the clauses ALLOWABLE COST AND PAYMENT and FIXED FEE referenced in the General Clause
Listing in P a t 11, ARTICLE I. 1. of this contract. Payment of fixed fee shall not be made in less than monthly increments.

c. The Government's obligation, represented by the sum of the estimated cost plus the fixed fee, is $23,102,593.

d. Total funds currently available for payment andallotted to this contract are $3,150,000 , of which
the estimated costs, and of which
b L/
represents
b+ represents the fixed fee. For further provisions on funding, see the
LIMITATION OF FUNDS clause rererenced in Part 11, ARTICLE 1.2. Authorized Substitutions of Clauses.

e. It i~ estimated that the amount currently allotted will cover performance of the contract through November 8,2001.
- .
\ f: The Contracting Officer may allot additional finds to the contract without the concurrence of the Contractor. -- -
e .

ARTICLE 8.3. PROVISIONS APPLICABLE TO DIRECT COSTS

a. Items Unallowable Unless Otherwise Provided --= -f --

Notwithstanding the clauses, ALLOWABLE COST AND PAYMENT, and FIXED FEE, incorporated in this contract,
unless authorized in writing by the Contracting Officer, the costs of the following items or activities shali be unallowable .
as direct costs:

(1) Acquisition, by purchase or lease, of any interest in real property;

(2) Special rearrangement ar alteration of facilities;

(3) Purchase or lease of any item of general purpose office fbrniture or office equipment regardless of dollar value.
(General purpose equipment is defined as any items of personal property which are usable for purposes other than
research, such as office equipment and furnishings, pocket calculators, etc.);

Travel to attend general scieific meetings; -- - 2


(4)
-
. - 1.-
C C

(5) Foreign travel;


= ::

(6) Consultant costs;

(7) Subcontracts;

(8) Patiept care costs,

(9) Accountable Government property (defined as both real and personal property with an acquisition cast of $1,000 or
more and a life expectancy of more than two years) and "sensitive items" (defined and listed in the Contractois Guide
:
Contract No. N02-CO- 1 1008

for'conkol of Government Property), 1990, regardless of acquisition value.

b. Travel Costs 1
--.. -
.
-
-
-

(1) ~ o m e s t i cTravel
- -
fa)' T o m expenditibes fordomestic travel (transportation, lodging. sllhpistence, and incidental expenses) incurred
in direct performance of this contract shall not exceed 8ithout the prior written approval of the
Contracting Officer. br'
--
--
@) The Contractor shall invoice and be reimbursed for all travel costs in accordance with Federal Acquisition
Regulations (FAR) 3 1.205-46.
- .

ARTICLE B.4. ADVANCE UM)ERSTAM)INGS

Other provisions of this contract notwithstanding, approval of the following items within the limits set forth is hereby granted
without further authorization &om the Contracting Officer.

-
Indirect Costs

(1) In no event shall the final amount reimbursable for Fringe Benefits exceed a ceiling of 34.0% of direct salaries and
wages eXcluding vacation, sick pay, and administrative leave. In no event shall the fmal amount reimbursable for
Overhead exceed a ceiling of 36% of direct salaries and wages plus fringe benefits. In no event shall the final
amount reimbursable for General and Adnlinistrative(G&A) expense exceed a ceiling of 14.3% of the total cost
excluding consultants, subcontracts, subcontract administration and G&A expenses. In no event shhl &e final
amount reimbursable for Subcontract Administration exceed a ceiling of 5.5% of consultants and subcontracts.

(2) The Government is not obligated to pay any additional amount should the final indirect cost rates exceed these
negotiated ceiling rates. In the event that the final indirect cost rates are less than these negotiated ceiling rates, the
h a 1 negotiated ceiling rates shall be reduced to conform to the lower rates.

Any costs over and above this cost ceiling shall not be reimbursed under this contract or any other Government
contract, grant, or cooperative agreement.

(3) The Contractor shall complete all work in accordance with the Statement of Work, terms and conditions of this
contract.

Pre-Contract Costs
-
-
Within the dollar limitation set forth u h e r SECTION=B,ARTICLE B.2.) the Contractor shall be entitled to reirnhursement
'for c6sts incliired during the period March 1,2001, through March 3 1,2001, in an amount not to exceed which .
if incurred after this contract had been entered into, would have been reimbursable under the provisions of this contract.

Subcontract

To negotiate a Cost Plus Fixed Fee (Level of Effort) type subcontract with Westat for an amount notto exceed
Award of the subcontract shall not proceed without the prior written approval ofthe Contracting Officer upon review of
bY
the supponing documentation as required by the Subcontracts clause of the General Clauses incorporated in this contract.
(After written approval of the subcontract by the Contracting Officer, a copy of the signed, approved subcontract shall be
provided to the Contracting Officer.)
Coritract No. N02-CO- 1 1006

To negotiate a Cost Plus Fixed Fee (Level of Effort) type subcontract with Ketchum for an,amount not to exceed
by . Award ofthe subcontract shall not proceed without the prior written approval of the Contracting Officer upon
review of the supporting documentation as required by the Subcontracts clause of the General Clauses incorporated in this
contract. (After written approval of the subcontract by the Contracting Officer, a copy of the signed, approved subcontract
shall be provided
- . to the Contracting Officer.) -
-

(1) As stated in the Federal Register, Volume 57, No. 190, page 45096, dated September 30, 1992, Policy Letter on
Inherently Governmental Functions, no personal services shall be performed under this contract. All work
requirements shall flow only fiom the Project Officer to the Contractor's Project Manager. No Contractor employee
will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall --
be given by the applicableemployee supervisor. Ifthe Contractor believes any Government zction or conlmunication
has been given that would create a personal services relationship between the Government and any Contractor
employee, the Contractor shall promptly notify the Contracting Officer of this communication or action.

(2) The Contractor shall not perform any inherently Governmental actions underthis contract. No Contractor employee
shall hold him or herself out to be a Government employee, agent, or representative. No ConWactor employee shall
state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with
third parties in connection with this contract, Contractor employees shall identify themselves as Contractor employees
and specify the name ofthe company for which they work. In all communj~tionswith other Government contractors
in connection with this contract, the Contractor employee shall state that they have no authority to in any way change
the contract and that if the other contractor believes this communication to be a direction to change their contract, -.-
--.

they sh~uldnotify the Contracting Officer for that contract any not carry out the direction until a clarification has
been issued by the Contracting Officer. .

(3) The Contractor shall insure that all of its employees working on this contract are informed of the substance of this
article. Nothing in this article shall limit the Government's rights in any way under the other p r a i i a n s of the
contract, including those related to the Government's right to inspect and accept the services to be performed under
this contract. The substance of this article shall be included in all subcontracts at any tier

e. Confidential Treatment of Sensitive Information

The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the Govenunent during
the performance of the contract. The Government has determined that the informationldata that the Contractor will be
provided during the performance of the contract is of a sensitive nature and can not be disclosed in any manner.

Disclosure of the informationldata, in whole or in part, by the Contractor can only be made after the Contractor receives
prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to .the proper
handling of information/data under the contract, the Contractor shall obtain a written determination fiom the Contracting
Officer. --
- --- .
1 .- - #
.
- --
*
% % Contract No. N02-CO- 11008

SECTION C - DESCRIPTIONISPECIFICATIONSM'ORK STATEMENT '

ARTICLE C.1. STATEMENT OF WORK

- . .
-
a. Independently and not as an agent of the=~overnment, the Contractor shall furnish all the necessary services, qualified
personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the
Statemefit of WBlcSECTIBN ],-ATTACHMENT 1, dated October 20,2000, attached hereto and made a part of this
contract.

. .
a. Technical Reports

1n' addition to those reports required by the other terms of this contract, the Contractor shall prepare and submit the
following reports during the period of performance of this contract:

(1) Monthly Progress Report

This report shall include a description of the activities during the report@ period, and the activities planned for the
ensuing reporting period. The firstreportingperiod consists ofthe first full month of performance plus any fractional -..
-- -
part of the initial month (including the precontract cost period; March 1,2001 - March 3 1,2001). Thereafter, the
reportirrg period shall consist of each calendar month.

The fist report shall be due April 10,2001. Thereafter, reports shall be due on or before the 10th working day
following each reporting period.
-- -
--- -

(2) Annual Progress Report

This report shall include a summation of the results of the entire contract work for the period.covered. An annual
report will not be required for the period when the Final Report is due. A Monthly Report shall not be submitted
' when an Annual Report is due.

The first report shall cover the period March 1,2001, through February 28,2002, of this contract and shall be due
March 10,2002. Thereafter, reports shall be due on or before the 10th calendar day following the reporting period.

(3) Final Report


-
-
-- --
a

This report shall consist of t h k o r k perform-ed and results obtained for the entire contract period of performance -
- as stated in Section F of this contract. This report shall be in sufficient detail to describe comprehensively the results
.

achieved. The Final Report shall be submitted on or before the last day of the contract performance period. An
annual report shall not be required for the period when the Final Report is due.
Contract No. N02-CO-11008

b, Copies of reports shall be sent to the following addresses:

No. of Copies No, of Copies


2 1
.- .. -
Project Officer contracting Officer
National Cancer Institute, NIH EPS. Room 620
.--L.M6 EXECUTIVE BLVD,Room 3049 Research Contracts Branch
BETHESDA MD 20892-7224 6 120 EXECUTIVE BLVD. MSC 7224
BETHESDA MD 20892-7224_
-A

-
SECTION D PACKAGING, MARKING AND SHIPPING

All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government
specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. The Contractor
shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.

SECTION E - INSPECTION AND ACCEPTANCE


-
a. The Contracting Officer or the duly authorized representative will perform inspection and acceptance of materials and --
---.
- services to be provided.
=

b. For the purpose of this SECTION the Project Officer is the authorized representative of the Contracting Officer.

c. inspection and acceptance will be performed at:

National Cancer Institute


61 16 Executive Blvd., Room 3049
Rockville, MD 20852

~cceptancemay be presumed unless otherwise indicated in writing by the Contracting Officer or the duly authorized
representative within 30 days of receipt.

d. This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text.
Upon request, the Contracting Officer will make its full text available.

FAR Clause No. 52.246-5, INSPECTION OF SERVICES-COST REIMBURSEMENT (APRIL 1984).


-
-
-- - -.-
--
- --
'SECTION F'-- DELIVERIES OR PERFoR~ANcE
-- -- --

ARTICLE F. 1. PERIOD OF PERFORMANCE

The period of performance of this contract shall be from April 1,2001 through February 28,2006.

ARTICLE F. 2. DELIVERIES

Satisfactory performance of the final contract shall be deemed to occur upon performance of the work described in Article C.1.
Contract No. N02-CO- 1 100s

and upon delivery and acceptance by the Contracting Officer, or the duly authorized representative, of-the reports specified in
Article C.2., Reporting Requirements, and any items that may be specified iri subsequent work assignments in accordance with
the delivery schedules stated therein.

.-.
ARTICLE F.3. LEVEL OF EFFORT =

a. During the pedod of pedormanceof this contract, the Contractor shall provide direct labor hours. The labor hours
exclude vacation, sick leave, and holiday. These labor hours include subcontractor labor hours. It is estimated that the
labor hours are constituted as specified below and will be expended approximately as follows:
-
.-

Labor HOURS
Labor Category Year 1 Year 2 Year 3 Year 4 Year 5 Total
Professional - 1

Other Professiona:

Support
Total

---
-.-
-
6. The Contractor shall have satisfied the requirement herein if not less than 90 % nor more than 110 % of the total direct
labor hours specified herein are furnished.

c. In the event fewer hours than the minimum specified number of direct labor hours in the total categories ace used by the
- - = .-
Contractor in accomplishing the prescribed work and the Government has not invoked its rights under the clause
TERMINATION (Cost-Reimbursement) Federal Acquisition Reguiation 52.249-6 incorporated in this contract, these
parties agree that the fee will be adjusted based solely upon the quantity of hours by which the number of direct labor hours
furnished is less than the number of direct labor hours specified in this ARTICLE. The resulting adjustment shall be
evidenced by a contract modification.

ARTICLE F.4. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEBRUARY 1998)


I

This contract incorporatesthe following clause by reference, with the same force and effect as if it were given in full text. Upon
request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically
at this address: http://www .amet.gov/far/.

FEDERAL ACQUISITION REGULATQIN (48 CFR CHAPTER 1) CLAUSE:


=

52.242-15':stop Work Order (AUGUST 1989) w h ALTERNATE I (APRIL 1984).

~ = - -

SECTION G - CONTRACT ADMINISTRATION DATA


ARTICLE G . 1. PROJECT OFFICER

The following Project Officer will represent the Government for the purpose of this contract:

Michael D. Moore
Contract No. N02-CO- I 1008

The Project Officer is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and
assessment of performance and recommending to the Col~tractingOfficer changes in requirements; (2) interpreting the Statement
of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing
technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems
encountered duringgerformance. -
The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the
Contracting.0fficer hasauthority to: (1)diiect or negotiate any changes in the Statement of Work; (2) modify or extend the period
of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the
performance of this contract; or (5) otherwise change any terms and conditions of this contract.

.The Government may unilaterally change its Project Oficer designation.


Contract No. N02-CO- 1 100s

ARTICLE G . 2. KEY PERSONNEL

Pursuant to the Key Personnel clause incorporated in this contract, the following individuals are considered to be essential to the
work being performed hereunder:
.--,
Name
-
-
Title 1
. - - ChEisShrseve
Nancy Murphy
Project Director
Deputy Project Director
Carol Kavanagh Deputy Project DirectoT* ~ 4 5 )
Alyssa Cotler Daprty Project Director'\.
-
-

. , ARTICLE G . 3. WORK ASSIGNMENT PROCEDURES 1


In providing support under this contract, the Contractor shall initiate work only when so directed by a Work Assig~l~nent
(Attachment provided in SECTION 0. Approval of a Work Assignment shall not constitute approval to exceed any item listed
in the contract or general clauses of the contract. Work Assignment amounts shall not exceed the total amounts listed in the
contract (time, dollars, effort, consultants, travel, etc.). The Project Officer with Contracting Officer approval, is authorized to
initiate Work Assignments and to sign Work Assignments indicating satisfactoryperfomance/delivery of the servicedproduct
required in each Work Assignment. The Contractor shall assure, prior to commencing work on any Work Assignment, that
written approval of the Project Officer and the Contracting Officer has beenobtained. A Work Assignment which does not
contain both Contracting Officer and Project Officer approval signatures shall be considered invalid and costs incurred for such
work shall be considered unallowable. The Contractor shall not exceed the estimated labor hours, estimated Work Assignment
amount, or change the Work Assignment leader without prior written approval ofthe Project Officer and the Contracting Officer
by modification of the Work Assignment. The day-to-day operational and administrativedetails of the Work Assignment system
will be established by the Project Officer with input from the Contractor. The work assignment system will operate within the
following general guidelines:
=: :

a. Work Assignment (W.A.) Information

(1) All work to be assigned under this contract shall relate directly to one or more of the work areas listed in the
Statement of Work.

(2) Each W.A. shall be written for the conduct of a specific, finite task.
I
(3) Each new W.A. shall be numbered serially beginning with 0 1. 1
(4) Each W.A. shall be completed on the form entitled "NCI Contract Work Assignment" and listed as an Attachment
in Section J of this contract.

(5) Upon award of the contract, an Administrative Work Assignment as shown in SECTION J, Attachments, shall be
issued on a yearly basis. %is Work Assignment will cover the time and expenditures necessary for the ---- .
ad~nhistrationof the contract. - =

= .:
b. Initiation of a W.A. I
(I) The Project Officer will initiate Part I of the W.A.

(2) The Contractor shall complete Part I1 and obtain the appropriate signature. The Contractor shall-forward the
proposed W.A. to the Project Officer.

(3) Upon receipt of the proposed W.A. and after determining that the proposed W.A. is acceptable, the Project Officer
will sign Part I1 to indicate recommendation for approval and forward to the Contracting Officer.
Contract No. N02-CO- 1 1008

(4) Upon receipt, the Contracting Officer will review the proposed W.A.

(a) If approved, the Contracting Officer will sign Part 11 to indicate approval and will forward the W.A. to the
Contractor with a copy to the Project Officer.
.-. -
(b) If not approved, the Contracting Officer will noti& the Project Officer, stating the 'reasons for disapproval

(5) .After receipt ofthe approved W.A., the Contractor shall begin work. The period of performance shall never precede
the Contracting Officer approval date.

c. Modification to a W.A.
-
-
-
(I) Each amendment to an existing Work Assignment shall contain the original W.A. number and shall designate a
modification number. Modification numbers for each W.A. shall be serially numbered beginning with 01 (for
example, Work Assignment 0 1, Modification No. 0 1).

(2) Each W.A. modification shall set forth in specific detail which portion(s) of the W.A. is to be modified. All
Cost/Labor modifications shall be in the following format:

Authorized to Date This Modification Revised Estimate

Labor Hours -
Cost Elements .
- ..
(List Each Element) ----
--

d.
-
Conclusion of a W.A.

(1) For each W.A. perfomled, the Contractor shall prepare PART III of the Work Assignment for submission to the
Contracting Officer. ==* .= .

(2) This PART In submission shall include all actual information (cost, effort, and deliverables) relative to the W.A.

(3) PART 111 of the W.A. shall be submitted as soon as possible and not to exceed three months after the closing date
of the W.A. For those work assignments which expire within three months prior to the contract expiration date,
PART 111 of the Work Assignment shall be submitted on the fmal contract day.

(4) After verification that all work is complete and deliverables have been received and accepted, the Project Officer will
sign Part 111of the W.A. to indicate recommendation for approval and forward the W.A. to the Contracting Officer.

(5) After verification that the W.A. has been satisfactorily completed, the Contracting Officer will approve completion
of the W.A. by signing Part 111 of the W.A. and forward to the Contractor.
-
- i -1

- =
FINANCING REQUEST AM) CONTRACT FINANCIAL
ARTICLE G . 4c-INVOICE SUBMISSI~NICONTRA~CT
REPORT
1 = =
a. Invoice/Financing Request Instructions and Contract Financial Reporting for NIH Cost-Reimbursement Type Contracts
I
NIH(RC)-4 are attached and made part of this contract. The instructions and the following directions for the submission
of invoiceslfinancing request must be followed to meet the requirements of a "proper" payment request pursuant to FAR
32.9.

These instructions also provide for the submission of financial and personnel reporting required by HHSAR 342.7002.

(1) Invoiceslfinancing requests shall be submitted as follows:


Contract No. N02-CO- 1 1 OOS

An original and two copies to the following designated billing office:

Contracting Officer
Research Contracts Branch
.-. National Cancer Institute, NIH
EPS, Room 620
-
6120 EXECUTIVE BLVD. MSC 7224
. . .-,. ,, BETHESDA MD 20892-7224

(2) Inquiries regarding payment of invoices should be directed to the designated billing office, (301) 496-861 1.
I
ARTICLE G . 5. INDIRECT COST RATES

In accordance with Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) Clause 52.216-7 (d)(2), Allowable Cost and
Payment incorporated by reference in this contract in Part 11, Section I, the cognizant Contracting Officer representative
responsible for negotiating provisional andlor h a 1 indirect cost rates is identified as follows:

Director, Division of Financial Advisory Services


Office of Contracts Management
National Institutes of Health
6 100 Building, Room 6B05 --
6100 EXECUTIVE BLVD.MSC-7540
BETHESDA MD 20892-7540
These rates are hereby incorporated without further action of the Contracting Officer.

ARTICLE G . 6. POST AWARD EVALUATION OF CONTRACTOR PeRFORMANCE =-- * -%

a. Contractor Performance Evaluations

Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR 42.15.
The final.performanceevaluation will.be prepared at the time of completion of work. In addition to the final evaluatiori,
interim evaluations will be prepared annually to coincide with the anniversary date of the contract.

Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation.
The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting
statement. Any disagreementbetween the parties regarding an evaluation will be referred to an individual one level above
the Contracting Officer, whose decision will be fmal.

Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file,
and may be used to support future E a r d decisions. - -a

=
, . - 7-
I

b. Electronic Access to Contractor Performance Evaluations


- --
Contractors that have Internet capability may access evaluations through a secure Web site for review and comment by .-
completing the registration form'that can be obtained at the following address:
htto://ocrn.od.nih.~ov/cdm~/c~s contractor.htrn

The registration process requires the contractor to identify an individual that will serve as a primary contact and who will
be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify an
alternate contact who will be responsible for notifying the cognizant contracting official in the event the primary contact
is unavailable to process the evaluation within the required 30-day time h e .
.r
- -
-
Contract No. N02-CO- 1 1 OOS

SECTION H - SPECIAL CONTRACT EQUIREMENTS

ARTICLE H. 1. REIMBURSEMENT OF COSTS FOR INDEPENDENT RESEARCH AND DEVELOPMENT


PROJECTS - --

The primary purpose of the Public Health Service (PHs) is to support and advance independent research within the scientific
community.-+is s u m is provided in the form of contract$and grants totaling approximately 7 billion dollars annually. PHs
has established effective, time tested and well recognized procedures for stimulating and supporting this independent research
by selecting from multitudes of applications those research projects most worthy of support within the constraints of its
appropriations. The reimbursement through the indirect cost mechanism of independent research and development costs not
h~cidentalto product improvement would circumTent this competitive process.

-Toensure that all research and development projects receive similar and equal consideration, all organizations may compete for
direct funding of independent-research and development projects they consider worthy of support by submitting those projects
to the appropriate Public Health Service grant office for review. Since these projects may be submitted for direct funding, the
Contractor agrees that no costs for any independent research and development project, including all applicable indirect costs, will
be claimed under this contract. .

ARTICLE R 2. NEEDLE EXCHANGE


--
a. Pursuant to Public Law@) cited in paragraph b., below, contract funds shall not be used to carry out any program of
= distributing sterile needles or syringes for the hypodermic injection of any illegal drug.
--
b. Public Law and Section No. Fiscal Year Period Covered

P.L. 106-554, Section 505

ARTICLE H. 3. OMB CLEARANCE

In accordance with HHSAR 352.270-7, Paperwork Reduction Act, the Contractor shall not proceed with surveys or interviews
until such time as Office of Management and Budget (OMB) Clearance for conducting interviews has been obtained by the
Project Officer and the Contracting Officer has issued written approval to proceed.

ARTICLE H. 4. SUBCONTRACTING PROVISIONS

a. Small Business Subcontracting Plan

(1) The Small Business Subcontracting


-. Plan, dated February 2 1,2001 is attached hereto and made a part ofthis contract.
--
- (2) The Silure of any Contractor or subcontr&tor to comply in good faith with FAR Clause 52.219-8, entitled
"Utilization of Small Business Concerns" incorporated in this contract and the attached Subcontracting Plan, will
be a material breach of such contract or subcontract and subject to the remedies reserved to the Government under
FAR Clause 52.219-16 entitled, "Liquidated Damages-Subcontracting Plan."

b. Subcontracting Reports

(1) The Contractor shall submit the original and one (1) copy of SubcontractingReport for Individual Contracts, SF-294
in accordance with the instructions on the report as referenced in Public Law 95-507, Section 21 1. Regardless of
the effective date of this contract, the Report shall be submitted on the following dates for the entire life of this
contract:
Contract KO.N02-CO- 1 1008

April 30th
October 30th

The Report shall be sent to the following address:


-. -
Charles H. Jackson, Jr.

.- -. -- - . - -
Contracting Officer
ResearchContracts Branch
National Cancer Institute, NIH
EPS, Room 620
6120 EXECUTIVE BLVD. MSC 7224
BETHESDA MD 20892-7224

(2) Th.e Contractor shall submit one (1) copy of Summary Subcontract Report, SF-295 in accordance with the
instructions on the report as referenced in Public Law 95-507, Section 21 1. The Summary Subcontract Report shall
be submitted annually on the following date for the entire life of this contract:

October 30th

The fust Report shall be submitted after the fust full year of this contract in addition to any k t i o n a l part of the year
in which this contract became effective. This Report shall be mailed to the following address:
--
Office of Small and Disadvantaged Business Utilization
*s:
Department of Health and Human Services
- Hubert H. Humphrey Bldg., Room 517-D
200 Independence Avenue, S.W.
Washington, D.C. 2020 1

(3) The contractor shall also send an "Information Copy" of the SF-295 to the Cognizant Commercial W n t a t i v e
(CMR) at the address provided by the SBA. The Contractor should call SBA Headquarters in Washington, DC at
(202) 205-6475 for the correct address if unknown.

ARTICLE H. 5. PRESS RELEASES

a. Pursuant to Public Law@)cited in paragraph b., below, the contractor shall clearly state, when issuing statements, press
releases, requests for proposals, bid solicitations and other documents describing projects or programs funded in whole
or in part with Federal money: (1) the percentage of the total costs of the program or project which will be financed with
Federal money; (2) the dollar amount of Federal funds for the project or program; and (3) the percentage and dollar amount
of the total costs of the project or program that will be financed by nongovernmental sources.

- - -
b.
: - -
Public Law and Section No.

P.L. 106-554, Section 507


-

-
-\ Fiscal Year

201
Period Covered

10/1/00 - 9/30/01

- -
ARTICLE H. 6. REPORTING MATTERS INVOLVING FRAUD, WASTE AND ABUSE

Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is
encouraged to report such matters to the HHS I~lspectorGeneral's Office in writing or on the Inspector General's Hotline. The
toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The e-mail address
is Htips@os.dhhs.~ov and the mailing address is:

Office of Inspector General


Department of Health and Human Services
Contract No. N02-CO- 1 1008

TIPS HOTLINE
P.O. Box 23489
Washington, D.C.20026

Information regarhag procedural matters is contained in the-NIH Manual Chapter 1754, which is available on
(http:Nwww 1.od.nih.gov/oma~oma.htm)~
-__- _-
. _ - -
, ? -0

ARTICLE Ill YEAR 2000 COMPLIANCE

In accnrdanr.e,with FAR 39.106, information Technology acquired under this contract must be Year 2000 compliant as set forth
.==
-in the following clause:
- - - 1. Service Involving the Use of Information Technology

YEAR 2000 COMPLIANCESERVICE INVOLVING THE USE OF LNFORMATION TECHNOLOGY

The Contractor agrees that each item of hardware, software, and firmware used under this contract shall be able to
accurately process date data (including, but not limited to, calculating, comparing and sequencing) &om, into and between
the twentieth and twenty-first centuries and the Year 1999 and the Year.2000 and leap year calculations.

(End of Clause) - -- -
Contract No. N02-CO-11008

SECTION I - CONTRACT CLAUSES --

- --. -.L - = --
.
Contract No. N02-CO- 1 1008

ARTICLE 1.1. GENERAL CLAUSES FOR A COST-REIMBURSEMENT SERVICE CONTRACT - FAR 52.252-2,
CLAUSES INCORPORATED BY REFERENCE (FEBRUARY 1998)

This contract incoporates the following clauses by reference, with fie same force and effect as if they were given in full text.
Upon request, the Contracting Officer will their hll text available. Also, the f i l l text of a clause may be accessed
electronically at this address: http:Nwww.arnet.govlfar/.
.--- _e - -- -
a. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES:

FAR --
CLAUSE NO. DATE TITLE
52-202-1 Oct 1995 Defmitions
52.203-3 Apr 1984 Gratuities (Over $100,000)
52.203-5 Apr 1984 Covenant Against Contingent Fees (Over $100,000)
52.203-6 Jul 1995 Restrictions on Subcontractor Sales to the Government (Over $100,000)

52.203-7 Jul 1995 Anti-Kickback Procedures(0ver $100,000)


--
52.203-8 Jan 1997 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity
(Over $100,000)
-
52.203- 10 Jan 1997 Price or Fee Adjustment for Illegal or Improper Activity (Over $100,000)

52.203-12 Jun 1997 Limitation on Payments to Influence Certain Federal Transactions (Over $100,000)

52.204-4 Aug 2000 Printed or Copied Double-Sided on &cycled Paper (Over $100,000) "" --=
52.209-6 Jul 1995 Protecting the Government's Interests When Subcontracting With Contractors
Debarred, Suspended, or Proposed for Debarment (Over $25,000)
52.2 15-2 Jun 1999 Audit and Records - Negotiation (Over $100,000)
52.2 15-8 Oct 1997 Order of Precedence - Uniform Contract Format

52.215-10 Oct 1997 Price Reduction for Defective Cost or Pricing Data
52.2 15-12 Oct 1997 Subcontractor Cost or Pricing Data (Over $500,000)

52.215-14 Oct 1997 Integrity of Unit Prices (Over $100,000)

'
52.215-15
52.215-18 "
Dec 1998
Oct 1997
-
Pension Adjustments and Asset Reversions
Reversion or ~diustmentof Plans for Post-Retirement Benefits (PRB)other than
Pensions

52.215~19 Oct 1997 Notification of Ownership Changes

52.2 15-2 1 Oct 1997 Requirements for Cost or Pricing Data or h~fonnationOther Than Cost or Pricing
Data - h4odifications

52.2 16-7 Mar 2000 Allowable Cost and Payment

52.2 16-8 Mar 1997 Fixed Fee


Contract No. N02-CO- I 1008

Oct 2000 Utilization of Small Business Concerns (Over $100,000)

Oct 2000 Small Business Subcontracting Plan (Over $500,000)

.-. Jan 1999 Liquidated Damages - Subcontracting


-
- Plan (Over $500,000)

Jul 1990 Payment for Overtime Premium (Over $100,000) (Note: The dollar amount in
_ - * _ - =
p3ragraph (a) of this clause is $0 unless otherwise specified in the contract.)

Aug 1996 Convict Labor

Feb 1999 Equal Opportunity


.-

Apr 1998 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era

Jun 1998 Affirmative Action for Workers with Disabilities

Jan 1999 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
Jan 1997 Drug-Free Workplace
Oct 2000 Toxic Chemical Release Reporting
Feb 2000 Buy American Act - Balance of Payments Program
- - Supplies
Ju12000 . Restrictions on Certain Foreign Purchases
- J u ~1995 Authorization and Consent
Aug 1996 Notice and Assistance Regarding Patent and Copyright lnfiingement (Over
$100,000)
--z 4 ----
Apr 1984 Patent Indemnity

Jun 1987 Rights in Data - General


Apr 1984 Limitation on Withholding of Payments
Jun 1996 Interest (Over $100,000)
Apr 1984 Limitation of Cost
Jan 1986 Assignment of Claims
Jun 1997 Prompt Payment
May 1999 Payment by Electronic Funds Transfer--Other Than Central Contractor Registration
-
-
I-
Dec 1998 DisTutes -
Aug 1996 Protest After Award, Alternate I (Jun 1985)

Apr 1984 Notice of Intent to Disaliow Costs

Oct 1995 Penalties for Unallowabie Costs (Over $500,000)

Jan 1997 Certification of Final Indirect Costs

Jul 1995 Bankruptcy (Over $100,000)

Aug 1987 Changes - Cost Reimbursement, Alternate I (Apr 1984)


Contract No. N02-CO-11008

52.244-2 Aug 1998 . Subcontracts, Altemate.11(Aug 1998) *If written consent to subcontract is required,
the identified subcontracts are listed in ARTICLE B, Advance Understandings.

52.244-5 Dec 1996 Competition'in Subcontracting (Over $100,000)


./.. .

52.245-5 Jan 1986 Government Property ( ~ o s ~ ~ e i m b u r s e m eTime


n t , and Material, or Labor-Hour
Contract)

52.246-25
.-* -Feb I997 - -
Limitation of Liability - Services (Over $100,000)

52.249-6 s e p '1996 Termination (Cost-Reimbursement)

- 52.249- 14 Apr 1984 ExcusabTi Delays


. .-. . 52.253- 1 Jan 1991 Computer Generated Forms

b. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR
CHAPTER 3) CLAUSES:
HHSAR
CLAUSE NO. DATE TITLE
352.202- 1 Apr 1984 Definitions - Alternate I (Apr 1984)
.. --
3 52.228-7 Dec 1991 -
Insurance Liability to Third Persons
352.232-9 - Apr 1984 Withholding of Contract Payments
352.233-70 Apr 1984 Litigation and Claims
352.242-7 1 Apr 1984 Final Decisions on Audit Findings .

352.270-5 Apr 1984 Key Personnel


352.270-6 Jul 1991 Publication and Publicity
352.270-7 Apr 1984 Paperwork Reduction Act
[ End of GENERAL CLAUSES FOR A COST-RETMBURSEMENT SERVICE CONTRACT - Rev.
10120003.

ARTICLE 1.2 AUTHORIZED SUBSTJXVTION OF CLAUSES

ARTICLE I. 1. of this SECTiON is hereby modified as follows: - --


rn
--
FAR Clause 521232-20, LIMITATION OF COST, is iileted in its entirety and FAR Clause 52.232-22, LIMITATION OF
FUNDS (APRIL 1984) is substituted therefor. Note: When this contract is fully funded, FAR Clause 52.232-22,
-- .- LIMITATION OF FUNDS will no longer apply and FAR Clause 52.232-20, LIMITATION OF COST will become
applicable.

ARTICLE 1.3. ADDITIONAL CONTRACT CLAUSES


'
This contract incorporates the following 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.

a. FEDERAL ACQU~SITIONREGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES


Contract No. N02-CO- 1 1008

(1) FAR 52.2 15-17, Waiver of Facilities Capital Cost of Money (OCTOBER 1997).

(2) FAR 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting
(OCTOBER 1999).
-

(3) FAR 52.223-5, Pollution Prevention and ~ i ~ h t - t o - ~ n o w ~ n f o r m a(APRIL


t i o n 1998).

(49 -FAB52.2Sl45, SmotimedEuropean Union Country Services (FEBRUARY 2000).

(5) FAR 52.227- 17, Rights in Data-Special Works (JUNE 1987).

- ( 6 ) FAR 52.230-2, Cost Accounting Standards (APRIL 1998).

.. . , (7) FAR 52.230-6, Administration of Cost Accounting Standards (NOVEMBER 1999).

(8) FAR 52.237-2, Protection of Govemment Buildings, Equipment and Vegetation (GPRIL 1984).

(9) FAR 52.237-3, Continuity of Services (JANUARY 1991).

(10) FAR 52.237-10, Identification of Uncompensated Overtime (OCTOBER 1997).

(1 1) FAR 52.251-1, Government Supply Sources (APRIL 1984). ; =

,.
.b. , DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATIONIPUBLIC HEALTH
SERVICE ACQUISITION REGULATION (HHSAR)/(PHSAR) (48 CHAPTER 3) CLAUSES:

(I) HHSAR- 352.270-1, Accessibility of Meetings, Conferences-and Seminars to Persons wittG8isabilities


(APRIL 1984).

c. NATIONAL MS'I'ITUTES OF HEALTH (NIH) RESEARCH CONTRACTING (RC) CLAUSES:

The following clauses are attached and made a part of this contract:

(I) ' NIH (RC)-7, Procurement of Certain Equipment (APRIL 1984) (OMB Bulletin 81-16).

ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT

This contract incorporates the following clauses in full text.

--
FEDERAL ACQUISITION REGULATION (FAR)(48 CFR CHAPTER I) CLAUSES:
+-.
- a. - FAR clause-52.244-6, SUBCONTRACTS FOR ~ M M E R C I A L
ITEMS ~UVDCOMMERCIALCOMPONENTS .
. -
(OCTOBER 1998)
--
* .-
(a) Definition.

Commercial item, as used in this clause, has the meaning contained in the clause at 52.202-1, Definitions.

Subcontract, as used in this clause, includes a transfer of commercial items between divisions, subsidiaries, or
affiliates of the Contractor or subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shali incorporate, and require its subcontractors at all tiers to
incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract.
Contract No. N02-CO-l lOOS

(c) Notwithstanding any other clause of this contract, the Conttactor is not required to include any FAR provision or
clause, other than those listed 'below to the extent they are applicable and as may be required to establish the
reasonableness of prices under Part 15, in a subcontract at any tier for commercial items or commercial components:
e\ - -
(1) 52.222:26, Equal Opportunify (E.O. 11246);
(2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212(a));
#3+ 52322-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); and
(4) 52,247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down
not required for subcontracts awarded beginning May 1, 1996).

:
(d) The Contractor shall include the t e 6 s of this clause, including this paragraph (d), in subcontracts awarded under -
this contract.
Contract No. N02-CO- 1 1008

PART I11
SECTION J - LIST OF ATTACHMENTS
The following doccments are attached and incorporated in this conEact:

1.
. __-.-- - . - - -
Statenlent of Work, Octobel. 10,2000,6 pdgeS.

2. Sample Contract Work Assignment, 4/95,3 pages.


- -
3. InvoiceIFinancing Request and Contract Financial Reporting Instructions for NIH Cost-Reimbursement Type Contracts,
NM(RC)-4, (5/97), 5 pages.

4. Small Business Subcontracting Plan, February 21,2001,7 pages.

5. Procurement of Certain Equipment, NIH(RC)-7,411184, 1 page.


Contract No. N02-CO- 1 1008

PART IV
SECTION K - REPRESENTATIONS AND CERTIFICATIONS
--. -
The following documents are incorporated by reference in this contract:

1.
. *. --- .. - - = -- =
Representations and certifications, dated December 4,2000.

END of the SCHEDULE


-
(CONTRACT)
Contract No. N02-CO-11008

STATEMENT OF WORK
In the performance of this contract, the Co~ltractorshall perform the following services:

(Note: Any .ofthe tasks described. below may be required asstand-alone projects and not always as part of a larger
communications program.)
- - -
I. NCI P F 6 ~ r a m ~ v ~ l o p mand
e n ttmplernen~ation

A. Strategic Planning
- -
Develop program plans using a consumer-based, social marketing model. Plans should include the rationale,
measurable goals and objectives, a specific and vivid definition of audiences, appropriate messages, strategies,
creative and effective communication tactics, identification of critical intermediary groups, logistical support
required, and atirnetable for implementation. The Contractor may be asked to refine and enhance existing program
plans.

B. Materials Development

Assist NCI in developing program elements that effectively convey NCI messages to specific audiences. This
includes: -

1. Translating complex scientific and technical information into text that can be easily understood by designated .-*

audiences, including Spanish-language capabilities. Audiences include the media, the public and patients, as
. . wen as health professionals. Note: All materials written for consumer audiences are to be in compliance with
the Government's Plain Language Initiative ~ttp://www.plainlanguage.govf).

2. Providing graphic and design services for educational or promotional materials, and for news me-di&autreach
activities.

3. Producing video and audio products for broadcast or intenlet applications.

4. Developing toolkits for health professionals and cancer conlmunicators to improve communications wit11 the
media, public, patients, under served populations, and advocacy organizations.

5. Developing materials for culturally diverse audiences, communicating in both text and graphics with African
American, Hispanic, Asian American, and Native American audiences.

6. Developing innovative information products and distribution methods using electronic communicatio~ls
technologies and services.

7.
..-
-
Developing training programs, including interactive intemet-based instruction modules.
-
8. Producing small printing jobs and audiovisual materials (slides, overheads, videos, and radio CDs), and
scanning images on a quick-response basis.

9. Providing quick turnaround support (less than 24 hours) for duplication of documents or correspondence, slide
production, mailings, and related tasks.

10. Maintaining media lists, mailingiship-to address lists, fax, and other lists for dissemination purposes.

Statement of Work ATTACHMENT 1


Page 1
Contract No. N02-CO- 1 1038

1. Promote messages, materials, or services, including use of targeted media and uniqae approaches to reach
special and/or minority audiences.

2. DistTibute materials in support of dissemination efforts, including targeted mailings.


.-a =

3. Develop story angles and pitch NCI priority messages to print, broadcast, and webcast media.

-4..m A ~ a ~ interviews
ge fer NCI staff or others designated to serve as spokespersons for cancer issues or
communications initiatives. Provide media training to these individuals, as necessary.

5. Provide nn-site support for taping and production of public scrvice au~owicernenls(TV and radio) and aud~o
=
or video news releases.

. .. :

D. NCI Identity Campaign

1. Assist in analyzing the views of NCI held by its internal and external constituents.

2. Assist in positioning the Institute for tlie science community, health professionals, and the public.

3. Refine, as necessary, NCI's brand-supporting communication tools and other products used in all NCI
communications; and provide guidelines for using the statement and visual identity. . .
:
.
e

4. Work with NCI staff to implement the identity campaign uniformly across the Institute, through all
communications, presentations, and materials, and to appropriate external audiences.

:=
E. Issues Management

1. Provide senior-level public affairs advice for effective response to ongoing and emerging issues.

2. Assist in development of a crisis communications plan that anticipates potential crises and proposes plans of
action to enable effective con~munications; provide senior-level public affairs assistance in crisis
communications instances.

3. Provide crisis communications training for divisional communications managers and ad hoc issue n ~ a n a g h e n t
teams, and other designated NCI staff.

- r--
-i

Assist NCI in building and maintaining an inventory of partnerships with other Federal agencies and outside
-
1.
organizations in areas of mutual interest, and maintain and utilize searchable lists of partner or potential partner
- . organizations.

2. Work with the Liaison Activities Group (LA) to develop forums and other channels for exchange and
information betweell NCI Divisions and activities and advocacy, voluntary, minority, and health professional
organizations.

3. Coordinate development, release, and/or promotion of important information with partners, advocacy and

Statement of Work ATTACHMENT 1


(10/20/00) Page 2
- ..
- .- Contract No. N02-CO-11008

voluntary groups, health professional organizations, and other federal agencies. Provide background
information and messages as appropriate.

4. -
Provide
. ..
-
training to intermediary groups to enhance participation in NCI dissemination efforts

11. Research
. .
and Evaluation
*-.> .- - ' --*

A. Conduct formative research, using appropriate qualitative and/or quantitative techniques (e.g., focus groups, in-depth
interviews, surveys, central location intercepts) to obtaln a better understanding of NCI1svar~ousaudiences and to
pretest strategies, concepts, messageq=materials, and infonnation products and programs. Utilizing research results,
make appropriate recommendations for program planning, development, and refinement, or for changes in program
direction.

B. Pretest messages and graphic approaches while materials are still in draft forn~.Pretest results should be used to
revise messages and materials before proceeding with "finished" products.

C. Prepare and track Office of Management and Budget (OMB) submissions to obtain clearance for proposed surveys
or expiring OMB approvals.
.. --
D. Enhance the use of the geodemographic database system used in the OC Consumer Health Profiling Project (CHP).
.. . .

. . .
1. ~ h a n cthe
e geodemographic database for OC use. Track availability of updated data sets such as the National
Health Interview Survey (NHIS), and perform system updates as new data sources become available. Assist
in identifying and incorporating other data sets that would further enhance the system in meeting user needs.
- --
4 ---- .

2. Assist in developing strategies for integrating use of CHP Data and marketing capabilities across projects,
programs, and the Institute.

3. Develop customized reports on cancer-related issue$ in response to requests from the CIS or other NCI
intermediaries.
' 4. Provide support for the development of training tools for NCI-funded organizations and others who will use
the information for planning and implementing cancer education programs.

E. Support data collection efforts by developing surveys and contributing to established surveys. Whenever possible,
ensure that data collected are in suitable format to contribute to the Consu~nerHealth Profiling (CHP) Project
database.
--
s
F. Conduct process evaluation studies on specifietopics or communications efforts to assess their effectiveness. Studies
may include efforts to determine ifpartners are active in the communication activities, if messages and materials are
- - reaching special audiences, and if the overall activity is proceeding on time, on strategy, and within budget. This may
include measures of message dissemination and exposure, using techniques and services such as clipping services,
public service monitoring reports, "bounce back" cards, surveys, CIS data, changes in materials inventory, and
consumer tracking data.

G. Conduct outcome/irnpact evaluation studies.to help NCI assess whether its communications efforts have achieved
their purposes. Review process evaluation measures (see above) to gauge bow well messages, materials, and
activities were implemented and received by special audiences. Measure changes in awareness, knowledge, attitudes,

Statement of Work ATTACHMENT 1


(10/20/0.0) Page 3 '
Contract No. N02-CO- 1 1008 I
andlor behaviors of the audience using omnibus surveys, customized studies, or other means as appropriate

H. Track changes and trends in cancer attituaes, perceptions, knowledge, and behavior through secondary analyses of
national data set.. such as NHIS, and Inforurn's Pulse Survey.
.-, - -

I.
.--. --
Assess the satisfaction of intermediary groups involved as partners in specific comn~unicationsefforts.
- ' =

J. Advise the Project Officer using program assessments and recommend ways to improve and enhance similar efforts
in the future.

K. Prepare reports, presentations, articles, publications, case histories, and other materials about program planning,
implementation, and evaluation in cancer communications programs for promotion of such activities among OC
constituents and partners, and for dissemination to health communications professionals.

L. Provide evaluation support for the CIS. This shall include:

1. Design, implementation, and analysis of user surveys, partner surveys, or internet site customer satisfaction
surveys; support in the development of an overall evaluation plan for the CIS, determining a balanced family
of measures, logic model for evaluation, performance benchmarks and measures, etc.; and support to the CIS
Research and Evaluation Task Force on process evaluation projects.

2. conduct data analysis of CIS data sets (call record data, outreach partnership data) for research projects,
program p l a ~ i n gand evaluation, annual reporting, etc., using standard statistical measures.

3. Provide on-site Contractor staff to place test calls to the CIS regional offices to assess quality ~ f ~ $ o n s e s ,
adherence to policy and to identify resource or training needs. Provide on-site supervision to Contractor test
call staff.

111. Technology Support and New Media

A. Work with the Project Officer and designated NCI staff to identify emerging teclmologies, provide advice on their
applicability for use by NCI in disseminating cancer information to its varied audiences, and gathering and using
information that helps NCI better understand its audiences.

B. Monitor technologies and recommend how the OC might take advantage of specific elements of the latest-available
technology as a means of continuously improvil~gefficiency and effectiveness of services.
-
-
-I

- C. Proviae support for NCI internet sites, includkg assistance in design, content management, and technical support.
Update internet pages quickly and modify existing pages and links as needed.
= -

D. Provide technical support in planning and managing internet offerings such as live webcasts, on-demand video over
the internet, multimedia conferencing and collaboration, and online training.

E. Provide secondary research-related services on communications technologies.

F. .Establish, administer, and monitor security control for all OC and NCI internet activities.

Statement of Work ATTACHMENT 1


(1 0/20/00) Page 4
-- .
Contract No. N02-CO- 1 100s

IV. Meeting/Conference Support

Plan and support meetings, conferences, workshops, seminars, and special events of the NCI:
- - --
A. Provide assistance in selecting a i d arranging for suitable conference locations and facilities, and assunie
-A- -
responsibility for contracts with meeting sites.
--- --

B. Coordinate all meeting arrangements with site staff, including room selection, room setup, food service, and
audiovisual or other equipment requirements.
-- -
--
C. Arrange, promote, and support video conferences, webcasts, teleconferences, or conference calls.

D. Serve as point of contact for meeting participants and exhibitors (e.g., meeting logistics, special requirements,
receiving meeting attendance confirmations, registration fees, providing appropriate reimbursement).

E. Provide areservation service for hotel accommodations and handle required logistical arrangements,such as ground
transportation, for the attendees.
-
F. Design, prepare, organize, andlor distribute materials and reports required for the conduct of the conferences and
-
.
meetings. -s -
--
G. Provide onsite staff for conference service support at each meeting or event.

H. Handle follow-up activities related to the meetings, conferences, or-events,including preparation of me+etingxeports
and summaries.

1. Identify and provide qualified expert consultants, meeting facilitators or trainers, as needed, to niaxirnize attainment
of meeting goals. Prior approval of these costs by the Contracting Officer is required.

V. Program AdministrativelManagementTasks

The Contractor shall perform administrative activities including the following:

A. Prepare work assignments proposals for Project Officer and Contracting Ofiicer approval. The work assignment
should include a written conceptlwork plan that outlines the task objective(s),the proposed approach to the task, and
a task budget.
--
.. - --
-
-
- -- . .-
B. Provide regular and quick-response mail and courier services for pickup and delivery of materials to support work
--..- performed under the contract.
. .

C. Complete work assignmentswithin deadlines. All deliverablesshall be thoroughlyreviewed by the Contractor before
submission. They should be provided to the Govemme~itin immediately usable condition.

D. Perform other administrative activities, including preparation and submission of monthly progress reports, task
completion reports, budget reports, as needed, and a final project report.

Statement of Work ATTACHMENT 1


(10/20/00) Page 5
Contract No. N02-CO-11008

CONTRACT WORK ASSIGNMENT (W.A.)

Contractor: W.A. Title:


--
Co~ltractNo:
---r -c - , = - --
W.A. No: Modification No.: W.A. Originator:

Contracted
- Task Area: - Date Prepared:

Part I. INITIATOR'S REOUEST

A. Period of Performance: From to


B. Task Descri~tioll

C. Task Leader

D. Deliverables

. - _ -.<

E. W.A. Response Due Date:

Contract Work Assignment ATTACHMENT 2


April, 1995 Page 1
Contract No. N02-CO- 1 1008

CONTRACT WORK ASSIGNMENT (W.A.)

Contractor: Contract No:


- -
-

W.A. No: Modification No: - Date Prepared:


-- .---- -- - . - - -
PART 11. CONTRACTOR'S RESPONSE TO W.A. REOUEST
(The Contractor may attach additional sheets to this form to present requested data.)

A. Estimated Cost and Effort

Labor hours - list W.A. leader, specific individuals to be assigned, labor category, and estimated hours
for each.
Labor costs - list by Labor category anitotal.
Employee benefits.
Direct materials
Travel
Subcontracts
Other direct costs
Indirect costs
Total estimated costs for this Order

B. Detailed description of the approach to be used and of the &liverable(s). (Be specific.) = ,

APPROVAL TO PROCEED: The Contractor shall not exceed the estimated labor hours, estimated W.A. amount, or change
the W.A. leader without the prior written approval of the Project Officer and the Contracting Officer.

- 1. - .For the Con.pactor:


-
-
- = Date:
(Signature)
- .-- . ' Typed name:

2. For the Government: Date:


(Project Officer) ,

Date:
(Contracting Officer)

Contract Work Assignment ATTACHMENT 2


April, 1995 Page 2
Contract No. N02-CO-11008

CONTRACT WORK ASSIGNMENT (W.A.1


Contractor: Contract No:

W.A. No: Modification No: - Date Prepared:

PART Ill. CONTRACTOR'S REPORT OF W.A. PERFORMANCE


~
(The Contractor may attach additional sheets to this form to present the requested data.)
8

A. Actual Cost and Effort

1. Labor hours - list specific assigned individuals, labor category, and actual hours worked.
2. -
Labor costs list labor category, individual, and total amount.
3. Employee benefits
4. Direct Materials
5. Travel
6. Subcontracts
7. Other direct costs
8. Indirect costs
9.- Total costs for this W.A.

B. Report of Deliverables

REVIEW AND APPROVAL OF SATISFACTORY PERFORMANCE

The signatures below indicate that the services/products required under Work Assignment No. -have been delivered, received
and satisfactorily meet the requirements of this Work Assignment.

1. .. For the Contractor: -- Date:


(Signature)
Typed name:

2. For the Government: Date:


(Project Officer)

Date:
(Contracting Officer)

Contract Work Assignment ATTACHMENT 2


April, 1995 3 Page 3
Contract No. N02-CO- 11008

TNVOICEFINANCING REQUEST AND CONTRACT FINANCIAL REPORTING


INSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS, NIH(RC)-4

General: The conmetor shall submit claims for


- reimbursement in t k manner and format described herein and as illustrated in
the sample uivoice/financing request.
- -
_ _ A - - - -
Format: Standard Form 1034, "Public Voucher for Purchases and Services Other Than Personal," and Standard Fonn 1035,
"Public Voucher for Purchases and Services Other Than Personal-- Continuation Sheet," or reproduced copies of such fornls
marked ORIGINAL should be used to submit claims for reimbursement. In lieu of SF-1034 and SF-1035, clauns may be
submitted on the payee's letter-head or self-designed form provided that it contains the information shown on the sample --
invoicetfnancing request.

Number of Copies: As indicated in the Invoice Submission Clause in the contract.

Frequency: Invoices/financingrequests submitted in accordance with the Payment Clause shall be submitted ~nonthlyunless
otherwise authorized by the contracting officer.

Cost Incurrence Period: Costs incurred must be within the contract performance period or covered by precontract cost
provisions.

Billing of Costs Incurred: If billed costs include: (1) costs of a prior billing period, but not previously billed; or (2) costs
incurred during the contract period and claimed after the contract period has expired, the amount and month@)in which such
costs were incurred shall be cited.
.- ~
- .
--
-- .--a
-. ---- :
Contractor's Fiscal Year: Invoices/financingrequests shall be prepared in such a manner that costs claimed can be identified
with the contractor's fiscal year.

Currency: All NIH contracts are expressed in United States dollars. When payments are made in a currency other than United
States dollars, billings on the contract shall be expressed, and payment by the United States Government shall be made, in that
other currency at amounts coincident with actual costs incurred. Currency fluctuations may not be a basis of gain or loss to the
contractor. Notwithstanding the above, the total of all invoices paid under this contract may not exceed the United States dollars
authorized.

Costs Requiring Prior Approval: Costs requiring the cont~actingofficer's approval, which are not set forth in an Advance
Understanding in the contract shall be so identified and reference the Contracting Officer's Authorization (COA) Number. In
-
addition, any cost set forth in an Advance Understanding shall be shown as a separate line item on the request.

-.. .- , -- . .

~nvoicekinancing~ e ~ u eIdentification:
st Each invoice/financing request shall be identified as either:

'

(a) Interim Invoice/Contract Financing Request - These are interim payment requests submitted during the contract
performance period.

(b) Completion Invoice -The completion invoice is submitted promptly upon completion of the work; but no later than one
year from the contract completion date, or within 120 days after settlement of the final indirect cost rates covering the year
in which this contract is physically complete (whichever date is later). The completion invoice should be submitted when
all costs have been assigned to tlie contract and all performance provisions have been completed.

NIR(RC)-4 ATTACHMENT 3
Rev. 5/97 Page 1
Contract No. N02-CO- 1 100s

(c) . Final Invoice - A final invoice may be required after the amounts owed have been settled between the Government and
the contractor (e.g., resolution of all suspensions and audit exceptions).

Preparation and Itemization of the Invoice/Financing Request: The contractor shall furnish the information set forth in the
explanatory notes baow. These notes are keyed to the entries on the-sample invoice/financing request.

(a) Designated Bithrrg Office Name and Address -Enter the designated billing office and address, identified in the Invoice
Submission Clause of the contract, on all copies of the invoice/fmancing request.

{b) Invoice/Financing Request Number - Imrt the appropriate serial number of the invoicelfinancingrequest.

.-
(c) Date Invoice/Financing Request Prepared - Insert the date the invoicelfinancing request is prepared

(d) Contract Number and Date - Insert the contract number and the effective date of the contract.

(e) Payee's Name and Address -Show the contractor's name (as it appears in the contract), correct address, and the title and
phone number of the responsible official to whom payment is to be sent. When an approved assignment has been made
by the contractor, or a different payee has been designated, then insert the name and address of the payee instead of the
contractor. -
-5.. -
. (f) Total Estimated Cost of Contract - Insert the total estimated cost of the contract, exclusive of fixed-fee. For
incrementally funded contracts, enter the amount currently obligated and available for payment.

(g) -
Total Fixed-Fee Insert the total fixed-fee (where applicable). For incrementally funded contracts, ente%e~:pmount
currently obligated and available for payment.

(h) Billing Period - Insert the beginning and ending dates (month, day, and year) of the period in which costs were incurred
and for which reimbursement is claimed.

(i) Incurred Cost - Current - Insert the amount billed for the major cost elements, adjustments, and adjusted amounts for
the current period.

Cj) Incurred Cost - Cumulative - Insert the cumulative amounts billed for the major cost elements and adjusted amounts
claimed during this contract.

(k) Direct Costs - Insert the major coSiements. For each element, consider the application of the paragraph entitled "Costs -.-/
- - ,Requiring Prior Approval" on page 1 of these instructions. .-

-- .- (I) Direct Labor - Include salaries and wages paid (or accrued) for direct performance of the contract. For Key
Personnel, list each employee on a separate line. List other employees as one amount unless otherwise required by
the contract.

(2) Fringe Benefits - List any fringe benefits applicable to direct labor and billed as a direct cost. Fringe benefits
included in indirect costs should not be identified here.

NIH(RC)-4 ATTACHMENT 3
Rev. 5/97 Page 2
Contract No. N02-CO- 1 1008

(3) -
Accountable Personal Property Include permanent research equipment and general pur$ose equipment having
a unit acquisition cost of $1,000 or more and having an expected service life of more than two years, and sensitive
property regardless of cost (see the DHHS Contractor's Guide for Control of Governmenr Properly). Show
permanent research equipment separate from general purpose equipment. Prepare and attach Form HHS-565,
"ReparLof.Accountable Property," in accordance with the following instructions:

List
..---- each--.item for whjcl~.reipbursementis requested. A reference shall be made to the following (as applicable):
I
- The item number for the specific piece of equipment listed in the property Schedule.
-
- The Contracting Officer's Authorization letter and number, if the equipment is not covered by the Property
.. . Schedule.

- Be preceded by an asterisk (*) if the equipment is below the approval level.

(4) Materials and Supplies - Include equipment with unit costs of less than $1,000 or an expected service life of two
years or less, and consumable material and supplies regardless of amount.

=
(5) Premium Pay - List remuneration in excess of the basic hourly kite.

(6) Consultant Fee -List fees paid to consultants. Identify consultant by name or category as set forth in the contract's
Advance Understanding or in the COA letter, as well as the effort (i.e., number of hours, days, etc.) and rate being
billed.
.=a? I:=
(7) Travel - Include domestic and foreign travel. Foreign travel is travel outside of Canada, the United States and its
territories and possessions. However, for an organization located outside Canada, the United States and its territories
and possessions, foreign travel means travel outside that country. Foreign travel must be billed separately from
domestic travel.

(8) Subcontract Costs - List subcontractor(s) by name and amount billed.

(9) Other - List all other direct costs in total unless exceeding $1,000 in amount. If over $1,000, list cost elements and
dollar amounts separately. If the contract contains restrictions on any cost element, that cost element must be listed
separately.

(I) Cost of Money (COM) - Cite theCOM factor and base in effect during the time the cost was incurred and for which
- <
reimbursement is claimed.
- , ,
-- - e

- -- (m) Indirect Costs--Overhead - Identify the cost base, indirect cost rate, and amount billed for each indirect cost category.

(n) Fixed-Fee Earned - Cite the formula or method of computation for the fixed-fee (if any). The fixed-fee must be claimed
as provided for by the contract.

(0) Total Amounts Claimed -Insert the totaI amounts claimed for the current and cumulative periods.

NIH(RC)-4 ATTACHMENT 3
Rev. 5/97 Page 3
- ..
Colitract No. N02-CO- 1 1008
(p) . Adjustments - Include amounts conceded by the contractor, outstanding suspensions, andlor Bsapprovais subject to
appeal.

(9) Grand Totals.-.. -

The contracting officer may require the contractor to submit detailed support for costs claimed on one or more interim
invoices/finPHtcing requests. - - --

NIH(RC)-4 ATTACHMENT 3
Rev. 5/97 Page 4
Contract No. N02-CO-11008

FINANCLAL REPORTING INSTRUCTIONS:

These instructions are keyed to the Columns on the sample invoicelfinancing request.
.-, - -

Column A--Expenditure Category - En'ter thekx~enditurecategories required by the contract.


. ._..__.
--. - . - - --
Column B-Cumulative Percentage of Effort/Hrs.-Negotiated - Enter the percentage of effort or number of hours agreed to
doing contract negotiations for each employee or labor category listed in Column A.
.-

column C--Cumulative Percentage of ~ f f o r t / H r s . - ~ c t u aEnter


l - the percentage of effort or number ofhoks worked by each -
.employee or labor category listed in Column A.
., . :

Column D--Incurred Cost-Current - Enter the costs, which were incurred during the current period.

-
Column E--Incurred Cost-Cumulative Enter the cumulative cost to date.

Column P-Cost at Completion - Enter data only when the contractor estimates that a particular expenditure category will vary
from the amount negotiated. Realistic estimates are essential. .- -
---
- Column G-- Contract Amount - Enter the costs agreed to during contract negotiations for all expenditure categories listed in
-

.Coliumn A.
-

Column H-Variance (Over or Under) - Show the difference between the estimated costs at completion (Column F) and
negotiated costs (Column G ) when entries have been made in Column F. Thiscolumn need not be filled in w h e n e d ~ Fn is
blank. When a l i e item varies by plus or minus 10 percent, i.e., the percentage arrived at by dividing Column F by Column G,
an explanation of the variance should be submitted. In the case of an overrun (net negative variance), this submission shall not
be deemed as notice under the Limitation of Cost (Funds) Clause of the contract.

Modifications: Any modification in the amount negotiated for an item since the preceding report should be listed in the
appropriate cost category.

Expenditures Not Negotiated: An expenditure for an item for which no amount was negotiated (e.g., at *e discretion of the
contractor in performance of its contract) should be listed in the appropriate cost category and all colums filled in, except for
G. Column H will of course show a 100 percent variance and will be explained along with those identified under H above.

NIH(RC)-4 ATTACHMENT 3
Rev. 5/97 Page 5
Contract No. N02-CO- 1 1008

SAMPLE INVOICE'FINANCING REQUEST AND CONTRACT FMANCIAL REPORT .-

NATIONAL INSTITUTES OF HEALTH


National CGZr Institute, RCB (c) Date Invoke Prepared

6120gCUTm BLVD..MSC 7224, (d) Contract No. N02CO-11008


Bethesda, MD 20892-7224 Effective Date March, 1 2001

(e) Payee's Name and Address


Matthews Media Group, Inc.
6101 Executive Blvd. Suite 300 (0 Total Estimated Cost
Rockville, MD 20852
(g) Total Fixed Fee
Attn: Name, Title, & Phone Number of Official to Whom '

(Name of Official)

NM(RC>4 ATTACHMENT 3
Rev. 5/97 Page 6
DATE OF PLAN: Febn~aw200 1

CONTRACTOR: ' Matthews Media Group, Inc.

AIIDPSSS: -- 6?0tExecotive Boulevard, Suite 300

Rockville, MD 20852

DUNN & BRADSTREET NCTMBER :

SOLICITATION OR CONTRACTNUMEIER:

ITEMISERVICE (Description): National Cancer Institute

TOTAL CONTRACT AMOUNT (Breakout Options):


$23,102,593 Total

- . .

Option #2 Option #3 Option #4

TOTAL MODIFICATION AMOUNT (If Applicable):


.. . .---:= == ..
TOTAL TASK ORDER AMOUNT (If Applicable):

PERIOD OF CONTRAfl PERFORMANCE


Day*Year): A p r i l 1, 20.01 - February 28, 2006

Thefollo~vingisasuggested modelfor usewhen developingsubcontracti~rgplansas requiredby P.L. 95-507andimplemented


by Federal Acquisition Regulations (FAR) Subpart 19.7. Wirile tlris modelplan has been designed to be consistent tvitlr
statutory artdregulatoryrequiremeitts, otherfornrats of a subcontractingplan may be acceptable; however,failure to include
tire essential informatiotr as exemplified in this model may be causefor eitlrer a delay in acceptanceor the rejection of a bid
-- -.
d

or offer when a subcontracfingplan b%euired Furtlter, the use of tlris nrodel is not intended to waive other requirements
that ntay be a ~ l i c a b l under
e statute or regulation. "SUBCOIVTXACT," as used irt tltis clarrse, ttreatts any agreement (other
--- -
than one involving an eitrployer-employee relatiorrsltip) entered into by a Federal Government prime contractor or
subcontractor calli~g for supplies or services requiredfor performance of the contract or subcontract.

Small Business Subcontracting Plan


1011 1/2000 Page I
1. Type of Plan (Check One) - .--
X
- Individualplan (All elements developed specifically for this conmct and applicable for the full term of this conoaet).

- Master plan (Goals developed for this contracr; all other elements standard and approved by a lead agency Federal
Official; must be renewed every three years and contractor must provide copy of lead agency approval).

- Comiiiercialproduct/serviceplan(Contractor sells large quantities of off-the-shelf commodities to many Government


agencies. Plans/goals negotiated on a company, division, plant or product line basis reflecting projected annual
_ ..^___
sales forcommercial
-4.
and non-cornmerc.ial items. Must be renewed annually and Contractor must provide copy of lead
- . . - -- - -
agency approval).

2. Goals -
State separate dollar and percentage goals for Small Business Concerns (SB), Small Disadvantaged Business Concerns
(SDB), Women-Owned Small Business Concerns, (WOSB), Historically Underutilized business Zone (HUBZone), Veteran-
Owned Small Business Concerns (VOSB), and Other than Small Business Concerns (OTHER) as subcontractors, forthebase
year and each option year, as specified in FAR 19.704 (Break out and append option year goals, if applicable) or project
annual subcontracting base and goals under commercial plans.

a. Total estimated dollar value of ALLplanned subcontracting, i.e., with ALL types ofconcernsunder this contract, is

-
b. Total estimated dollarvalue and percent ofplanned subcontracting withSMALLBUSINESS CONCERNS (includes
- . - SDB, WOSB, and HUBZone): (% of "a")

and 25.5 %

c. Total estimated dollar value and percent of planned subcontracting with SMALL DISADVANTAGED .BUSINESS
CONCERNS: (% of "an)
-.
.- -
.
- P ;.
b and 18.25 %

d. Total estimated dollar value and percent of planned subcontracting with WOMEN-OWNED SMALL BUSINESS
CONCERNS: (% of "a")

e. Totalestimated dollar value and percent of planned subcontracting withHUBZoneSMALLBUSINESSCONCERNS:


( % of "a")

f. Total estimated dollar value-snd percent of planned subcontracting with VETERAN-OWNEDSMALL BUSINESS
- , -. ,
CONCERNS : ( % of "a") C

bf and 1 %
- ,-

g. Total estimated dollar value and percent of planned subcontracting with O'IIER THAN SMALL BUSINESS
CONCERNS: (% of "a")

b L/ and 75 %

Small Business Subcontracting Plan


1011Inooo Page 2
h. Provide a description o f a t h e products andlor servjcfl, tb be subcontracted under this contract, and indicate the
types of businesses supplying them: [i.e. (OTHER), (SB), (SDB), (WOSB), (HUBZone), (VOSB)].
TYPE OF BUSIN'ESS

(Check all that Apply)

Subcontracted -ProducffSemce
. OTHER SB SDB WOSB HUBGne VOSB
Transcnptrons~ranslat~ons X X
Freelanceyide&lprng (filmrag) - X
Focus group facilrtation X X X
Freelance wrrt~ngieditrng X X X X
Formative researchiprogram evaluation X X X X
a

Issues management X
Pnntlng X X X X
Ethnic Med~alMarket~ng X X

i. Provide a description of the method used to develop the subcontracting goals for small, small disadvantaged, women-
owned,HUBZone, and veteran-owned srnall business concerns. Address efforts made to ensure that maximum practicable
. subcontraoring opportunities have been made available for those concems. Explain the method and state the quantitative
basis (in dollars) used to establish the percentage goals. Also, explain how the areas to be subcontracted to small, small
disadvantaged, women-owned, HUBZone, and veteran-owned small business concems were determined and how the
capabilities of these concerns were considered for subcontract opportunities. Identify any source lists or other resources
used in the determination process. -=

MMG has provided marketing, media, and public information services to government, non-profit, and
commercial clients since 1987. We have extensive experience in performing the types of tasks anticipated
under this RFP. We know that this national, complex social marketing and public education effort for NCI will
require multiple ongoing tasks, as well as broad-based expertise to meet program goals. We have based our
goals for srnall business subcontracting for NCl's communications efforts both on the types of tasks
anticipated and our assessment of the firms available to perform those tasks. Our assessment comes from
our years of experience and knowing the field of health communications and marketing, researching lists of
firms from the SBA and other sources, attending conferences, and contacting trade associations. We know,
for example, that there are a number of small businesses and SDBs with expertise in all aspects of marketing
strategic planning and research, and we intend to pursue vigorously those opportunities upon contract award.
In addition, as noted on this form, our current goals for HUBZone and veteran-owned small businesses,
represent a small percentage of the total srnall business subcontract dollar amount; however, we are firmly
committed to pursuing those oportunities as well.
- (Continued on attached document) *

- j. Indirect costs have been X have not been - included in the dollar and percentage subcontracting goals stated
. ..
above. (Check one)

Small Business Subcontracting Plan


1011 112000 Page 3
k. If indirect costs have been included, explain the m e t ~ o c t m dto determine the proportionate share of such costs to
be allocated as subcontracts to small, small disadvantaged, and women-owned, HUBZone, and veteran-owned small
business concerns.
MMG based total cost allocations, including indirect costs, for each catagory of small business on the type of
work anticipated under this contract. Our estimates are based on our current indirect rates, but we would
expect costs to fluctuate slightly based on rate changes over the next 5 years.
--.
3. Program Administrator

Name, t i t l e w d positmwwithin the colporate structure as well as duties and responsibilities of the employee who will
administer the contractor's subcontracting program.
NAME: Frances Heilig
TITLE: Senior Vice'President

ADDRESS: 6101 Executive Blvd, Suite 300


Rockville, MD 20852

TELEPHONElE-MAIL: 301 984-7191 (ext. 614) frances.heilig@matthewsgroup.com

Duties: Has general overall responsibility for the company's subcontracting program, i.e., developing, preparing,
. - . . -
and
executing subcontracting plans and monitoring performance relative to the requirements of those subcontracting plans.
Other duties include, but are not limited to, the following activities:
...
. --
a. Developing and promoting company-wide policy initiatives that demonstrate the company's support ..
for awarding
contracts and subcontracts to small, small disadvantaged, and women-owned, HUBZone and veteran-owned small
- ,
business concerns; and for assuring that these concerns are included on the source lists for solicitations for products
and services they are capable of providing;

b. Developing and maintaining bidders lists of small, small disadvantaged, women-owned, HUBZone and veteran-
owned small business concerns from all possible sources.
--;= - z .

c. Ensuring periodic rotation of potential subcontractors on bidder's lists.

d. Ensuring that requests for contracts (RFC) are designed to permit the maximum practicable participationof small, small
disadvantaged, women-owned, HUBZone and veteran-owned small businesses;

e. Using various sources for the identification of small, small disadvantaged, and women-owned, HUBZone and veteran-
owned small business concerns to include the SBA's PRONET System, the Federal Acquisition Computer Network
(FA- Contractor RegistrationData Base, the National Minority Purchasing Council Vendor Information Senrice,
the Office of Minoriry Business Data Center in the Depaament of Commerce, local small business and minority
associations, contact with local chambers of commerce, and Federal agencys' Small Business Offices;

f Establishing and maintaining contract and subcontract award records;


--
. g.
-
Pacticipating in Business Oppormnity Works-hops, Minority Business Enterprise Seminars, Trade Fairs, Procurement
Conferences, etc.

h. Ensuringsrnall, small disadvantaged, women-owned, HUBZone and veteran-ownedsmall business concerns are made
aware of subcontracting opportunities and assisting concerns in preparing responsive bids to the company;

i. Conducting or arranging for the conduct of training for purchasing personnel regarding the intent and impact of
Public Law 95-507 on purchasing;

Small Business Subcontracting Plan


10/11/2000 Page 4
j. Monitoring the company's subcontracting program p e r f m n c e and making any adjustments necessary to acllieve
- .
the subcontract plan goals;

k. Preparing, and submitting timely, required subco~ltractreports;

1. Coordinating the company's activities during the conduct of compliance reviews by Federal agencies, and;

m Otherduties -
4. Equitable Opportunity
. ..._--. --. - .. - .-
..Describe efforts the offeror will make to ensure that small, small disadvantaged, women-owned, HUBZone and veteran-
owned small business concerns will have an equitable opportunity to compete for subcontracts. These efforts include, but
are not limited to, the following activities:~-
-

a. Outreach efforts to obtain sources:

(9
2)
Contacting minority and small business trade associations;

Contacting business development organizations and local chambers of commerce;


n
Attending small, small disadvantaged, women-owned. HUBZons and veteran-owned small business
procurement conferences and trade fairs;

Requesting sources from the Small Business Administrationls (SBA) PRONET, and, and other SBA resources,
and;
- . - .- zs.-
. .

. , . . 5) Londucting market surveys to identify new sources.

b. Internal efforts to guide and encourage purchasing personnel:

Presenting workshops, seminars, and training programs; == -=z-.:--


- . :

.Establishing,maintaining,andusing small, small disadvantaged, women-owned, HUBZone and veteran-owned


small business source lists, guides, and other data for soliciting subcontracts, and;

c.
Q Monitoring activities to evaluate compliance with the subcontracting plan.

Additional efforts: m e ure-v established r e l a t i o n s h i ~ m hbusinesses.

5. Flow Down Clause

The contractor agrees to include the provisions under FAR 52.219-8,"Utilization of Small Business Concerns", in all
subcontracts that offer further subcontracting opportunities. All subcontractors, except small business concerns, that
receive subcontracts in excess of $500,000 ($1,000,000 for construction)must adopt and comply with a plan similar to the
,plan required by FAR 52219-9, "Spall Business Subcontracting Plan." (FAR 19.704(a)(4)). -=.z j
=
* * C
* 6. ~ e ~ n t i and
n g Cooperation

-- -.-
- - The contractor gives assurance of(1) cooperation in any studies or surveys that may be required; (2)submission ofperiodic
reports which show compliance with the subcontracting plan; (3) Submission of Standard Form (SF) 294,"Subcontracting
Report for Individual Contracts," and SF-295,"Summary Subcontract Report," in accordance with the instructions on the
fonns; and (4) ensuring that subcontractors agree to submit Standard Forms 294 and 295.

Small Business Subcontracting Plan


10/11r2000 Page 5
Ln more specific terms, one important area is qualitative market~esearchneeded to develop a thorough
understanding of NCI's target audiences. As needed to s u p p l e r n e ~ ~ e s t a tefforts,
1s MMG will tun^ to companies
with capabilities for discrete, short-term projects with demanding deadlines. Two such companies are Systems
Assessment and Research, Inc., and Marketing Resources International, both African American, women-owned, 8(a)
certified f i ,to perform this social research and evaluation.

In addition, as part of our videotape and film production services we typically subcontract the actual filming and
editing servic.e~tovarious small businesses who specialize in this type of freelance work We also have routinely
subcontracted discrete writing and translation assignments on &ort notice.

Basedmaur understandiagofihe requirements of this procurement and our hstorical subcontracting practices, we
h o w that with the appropriate tasks we will be able to subcontract at least 9 percent (9%) of our contract to small,
small disadvantaged, and women-owned small businesses. As a former small, woman-owned business ourselves
(under certain SIC codes), we understand the strength and expertise that these small, highly professional firms,
- whose owners become intimately involved m the provided service, can bring to a client. Our track record will
continue as our company has opportunities to utilize smaller, growing businesses. --

Some of the small businesses, kth which MMG has worked or has relationshps, are:

1. Campbell and Company


Arlington, Virginia
Wendy Campbell, President

2. Systems Assessment and Research, Inc.


Laurel, Maryland
Dr. Henry Wong, Director of Research
- -. - 3. Marketing Resources International, Inc.
- - Ellicott City, Maryland
Barbara Hairston, President

4. EMC Printing
Gaithersburg, Maryland
Teddy Cornejo, President

5. Creative Associates ~ n t e r n a t i h l
Washington, D.C.
Pablo Maldonado, Vice President

6. Vanguard Public Relations


Arlington, Virginia
Joe Kelly, Marketing Director
Reporting Period Report Diie -- , Due Date
Oct 1 -Mar 31 SF-294 4130

Apr 1 - Sep 30 SF-294 10/30

Oct 1 - Sep 30
- . -
Special instructions for commercial products plan: SF-295 Report is due on 10130 each year for the previous fiscal year
ended 9/30.

ADDRESSES

(a) SF-294 to be submitted to: cognimnt Cnntracting Officer

(b) SF-295 to be submitted to cognizant Contracting Officer and to the following office:

Office of Small and Disadvantaged Business Utilization


Department of Health and Human Services
200 Independence Avenue, SW
Humphrey H. Building, Room 517-D
Washington, D.C.. 20201

(c) Submit "info" copy to SBA Commercial Market Representative (CMR);call SBA at (202) 205-6475 to locate CMR.
.. - -
7. ' .Recordkeeping-
- -
The following is a recitation of the types of records the contractor will maintain to demonstrate the procedures adopted to
comply wiih the requirements and goals in the subcontracting plan. These records will include, but not be limited to, the
following:

a. Small, small disadvantaged, women-owned, HUBZone and veteran-owned small business concems_go_urcelists,
guides and other data identifying such vendors;

b. Organizations contacted in an attempt to locate small, small disadvantaged, women-owned, HUBZone and veteran-
owned small business sources;

c. On a contract-by-contract basis, records on all subcontract solicitations over $100,000, which indicate for each
. solicitation (1) whether small business concerns were solicited,andifnot, whynot; (2) whethersmall disadvantaged
business concerns were solicited, ifnot, why not; (3) whether women-owned small business concerns were solicited,
and ifnot, why not; (4) whether HUBZone small business concerns were solicited, and if not, why not; (5) whether
veteran-owned small business concems were solicited; and (6) the reason for the failure of solicited small, small
disadvantaged, women-owned, and HUBZone small business concems to receive the subcontract award;

d. Records to support other outreach efforts, e.g. contacts with minority and small business trade associations,
attendance at small and minority
- business procurement conferences and trade fairs;
-
- e. Records to support internal guidance and encouragement provided to buyers through (1) workshops, seminars,
training programs, incentive awards; and (2) monitoring performance to evaluate compliance with the program and
requirements, and;

f. On a contract-by-contract basis, records to support subcontract award data including the name, address, and
business size of each subcontractor. (This item is not required for company or division-wide commercial products
plans.)

g. Additional records:

Smali Business Subcontracting Plan


I 011 112000 Page 6
SIGNATURE PAGE
. -

THIS SUBCONTRACTING PLAN W A S SUBMITTED BY:

CONTRACTOR: Matthews Media Group, Inc.


CONTRACTOR S I G N A W :
Lr-
TYPED NAME: &ces Heilig
--
TITLE: Senior Vice President -
DATE PREPARED: 02-2 1-2001
-

THISPLAN(Check0ne): IXj INDIVIDUAL I 1 r%w3'ER [ ] COMMERCIAL

IS ACCEPTED BY:
/7
~ ~ A G E N C Y : Departmen
FEDERAL CONTRACT)[NG
OFFICER SIGNATURE:

TYPED NAME:

Small Business Subcontracting Plan


10111/2000 Page 7
Contract No. N02-CO- 1 1008

PROCUREMENT OF CERTAIN EOUIPMENT

Notwithstanding any other clause in this contract, the Contractor will not be reimbursed for the purchase, lease, or rental of any
item of equipment listed in the following Federal Supply Groups, regardless of the dollar value,,without the prior written approval
of the Contracting Officer. -

-
67 Phobgraphie Equipment
69 - Training Aids and Devices
70 - General Purpose ADP Equipment, Software, Supplies and Support (Excluding 7045-ADP Supplies and
Support Equipment.) -
-
7 1 - Furniture
72 - Household and Coinmercial Furnishings and Appliances
74 - Office ~achine'sand Visible Record Equipment
77 - Musical Instruments, Phonographs, and Home-type Radios
-
78 Recreational and Athletic Equipment

When equipment in these Federal Supply Groups is requested by the Contractor and determined essential by the Contracting
Officer, the Government will endeavor to fulfill the requirement with equipment available from its excess personal property
. -
sources, provided the request is made under a contract. Extensions or renewals of approved existing leases or rentals for .
- ..... . .
,
,
equipment in these -Federal
..
Supply Groups are excluded from the provisions of this article
. . - - .

NIH(RC)-7 (411184) ATTACHMENT 5


OMB Bulletin 8 1- 16
.*i, .:;
- . - !. .. O m NO. opWl15
I.~IIS:-IS A R A amm
~ PAOR 01: P-
~ ~ R D P A GRIM)
S ~ S
- . AX~ARD~CON;I~RACT 1 t 25
I 1 I
Z CQhV?A(IT @ ~ ~ h u t l d c h l ) N O . 3. DATE (.R ~ o N u ~R B~Q U~E C I ' / P R NO.
P IASE ~
NOZCO-21186 . . l@~'30121102
S. rSSUBDBY
mj 280211110 '
-
6.&&f!N!71~fTl8Y(If&rumibm5) 03116
National ~xnccr-hsffhtc
LZcsenrch ContrPctiBraoch, ESS ~ f i c of&r
c
Erccntive flau South, Suilc 600, b o r n 6061 Ofice af Dbm, bCCFS Cknccr Control -
6120h € G I k & BlydiKSC 71% - - . . Pi~isionof Caberr Caatrol and Populafion Sdmce
Bethcsda Marylnad 24892-7196 (RW No. .N02C021046-17)
I \
7. NAME AN1, A D D B S OP TFiECONTRACTOR@JuUdm%,cily.cwpy, h3sk wd Z P U)

-. Pdrtcr NovcU, Inc


. - ! i .
'.
X. DEUVBRY
PW 0 FOB J* -
1909 KStNu9te400 .
: a
. . . 9. DTSUJUHTI;OR 7'1(O&ikT P A W
-. .. . ~ n r h r n s i nDirMct
, Of Columbia 20006 . - .
!/ I

i I ' 10. S ' r J ~ ~ O T ~rrpM


! !' , ~de-etwmiac& ., +
NACK OP PB7PORMAl+CEW~hinpt011,~ & & t ~ o l of : ~ m ~ ~ ~ . . i0d ,UJDRRCq r;HDWNW
CODE . .. PArntY06D:
~ '

I .
i .
. I I
1 1 1 S M P T W A U E FOR WDE . .. .
.:. : IZrA~WItLHKMMeBY
. .
SEE SECTION F,ARTICLE ,P. 2. .. . .. t i . '

IISINO UTHERTAAN,FIJU
13. AIJTIIORIIYFOR O Tc
0-~m 11. A W J ~ ~ N AYI'KOP~INIONDAT~
G ~ ~
.
*
.
.. 28427635- , .-
. .
" u 10 ".kc. we)'( j , U.sC WC) ( ) ' ..~.j9i&.
.. ,
' wcrici. mcozllsd~ .
. .

. ..
_^...?
I Db& of b c t r Corn--)wad Pdjmbrjos GcLotr
[BBT NO.ROXQ2'1Wl7 1

. . .' .

?.
-
I I. t i r p ~Oltrnr
PRP ~ r ~ r n m + i s w ~ L
s E E T ~ D N F , A R T ~ C IP.2.
A - BLP G~CTWNG. ~ ~ a ~ rW i.~eu --
z ~ . ~ ~ n ~ r o ~ ~ ~ ~ ~ l t ~ n a r ~+.ucrnwmrci
n ; ~ ~ & r t 'u( u~r ~~a w
, ron ~
mr i ~~ ~~ ~

j .
L

~ ~ ~ u ~ c Z ~ T ( C ), ,(
> .
.
.
.
.
- B+ -
. . . . .. - ~/-J.~PU,.~;C.~C)(
.. .
.
. - . ... . ., . . L!m3995. . . . . ., JJly
EKL N U : O Z I J ~ . . - . -
:
.... . .
! I:
:
. FcarJa.-lslP .-. J* -. ., . , . . .. .. --A

. .a~,nw~o. - .. ~~awr- :. ucmm J IXZWJ I+IP~=' .~an#bu~c .


.m p : Plan- h r 5 A Day far .8arar Tima*
I)w%bpl Im$pyenDry.lurd ~ r a iring m: .S L,467.7Q8 .
Crna~mu~l#U&m
P m g ~ : i. : . am: s , 7&;m. :

C V R M~ B L I C ; A ~ ~ N : r i. - 8 3p346UI Ik"
. t j . d mm'~ ~ f U d b : .:.&# ~G~
.;co;*fiff, mE; t .Pd;h:mhigmaN I .. 5 ,. . .
. .
.,.,,
09/27/02 F R I 12:34 FAX @O[
'
ShiT BY: - r"- 3-27- 2 ; 9:45AM- -: CEC~ F a - 56101:" 2
pzcs %msico a z f i d ~ / C S 76
-
RnOP;' #70
TITLE: Plan~ing.Devebphg. hp/ementing and Evaluating a 5 A Day for %enerHeaifh
Communications Program

-
PART II ~ 0 fTRACTOR'S
f REPLY:

c O N T R A ~#263-07 -6-61?S LTO


Contractor: Porter Novelli
Polnts of Contact: Stephenie Fu
,
$LS
#
+
-
h l ~ s - NOZ-CCJ-Z

Phone: 2 02f973-5883 202-973-5858 ax:


Addhams: 7 909 K Street, NW, 4'h F b r , Washingtan,
i

TOTAL ESTIMATED COST: $3,436,827.69


PRICING METHOD:
( B a a e year) ; (option 1) ;
Cost Plus Fi&d Fee (Completion) ( * t i 0 1 1 z ) ; Total: )
bf '

TOTAL ESTIMATED NUMBER OF HOURS: MA


PROPOSED COMPLETlON DATE: September 30,2003with 2 sucsessive 1 year&lons
. -
FOR THE CONTRACTOR -
--

Date
Septembsr 23,2002-
SOURCE SELECTION: :
WE HAM R M N V E D PLL SUBMlmD PROPOSALS HAVE DETERMINED 7HlS FIRM SUBU-JHEBEST O&R/IU
PROPOSAL AND THE Pwcwcom IS REASQMBLE.
, .
Billing Reference # -xoz-cn-z r 18s :

CAN 28423262 $523rD00; W 28330202 $100,000


Approprlafions Data: m.28427635 $1.. 4 6 7 , 7 0 8 ; CAN 2833950s $745,920 ; CAN
( A ~ A C YO B L I ~ T I NWUMEKT
C ~FW

RECOMMENDED:
FUC* 301/180-2087

APPROVED: ~h6h?2
FAX #!'3dt - Contracting Offiwr Date
-
i t - . .

NIH APPROVAL. z

- CONTRACTOR SHALL NOT EXCEED W E ESTIMATED U B O R HOURS OR ESTIMATEDTASK


ORDER AMOUNT WITHOUT THE WRlrrEY APPROVAL OF THE CONTRACTING OFFICER &
PlCS COORDINATOR

APPROVED: A9
Signature -Anthony M.
. .
RFTOP:' #70
TITLE: Planning, Developing, Implementing and Evaluating a 5 A Day for Better Health
Communications Program

PART 11 - CONTRACTOR'S-REPLY :- -

CONTRACT #263-01-D-Of75TO # NICS- N02-CO-21186


Contractor: Porter Novelli
I .

Points of Contact: Stephenie x

Phone: 2021973-5883 Fax: 202-973-5858 -


Address: 1909 K Street, NW, 4th Floor, Washington, DC 20006 .-
I
.- -
TOTAL ESTIMATED COST: $3,456,627.69 (Base year) ; 7 (Option 1 b
PRICING METHOD: Cost Plus ~ i x e d
Fee (Completion) cuption 2) ; Total: - bY
+
TOTAL ESTIMATED NUMBER OF HOURS: NIA - .
PROPOSED COMPLETION DATE: j September 30,2003 with 2 successive 1 year.i$tiohs
' ,
I

FOR THE CONTRACTOR


- Date
September 23,2002-
SOURCE SELECTION:
WE HAVE REVIEWEDALL SUBMITTED PROP~SALSHAVE DETERMINED THIS FIRM S U B M I T T E B W BEST OVERALL
PROPOSAL AND THE PRICEICOST IS REASONABLE.

Billing Reference # ~~02-CO-21186 i


CAN 28423262 $323,000; CAN 28330202 $100,000
Appropriations Data: CAN 28427635 $1,467,708; CAN 28339505 $745,920; CAN 2-8428108 $600,000
(ATTACH OBLIGATING DOCUMENT IF AN ROC WILL NOT BE USED.)

RECOMMENDED:
FAX# 301/480-2087

APPROVED:
- - FAX # - Contracting Officer
.
! I
..,.
>
- -- , NIH APPROVAL - !.! .i
'

CONTRACTOR SHALL NOT EXCEED!THEESTIMATED LABOR HOURS OR ESTIMATEDTASK


ORDER AMOUNT WITHOUT THE WRITTEN APPROVAL OF THE CONTRACTING OFFICER &
PICS COORDINATOR . ,

APPROVED:
Signature -Anthony M. Revenis, J.D., NIH-PICS Coordinator Date
-. [\
OMB NO. 0990-0115
* -.- JRATLNG I
AWAF?D/CoN'E?ACT I
I
I. THIS CONTRACT IS A RATED ORDER
U N D E R DPAS (IS CFR 350)
I I
PAGE OF

I
PAGES

2. COh'TPACT p:o:. k:Idt~t)hTO. 3. ZFFZCTTdX D A E 14. REQiTISmON P 9 X C i S E EQUESTtPROECT NO.

I I
-
5. ISSUED BY 6. ADMNISTWZEDBY (If other than ]tern 5 ) CODE
CODE/ 261021186
NationaI Cancer Institute
Research Contracts Branch, ESS Office of Director
Executive Plaza Sodfh, SuIEif600, Room 6001 - Office of Direcotr, DCCPS - Cancer Control
6120 Executive Blvd MSC 7196 Division of Cancer Control and Population Science
Bethesda Maryland 20892-7196 (RFP No. N02C021046-17 )
I \
7. NAME AND ADDRESS OF THE CONTRACTOR (No., street, city, cofity. Sfate and ZIP Code) 8. DELIVERY 1, -
FOB Destination FOB Origin
Porter Novelli, Inc
1909 -K- St D-w Ste 400 9. DISCOUNT FOR PROMPT PAYhXNT

Washington, District Of Columbia 20006


I '
I
10. SUBMIT INVOICES ITEM
(4 copies unless othcrmserpenticd)
PLACE OF PERFOR.bfANE: Washington, District Of CoIumbi$ ' TO m ADDRESS SHOWNIN
CODE FACDLITY CODE SEE SECTION G

<
). ARTICLEG.2.

11. SHIP TOMARK FOR CODE 12. PA=. W&L BEMADE BY CODE
SEE SECTION F, ARTICLE P. 2. SEE SECTION G, ARTICLE G.2.
13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 14. ACCOUNTING AND APPROPRIATION DATA
-.
- by
l0U.S.C. 2304(c) ( ) [7 41 U.S.C. 253(c) ( )
CAN1 28427635 . TIN -
-A

CAm 28339505 DOC NO. N2C021186A


OCCoDE 25.23 LOC
I SA. ITEM NO. 1sB. S W P ~ / S E R V I C E S I SC.QulvsrrrY 1SD.urJrr 1 5 E . U N I T ~ C E s - . 1SF.AMOUNT
TITLE: Planning, Developing, Implem nting and Evaluating a 5 A Day for :letter R e a l t ~ CAN^: s 1 , 4 6 7 , 7 0 8 -
Communications Program f CAN2: S 745,920
CURRENT OBLIGATION: S 3,436,628 .''
'CONTRACT PERIOD: 09/30/2002 through 09/29/2003 s
C-ONTRACT TYPE: Cost-Plus-Fixed Fee, COMPLETION s
- -
- 115~.TOT& A M O W OF CONTRACT s 3,436,628
t 16. TABLE OF CONTENTS
01. ', SEC. I I
DESCRIPTION I.PAGE(S) I
.I, . ISEC.
CX) 8
I
I
DESCRIPTION . IPAGHS)
. .,
-
PART I TRE SCREDULE /: PART II - CONTRACT CLAUSES
X A SOLICITATIONICONTRACTFORM :: 1 X 1 1 1 CONTRACTCLAUSES ( 22
X B SUPPLIES OF SWVICES AND PRICES/COSTS a ! 3 PART a-LIST OF DOWENTS, EXHIEKE AND OTHER ATTACH
X C DESC~TfOWSPECS/WORKSTATEMENT . 5 X 11 I LISTOF A'ITACRMENTS 1 25
X D PACKAGINGANDMARK.IN0 - 1' 14 PART lV -REPRESENTATIONS AND INSTRUCTIONS
x E INSPECTIONANDACCEPTANCE
- 14- REPRESENTATIONS, CERTIMCATIONS AND
- 25 - -
X F DELIVERBSORPERFORkfANCE : i. 15 OTHER STATIiKEmS OF OFFERORS
x G CONTRACT ADMINISEATION DATA 1 18 n ML INSTRS.,corns.,AND N o n c E s T o OFFERoRs
- -X H SPECIAL C o m c T R E Q ~ s : 20 n EvALuAnoN FACTORS FOR AWARD
CONTRACZWG OFFIC~RFULL COMPLETEITEM I7 OR I 8 AS APPLICABLE
17. 1x I CONTRACTORSNEGOTIATED AGREEhENT (Contractor is required' to sign this docrnent 1I 8. 1 I AWARD ( Contractor is not required to sign this document)
andleturn 1 copies to issuing office.) Conhactor agrees to furnish and deliver alltitems or ~owyfferon SolicitationNumber
perform all the services set forth or otherwise identified above and on any continuation sheets for the including the additions or changes made by you which additions or changes are set forth in
consideration stated herein. The rights and obligations of the parties to this conhact sQallbe subject to full above, is herein accepted as to the items listed above and on any continuation sheets,
and governed by the following documents: (a) this awardtconhacf @) the sbIicitationj if any, and (c) This award consummates the conhact which consists of the following documents: (a) the
such provisions, representations, ceficahons, and specifications, as are attached or incorporated by Govement's solicitation and your offer and @) this award/conhact No iurthcr
reference herein. (Attachments are listed herein.)
. ?
I conhactual document is necessary.
,
19.4. NA~?EAM) TIlZE OF SIGhER (Type or PI-&)

I
19B. ~d
OF CONTRACTOR 19C. DATE SIGNED ZOB. UNITED STATES OF AMERICA 20C. DATE SIGNED

(Signature of person authorized to s i g ~ ) 1 1 (Signature of Contracting officer) 1


KSN 7540-01-152-8069 26-107 STANDARD FORM 26 p V . 4-85)
PREVIOUS EDITION UNUSSLE I A--- -- -.
Prrrcnbcd by GSk
NCI ~ o n f r a c No.
f N02-CO-21186

....... - .. - -.
.
. . . . . . . .
,

SECTION A - SOLlClTATlONlCONTRACT FORM . . . . . . . . . . . . . . . . . . . . .: . . . . . . . . . . . . 1


-
SECTION B SUPPLIES ORSERVICES AND PRICESICOSTS . . . . . . . . . . . . . . . . . . . . . . 3
-
SECTION C - DESCRIPTIONISP.ECIFICATlONSNV0RKSTATEMENT . . . . . . . . . . . . . . . . 5

-
SECTION D PACKAGING, MARKING AND SHIPPING . . . . . . . . . . . . . . . . . . . . . . . . . . . 14

-
SECTION E INSPECTION AND ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14

. .
- .. - . . -. ..

SECTION H SPECIAL CONTRACT


.
-
REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
.

Page 2
NCI Confracf No. N02-CO-2.1186

SECTION B --SUPPLIES OR SERVICES AND PRICESICOSTS


-
. ,

ARTICLE B.I. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES

The Contractor shall provide support services for the 5 A Day Program of the National Cancer
Institute contract, "Planning, Developing, Implementing and Evaluating a 5 A Day for Better Health
Communications Program" in accordance with Article C.I., Statement of Work, and all terms and
conditions as negotiated herein and under the Basic Contract 263-01-D-0175. -

ARTICLE B.2. ESTIMATED COST AND FIXED FEE

a. The estimated cost of Year 1 of this contract is $ bf


b. The fixed fee for Year 1 of this contract is 9 The fixed fee shall be paid in
installments based on the percentage of completion of work,-as determined by the Contracting
Officer, and subject to the withholding provisions of-the clauses.ALLOWABLE COST AND
- . .
PAYMENT and FIXED FEE referenced in the General Clause Listing in Part 11, ARTICLE 1.-1. -..:
of the Basic Contract 263-01-D-0175. Payment of fixed fee shall not be made in less than
monthly increments.

c. The Government's obligation, represented by the sum of the estimated cost plus the fixed fee
-- - -
for Year I-
is $3,436,628.

d. If the Government exercises its option pursuant to ARTICLE H.13. of this contract, the
Government's total obligation represented by the sum of the estimated cost plus the fixed fee
will be increased as foliows:

.. 3

Fixed Estimated Cost


Estimated Cost Fee Plus Fixed Fee
Base Period $ $ $3,436,628
--
Option Year 1
Option Year 2
Total (Base Year and
Options)
-
-
. : -$
'

t
"7'
$
: b.i
$
i,,
NOTE: The estimated cost and Axed fee for each option year will be renegotiated
based upon the work performed and deliverables completed during the previous
contract year.

I
Page 3
NCI ConfracfNo. N02-CO-27786

e. Total fu5rlc tly available for payment and allotted to this ccn+r3-+
PI lrrnn $3,436,628, of
which $ bj represents the'estimated costs, and of which 9 b
epresents the fixed
fee. For tu her provisions on funding, see the LIMITATION OF COST clause referenced in
~ d - i lA-RTCLE
l I:?. of the Basic Contract 263-01-D-0175.
. a

ARTICLE B.3. PROVISIONS APPLICABLE TO DIRECT COSTS


A

- .- -
a. Items ~ n a l l o w a b l eUnless 0thehvise
i )'
Provided

Notwithstanding the clauses. A~L,OWABLECOST AND PAYMENT, and FIXED FEE,


incorporated in this contract, unless authorized in writing by the Contracting Officer, the costs
of the following items or activities shall be unallowable.as direct costs:
I:

,. ' .:
;. .
(I) Acquisition, by purchase o~~lease, of anyinterest in real property;
.. . (2)
Special rearrangement o( alteration of facilities;
.. . - .. . .. .. . ., . 3 ). purchase orlease of any,item of general pu?paseoffice fu,rnit.u.re.,orofficeequipment - ,

. . . regardless of-dollar value: (General purpose equipment is defined as any items of . - .. ---
. . . personal property which are usablefor purposes other than research;suchas offtce
equipment and furnishings, pocket calculators, etc.);
(41 Travel to attend general s'cientific meetings;
(5) Foreign travel; . . .. - - . --..
--.-. ..
(6) Consultant costs;
(7) Subcontracts; . ,
..
. (8) patient ca're costs;.
(9) Accountable Government:ptoperty (defined as both real and personal property with.an
acquisition cost of $1,00O~ormore and a life expectancy of more than two years) and
. . "sensitive items" (defined andlisted in the Contractor's Guide for Control of
Government Property), I9.96,~regardless
. . of acquisition value.
:. . .
. . 1..

b. Travel Costs '


. . 9 '

. . . .'

Domestic ravel
I.'

(1)
. . - . .
I.
.. . .- .--
. .
- . . .. . - -
. . .
(a) : Total expenztures fordomestic travel (transportation, lodging, subsistence, and - - -
..

.
incidental expenses)iincurred in direct performance of this contract'shall not ,
'

- exceed $0.00 withoutthe


.
. .
prior written approval of the Contracting Officer:

' (b) The Contractor shall invoick and be reirnbursedfor all'travel costs in accordance with
Federal Acquisition ~egulations(FAR) 31.205-46.
. ...

Page 4
, I
NCI Confracf No. N02-CO-21186

ARTICLE B.4; ADVANCE UNDERSTANDINGS -

Other proyi$ion_s-ofthis contract notwithstanding, approval of the following items within the limits set
forth is hereby granted without further authorization from the Contracting Officer.

a. The contractor shall not incur costs or proceed with work under the following general other
direct cost categories without ihe jsubmission of supporting documentation and obtaining prior
written approval of the ~ o n t r a c t i hOfficer:
~

(I) Travel related expenses, including but not limited to, air and ground transportation,
lodging, per diem, misceltaneous expenses, etc.
(2) Elaine-Noelle Media or relatedlsimilar work
(3) Focus Groups, including but not limited to, facility rental, recruitment, incentives, facility
assistance, moderator, web test, materials, etc.
(4) All food costs
I

- . - (5) Honorarium paid to speciiic individuals (not-to-exceed $200/dgy/individual)


(6) Media/Radio Buys, including but not limited to, media buys, production, talent, airing, - -
newsclipping services, radio vendors, etc.
(7) Miscellaneous labor related fees including, but not limited to, spokespersons,
consuftants, participants, etc.
(8) Sponsor, sponsorship, convention or related-fees - ----% .
(9) Evaluation costs associated with omnibus questions
(10) Video costs, including but not limited to, video production, satellite feed, etc.
(1I ) Outreach materials, including but not limited to, mass media products, print materials,
Public Service Announcements (PSAs), Video News Releases (VNRs), Audio News
Releases (ANRs), etc.
(12) Any individual or aggregaie. line item cost in excess of $25.000 not covered in the
above.

b. All information (print, media, television, radio, etc.) that will be released to the public must
conform to all NCI clearance procedures. Clearance procedures include submitting
information to the Government tq ensure that all clearances/reviews are obtained, and
revisions are made before-the scheduled deadlines and before the information is released to --.-
the public.
I

r
- -
- - -
SECTION C DESCRlPTlONlSPEClFlCATlONSMlORKSTATEMENT

ARTICLE C.I. STATEMENT OF WORK


'!

a. Independently and not as an agent of the Government, the Contractor shall furnish all the
necessary services, qualified personnel, material, equipment, and facilities, not otherwise
provided by the Government as n,eededto perform the Statement of Work below:

Page 5
i NCI Confracf No. N02-CO-21186

(I) Background Information -

' I

--. Prqect Description

The contractor shall provide services to the National Cancer Institute's (NCI) 5 A Day
for Better Health program to plan, develop, implement, and evaluate a national
campaign. The campaign ipcludes, but is not limited to, communications products and -
activities to increase Amerjcans' consumption of fruits and vegetables (FN) to 5 to 9
servings a day. Target audiences for the communications campaign include the general
adult population and Africa.1 American men ages 35-50.

To accomplish the 5 A Day goals, NCI seeks to collaborate with other agencies and
organizationst o leverage.opportunities and resources. The contractor shall work with
NCI to develop new partnejships at the nationallregional/state level to strategically
leverage opporfunities andjwork with NCI toleverage communications opportunities
and resources with existing: national partners.
--
(2) Background on The 5 A Ddy For Better Health Program
The goal of 5 A Day For ~ e t t e Health
r Program is to increase Americans' consumption
of FIV to 5 to 9 servings a day to promote good health and reduce the_& of-cancer,
heart disease, hypertensio?, diabetes and other diseases. NCI is the lead federal
agency and national healtp authority for the 5 A Day For Better Health Program. As
such, NCl's primary resp0,nsibilities include 5 A Day communications and media
relations, partnership development and collaboration, behavior change and evaluation
research, and diffusion and dissemination of evidence-based research.

5 A Day is one of the most widely recognized health promotion programs in the world.
Program strategies include;

(a) Promoting the healtti benefits bf FN;


(b) - public;about the importance of eating 5 to 9 sewings of colorful
Educating the
FN.a day; .- I
,, ! I
- --
(c) Promoting environmental changes that increase the availability of FN, and; - -
' (d) Promoting policies at the national level that increase FN consumption.
- -- 9 $
I

Founded in 1991 as a partnership between NCI and the Produce for Better Health
Foundation, the Program has become the largest publiclprivate partnership for nutrition.
Its strength comes from the,cornbined efforts and resources of its many partners,
including federal agencies, private industry, state health/agriculture/education agencies,
voluntary health organizations, professional organizations, and non-profit community
and advocacy organizations. In 2002 the National 5 A Day Partnership was established
with leadership provided by fa Steering Committee including:

1 .

I .

. : .
Page 6
NCI Contract No. N02-CO-21786
-
American C a n ~ e Society
r (ACS)
Centers for Disease Control and Prevention (CDC)
.--- -- National Alliance for Nutrition and Activity (NANA)
National Cancer lrktitute (NCI)
Produce for Better-oealth Foundation (PBH)
Produce ~ a r k e t i n bAssociation (PMA)
United Fresh ~ruit'and Vegetable Association (UFFVA)
United States Depaitment of Agriculture (USDA)

Results of the ~ro~ram's'effortswere initially encouraging but have recently plateaued.


The percent of adults who 'know they should eat 5 or more servings of F N a day
increased almost fivefold'(Q% to 36%) between 1991 and 1997, but has remained the
same since 1997. Consequently, 60% of adults are still not aware that they should eat 5
to 9 servings of F N a day €or good health. -

I . -
Average consumption of F& increased-from4.1 to 4.6 servings a day for adults and
-
from 3.4 to 3.9 for children:between 1991 and 1997. Although average consumption of-'
Fm increased about % a serving, it is estimated that approximately 70% of children and
adults still do not eat the binimum number of 5 servings of F N a day.

5 A day communications efforts for the past 10 years have primarily targeted women
eating 2-3 servings of F N a day who are interested in eating more. Media coverage of 5
A Day has been extensive in the mainstream print media. But, broadcast, media
relations, magazines, special events, and partnerships have not been fully utilized. To
increase public awareness of the 5 A Day message and motivate adults to eat more
FN, communication strategies must target and reach diverse audiences.

Because African American men have disproportionately high rates of cancer, diabetes,
heart disease, and hypertension, compared to other population groups, NCI will conduct
targeted 5 A Day commujieations to this group initially. Less than 14% of African
Americans are aware of the 5 A Day recommendations and F N intake is lower for this
group than in the general'abult population. A major national health objective as stated
. in Healthv People B 1 0 is to ieduce health disparities. By targeting African American ----
.
- -
men with 5 A Day, NCI is committed to accomplishing the goal of reduced health
disparities. NCI may initially reach out to key influentials in the African America
community through possible participation at the National Association of Black
Journalists Convention analthe,
Congressional Black Caucus.

In 2000, NCI evaluated 5 ~ ( ? a efforts


y to date. The evaluation report provides
recommendations for expanding and strengthening the program including its
communications efforts. In $001, A 5 A Day For Better Health Program monograph,
summarizing the first 10 years of the Program was published. Both documents are
available on www.5adav.qov.

Page 7
NCI ~ o n f r a c fN02-CO-27786
'~~.

- - - Thepurpose of this proco(ernent is to obtain services to:

(a) Plan, develop, implement and evaluate national 5 A Day communication


campaigns for the qeneral adult population and for African American men ages
35-50.
(b) Position NClls 5 day Program as a "go to" media source, including translating -
new research and science to the public and for raising awareness of
environmental change initiatives
(c) Identify organizations with which NCI can form strategic 5 A Day partnerships.
(d) Effectively leverage communications resources among the members of the
National 5 A Day partnership.
. I

The campaign should increase awareness among the general adult population and
African American men agbs 35-50 that eating 5 to 9 servings of FN a day is important
- -
to good health and will decrease risk of chronic disease and motivate them to eat 5 to 9:
servings of FA/ a day. The Campaign should be implemented nationally, in regional
areas selected as part of the campaign planning process, and in partnership with
selected organizations. It should employ state-of-the-art communications, behavior
change, and social marketing techniques and a variety of communicati~channels.
. .
(3) Services to be performed.

Task I:
Project Management and Administration

The contractor shall a project manager for the period of performance of this
contract who will serve as,the8principaIpoint of contact and will be responsible for
preparing reports and plans', supervising project staff, issuing assignments, monitoring
contract progress, and ma,ihtaining budget control.
I

The contractor wikbe required to develop, implement and maintain a project


management and adminisfeative plan that can both forecast and report information ----
regarding staff time and resources allocated and used to accomplish the various tasks.- -
Associated costs, both direct and indirect, shall be reported monthly. This information
shall be made readily availablk when requested by the NCI Project Officer. .

The contractor shall hold regular meetings and/or conference calls with the NCI Project
Officer and 5 A Day team (approximately one meeting/call per week) at NCI or other
convenient location.

. .
Page 8
.. .. NCI Confracf No. N02-CO-27186

Task 2: Strategic Planning -

--- Tkecontraetor, working in conjunction with NCI, shall develop a creative and innovative
three-year strategic plan to support the goals of NClls 5 A Day Program-specifically
national media campaigris'for the general adult population and a more targeted
communications outreach to African American men ages 35-50. A final plan for year
Olcampaign activities will he negotiated with contract award. Plans for year 02 and 03 -
will be reevaluated annuallj!. The plan shall have a sound theoretical foundation and be
based on health behavior and health communications models. The plan should
incorporate proven strategies for reaching the general adult population and African
American men ages 35-50, The Plan shall clearly identify goals, objectives, strategies,
tactics, proposed partnership's, communication channels, timeline, budget, and specific
recommendations to leverage resources of existing 5 A Day partners.
>
I ! '

Specifically, the plan shall [nclude: -


. -- - - - - -
---
(a) Campaign goals and objectives
(b) Recommendations,for national and community level communication channels
and marketing strategies for reaching target audiences.
(c) Recommended special events and outreach activities for reaching audiences at
the national and local levels. --- --
(d) Strategies for national and regional awarenessloutreach activities
(e) Recommendations for releasing products and staging eventslactivities in a
synergistic manner.
(f) Strategies for identifying/selecting organizations with whom NCI can form
strategic partnerships, including other NIH institutes and DHHS. Should include
priority list of key organizations to support African American campaign and
contractor relatioriship$ with those organizations.
(g) ~ecommendations'fbr collaborative projects with National 5 A Day Partners,
(e.g. USDA, PBH, ACS, etc.)
(h) Strategies for effectiyely leveraging National 5 A Day Partner communications
resources and collab.orative projects
Q) Strategies fbr enhahcin,g the 5 A Day Program's credibility with national media ----
- -
and to position 5 A l j aJ Program as "to go" source.
- - (j) Recommendations for materials to be developed.
(k) Recommendations bbr events, conferences, and etc. to participate in or sponsor.
(I) Recommendations fdr target geographic regions for communications/outreach
r ;
efforts.
(m) Recommendations for themes for National 5 A Day weeklmonth 2003 and
concept ideas for p~omotionalmedia press kits.
(n) Recommendations for expanding overarching general adult target population
beyond women
(0) Recommendations for translating science and research to the public and
recommendations for how to use media to promote environmental changes that
increase availability of fruits and vegetables.

Page 9
. I,
. ..
NCI C o n f r a c f No. N02-CO-21186

Task 3: Messagerrhemg ' ~ e v e l o ~ m eand


n t Testing

--- M e r the direction of the NCI Project Officer, the contractor shall be responsible for the
following tasks:
. L-- -- --- -. --L
I
- - - - - .

Task 3A. Develop: and Test Message Concepts


-
The contractor shall;develop message and theme concepts that are appropriate
for and appealing to: I) the general adult population and 2) African American
men ages 35 to SO., The messages and theme concepts shall address the
unique needs for da'ch audience segment and be culturally relevant. The
contractor shall te6t ;message and theme concepts in accordance with a
methodology agreed upon by NCI in the developmental stages to ensure that
they are clear, crebi~~e, effective, easily understood and recalled by the intended
audience. The contractor shall produce themessages/themes in forms suitable
for testing and shall kubmit a written summary of the test results. The research -
--
- -
methods used to teit the materials will be selected by NCI in consultation with
the contractor, and k a y include focus groups, interviews, mall intercepts and
other techniques.

Task 3B. Materials Development - --- -- .


1

The contractor shajl be responsible for the design, production and testing of a
variety of communication and outreach materials. The materials will include, but
not be limited to, maps media products and products targeting African
Americans. These products may include print materials, Public Service
Announcements (PSAs), Video News Releases (VNRs), Audio News Releases
(ANRs) and other materials that will be identified out of the marketing and
communications plar)ning process. The contractor shall demonstrate expertise
and success in developing culturally sensitive materials; creative and attractive
graphic design; printlmaterial design and layout; and PSA production. [Note:
contractor i,s not resGonsible for printing large quantities of materials.
- i - --
- - -
Task 3C. Test ~otdm,unicationsand Outreach Materials
- -
The contractor shall jest cornmunications/outreach materials in accordance with
a methodology agrked upon by NCI in the developmental stages to ensure that - -
the materials are effictive in reaching the intended audience. The contractor
shall produce the materials in forms suitable for testing and submit a written
summary of test resdlts. The contractor shall also be responsible for
incorporating the findings into the final version of the materials. The research
methods used to test: the materials will be selected in consultation with NCI
Project Officer and may include focus groups, mall intercept, one-on-one testing,
professional review .as well as other techniques.

Page 10
I
NCI Confracf No. N02-CO-27186

Task 4: Program Implementation -

- . Upon apprwal from NCI project officer, the contractor shall be responsible for the
following tasks:

(a) Overall planning, doiordination and execution of NCl's 5 A Day


media/communi~ations. -
(b) Securing extensive national and major market print and broadcast placements
year round reaching both I) the general adult population and 2) African
American Men ages 35 to 50. Media promotions include National 5 A Day
WeeWMonth and 2-3 others annually, supported by media tours, desk-side
briefings, and othermedia events. Contractor shall be responsible for
approximately 200'450 million media impressions annually.
(c) Coordinating nationblimajor market events to extend reach of 5 A Day Program.
(d) Coordinating national event to launch the African American 5 A Day campaign
including key partners, government officials, and high-profile activities in addition
.. -- -
to regional events. : ---
(eJ Coordinating ongoing regional activities/events to support African American
campaign.
(f) Establishing mutual& beneficial partnerships with key African American
organizations (public and private sector) and other organizations:, ._.

(g) Establishing partnerships with Black media outlets


(h) Maintaining relationships with industry partners, including members of the
produce industry and supermarket retailers
(i) Securing placementlfor PSAs, VNRs; ANRs, and display ads.
(j) Working collaborati{ely with members of the National 5 A Day Partnership.
(k) Leveraging commuh'ications resources and opportunities of National 5 A Day
Partners and new pgrtners.
(I) Developing concepts for www.5adav.aov to support NClls African American ands
overarching general jadult population initiatives. [Note: contractor is not
responsible for designing or maintaining interactive web pages]
(m) Developing and providing communications/media outreach materials to state and
military 5 A - b y co~rdinators. - -a

(R) Strengthening c ~ m ~ i t ~and e ninvolvement


t of National 5 A Day Partners. - -
-
..
-
Task 5: Evaluation . . (

The contractor shall design, with Eipproval from NCI, and carry out a series of evaluation
activities each year that will trackthe effectiveness of the national campaign efforts and
progress towards meeting program goals and objectives. The contractor shall deliver semi-
annual evaluation reports to NCI.. ;The contractor shall evaluate and track:
i
i 6

Page 11
NCI Confracf No. N02-CO-27786

(I) Media impressions - -


(2) Geographic reach and penetration
(3)--. Awareness-of 5 A Day recommendations in nationally representative sample of adults
and in African American males (e.g. Omnibus surveys).
(4) Other evaluation activities as proposed in strategic plan

.. - , ,

a. Technical Reports ! / .

In addition to those reports requited by the other terms of this contract, the Contractor shall
prepare and submit the following reports in the manner stated below and in accordance with
ARTICLE F.2. DELIVERIES of this contract:

. (I
) . Monthly Progress ~ e p o h

. .
4
This report shali include description of the activities during the reporting period, and -:
the activities planned for th,e ensuing reporting period. At a minimum, the Monthly
report shall include the following:

i) A quantitative and qualitative description of overall progress, inchding-the hours


and dollars expended for each activity during each month of the contract.

ii) Status of all actions;


5

iii) Identify any problems that may impede performance, and identify proposed
corrective action. /

The first reporting period consists of the first full month of performance plus any
fractional part of the initialjrhonth. Thereafter, the reporting period shall consist of each
calendar month. ) ,
L 8

- (2) Final
- Evaluation &port I
1 ,
' - -
- --
-
This report is to include a summation of the work performed and results obtained for the
entire contract period of pk$ormance. This report shall be in sufficient detail to
describe comprehensively,fhe results achieved.

The Contractor shall provide the Contracting Officer with two (2) hard copies and .one
( I ) electronic copy of the Final Evaluation Report in draft form in accordance with Article
F.2. Deliveries of this contract I 5 calendar days prior to the expiration date of the
contract..The Project Officer will review the draft report and provide the Contracting
Officer with comments within calendar days after receipt. The Final Evaluation
Report shall be corrected by the Contractor, if necessary and the final version delivered
as specified in Article F.2.

Page 1 2
NCI Confracf No. N02-CO-21186

b. Other ReportslDeliverables -

1 Within two business days of each meeting and conference call, the contractor is
responsible for delivering: the meeting notes to NCI. These notes to include important
points, agreed upon nexttaction steps, assigned tasks, and completion dates.

(2) The contractor is respoidible for delivering a comprehensive timeline and budget for -
large key projects, such as African American Campaign Launch Event.

(3) African American Focus GI-oup Report. The contractor shall provide a detailed report
outlining the results of the focus groups. The Project Officer will specify the specific
information to be included in the this report as a result of the work being performed.
The Contractor shall provjde the Contracting Officer with two (2) hard copies and one
(1) electronic copy of this:Report in draft form in accordance with Article F.2. Deliveries
of this contract 14 calendar days prior to the due date of the final version of this report.
The Project Officer will review the draft report and provide the Contracting Officer with --
comments within I calendar days after receipt. The Report shall be corrected by the
-<

Contractor, if necessary and the final version delivered as specified in Article F.2.

(4) The contractor is to deliver'to NCI two hard copies and an electronic copy of the
proposed plans for both thb overarchingb5A Day media campaign targeted-to the
general adult population and to African American men, including complete time line and
budgets within three.months of the contract award.

(5) Annual Evaluation Report. ,This report is to include a summation of the work performed
and results obtained for the entire contract period of performance. This report shall be
in sufficient detail to describe comprehensively the results achieved. The Contractor
shall provide the contracting ,Officer with two (2) hard copies and one (1) electronic
copy of the Annual ~valudtionReport in draft form in accordance with Article F.2.
Deliveries of this contract 15 calendar days prior to the expiration date of the' contract.
The Project Officer will review the draft report and provide the Contracting Officer with
comments within 15 calendar days after receipt. The Annual Evaluation Report shall be
corrected by the ~?ntract&, if necessary and the final version delivered as specified in ---
- AXicle F.2.
\ i - . --

(6) Each 12 months, the contractor shall provide NCI with a revised plan, including time line
--
and budget for each of the! thiee initiatives.

(7) Upon the completion of the contract, the contractor will provide NCI with an electronic
copy and two hard copies of the final evaluation report.

Page 13
NCI Contract No. N02-CO-21786

(8) The contractor shall deliver to the 5 A Day Project Officer, on or before the last day of
the contract period of performance, all master copies of all materials produced during
- thecontract period. This ii~cludesall originals (print materials and graphics), disks,
videos, CD ROMs, DVDs, negatives, photographs, slides, computer files (including
media lists, contact lists, etc), and any other media or print master copies. The
materials shall be cleaGy marked and an inventory of all materials shall be included.
-
(9) The contractor shall prepale additional technical reports based on the statement of
work as specified by the 5 Day Project Officer.
).

-
SECTION D PACKAGING. MARKING~ANDSHIPPING

All deliverables required under this contract shall be packaged, marked and shipped in accordance
with Government specifications. At a minimum, all deliverables shall be marked with the contract
number and contractor name. The Contractor shall guarantee that all required materials shall be
delivered in immediate usable and acceptable condition.
-- -
-
SECTION E INSPECTION AND ACCEPTANCE

ARTICLE E.I. INSPECTION AND ACCFPTANCE


- --- -- -
a. The Contracting Officer or the duly authorized representative will perform inspection and
acceptance of materials and services to be provided.

b. For the purpose of this SECTION: the Project Officer is the authorized representative of the

-
Contracting Officer.
!,
; '
' i
c. Inspection and acceptance will bpi performed at the National Cancer Institute, 5 A Day
Program, Behavioral Research Program, Division of Cancer Control and Population Sciences,
6130 Executive Blvd., EPN 4050 MSC 7332, Bethesda, MD 20892-7332

Acceptance may be presumed unleis otherwise indicated in writing by the Contracting Officer
- authorized repFesentative within 30 days of receipt.
or the duly - --
I - - -
I.

d. This contract incorporates the foll4wing clause by reference, with the same force and effect as
if it were given in full text. Upon request, the Contracting Officer will make its full text
-.
available. i

FAR Clause 52.246-3, INSPECTION OF SUPPLIES - COST-REIMBURSEMENT (MAY 2001).

ARTICLE E.2. - Reference the Basic Contract 263-01-D-0175.

Page 14
NCI Confracf No. N02-CO-21786

F.I.
ARTICLE--- --PERIOD -OF PERFORMANCE
a. The period of performance of this contract shall be from September 30, 2002 through
September 29,2003.
-
b. If the Government exercises its bptions pursuant to Article H.12. of this contract, the period of-
- performance will be increased as listed below:

Option Year Number .Option Period

Option Year 1 *September30,2003 through September 29, 2004


Option Year 2 September 30,2004 through September 29,2005
t

-
ARTICLE F.2. DELIVERIES - -
-- *

-In addition to the deliverables required under the Basic Contract 263-01-D-0150, satisfactory
performance of the final contract shall be deemed to occur upon performance of the work described
in Article C. I.and upon delivery and acceptance by the Contracting Officer, or the duly authorized
representative, of the following items in accordance with the stated delivery sched~le;~, -- .
8

a. The items specified below as described in SECTION C, ARTICLE C.2 . will be required to be
delivered F.O.B. Destination as s6t forth in FAR 52.247-35, F.O.B. DESTINATION, WITHIN
CONSIGNEES PREMISES (APRIL 1984), and in accordance with and by the date(s) specified
below: i
I

, f

NOTE: All are to be delivered in duplicate (2 hard copies) as well as at least 1 copy
electronically. I
I

Item Description

Message Development a d-Testing


+ , Quantity
3
Delivery Schedule
6 weeks after contract award
1- -A

- I
- -
(2) ( Africiin Ameican Focus Group Report - 3 6 weeks after contract award.

- ..

(4)
I
Final Strategic Plan
Materials and Concepts Testing '
I

3
I
10 weeks after contract award
3 months after contract ,
I
awardlongoing
Media Promotions
.
3 1 4-4112 months after contract award
(6) 1 Campaign and outreach activ ity materials
1
I I

.
I
I

3
I
I

4-4112 months after contract award

(7) Ongoing Cam paignIMedia Outreach 3 3 per contract year

1 Campaign evaluation/Omnibus surveys I To be determined


I I I

(8) 3
J
I ' ,
Page 15
' I
NCI Confracf No. N02-CO-21186
-
Item Description Quantity Delivery Schedule

(9) .--Otherk m a f i v e Resea~ch 3 To be determined

( I 0) Monthly Progress Reports 3 hard First report is due November 15,


copies 2002; thereafter, reports are due on
- I 1 electronic or before the 15' of each month
-
(11) Monthly Invoices with Financial Report 3 The calendar day of each
month

(12) Conference Reports 3 2 days after each call or meeting


-

(13) Annual Evaluation Reports 3 hard On or before the end ot he contract


copies period
Ielectronic
-
(14) Annual Update to Strategic Plan 3 1 month prior to next option year

115) Final Evaluation Report 3 hard On or before the contract expiration


' i copies date ---
A

1 electronic

(16) Meeting N'otes 3 Within two business days of each


meeting and conference call
--- --
(17) Comprehensive timeline and budget for large key 3 To be determined
projects, such as African American Campaign
Launch Event

(18) Proposed plans for both 0verarchir;lg 5 A Day 3 Within 3 months of the contract start
. media campaign targeted to the general adult date
population and to African American men, including
complete time line and budgets :

(19) Revised plan, including tim e line and budget for 3 Prior to the exercise of each option
each of the three initiatives. year

(20) All master copies of all materials pt'dduced during To be On or before the contract expiration
the contract period. This includes tII originals determined date
- (print materials and graphk), disks: videos, CD - --
ROMs, DVDs, negatives, photographs, slides, -
computer files (including m edia lists, contact lists,
- . etc), and any other media or print master copies.'
The materials shall be clearly marked and an
inventory of all materials shall be included.

(21) Additional Technical Reports based upon the To be To be determined


Statement of Work as requested by the Project determined
Officer I.

. . Page 16
NCI Contracf No. N02-CO-21186

b. The above items shall be addressed and delivered to:

- Deliverable Item No. Quantity

Lorelei DiSogra, Ed.D., R.D. (1) - (21) 2 hard copies


Director - 5 A Day Program - ' 1 electronic copy
Behavioral Research Program Other quantitieslformats -
Division of Cancer Control and Population Sciences as requested by the
National Cancer Institute Project Officer
6130 Executive Blvd.
EPN 4050 - MSC 7332
Bethesda, MD 20892-7332 I

Contracting Officer ' (1o), (13), (15) 1 hard copy


National Cancer Institute . - Ielectronic copy as
- Research Contracts Branch requested A . -
-*-
6120 Executive Blvd, Suite 600
Executive Plaza South
Bethesda, Maryland 20892

ARTICLE F.4. DELIVERY OF MATERIAL - --- --

Unless otherwise specified, deliveries &all be made to the Delivery Point specified above Mondays.
through Fridays (excluding Federal Holidays) between the hours of 8:30 a.m. and 3:30 p.m. Eastern
Prevailing Time only. Supplies or sewides scheduled for delivery on a Federal holiday shall be
made the following day. ,I

ARTICLE F.5. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEBRUARY '1998)

This contract incorporates the following clause by reference, with the same force and effect as if it
were given in full text. Upon request, the contracting Officer will make its full text available. Also, the
full text of a clause may be accessed
- electronically at this address: http://w.arnet.qov/far/.
- .. - --
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER I ) CLAUSE: - -
!
- -
52.242-1 5, Stop Work Order (AUGUST 1989) with ALTERNATE I (APRIL 1984).

Page 17
NCI Confracf No. N02-CO-21186
: L

SECTION G - CONTRACTADMINISTRATION DATA

The following A k l e s u-nde~Section G. as stated in the Basic Contract 263-01-D-0175 are hereby
revised as follows:

ARTICLE G.1. PROJECT OFFICER .

The following Project Officer will represent the Government for the purpose of this contract:
I

Lorelei DiSogra Ed.D., R.'D

The Project Officer is responsible for: (I)monitoring the Contractor's technical progress, including the
surveillance and assessment of performance and recommending to the Contracting Officer changes
in requirements; (2) interpreting the Statement of Work and any other technical performance
requirements; (3) performing technical evaluation as required; (4) performing technical inspections
and acceptances required by thjs contract;-and (5) assisting in the resolution of technical problems
- encountered during performance. ---
-

The Contracting Officer is the only person with authority to act as agent of the Government under this
contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the
Statement of Work; (2) modify or extend.the period of performance; (3) change the deuery schedule;
(4) authorize reimbursement to the Contqactor any costs incurred during the performance of this
contract; or (5) otherwise change any teqns and conditions of this contract.
i

The Government may unilaterally change its Project Officer designation.

ARTICLE G.2. INVOICE SUBMISSIONJCONTRACT: FINANCING REQUEST AND CONTRACT


FINANCIAL REPORT

a. Invoice/Financing Request Instru~tionsand Contract Financial Reporting for NIH Cost-


Reimbursement Type Contracts NIH(RC)-4 are attached and made part of this contract. The
instructions and the follobying directions for the submission of invoiceslfinancing request must
be followed ----
- - to meet the reuirements of a "proper' payment request pursuant to FAR 32.9. - -
~hese instructions also provide for.the submission of financial and personnel reporting
- --
required by HHSAR 342.7002. ;

Page 18
;;
NCI ConfracfNo. N02-CO-21186

(1) lhvoice~lfinancin~
requests shall be submitted as follows:

---- Anoriginal and two copiesito the-following designated billing office:

Contracting Officer
Researchcontracts Branch
National Cancer Institute, NIH
EPS, Suite 600, Room 6001
6120 EXECUTIVE BLVD
BETHESDA MD 20892

(2) Inquiries regarding payment of invoices should be directed to the designated billing
office, (301)496-8611. , :
I f

I,

The following Articles are added ondkr Section G.: -- - -


-. - - - ... - .- . - 7 ,
. -
ARTICLE G.9. _KEYPERSONNEL
-- -
I ,

Pursuant to the Key Personnel clause incorporated in this contract, the following individuals are
considered to be essential to the work being performed hereunder:
-.
--- -- -
Name ! Title

Stephenie Fu Vice President


Dan Snyder Executive Vice President
Mike Frisby , . Senior Vice President
Ed Maibach Executive Vice President
Jackie Nedell Vice President
Tracy Stout Vice President

ARTICLE G.10. INDIRECT COST RATES


-
- lo accordance with Federal ~ c ~ m s i t i o~ ne ~ u l a t i o(FAR)
n (48 CFR Chapter I ) Clause 52.21 6-7 (d)(2);---
- -
Allowable Cost and Payment incorporated by reference in this contract in Part II, Section I, the
- .
cognizant Contracting Officer representative responsible for negotiating provisional and/or final
indirect cost rates is identified as followsr
.-

Director, Division of ~inancial.


Advisory Services
Office of Acquisition ~anagementand Policy
National Institutes'of Healt?
6100 Building, Room 6B05
6100 EXECUTIVE BLVD MSC-7540
BETHESDA MD 20892-7540

These rates are hereby incorporated wittiout further action of the Contracting Officer.

Page 19
NCl Contract No. N02-CO-21786

The followih'g Arttcles as stated under Section H. as stated in the Basic Contract 263-01-D-0175 are
hereby revised as follows:

ARTICLE H.5. TASK ORDER OMBUDSMAN


-
The FAR reference under this Article ii FAR 16.505(b)(5).

ARTICLE H.6. NEEDLE EXCHANGE .


1
a. Pursuant to Public Law(s) cited it-/paragraph b., below, contract funds shall not be used to
. , sterile needles or syringes for the hypodermic injection of
carry out any program of distributing
any illegal drug. I
-
_ - b. Public Law and Section No.
. ,
. Fiscal Year Period Covered
--
-
I
P.L. 107-116, Section 505 2002 (1011101 - 9130102)

ARTICLE H.7. OMB CLEARANCE


- --- --

In accordance with HHSAR 352.270-7, ~ a ~ e r w oReduction


rk Act, the Contractor shall not proceed
. with surveys or interviews until such time as Office of Management and Budget (OMB) Clearance for
conducting interviews has been obtained by the Project Officer and the Contracting Officer has
issued written approval to proceed.

ARTICLE H.9. PRESS RELEASES ,

a. Pursuant to Public Law(s) cited in: paragraph b., below, the contractor shall clearly state, when
issuing statements, press releases, requests for proposals, bid solicitations and other
documents describing projects oi- programs funded in whole or in part with Federal money: (1)
the percentage of the total costs:of the program or project which will be financed with Federal ..
- . - money; (2) thedollar amo%nt of kederal funds for the project or program; and (3) the - --
percentage and dollar amount of the total costs of the project or program that will be financed - -
by nongovernmental sources. t

1
I
b. Public Law and Section No. j Fiscal Year Period Covered
I
(10/1101 - 9/30/02)
L

P.L. 107-116, Section 507 ,2002


I .

Page 2 0
NCI ConfracfNo. N02-CO-21186

ARTICLE H.II-. POST 4WARD


- EVALUATION OECONTRACTOR PERFORMANCE
I

a. Contractor Performance Evaluations

Interim and final evaluations of contractor performance will be prepared on this contract in
accordance with FAR 42.15. The final performance evaluation will be prepared at the time of
completion of work. In addition to the final evaluation, interim evaluations will be prepared -
annually to coincide with the anniversary date of the contract.

Interim and final evaluations will be provided to the Contractor as soon as practicable after
completion of the evaluation. he Contractor will be permitted thirty days to review the
document and to submit additional information or a rebutting statement. If agreement cannot
be reached between the parties, the matter will be referred to an individual one level above the
Contracting Officer, whose decisi~nwill be final.

- 7 .- Copies of the evaluations, contr&tor responses, and revrew comments, if any, will be retained
- .
- - - as part of the contract file, and may,be used to support future-award decisions. " --
- -

b. Electronic Access to Contractor Performance Evaluations

Contractors that have Internet capability may access evaluations through a se_c_ure_Website
for review and comment by completing the registration form that can be obtained at the
following address:

htt~://ocrn.od.nih.~ov/cdm~fcps
. .. contractor.htm

The registration process requires the contractor to identify an individual that will seke as a
primary contact and who will be authorized access to the evaluation for review and comment.
In addition, the contractor will be'required to identify an altkrnate contact who will be
responsible for notifying the cognizant contracting official in the event the primary contact is
unavailable to process the evaluation within the required 30-day time frame.
I

ti
The following Articles are ad&-d under Section H.: - -.
- - - - -
ARTICLE H.12. REIMBURSEMENT OF;COSTS FOR INDEPENDENT RESEARCH AND
- - DEVELOPMENT PROJECTS I :
L
I I

'I
The primary purpose of the Public Health Service (PHs) is to support and advance independent
research within the scientific community. This support is provided in the form of contracts and grants
totaling approximately 7 billion dollars annually. PHs has established effective, time tested and well
recognized procedures for stimulating and supporting this independent research by selecting from
multitudes of applications those research projects most worthy of support within the constraints of its
appropriations. The reimbursement through the indirect cost mechanism of independent research
and development costs not incidental to product improvement would circumvent this competitive
process.
1

Page 2 1
NCI Confract No. N02-CO-27 786

To ensure thatall research and deve~d~rnent projects receive similar and equal consideration, all
organizations may compete for direct funding of independent research and development projects
they consrcfer wcrrthy of support by sub'mitting those projects to the appropriate Public Health Service
grant office for review. Since these projects may be submitted for direct funding, the Contractor
agrees that no costs for any independent research and development project, including all applicable
indirect costs, will be claimed under this contract.
-
ARTICLE H.13. OPTION PROVISION '
L

Unless the Government exercises its option pursuant to the Option Clause set forth in ARTICLE 1.3.,
the contract will consist only of Year Iof the Statement of Work as defined in Sections C and F of
the contract. Pursuant to clause 52.217;9 set forth in ARTICLE 1.3. of this contract, the Government
may, by unilateral contract modification, 're,quire the Contractor to perform Years 2 and 3 of the
Statement of Work as also defined in sictions C and F of the contract. If the Government exercises
this option, notice must be given at leastc30days prior to the expiration date of the contract, and the
estimated cost plus fixed fee of the contract will be increased as set forth in ARTICLE B. . . - -
--
-
-
SECTION I CONTRACT CLAUSES '
ARTICLE 1.1 - Reference the Basic contract 263-01-D-0175
- ---- --- .

ARTICLE 1.2 AUTHORIZED SUBSTITUTION OF CLAUSES

ARTICLE 1.1. o f this SECTION is hereby modified as follows:


!

(a) ALTERNATE I (OCTOBER 1 9 9 .~,;bf FAR Clause 52.215-14, INTEGRITY OF UNIT PRICES
(OCTOBER 1997) is added. . , I

(b) FAR 52.222-36, AFFIRMATIVE KCTION FOR WORKERS WITH DlSABLlTlES (JUNE 1998)
is added. I! '
,

ARTICLE 1.3. ADDITIONAL CONTRAC$ CLAUSES .


-
This contract incorporates the fokowing clauses by reference, with the sameforce and effect, as if
----
- -
they were given in full text. Upon request, the contracting officer will make their full text available.
- --

a. FEDERAL ACQUISITION REGULATION


.
, . (FAR) (48 CFR CHAPTER I) CLAUSES

(1) FAR 52.215-17, Waiver of kacilities Capital Cost of Money (OCTOBER 1997).
(2) FAR 52.21 7-8, Option to Extend Services (NOVEMBER 1999).
"...The Contracting Officer! may exercise the option by written notice to the Contractor
within the period of perforhance of the contract..
..

Page 2 2
NCI C o n f r a c fNo. N02-CO-21186

(3) FAR 52.217-9, Option to 'Extend the f e m of the Contract (MARCH 2000).
"(a) The Government may extend the term of this contract by written notice to the
--- -- Contractor within thb period of performance of the contract.; provided that the
Government gives.the Contractor a preliminary written notice of its intent to
extend at least ='days before the contract expires. The preliminary notice does
not commit the Govprnment to an extension."
(c) The total duration of this contract, including the exercise of any options under -
this clause, shall no{ exceed 3 years."
(4) FAR 52.230-2, Cost Accounting Standards (APRIL 1998).
(5) FAR 52.230-6, Administration of Cost Accounting Standards (NOVEMBER 1999).
(6) FAR 52.237-10, Identification of Uncompensated Overtime (OCTOBER 1997).
(7) FAR 52.242-3, Penalties for Unallowable Costs (Over $500,00O)(MAY 2001)
(8) FAR 52.248-1, Value ~ n ~ i n e e r i n(FEBRUARY
g 2000).

b. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION


- . -(HHSAR) (48,CHAPTER 3) CLAUSES: .- . - -- . . . . . . -- - - -
---
(I) HHSAR 352.202-1, Definitions - with Alternate paragraph (h) (Jan 2001)
(2) HHSAR 352.216-72, ~dditionalCost Principles (Oct 1990)
(3) HHSAR 352.228-7, lnsurayce - Liability to Third Persons (Dec 1991)
HHSAR 352.232-9, Withholding of Contract Payments (Apr 1984) - --- -- -
(4)
(5) HHSAR 352.233-70. ~ i t i ~ a t i o
and
n Claims (Apr 1984)
(6) HHSAR 352.242-71 , Final becisions on Audit Findings (Apr 1984)
(7) HHSAR 352.270-5, Key Personnel (Apr 1984)
(8) HHSAR 352.270-6. ~ublicationsand Publicity (Jul 1991) .
(9) HHSAR 352.270-7, PapeWork Reduction Act (Jan 2001)
I :

*: .
The following clauses are attachbd and made a part of this contract:

(1) NIH (RC)-7, Procuprnent fi Certain Equipment (APRIL 1984) (OMB Bulletin 81-16).
I

Page 23
. . NCI Confracf No. N02-CO-21786

ARTICLE 1.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT


I I

This contract in~orporatesthe following clauses in full text.

FEDERAL ACQUISITION REGULATIO~(FAR)(48 CFR CHAPTER 1) CLAUSES:


- ,' .
a. FAR Clause 52.244-6, SUBC0N;TRACTS FOR COMMERCIAL ITEMS (MAY 2002)
I .

(a) Definitions. As used in th,is.clause--


L .

:; I: , .:
Commercial item, has tQe.meaningcontained in the clause at 52.202-1, Definitions.
1 . .

Subcontract, includes a transfer of commercial items between divisions, subsidiaries,


or affiliates of the contractbr.or subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shall incorporate, and require its
subcontractors at all tiersjto incorporate, commercial items or nondevelopmental items -'
ascomponents of items $be supplied under this contract.

(c) (1) The Contractor shall insert the following clauses in subcontracts for commercial
- items: - --- -- .

(i) 52.219-8, utilization of Small Business Concerns (OCT 2000) (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) exkeeds $500,000 ($1,000,000 for construction of any public
facility), the sbbcontractor must include 52.21 9-8 in lower tier subcontracts
that offer su@contractingopportunities.
(ii) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).
(iii) 52.222-35, Ehual Opportunity for Special Disabled Veterans, Veterans of
the ~ i e t n a m ~ k rand
a , Other Eligible Veterans (DEC 2001) (38 U.S.C.
42121a)). i '
- . - - .(iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 ----:
-
U.S.C. 793). ;
- -- (v) 52.247-64, Fjieference for Privately Owned U.S.-Flag Commercial
Vessels (JUN 2000) (46 U.S.C. Appx 1241) (flowdown not required for
subcontracts awarded beginning May 1, 1996).

(2) While not required,,the Contractor may flow down to subcontracts for commercial
items a minimal number of additional clauses necessary to satisfy its contractual
obligations.

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in
subcontracts awarded under this contract.
I ,

Page 2 4
NCI Confracf No. N02-CO-21186

-
SECTION J LIST OF ATTACHMENTS -

In addition& t W e c t i o n J - - List of Attachments as stated in the Basic Contract 263-01-D-0150, the


following documents are attached and incorporated in this contract:

(5) Invoice/Financing Request an4 contract Financial Reporting Instructions for NIH Cost-
Reimbursement Type Contracts, NIH(RC)-4 (5/97), 6 pages. -
(6) Procurement of Certain Equipment, NIH(RC)-7,4/1/84, 1 page.
(7) NCI Guidelines Outlining the Circumstances Permitting the Purchase of or Reimbursement for
Light Refreshments and/or Meals Using Appropriated and/or Gift Funds, revised August 28,
2002,8 pages.

-
SECTION K REPRESENTATIONS AND CERTIFICATIONS

Reference the Basic Contract 263-01-D-0150 -


1

---
- -

! :
I ! Page 2 5
NCI Contract No. N02-CO-21186

INVOICE/FINANCING REQUEST AND-CONTRACT FINANCIAL REPORTING


INSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS. NIH(RC)-4

General: The contractor shall submit claims for reimbursement in the manner and format described
herein and as illustrated in the sample 'invoi~elfinancin~
request.
!
-
Format: Standard Form 1034, "~ublic'Qoucherfor Purchases and Services Other Than Personal," -
.. . and Standard Form 1035, "Public ~ o u c 6 efor
r Purchases and Services Other Than Personal--
Continuation Sheet," or reproduced copies of such forms marked ORIGINAL should be used to
submit claims for reimbursement. In lieu of SF-1034 and SF-1035, claims may be submitted on the
payee's letter-head or self-designed form provided that it contains the information shown on the
sample invoicelfinancing request.

Number of Copies: As indicated in thk!ln'voice Submission Clause in the contract.


-
Frequency: Invoiceslfinaocing requests submitted in accordance with ;he Payment Clause shall be -
- - -- -
submitted monthly unless otherwise authorized by the contracting officer.

Cost Incurrence Period: Costs incurred must be within the contract performance period or covered
I
by precontract cost provisions.
- --- -- -

Billing o f Costs Incurred: If billed costs include: (I) costs of a prior billing period, but not previously
billed; or (2) costs incurred during the contract period and claimed after the contract period has
expired, the amount and month(s) in which such costs were incurred shall be cited.

Contracfor's Fiscal Year: Invoices/financing requests shall be prepared in such a manner that
costs claimed can be identified with the contractor's fiscal year.
i
Currency: All NIH contracts are expressed in United States dollars. When payments are made in a
currency other than United States dollabs, billings on the contract shall be expressed, and payment
by the United States Government shall Ge made, in that other currency at amounts coincident with
actual costs incurred. CurrencSLfluctuations may not be a basis of gain or loss to the contractor.
Notwithstandiag the above, the total of ajI invoices paid under this contract may not exceed the
- --
- -
United States dollars authorized. ..
- .-
Costs Requiring Prior Approval: Costs requiring the contracting officer's approval, which are not
set forth in an Advance Understanding in the contract shall be so identified and reference the
Contracting Officer's Authorization (COA) Number. In addition, any cost set forth in an Advance
Understanding shall be shown as a separate line item on the request.

Invoice/Financing Request Identification: Each invoicelfinancing request shall be identified as


either:

(a) Interim lnvoice/Contract Financing Request - These are interim payment requests
submitted during the contract performance period.

Attachment 5, NIH(RC)-4, (5197) Page I


NCI Confracf No. N02-CO-21186

(b) Completion lnvoice -The completion invoice is submitted promptly upon completion of the
work; but no later than one year from the contract completion date, or within 120 days after
sett_lemeoflofthe final indirect cost rates covering the year in which this contract is physically
complete (whichever date is later). The completion invoice should be submitted when all costs
have been assigned to the contract and all performance provisions have been completed.

(c) Final Invoice - A final invoicemay be required after the amounts owed have been settled -
between the Government and the contractor (e.g., resolution of all suspensions and audit
exceptions). I

Preparation and Itemization of the InvoiceIFinancing Request: The contractor shall furnish the
* information set forth in the explanatory rjotes below. These notes are keyed to the entries on the
sample invoicejfinancing request. L
I 1
.

(a) Designated Billing office ame eland Address - Enter fhe designated billing office and
. --. - address, identified in the Invoice 'submission Clause of the contract, on all copies of the
- invoicelfinancing request. ! * --.
- i
(b) InvoicelFinancing Request ~urn'ber- lnsert the appropriate serial number of the
invoicelfinancing request.
I' '
-.- -- -
(c) Date l n v o i c e l ~ i n a n c i n~~e ~ u e sPrepared
ta - lnsert the date the invoicelfinancing request is
. prepared. I,

(d) Contract Number and Date - lnsert the contract number and the effective date of the
contract.

(e) Payee's Name and Address -Show the contractor's name (as it appears in the contract),
correct address, and the title andi phone number of the responsible official to whom payment is
to be sent. When an approved assignment has been made by the contractor, or a different
payee has been designated, then insert the name and address of the payee instead of the
contractor. -
- - - --
(f) Total Estimated Cost of Contract --Insert the total estimated cost of the contract, exclusive - -
of fixed-fee. For incrementally funded contracts, enter the amount currently obligated and
- --
available for payment.
, .

(g) Total Fixed-Fee - lnsert the total 'fixed-fee (where applicable). For incrementally funded
contracts, enter the amount currenily obligated and available for payment.
:
(h) Billing Period - lnsert the beginning and ending dates (month, day, and year) of the period in
which costs were incurred and for which reimbursement is claimed.
i s

(i) -
Incurred Cost Current - lnsert {he amount billed for the major cost elements,, adjustments,
and adjusted amounts for the current period.
1
Attachment 5, NIH(RC)-4, (5/97) Page 2
NCI Confracf No. N02-CO-21186

(j) Incurred Cost - Cumulative - Insert the cumulative amounts billed for the major cost
elements and adjusted amounts claimed during this contract.
- -- --
(k) Direct Costs - Insert the major cost elements. For each element, consider the application of
the paragraph entitled "Costs Requiring Prior Approval" on page Iof these instructions.
.
(I) Direct Labor - lnclude salaries and wages paid (or accrued) for direct performance of-
the contract. For Key Personnel, list each employee on a separate line. List other
employees as one amouni unless otherwise required by the contract.
L. , ,

(2) Fringe Benefits - List any fringe benefits applicable to direct labor and billed as a
direct cost. Fringe benefits included in indirect costs should not be identified here.

(3) Accountable Personal Property- Include permanent research equipment and


general purpose equipment Qavinga unit acquisition cost of $1,000 or more and having
-.- . . -.
-- an expected service life of :more-thantwo years,.and sensitive.prap.erty.~egardlessof
cost (see the DHHS Contractor's Guide for Control of Government Properfy). Show ----
permanent research equipment separate from general purpose equipment. Prepare
and attach Form HHS-565; "Report of Accountable Property," in accordance with the
following instructions: '

- --- - - . .

List each item for which reimbursement is requested. A reference shall be made to the
following (as applicable):

- The item number for the specific piece of equipment listed in the Property
Schedule. I ,

- The Contracting 0dider1sAuthorization letter and numbef, if the equipment is not


covered by the Proqerty Schedule.
, ,
- Be preceded by an: asterisk (*) if the equipment is below the approval level.
I

- (4) Materials and Su-mlies -;'Include equipment with unit costs of less than $1,000 or an ----
expected service life of twu years or less, and consumable material and supplies ---
regardless of amount. i
- --

(5) Premium Pay - List remuneration in excess of the basic hourly rate.

(6) Consultant Fee - List fees paid to consultants. Identify consultant by name or
category as set forth in theicontract's Advance Understanding or in the COA letter, as
well as the effort (i.e., number of hours, days, etc.) and rate being billed.

(7) Travel - lnclude domestic and foreign travel. Foreign travel is travel outside of
Canada, the United States and its territories and possessions. However, for an
organization located outside Canada, the United States and its territories and

Attachment 5, NM@C)-4, (5197) Page 3


- - -- -- - ..
. .

NCI Contract No. N02-CO-21186

possessions, foreign travel means travel outside that country. Foreign travel must be
billed separately from-domestic travel.
,. .
- - ..-- -
-4 .- - - --
.-
.

(8) Subcontract Costs - List subcontractor(s) by name and amount billed.

(9) Other - List all other direct costs in total unless exceeding $1,000 in amount. If over
$1,000, list cost elements and dollar amounts separately. If the contract contains -
restrictions on any cost element, that cost element must be listed separately.

(I) Cbst o f Money (COM) - Cite the COM factor and base in effect during the time the cost was
incurred and for which reimbursement is claimed.
,, . ,

(m) Indirect Costs--Overhead - ldentify the cost base, indirect cost rate, and amount billed for
each indirect cost category. ;. -

. -
(n) - Fixed-Fee-Earned- Cite the for&ula.or method o f computation for the fixed:fee.(if any). .The .-
-
fixed-fee must be claimed as provided for by the contract. ---
-
(0) Total Amounts Claimed - Insert the total amounts claimed for the current and cumulative
periods.
- --- --

(p) Adjustments - Include amounts conceded by the contractor, outstanding suspensions,


and/or~disapprovalssubject to appeal.

(q) Grand Totals .,


, .
The contracting officer may require the contractor to submit detailed support for costs
claimed o n one or more interim invoiceslfinancing requests.

Attachment 5, NIHOIC)-4, (5197) Page 4


NCI Contract No. N02-CO-21186
: [

FINANCIAL REPORTING INSTRUCTIONS: -


. I

These. instrructians are keyed to the ~ o l u m n son the sample invoiceifinancing request.

-
Column A--Expenditure Category Enter the expenditure categories required by the contract.
1

-
Colurnn B--Cumulative Percentage d f t ~ f f o r t l ~ r s . - ~ e ~ o t i aEnter
t e d the percentage of effort or
number of hours agreed to doing contract negotiations for each employee or labor category listed in -
Column A.

-
Column C--Cumulative Percentage o f ~ffort/Hrs.-~ctualEnter the percentage of effort or
number of hours worked by each employee or labor category listed in Column A.

-
Column D--Incurred Cost-Current Enter the costs, which were incurred during the current period.
* I

-.. - . ---Column Enter the cumulative cost to date,


E-Incurred Gost-Curnulative~ - - . ... __._ _ _ . .
---
-
-Column F--Cost at Completion Enter data only when the contractor estimates that a particular
expenditure category will vary from the amount negotiated. Realistic estimates are essential.

-
Column G-- Contract Amount Enter the costs agreed to during contract negotiatimgfor all
expenditure categories listed in Column A.

-
Column H--Variance (Over o r Under) Show the difference between the estimated costs at
completion (Column F) and negotiated costs (Column G) when entries have been made in Column F.
This column need not be'filled in when ~ o l u m nF is blank. When a line item varies by plus or minus
I 0 percent, i.e., the percentage arrived <atby dividing Column F by Column G, an explanation of the
variance should be submitted. In the case of an overrun (net negative variance), this submission
shall not be deemed as notice under the Limitation of Cost (Funds) Clause of the contract.
..
Modifications: Any modification in theiamount negotiated for an item since the preceding report
I - cost 'category.
should be listed in the appropriate
- - --
s Negotiated: An expenditure for an item for which no amount was negotiated -
~ x p e n d i t u r e Not -

- --
(e.g., at the discretion of the contractor ii performance of its contract) should be listed in the
appropriate cost category and all columns filled in, except for G. Column H will of course show a 100
percent variance and will be explained along with those identified under H above.

Attachment 5, NIH(RC)-4, (5/97) Page 5


NCI Contract No. N02-CO-27186

REQUEST AND CONTRACT FINANCIAL REPORT


(b) Invoice/FinancingRequest
--- -- -

I (a)
Billing Office Name and Address

NATIONAL INSTITUTES OF HEALTH


National Cancer Institute, RCB
- '
(c) Date Invoice
Prepared

(d) Contract
No.
EPS, Room - , .
6120 EXECUTIVE BLVD MSC Effective
Bethesda, MD 20892-

(0) Payee's Name and Address


ABC CORPORATION .
i . . . .
4

100 Main Street ' ; (f) Total Estimated Cost


Anywhere, USA zip code

Attn: Name, Title, & Phone Number of Official to ~ h d ik (g) Total Fixed
Payment is Sent Fee
)I,(h) This inwicelfinancing request represents reimbursable ccists for the period from to
!I

(Name of Official)

I * Attach details as specified in the contract


I
: (Title)
1I

Attachment 5, NDH(RC)-4 (5197) Page 6


. .
NCl Confracf No. N02-CO-21186

- _
_- . __ . - PROCUREMENT OF CERTAIN EQUIPMENT

Notwithstanding any other clause in this,contract, the Contractor will not be reimbursed for the
purchase, lease, or rental of any item 0f;equipment listed in the following Federal Supply Groups,
regardless of the dollar value, without the prior written approval of the Contracting Officer. -
Photographic Equipment
Training Aids and Devices
~ e n e r aPurpose
l ADP Equipment, Software, Supplies and Support (Excluding
7045-ADP ~ u ~ ~ l i e k )Support
a n d Equipment.)
Furniture
Household and Commercial Furnishings and Appliances
Office Machines afld Visible Record Equipment
Musical lnstruments, Phonographs, and ~ome-typeRadios
- -
Recreational and ~ t h l e t i cEquipment ---

When equipment in these Federal Supply Groups is requested by the Contractor and determined
- --- .- . with
essential by the-Contracting Officer, the Government will endeavor to fulfill the requirement
equipment available from its excess personal property sources, provided the request is made under a
contract. Extensions or renewals of aphroved existing leases or rentals for equipment in these
Federal Supply Groups are excluded from the provisions of this article.
1 ,
NC/ Contract No. N02-CO-21786 t
1

Circumstances Permitting the Purchase of or Reimbursement for Light Refreshments and/or Meals ,
Using Appropriated and/or Gift Funds 1
DEFINITIONS:

Conference: A meeting, retreat, seminar, symposium, or event that involves attendee travel. The term conference also applies to
training activities that are considered to be conferences under 5 CFR 410.404.

Light Refreshments: For morning, a,ftkrnoon, or evening breaks, includes, but is not limited to coffee, tea, milk, juice, soft drinks, '7
donuts, bagels, fruit, pretzels, cookies, chips or muffins (Federal Travel Regulation, Conference Planning, 41 CFR 301-74.11 $
I
Employee: An individual employed-by an agency; an individual employgd intgrmittently-as:an..expertoi-consultant by the Government ,
and paid-on a dailywhen~actualI'y~employedbask (theseare not cohtractors); and an "invitational traveler" (individual serving at no
pay or for $1a year on behalf of the~overnment)

Appropriated Funds may be used for: Gift Funds may be used for: I I
I
1
1) Light refreshments at employee recognition and awards 1) Light refreshments at employee recognition and awards
ceremonies as part of the Employee Recognition and Incentive ceremonies aspqrt of the Employee Recognition and Incentive
'Awards Program (65 Comp. Gen. 738) Awards Program4 (65 Comp. Gen 738)
2) Light refreshments and "working meals" incident to an 2) Light refreshments and "working meals" incident to an
authorized training program under the Government Employees authorized training program under the Government Employees
Training Act (GETA) that are necessary to achieve the objective Training Act (GETA) that are necessary to achieve the objective of ,-.,
of the training program. '(5 U.S.C.4109) the training program. (5 U.S.C. 4109)

3) Lunches, incident to an agency's EEO/Cultural Awareness 3) Lunches, incident to an agency's EEO/Cultural Awareness
program, for guest speakers away from their homes or places of program, for guest speakers away from their homes or places of
business, and small samples of ethnic foods served at a formal business, and small samples of ethnic foods served at a formal
ethnic awargness program. (60 Cornp. Gen. 303) ethnic awareness program. (60 Comp. Gen. 303)
I t

' 1
i

-
Attachment 7 Purchase of or,Reimbursement of Light Refreshments and/qr Meals Using Appropriafed and/or Gift Funds
i I (
1
Revised August 28,2002 I ;
1,
NCI Contract NO: N02-CO-21786
I

i
d may be used for:
~ p p r o ~ r i a t eFunds ' Gift Funds may be used for:
I
i
I

- --

4) Light refreshments a t CFC and Savings Bond events inclusive 4) Light refre~~hments
during scientific conferences, workshops,
of kick-off rallies, meetings, etc. (31' U.S.C.1301(a)) symposia, retreats, seminars, and lectures*
5) Light refre~~hments during meetings of individuals and groups
serving as advisors to the NIH (advisors must be 'non-federal
persons)*
, .I 6) Light refreshments and "working meals" for postdoctoral
trainees, seniqr executive staff and scientists being recruited
through a formal search process for NIH'positions.*
7) Light refreshments and,meals a t receptions hone-ring foreign
dignitaries or prominent U.S. citizens related to the NIH mission.*
8) Light refreshments and "working meals" for official foreign
delegations traveling under bilateral agreements.*
9) Light refreshments at special events that further the objectives
of NIH and include non-Government individuals, e.g., the Open
House, new building dedications, CFC, and Savings Bond drives*
(A)

-
Attachment 7 Purchase of or Reimbursement of Light ~efrbshmentsand/qr Meals Using Appropriated and/or Gifi Funds
I

Revised August 28,2002 1;


NCI Contract No. N02-CO-27 186
I

I
' be used for:
Appropriated ~ u n d smay I Gift Funds may be used for: I
i
5) Light refreshments for Federal employees at conferences when N/A
the following 4 conditions are met:
I

a) The conference is being held for an official HHS mission


requirement for which employee TDY travel has been authorized
through the issuance of travel orders;., '7
b) At least 51% of the attendees areiFederal "employees" who
are in TDY travel status as per the definition provided above I
(Reference. Page..l);.-- -.- . -.-- -,.-- - - . . . - - . .- . - ---. . -
- . ., ., .. - .
.--A-

- ,.- %

c) The conference is at least 4 hours; -and


d) Appropriate procurement procedpres were followed in advance -
of the conference. (HHS Travel Chapter 1-20; NIH MC 1500-4-
10)
I I
Note: Appropriate procurement procedures means that the 1
employee cannot pay for light refreshments with the use of their
travel card or personal credit card. Light refreshments must be
provided by the conference sponsor.
When light refreshments are furnished to Federal employees in I
travel status, there should be no reduction in the traveler's per
diem, i.e., Meals and Incidental Expenses allowance. I f the I

official conference meets all four mandatory criteria listed T;


above and light refreshments are provided, all Federal
attendees (including Federal attendees in their local travel area)
may partake at no personal'cost. However, even when the
above four conditions are met, the FTR does not: permit other
nonfederal persons, i.e., contractors or individuals who are not
on Invitational Travel Orders, to partake of the light
refreshments. A registration fee or similar mechanism must be
1 ,.
i
used for this purpose. . J

-
Aftachment 7 Purchase of or Reimbursement of Light Refreshments and4or Meals Using Appropriqted and/or Gift Funds
I ! IS, .-
Revised August 28,2002 '4
NCI Contract No. N02-CO-21786 I

i
I II
I
Appropriated Funds 'may be used for: I . Gift Funds may be used for: I
i
6) meals (as part of the per diem) for official business when , N/ A
attending a non-Government sponsored conference in the local
travel area and the following conditions are met: I

a) You are in travel status for a minimum of 12 hours;


b) The registration fee is for attendanc.9 only and does not cover
meals; I
c) The meals are incidental to the conference;
d) Your attendance at the meals is necessar-y.to full participation
in the blisiness of the conference; and :
e) You are not able to take the meals elsewhere without being
absent from essential formal discussions, lectures, speeches
concerning the purpose of the meeting, conference, etc. * (CG
Decisions: N1H MC 1500-06)
7) Meals (as part of per diem) for Federal Advisory Council
members who reside in the local travel area when attending
Government sponsored conferences (Letter from HHS 09/11/89).
I
NOTE: All such local travel should be processed on a Travel
Order via the ADB. Also, all NIH travelers (inclusive of Federal
Advisory Council members) who receive a per diem allowance
must reduce that allowance if meals are paid for by the
Government or are included in the registration fee. (FTR 301-
11.18; HHS Travel Chapter 5; NIH MC 1500-06)
*NOTE: Provision of meals and/or light refreshments for these activities is governed by various CG Decisions that can be referenced a t
the web site htt~://www.qao.qov. Click on GAO Legal Products for Federal Appropriations Law.
(A) - So long as the special event or activity furthering the objectives pf the NIH does not violate any restrictions imposed by the
donor, and is reasonable under all circumstances, uses of gift funds toIprovide light refreshments may occur at any level, e.g., Lab,
I
Division, IC, etc.

-
Attachment 7 Purchase of or Reimbursement of Light Refreshments and/pr
, Meals Using Appropriqted and/or Giff Funds n , , r. 4
Revised August 28,2002 1 1' ,
I (
NCl Contract No. N02-CO-27786
I
b

General Comments :
i I
, I
'
Appropriated funds cannot be used to pay for alcoholic beverages, Alcoholic beverages are an unallowable cost! under FAR
31.205-51.

The cost of meals and lodging should be in accordance with the current GSA per diem rates. I

Scenarios of A ~ ~ l i c a t i oofn the Above Rules

Definitions : 1 -'
I
NIH Local Travel Area : A mini-mu-m-.r.adius of 35 miles that includes the District of Columbia; Fairfax County; Alexandria;- - -
':
Arlington County; Montgomery County; Prince Georges County; ~oudon'~ourify;arid'-prince ~ i l l i a mcounty .) other frequently
traveled locations that are within, or just outside the 35 mile radius, and have been designated as part of the local area, are
Baltimore City and Frederick, Maryland. (NIH Manual 1500 NIH Travel Policy dated 5/13/02)

Training: The. process of providing for and making available to an employee, and placing or enrolling the employee inria planned, I
prepared, and coordinated program, course,.curriculum, subject, system, or routine of instruction or education, in scientific, 1
professional, technical, mechanical, trade, clerical, fiscal, administrative, or other fields which will improve individual and
organizational performance and assist in achieving the agency's ,mission and performance goals. (5 USC 4101)'.

Free Food: Includes meals, snacks, and light refreshments at the employee's official duty station, even if authorized by
Government officials.
*-\
Scenario 1: How do these rules apply to the providing of meals and/or light refreshments using appropriated funds or gift funds at
Government sponsored meetings/conferences/retreats in the NIH local travel area (including at the official duty station)?
For example a retreat or conference at the Marriott Hotel in Bethesda or DoubleTree Hotel in Rockville.

1. Under this NIH local travel area definition, generally, NIH personnel stationed in Bethesda and Rockville will not be
paid per diem or subsistence at, or in the vicinity of their official duty station. (See exceptions in NIH MC 1500
Chapter 06 "Local Travel" and MC 1160-1 "Entertfiinment". NIH MC 1500 Chapter 06 includes the following three (3)
I'
exceptions to the per diem restriction: 1
Exception 1: Overnight subsistence not routinely Luthorized in Washington, D.C., Baltimore or Rockville, MD unless:
*Temporary duty station is more than 35 miles from the permanent duty station and residence, AND
orie of the following applies:

-
Attachment 7 Purchase of o r Reimbursement of Light Refreshmenfs Meals UsingAppropriated and/or Gift Funds
RevisedAugust 28,2002 . , I , , P ~ '; ~ . ~
NCI Contract No. NO2-CO-21186
I

(1) Employee is required to be in official duty status for at least a normal workweek, 'or
(2) Employee is required to remain on official, duty beyond reasonable hour for return to petmanent
duty station or residence, and is also required to return to temporary station early ndxt morning, or
(3) Some other compelling set of circumstances which must be documented on Travel Order.

Exce~tion2: Travel authorized under the Government Employees Training Act when the following conditions are
met:
(1) Event must meet definition of training,
(2) qetermination is made that providing meals is necessary to achieve training objectives, and ,'-
(3Y & participants
lJ required by NIH to stay in the same local hotel to foster participation in day and
evening training activities I
-
7 - . , . _ . I . ----- -
. .. Exce~tion-3:Travel to a non-Government sponsored meeting oi confgrence atid the registration fee is for
attendance only and does not cover meals.

Per diem may be authorized for meals onlv when the following conditions are met:
(1) Meals are incidental to the conference, and I I
(2) Attendance at meals is necessary to full participation in the business of the conference, and I
(3) Not able to take meals elsewhere without being absent from essential formal discussion, lectures,
or speeches concerning the purpose pf the conferen~e.

Approval of Exceptions to Per Diem Restriction:


(1) A TDY Travel Order must &!.prepared for the employee, and
(2) Prior written approval must be obtained from the Executive Officer, NCI.) -
2. As a general rule, the Comptroller General (CG) has opined that appropriated funds may not be used to pay per
diem in the form of "free food." This rule applies regardless of how the 'free food" is paid for, i.e, procurement or
travel mechanism, and even where the expenses are incurred under extraordinary circumstances:

a) Late conference sessions;


b) Heavy volume of work;
c) Adverse weather conditions; 1 1 1

d) Protective missions by security personnel; or ;


e) Inability to leave duty post

-
Attachment 7 Purchase of or Reimbursement of Light Refreshments and/or Meals Using Appropriated and/or Giff Funds
Revised August 28,2002 r I:
!)
NCI Contract No. N02-CO-27 186
I
t
3. Light refreshments may only be provided when:
1 I

a) It's an official Government meetlng/conference/retreat {or which employee TDY travel has been Luthorized;
b) At least 51% of the attendees are Federal employees who are in TOY travel status;
c) The conference duration is at least 4 hours; and
d) Appropriate procurement procedures were followed in advance of the conference. This means that payment for
the refreshments was done by means other than the travel orders or Government travel card.
n
Using the above NIH local travel area definition, under the Conference Planning regulations, unless over 51% of the Federal
employees in attendance'are on TDY travel, the use of appropriated funds for the provision of light refreshments may not
be authorized. However, when certain parameters are met, you may authorize the use of sift - fuqds for the provision of
light refreshments- regardless of the percentage of. Federal employei attendance.
.- . - -- - .- -- -
According to Joel Papier of OFM, the 51% rule is only applicable to Federal empldyees in TDY travel status. 1f.that rule
along with the other t6ree conditions (See Page 3) are met, then you may authorize the use of appropriated funds for the
provision of light refreshments.
I I
Generally, appropriated funds and gift funds may not be authorized to cover meals for Federal employees within the NIH \

local travel area. (See exceptions in NIH MC 1500 Chapter 06 "Local Travel" and MC 1160-1 "Entertainment")

Scenario 2: How do these rules apply to the providing of meals and/or light refreshments at Government sponsored meetings while on
TDY travel? For example a Government;sponsored conference in Hagerstown, MD.
I

Appropriated funds may be used to provide meals as part of a per diem allowance for Federal employees while in TDY '7
travel.status. Travel orders must be issued to cover these costs. For non-Federal persons, a registration fee may be
charged to cover the cost.

The same rules as stated above apply to light refreshments being provided with appropriated funds:

a) It's an official Government conference for which employee TDY travel has been authorized;
b) At least 51% of the attendees are Federal employees who are in TDY travel status;
C) The conference duration is at least 4 hours; a n 1
d) Appropriate procurement procedures were followed in advance of the conference.

-
Attachment 7 Purchase of or Reimbursement of Light Refreshments a n w r Meals Using Approprislfed and/or Giff Funds
Revised August 28,2002 I , ! plrr-7
I :
NCI Contract No. N02-CO-27786
b
Gift funds may be authorized for the provision of light refreshments during meetings of individuals and g;oups serving as .
advisors to NIH (advisors must be non-Federal persons) or during scientific conferences, workshops, sym osia, ietreats,
seminars and lectures. The 51% Federal employee attendance rule is not applicable in these scenarios. P

-
Attachment 7 Purchase of or Reimbursement of Light Refreshments and/or Meals Using Appropriated and/or GiffFunds
Revised August 28,2002 r I: , 1
-
)RDERFORSUPPLIESOR( WICES. . M a r k a l / p 8 c k a g e ~ a n d ' 'fswithmntract
andor order numbers. :
. Date of drde'r I OMB No. 0990-0115
2. Contract no!(if any) W e r no. Page
!33/3.j,,."(>& - .
:?[,::!;.. .. ....i;.i(J....,i)(;,,&o(!!~;:/
.. Requisltipning ~y,jq;:;:
:: .,* ~~~~..l]:~:~...
,) i;j$: [:ji:::[!j!::
:I. of
ofice 5. Requisition no.
.(.i,? (5.-.<:,:>:;i ~i ,...
.;::I j..lj:;jp.jL;; ;; ..I
l..,L... :: :,:!fi :1 ~1;:: (!+j :I: dj()(;, ;J(;)

. Accounting and appropiialion-data 7.Ship to (Name, address, and zip code)


. :: 2:; ':i ...-..k.-...i>.i.
I;:,!.. . :: ()':.,
; ! 1 ' ; iji:. A-
,:,.! ?.! 1. i'.<? .5 PJ{>,J' .I:(:g.!{$.. :I:i-,l::;.r :~:~f.~,jyl:;:~; [.,I:: +.ll;;:g,!..,
.jI,./
J3!.- X;l(!j :: :<:,:I. :I. k, I:;.: ['{ (1fti !; !:j (1;; ., 'I. i-,i. %? .T":7.., p,) ...? , -'
:l:fij$yy.:; i-.!Q *I;' c:
'.>"':...& t.,(:!I ...t.:: Nc:i: [:I(:;
!~;[:',~"j'~~~:~~~. ;; $;~,,:~g!.. ... r,,> 1:PI5
. i+y\':.,.ra :,?;Qj. - . . i,; ( ~....h
'T
..,&t.l::'j (:lf;:IjE:j:: :g 2c;3....+j[;i.-.,5,36,6h7
Bi. ..I.jG 311, I.;:(:Ii'JM :I OR :!. 5'
. TO: Contractor (Name, address, zip c o d e r
~ ...--- --.- . . - - -- I I 208<.;.'2
9. Type of order
,... . ,.,- .?.",
2:. .i: i'.l:: op .::/ :: >A: !:; >:IJ 4) (a) PURCHASE. Reference youi
'.-,JC)(:lt..jI.3 ;[ NC:; .
432!,!;. !;"c)rsp!::.,-.
I*<. ..41..,>
t fil...L'l:>
1.. -
l...$';i\!J-l(.+ifi MI) 2 ';c, 05
Please furnish the followin on the terms specified on .both -
alder of this order andon fie attached sheets, if any; lnduding
dellvery as indlcated.
.. -

(b) DELIVERY. Except for billing Instructions as attached, this


.
O
' nb
'

d
dellve order is sub ect to instructions contained on this side
ofihis form an is issued subject b the bnns md
cpnditlons of the contract referenced in c lock 2.
1. Issuing office (Name and phone number of Purchasln~Agent to call mgam'ing this om'er)

---- .

X ~ 0 6.-- Pihl:ZC
;.4 5%) , :'",.,.!.!ii"'
.. W :I:'1-142
/ [:!F'Y' J: ClN "lli::AAE; . . .

. .

. .
. . . . ..
. .
I .
'
. .. . .- . .
" ' I

. . . . .-
. . . . . - .
. - . ....
- .
. . - .. --
..
-
. ~ . -. -.. ..
I
. Classification: $;& "
18. Mail involce to: '
. . I 9 6 (h)
. . . .
88 -
SB -
Small business W-Woman-owned
OU1er than small S -Sheltered
~atlqna(lnstltiibkof ~*alth:. .'
Commer~lalAkio~nt., koom 8' "1. ~ 3 2' .
31 Center Drive, MSC 2048
Total from ' .
cohtlnuatlo~~
. , pages ,
b
. .
bilsiriess . . wolkshop'.. . Bethesda, MD 20892.2046 . ' 16(i) , I .
-
.. ..
M Miinority-owned' ' I -Ahe[ican
Indian-owned . . . .
phone. n. ~ b. e r f o r p a ~ m ~ n ' t ~ n ~ u l301-496-6088
ries: Grand ' , : a , Y...JUn:OCS ".
J
-

.
'
Total .
F ~ BILATERAL
R AGREE~ENTSONLY: (Wren appIicabIe, iese a i f ~ h e d NIH 26553.) &

.
Contractor's typed name and title . Contractoh signature Date l one mpy bf:inmlm.:
~ u b m h g i n aend ' '.

.--\
I See atfactted invoice'and w m e n t
pm~isions F O NIH ~ 2655-1. ~ . . .
Unlted States of 21. Typed name and title of Government rep~sentp@ .
. By (signa'ium) '
I:)E'El:lbi'&il-1'41,; . f i . t t l e ~ ~ ~
[:[]i.!'lPAf>'r'1N(:; f'jF:'l: .r..s;;{:;l:-( ., ... . .
12555 (Rev. 71g6) FRONT 1
.16. SCHEDULE OF CONTINUATION
1. Period. of Performance:

a. The period of Performance of this purchase order shall be from March 31,2006, through '
..--- --March -30,2007.

b. If the Government exercises its option, the period of performance will be extended as
follows and in accordance with the PRICING SCHEDULE FOR BASE AND OPTION -
incorporated in this purchase order:

Option Option Period Ootion Price

Option One (1) 03131107-03131108 -$ 6-I


Option Two (2) 03/31108-03/31l09 -$ by -
-
- -.
-e

2. Options
a. unless the Government exercises Option 1 pursuant to the Options Clause set fourth
herein, this purchase order will consist of the base period only. Pursuant to clause
52.217-9 set fourth below, the Government may,. b~!unilateral purchase order modification,
-- require the Contractor to perform Option 1 and Option 2 to continue the services as

defined,in this purchase order. Option Imust be exercised prior to exercising Option 2.
b. FAR 52.217-9 O~tionto Extend the Tenn of the contact [Mar 2000)

(a) The Government may extend the term of this contract by written notice to the
Contractor provided that the Government gives the Contractor a preliminary writfen notice
of its intent to extend at least 30 days before the contract expires. The preliminary notice
does not commit the Government to.an extension.
(b) If the Government exercises its options, the extended contract shall be considered to
include this option clause.
-
. - .

... -. . .- (c) he total duratih of this contract, including the exercise of any options under this
clause, shall not exceed 3 years.
- .- (End of clause)
STATEMENT OF WORK

A. Background Information
The Media Relations Branch-requires a program that can track and analyze media
coverage of cancer-related topics. The program would enable the branch to
_q~y~tit~zively and graphically show the number of articles, the subject of the articles,
the market in wlich the articles appeared, and the trend of cancer coverage in the
media, among other means of analysis. In addition, and very importantly, the
program would allow the branch to read any of the articles that are included in the
media anilysis. The program also would allow retrospective analysis of media
coverage and the ability to refine the list of articles included in the media analysis.
This analytics program must be user fiiendly and flexible.

This requirement evolved initially from an inquiry from NCI Director Dr. Andrew
von Eschenbach, who was curious as to whether the amount of ciincer coverage had
increased in recent montlx. This request and curiosity led to the Office of
Communication's desire to formally, consistently, and efficiently monitor and
analyze media coverage of all cancer-related topics. The Media Relations Branch has
its database of press calls (through Vocus) and its news clips &om the newspaper
every day (through Lexis), but in both cases the branch is lacking the ability to
analyze those products. The 1971 Cancer Act included a mandate that NCI
communicate the latest cancer-related information to the public; a program to analyze
the media coverage of cancer-related information is necessary to understand whether
our messages are indeed being communicated to the public through vital media -:---
channels.

The Media Relations Branch now records its press calls in the Vocus database, which
also Inks to the Vocus database of reporters' contact and background information, as
well as the Vocus record of ongoing "projects" in which the branch is involved. The
branch would like to link these capabilities to resuIting news coverage - and analysis
of that news coverage.

B. PURPOSE AND OBJECTIVES OF THE PROCUREMENT


The Vocus Advanced Analytics program will allow NCI to analyze its media-related
activities and media coverage, including analysis of media coverage in specific media
markets, of specific topics, during specific time periods, and of specific
spokespersons. The also willallow the Media Relations Branch to link press
calls to media projects to press contact information to resulting news coverage.

I-- C. CONTRACTOR REQUIREMENTS


The Vocus Advanced Analytics program will:
Allow for clips from an NCI-selected outside clipping service to be loaded
into Vocus system and able to be analyzed through Vocus Advanced
Analytics
Be available on the Web to perform its advertised capabilities 24-hours a day,
7 days a week. In addition, customer support will be available throughout the
work day.
-
Allow NCI to createanalyze and create graphical analyses of NCI's media-
related activities and media lists.
- - -- --Allow N€I-to analyze and create graphical analyses of cancer-related and
NCI-related media coverage, including print, broadcast, and online coverage.
Allow NCI to identi@ which media-related projects, markets, subjects, and
contacts yielded the greatest coverage.
Allow NCI to read the news coverage'included in the clips
Enable NCI to link media-related projects to resulting news coverage.

All of these capabilities will be through the contractors, Web-based database

The contractor shall offer complimentary customer support throughout the work
day for its analytics program, as well as for the use of its basic Vocus database
and co~nrnunicationswizard.
-
Basic trainings - on-site, online or over the phone - on the analytics program --
- - -
shall be provided by contractor as necessary. In addition, the contractor shall
work with NCI to fine-tune program input and output to achieve desired results.

The period of performance shall be for a one year base period from date of award
with two one year option period if exercised by the Government. - --- -- -

D. GOV3U3NMENT IiESPONSIBILITIES
t contract with another outside vendor (such as Lexis Publisher) that,
~ o v e r n r n kwill
at this time, is compatible with the Vocus system; this additional outside vendor will
supply news clips and load these clips into the Vocus system. It is these clips that the
Vocus Advanced Analytics program will analyze for media coverage.

E. REPORTICNG REQUIREMENTS AND DELIVERABLES


Vocus Advanced Analytics will be available on the Web to perform its advertised
capabilities 24-hours a day, 7 days a week. In addition, customer support will be
available throughout the_ work day. -- - -
-
- - - - ---
F. INSPECTION AND ACCEPTANCE CRITERIA
The program must be available on the Web 24 hours a day, 7 days a week and allow
- -
the NCI Media Relations Branch to track ahd analyze media coverage of cancer-
related and NCI-related topics at any time.
2 I
3
ORDERFOR SUPPLIES OR E :VICE: Mark all packaies and r
ancUor order numbers.
s with con'
OMB No 0990-01 15
I.Date of order 2 Contract no. of any) - IX Order no, IPaqe
{)fi ,/ ()/.I''..!4 ' , 1. i.., ....t,j[:j,-,4
.'>.L,S . . . ..i. !:\. &at.14.', "'X:"',
'I. of
Requlsitidning f,~$$i4jij: ;; l;::ef~<ry;; u:}:
!.. office i.,.'l-; :/:,l.(::ir;:;f> , ' 5. Requisition no.
. .
]::;{..I[:]f,!f::':: 4:::;5 ....77'74 [';(; ;;><>:I, .i$<; . . .1: \l..b!tc.
: ... 1.3. :I Q"f\).)4B(;l":<,
3. Aeountlng and appropriation data 7. Ship to (Name, address; a d zip code)

. . . . .
Dl...DG. 5:1 I;<ugK :t Qfi:!y
._.__.
I. TO: Contractor (Name, \
--. t :, , , 2(j~3(;>2
2
1;
4.-
-
.I:Pd :;
,.., '.,"..
r ;:IF-
"

c.:. $2 :%:Ci;:C! &, (a) PURCHASE. Reference your


v(3{:!J!2 INC; . . . . a .
#~'y'l'p);: ~1:iy:j'f
kf.. [::p,i.;tfsa$:.t...i..
4529 I"[:?):1:BE:$i BI...L':I:l -
Please hrnish the followin . on the'terrns sbeclfied 0.n both' . -
.
. '!:..&~fl&t<',i 4 1 ~
,,:..v':)C56
., .,. .. ; . sides of th? order and on.tas attached sheet?,. ifany, lndud!ng
. .. . . ,
"

. . . . . $livery as ndicated.
.- - . .
(~IDELIVERY. .~x&pffor billing instructloni as'&actiid, !his
. ,

.
7 '
delve order is s u b p b lnstnrctions mntainedon this flde
onlyokis form an IS issued sub]sct to Re terms and
.. .coi$lt~ons
. bf th'e'cbntract 'referenced In Block 2. ., . .
0. lsklng office (Name and phone number of ~urchaslnggent to call kgardingthis order.) . .

.. . . . . . . ... '. . '

'. Classlffcatlon: $;Kt 1.8. Mall lnvofck to::. ' .. l8(h). '

- -.

SB --
Small busbess
TSB -OthG than small
. .
w -wt&an.awnecj
S -Sheltered
National lnstltutes~ofHealth .
Commercial #ceounts, R00m.$jB32
31 Center Drive,, MSC 2046 ' ,
'

,
' Total from

antinuation
pages .
48 (1)
b '

buqlnesswarkseop .Bethesda, MD 20092-2045 ; . ._.,.


.
-
M Ml$ritX-oWn&
. . l'-~&~dnn . . ?h+e nGmber t6rpiirnht1t ln,quIrIes:'301$9&6088 Grand*
Total . .
. : 14,584: QO
. . . . . . . Ind,igpownad. . . . . . . . . " . . .
I. FOR B I I A T E ~AGREEMENTS ONLY: (When tipplic&/e~aee'attached,Fjx?n ~ l r2555.3.)
j . '

Cbritra~ofs typed na$e and Utle , . . .Cqntra&s &nature . Date' . '


Submit 0dQinaIland.o~e&py ofinv01&.
. . .. . . See attached invoice,~ndpayment. . .
. . . . . . . ... . .. . . . ... pmvisions on Form NU+ 26554.
. . .* . . . . . . . . .?..
.
I. .
. . . : . 121; T Y P Bname
~ and title of Gpvernrnent representetiie
' %
:Unlted.Statesof America e .- '
.
. . @- Renit+ Smith
(&$:. C(3N'TRAf37': [ ~ ( d~'~:f[:;~rq
i '

H 2555 (Rev. 7/96) FROM # i ,


-- -
16. SCHEDULE OF CONTINUATION

1. The attached Statement of work is hereby incorporated into this purchase order.
-
2. a. The base period of perfonnance of this purchase order shall be from September 1,2004
through August 3 1,2005.
-
b. If the government exercises its option(s), the period of performance will be extended as
follows and the purchase order amount increased according to the corresponding option
amount:

O~tionYear Oution Period


-. ~

Option Year 1 September 1,2005 - August 31,2006 ~ $


5

Option Year 2 September 1,2006 - August 3 1,2007

Total cost including Base plus all Options - . ..


- . - . - ---. --,..
. . . .

3. Options

a Unless the Government exercises Option 1 pursuant to the Option Clause set forth
r consist of the base period of the Statement of Work as
herein, this purchase ~ r d ewill
defined in this purchase order.

b. 52.217-9 Option to Extend the Term of the Contract (Mar 2000)

a. The Government may extend the term of this contract by written notice to the
Contractor within 30 days prior to expiration of the contract; provided that the
Govemment gives the Contractor a preliminary written notice of its intent to extend at
- ,lease 30 days before thezontract ex~ires.The preliminary notice does not commit the
~oGernmentto an extension.
b. If the Government exercises this option, the extended contract shall be considered to
- --
include this option clause.
c. The total duration of this contract, including the exercise of any options under this
clause, shall not exceed three years.
Statement of Work I
A. Background Information -

The NCI Mass Media Branch, also known as the Press Office, assists the news media by
priffidiKg3ackgroiind materials and interviews with scientists. The staff of the office are
themselves reporters who write feature articles, news releases and the background
materials they send out to the news media and post to the NCI Web site. The office
maintains a database of media c3ntacts, and distributes institute media materids via e-
mail and fax to specialized lists of news media with an interest in cancer. The office also
keeps a detailed, searchable database of what requests are received from the media and
how they are resolved. These media lists and press call records are currently stored on
Vocus Public Relations 3.0, which allows up to five Press Office staff members
simultaneouslyto access these Web-based records. These lists and records have been
used and stored on Vocus since 2000.

B.Purpose and Objectives of the Procurement .. -


The Mass Media Branch has a requirement for a state-of-the-art system that allows the
branch to prepare customized media lists from a broad, nationwide media database that is
rigorously updated and maintained; to distribute materials to these lists easily and
efficiently via e-mail or fax; and to record press activity in a searchable, printable
database. A system with these features allows the press office to maintain its strong, vital-
relationships with science reporters and editors.

C. Contractor Requirements

The successful contractor will provide a real-time, internet-based database that allows
individual staff to input media contacts, automatically flag media follow-up based on
notes by the staff, and distribute press materials from the institute via e-mail and fax to
not only institute media contacts, but allow for customized distribution fmm a large,
general body of media contacts that is maintained by the contractor. Available reports
should include a summary of documents e-mailed or faxed, nondelivery and recontact
information. The system must allow the user to create specialized minority media lists,
including Black, HispdcJIative American, and Asian American and Pacific Islanders -.--
who will receive this information via e-mail or fax from the institute via the contractor, as - -
- . -
well asbther ways to characterize media, e.g., consumer magazine, radio, television,
cable, internet, audience, frequency, and subject matter.
- --

The system also must provide a way to record requests from the media, be compatible
with current press records that are stored on Vocus 3.0, and to link that information to the
database of media contacts and outlets.

All the data must be integrated into an easy-to-use database that is accessed via the
internet by .NCIstaff. Service must be available 24 hours a day, seven days a week.
Telephone customer support must be available during regular weekday working hours
(8:30 a.m.-5 p.m.), and the contractor will provide all needed NCI staff training.

Period of performance is September 1,2004, threugh August 31,2005, with an option to


extend the contract for an-additional year.
-.--. -- - . - - -
D. Government Responsibilities

If the system is working, with the required features available for use as delineated in the
statement of work, the government will pay for the service in one full payment.

E. Report Requirements and Deliverables

The service must be Web-accessible 24hours a day, seven days a week, and must allow
NCI Press Office staff to generate media lists, distribute information to media targets,
review and revise media lists, and record and review media interactions. Contact
information in thp database must be updated weekly by the contractor. Press Office staff
must also be able to access, search, and print records of past press activity at any time, as
well as enter additional records. In addition, the contractor must provide one on-site
--
- - training session to NCI Press Office staff.
-
F. Inspection and Acceptance Criteria

The service and its required features must be available 24-hours a day, seven days a - -1- --
week.
- L AMENDMENT OF S O L I C I T A l j I / M O D I F I C A T I O N OF CONTXACT I
N02-CL-80004 -
?

2 AMENDMENTIMODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITIONIPURCHASE


- REQ NO 5 PROJECT NO (if appl~cabie)

Modification Twenty-Two (22) See 16c QDV30034


6. ISSUED BY CODE 7 ADMINISTERED BY (if other than Item 6) - CODE

National Institutes of Health, I


Office of Purchasing and Contracts, Clinical Center, I
Democracy 2, Room 106;6707 Democracy Blvd. I~ h r i s t o ~ hBelt
er
BETHESDA, MD 20892-5480 Phone: 301 -594-591 5 Fax: 301-594-5920
8. NAME AND ADDRESS OF COYTWCTOR (No., street,.county, State and ZIP Code). (J) 9A.AMENDMENT OF SOLICITATION NO.

N02-CL-80004
9B. DATED (SEE I E M 13)
Macro International, Inc.
- X December 16,1997
1 1785 Beltsville Drive
-

I I
10A. MODIFICATION OF
.
.
Calverton, Maryland 20705-3 1 13
.
EM: !>L(. CONTRACTIORDER NO.

1 lOB. DATED (SEE ITEM 13)

CODE FACILITY CODE


11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS

I is amended as set forth in ltem 14. The hour and date specrfed for receipt of Offers
m e above numbered sol~citation
I I
Offerors must acknowledge receipt of th~samendment prlor to the hour and date specified in the solicitat~on
or as amended, by one of the followmg methods-
-
(a) By m p l e t i n g Items 8 and 15, and returning mpies of the amendment (b) By acknowledging receipt of lhiis amendment an each mpy of the offer submMed; or (c) By
separate lener or telegram wh~chincludes a r e f m to the didtation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECENED AT THE PLACE DESIGNATED FOR RECEIPT OF
OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue ofthis amendment you desire to change an offeralready whined, such change may te -
made by!elegcyn or letter, provided eat@ telegram e t t e r maker reference to the soliatatvxl and this amendment, and is receivedprior to the opening hour and date s@ted.

12. ACCOUNTING AND APPROPRIATION DATA (if required)

CAN: 383273 15; Inst: CC; OC:252Z; CC: 10109; $3,857


13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS,--. -
--
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
J
1 A. THlS CHANGE ORDER IS ISSUED PURSUANTTO: (Specify authority) M E CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM
10A.

B. THE ABOVE NUMBEREDCONTRACTIORDER IS MODIFIEDTO REFLECTTHEADMINISTRATIVE CHANGES (such aschangesinpayingo-, appropn'abondata, etc.) SET
FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.1031b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority) -

FAR 52.232-22 Limitation of Funds (APR 1984)


E. 1MPORTANT:contractor is required to sign this document and return copies to the issuing office.
- -
14. DESCRIPTION OF AMENDMENT/MODIFICATION (~rganh_edby UCF section headings, including solicitation~contractsubject matter where feasible.)

Purpose: To incrementally fund the above numbered contract in the amount of $3,857.46 for the final invoice.
- --

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)
ChrisropherBell
I

158. CONTRACTOR/OFFEROR 115C. DATE 1 168. UNITED STATES OF AMERICA I16C.DATE SIGNED
SIGNED

(Signature o f p e r s o n a u t h o r i z e d t o s i g n . )
STANDARD FORM 30 (REV. 1 0 - 8 3 )
NSN 7 5 4 0 - 0 1 - 1 5 2 - 8 0 7 0 3 0 - 1 0 5
PREVIOUS EDITION UNUSABLE P r e s c r i b e d by G5A
FAR ( 4 8 CFR) 5 3 . 2 4 3
Contract Number N02-CL-80004
Modification Number Twenty-Two (22)
Page 2 of 2

Ex~irationDate: Unchanged as a result of h s modification, remains March 3 1,2003.


Total GontracbValue: - - - Unchanged by this modification, remains $6,075,363.

Total Amount Committed: Increased as a result of this modification by $3,857 from


$4,528,624.70 to 4,532,481.70.
-

-
-.
The contract is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)

a. It is estimated that the total cost to the Government for full performance of this contract will be
qf. n74 263 of which the sum of !£
by resents the estimated reimbursable costs and
1 represents the fixed fee. -

b. Total funds currently available for payment and allotted to this contract are $4,532.481 7n nf
which the s b of $ bI, represents the estimated reimbursable cdsts and S &
represents the fixed fee. For further provisions on funding, see the Limitation of Funds clause.

c. It is estimated that the amount currently allotted wiIl cover performance of the cantract through
March 3 1,2003.

Article B.3 is hereby updated in accordance with the information given above for Article B. 1

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeeN I H 1255)OJOV 1988)

a. Total funds currently available for payments and allotted to this contract are $3,857 of which
$ hq represents the estimated costs, and of which $ by represents the fixed fee. For
further provisions on funding, see the Limitation of Funds clause referenced in Section I of this
contract.
. . .. .. . ..
-- -
b. It estimated that the amount currently allotted will cover performance of the contract through
- .-
March 3 1,2003.

c. The Contracting Officer may allot additional funds to the contract without the concurrence of
the contractor

All other terms and conditions of the contract remain unchanged.


1
b",. I -v I Y I"" i TI"+ Y nYLJ

AMENDMENT
OF SOLC
ITIAT( I/MODIFICAT~ON OF CONTRACT N02-CL-80001 1 2
#
2 AMENDMENTIMODIFICATION NO 3 EFFECTIVE DATE 4 REClUlSlTlONlPURCF
- - REQ NO 5 PROJECT NO (if appbcable)

Modificat~onTwenty-one (2 1) 03/28/03 QDV30026


6 ISSUEDBY CODE 7 ADMINISTERED BY (rf other than Item 6) CODE

National Institutes of Health,


Office of Purchasing and Contracts, Clinical Center,
Building 10, Room 12325k 10 Center Drive, MSC 1189 Christopher Belt
BETHESDA, MD 20892- 1189 Phone: 30 1-594-5915 Fax: 30 1-594-5920
8 NAME AND ADDRESS OF COYTBACTOR (No, street. county, State and ZIP Code) (0 9A AMENDMENT OF SOLICITATION NO
N02-CL-80004
QB DATED (SEE ITEM 13)
Macro International, Inc.
- X December 16, 1997
1 1785 Beltsville Drive
Calverton, Maryland 20705-3 1 13 Em: bif 10A MODlFlCATlOPCOF
CONTRACTIORDER NO
-

lOB DATED (SEE ITEM 13)

CODE FAClLlM CODE

11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS

r The above numbered soliutation is amended as set forth in Item 14. The hour and date specified for receipt of offers

Offerors must acknowledge receipt of thls amendment prior to the hour and date speclfied in the soltcitaliot~or as amended, by one of the followtng methods:
is extended. is not extended.

(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By
separate letter w telegram whidr indudes a reference to the aoWation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR RECEIPTOF
OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue d this amendment you desire to change an offer already submmed, wch change may be -
made by !elegram or letter, provided eac& telegrem q t t e r makes reference to the solidation and thii amendment, and is receivedpriw to the opening hour and date speufied

12. ACCOUNTING AND APPROPRIATION DATA (ifrequired)

CAN: 38327315; INST: CC; OC: 2522; CC: 10109; $34,000.00


~
p~

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS, - .


IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
(J) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specifyauthontyl THE CHANGES SET F O R M IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM
10A.

B. THE ABOVE NUMBEREDCONTRACTIORDER IS MODIFIED TO REFLECTTHE ADMINISTRATIVECHANGES (such aschangesinpayingoMCe,appropiabbndata,etc.) SET


FORTH IN ITEM 14, PURSUANTTO THEAUTHORIM OF FAR 43.103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

., I
A
D. OTHER (Specify type of modification and authontyl

FAR 52.232-22, Limitation of Funds (APR 1984)


E. IMP0RTANT:contractor IS required to sign this document and return copies to the issuing office.
- -
14. DESCRIPTION OF AMENDMENTNODIFICATION (organ!<& by UCF section headings, including solicitation/contractsubject rnafter where feasible.) - .

Purpose: To incrementally fund the above numbered contract in the amount of $34,000.00.
- --

Except as provided herein, all terms and conditiom of !he document referenced in ltem 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)
Christopher Belt

158. CONTRACTORIOFFEROR 115C. DATE 16B. UNITED STATES OF AMERICA I16C.DATE SIGNED
SIGNED

( S i g n a t u r e o f person a u t h o r i z e d t o s i g n . )
NSN 7540-01-152-807030-105 STANDARD FORM 3 0 ( R E V . 10-83)
P R E V I O U S E D I T I O N UNUSABLE P r e s c r i b e d by GSA
FAR (48 CFR) 53.243
Contract Number N02-CL-80004
Modification Number Twenty-one-@1)
Page 2 of 2

Ex~irationDate: Unchanged as a result of this modification, remains March 3 1,2003.


Total . C m t r d a l u e : - - - . - Unchanged by this modification, remains $6,075,363.
Total Amount Committed: Increased as a result of this modification by $34,000 from
$4,494,624.70 to $4,528,624.70.

The contract is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)

a. It is estimated that the total cost to the Government for full performance of this contract will be
66.075-363 of which the sum of
b represents the fixed fee.
blf
:presents the estimated reimbursable costs and
-

b. Total funds currentlv available for payment and allotted to this contract are $4,528 674 70- of - -

which the s&n of $ bv


- cepresents the estimated reimbursable costs and $
represents the fixed fee. For further provisions on funding, see the Limitation of Funds clause.

c. It is estimated that the amount currently allotted wiII cover performance of the contract through
March 3 1,2003.

Article B.3 is hereby updated in accordance with the information given above for Article B. 1

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeeCNIH 1255MNOV 1988)

a. Total filnds currently available for payments and allotted to this contract are $34,000 of- whlch
)resents the fixed fee. For
b ~ f represents the estimated costs, and of which
rurtner provisions on funding, see the Limitation of Funds clause referenced in Section I of this
contract.

- b. It :i estimated that the amount currently allotted will cover performance of the contract through -
March 3 1,2003.

c. The Contracting Officer may allot additional funds to the contract without the concurrence of
the contractor.

All other terns and conditions of the contract remain unchanged.


, ""8. ,,," m - ." I nuL " ,"__I

L 'AMENDMENT OF SOLICITAT Y / M O D I F I C A T I C N OF C3NTRACT 1 N02-CL-80001 1 2


2 AMENDMENTIMODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITIONIPURCHA~EREQ NO 5 PROJECT NO (rf appl~cable)

Modification Twenty (20) 03!04103 QDV30022


6. ISSUED BY CODE 7. ADMINISTERED BY (if other than Item 6) - CODE

National Institutes of Health, I


Office of Purchasing and Contracts, Clinical Center, I
Building 10, Room 12S25f;- 10 Center Drive, MSC i 189 1 ~ b r i s t o ~ hBelt
er
BETHESDA, MD 20892-1 189 (phone: 30 1-594-591 5 Fax: 301-594-5920
8. NAME AND ADDRESS OF CONIBACTOR (No.,street, county, State and ZIP Code)

Macro International, Inc.


1 1785 Beltsville Drive
- I X / December 16,1997
-
.
Calverton,
.
Maryland 20705-3 1 13 EM: b4 10A MODlFlCATlOPCOF
CONTRACTIORDER NO

108 DATED (SEE ITEM 13)


I
CODE II FACILITY CODE I
I
1
I

r The above numbered sol~c~tation


11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS
is amended as set forth tn ltem 14. The hour and date s w ~ e for
d receipt of Oifers

Offerors must acknowledge recelpt of thls amendment prlor to the hour and date specified In the sollc~tat~on
or as amended by one of the follow~ngmethods
-
(a) By completing Items 8 and 15, and returning coples of the amendment. (b) By acknowledg~ngrecelpt of this amendment on each copy of the offer subrnltted, or (c) By
separate letter or telegram whlch includes a reference to the sohtztatlon and amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECENED AT THE PLACE DESIGNATED FOR RECEIPT OF
OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER Ifby vlrtue d this amendment you deslre to change an offer already subm~nedsuch change may tie
made by telegram or letter prov~dedeacb telegrem orgtler makes reference to the solldatlon and this amendment and IS recelved pnor to the openlng hour and date spec~f~ed

12 ACCOUNTING AND APPROPRIATION DATA (if requrred)

CAN: 383273 15; Inst: CC; OC:252Z; CC: 10109; $100,000


13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS,..-. .- -.

IT MODIFIES THE CONTRACTfORDER NO. AS DESCRIBED IN ITEM 14.


(J) A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Spec* authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM
10A.

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECTTHE ADMINISTRATIVE CHANGES (such as changesin payingoffice, appropriationdata, eh.) SET
FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

., I
A
D OTHER (Specify type of modification and authodyl

FAR 52.232-22 Limitation of Funds (APR 1984)


E. I M P 0 R T A N T : c o n t r a c t o r is requ~redto sign th~sdocument and return copies to the issuing office.
- -
14. DESCRIPTION OF AMENDMENT~ODIFICATION( 0 r g a " i ~ dby UCF section headings. ~ncludingsolicitation/contract subject mafter where feasible.) -- .

Purpose: To incrementally fund the above numbered contract in the amount of $100,000.
. - -.

Except as prov~dedhere~n,all terms and conditions of the document referenced in ltem 9A or 10A. as heretofore changed, remains unchanged and in full force and effect
15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)
Chr~stophrrBelt

158. CONTRACTORIOFFEROR 115C. DATE 16B. UNITED STATES OF AMERICA I16C.DATE SIGNED
SIGNED

( S i g n a t u r e o f person a u t h o r i z e d t o sign. )
NSN 7 5 4 0 - 0 1 - 1 5 2 - 8 0 7 0 3 0 - 1 0 5 STANDARD FORM 3 0 ( R E V . 10-83)
PREVIOUS E D I T I O N UNUSABLE P r e s c r i b e d by GSA
FAR (48 C F R ) 53.243
Contract Number N02-CL-80004
Modification Number Twenty (20)-
Page 2 of 2

Expiration Date: Unchanged as a result of this modification, remains March 3 1,2003.


Total Contrackvaluer - - - -- Unchanged by this modification, remains $6,075,363.
Total Amount Committed: Increased as a result of this modification by $100,000 from
$4,394,624.70 to $4,494,624.70.
-
- -
The contract is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)

a. It is estimated that the total cost to the Government for full performance of this contract will be
$6.075.363 of which the sum of $ represents the estimated reimbursable costs and
: b-$ represents the fixed fee.
L $
-
b. Total funds currently available for payment and allotted to this contract are $4,494.624.70. of .

which the s&n of S L


f represents the estimated reimbursable costs and $ b4
represents the fixed fee. For krther provisions on funding, see the Limitation of I- urlus clause.

c. It is estimated that the amount currently allotted will cover performance of the-&tract through
March 3 1, 2003.

Article B.3 is hereby updated in accordance with the information given above for Article B. 1

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-Fee(NIH 1255)INOV 1988)

a. Total funds currently available for payments and allotted to this contract are $100,000 of which
b J represents the estimated costs, and of which $ $4 7epresents the fixed fee. or
further provisions on funding, see the Limitation of Funds clause referenced in Section I of this
contract.
- -- .
. - . . ..
b. It ii estimated that the amount currently allotted will cover performance of the contract through -- -
- ..
March 3 1,2003.

c. The Contracting Officer may allot additional funds to the contract without the concurrence of
the contractor.

All other terms and conditions of the contract remain unchanged.


AMENDMENT OF S O L I C I T A T I ~ ~ d / M O D I F I C A T I O N
O F CONTRACT 1 N02-CL-80004 1
2 A M E N D M E N T / M D D I F I C A T I O N NO ( 43 E F F E C T I V E DATE 14 REQUISITIONIPURCHI
- -
.EQ NO 15 PROJECT NO ( i f appl l c a b l e )

Modification Nineteen (19) 1 01/23/03 /- N/ A 1


6 . I S S U E D BY CODE ? . A D M I N I S T E R E D BY ( i f o t h e r than Item 6) CODE

National Institutes of Health,


Office of Purchasing and Contracts, Clinical Center,
II
Building 10, Room 12S255;K) Center Dnve, MSC 1189 Christopher Belt
BETHESDA, M D 20892- 1 189 Phone: 301-594-5915 Fax: 301-594-5920
8 . NAME AND ADDRESS OF- CONTRACTOR (No, . -stree.t_, county, S t a t e and Z I P Code) (J) 9A. AUENDUENT OF S O L I C I T A T I O N
NO.

N02-CL-80004
98. DATED (SEE ITEM 1 3 )
Macro International, Inc. -
11785 Beltsville Dnve December 16, 1997
Calverton, Maryland 20705-3113 EIN: b $. CONTRACT/ORDER NO.

1QB. DATED (SEE ITEM 1 3 )


I
CODE F A C I L I T Y CODE
I
I

I
11. THIS ITEH APPLIES T O AMENDMENTS OF SOLICITATIONS
The above numbered s o l i c i t a t i o n i s amended a s s e t f o r t h i n I t e m I 4
receipt o f Offers
The h o u r and d a t e s p e c i f i e d f o r
L
C-

::tended,
-
I- i s n o t extended.

O f f e r o r s must acknowledge r e c e i p t o f t h i s amendment p r i o r t o t h e hour and d a t e s p e c i f i e d I n t h e s o l i u t a t l o n o r as amended, by one o f t h e f o l l o w i n g methods:


( a ) By c o m p l e t i n g I t e m s 8 and 1 5 , and c o o i e s o f t h e amendment: (b) BY a c k n o u l e-d ~-l nr~e c e ~ o~ f t t h i s amendment o m e a c h copy o f t h e o f f e r
returning s u b m i t t e d , o r ( c f By
s e p a r a t e l e t t e r o r t e l e g r a m w h i c h i n c l u d e s a r e f e r e n c e t o t h e s o l i c i t a t i o n and amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE
DESIGNATED FOR RECEIPT OF OFFERS PRIOR T THE HOUR AND DATE SPECIFIED HAY RESULT I N REJECTION OF YOUR OFFER I f by v i r t u e o f t h i s amendment you d e s i r e t o
change an o f f e r a l r e a d y s u b m i t t e d , such b a n g = may be made b y t e l e g r a m o r l e t t e r , p r o v l d e d each t e l e g r a m o r l e t t e r makes r e f e r e n c e t o t h e s o l l C 1 t a t i O n and
t h i s amendment, and i s r e c e i v e d p r i o r t o t h e o p e n i n g h o u r and d a t e s p e c i f i e d

12. ACCOUNTING AND A P P R O P R I A T I O N DATA ( i f r e q u i r e d )

13. THIS ITEM APP:IES ON:Y TO MODIFICATIONS OF CONTRACTS/ORDERS:--'


I T M O D I F I E S THE CONTRACT/ORDER NO. A S D E S C R I B E D I N I T E M 1 4 .
(J) A . T H I S CHANGE ORDER I S I S S U E D PURSUANT T O : (Specify a u t h o r i t y ) THE CHANGES SET FORTH I N I T E M 1 4 ARE MADE I N THE CONTRACT ORDER
NO. I N I T E M 1 0 A .

B . THE ABOVE NUMBERED CONTRACT/ORDER I S M O D I F I E D TO REFLECT THE A D M I N I S T R A T I V E CHANGES (such as changes i n paying o f f i c e .
a p p r o p r i a t i o n d a t a , e t c . ) SET FORTH I N I T E M 1 4 . PURSUANT TO THE A U T H O R I T Y OF FAR 4 3 . 1 8 3 ( b ) .
C . T H I S SUPPLEMENTAL AGREEMENT I S ENTERED I N T O PURSUANT TO A U T H O R I T Y OF:

ID . OTHER ( S p e c i f y type o f m o d i f i c a t i o n and a u t h o r i t y )

E. IMPORTANT :contractor
I-
I
X i s not.
i s r e q u i r e d t o s i g n t h i s document
- and r e t u r n
-
copies t o the i s s u i n g o f f i c e -- .
- 1 4 . D E S C R T P T I O N 'OF A M E N D M E N T / M O D I F I C A T I O N (Organized by U C F - s e c t i o n headings, i n c l u d i n g s o l i c i t a t i o n / c o n t r a c t s u b j e c t m a t t e r where - . -
feasible.)

_ Purpose: To eliminate the contract labor ceilings as outlined in the above numbered contract.
Therefore: The contract labor ceilings as outlined in the Statement of Work, Section B, Supplies or Services and Pnces/Costs, Article B.2, Advance
Understandings are removed as a result of this modification.
ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIN UNCHANGED
E x c e p t as p r o v i d e d h e r e i n , a l l t e r m s and c o n d i t i o n s o f t h e document r e f e r e n c e d i n I t e m 9 A o r l O A , as h e r e t o f o r e changed, remains unchanged
and i n f u l l f o r c e and e f f e c t .
15A. NAME AND T I T L E OF SIGNER (Type o r p r i n t ) 16A. NAME AND T I T L E OF CONTRACTING O F F I C E R (Type o r p r 7 n t )
C h r i s topher Be1 t
I

158. CONTRACTOR/OFFEROR 1 1 5 ~ . DATE 1168. U N I T E D STATES OF AMERICA 1 1 6 c . D ~SIGNED


~ ~

( S i g n a t u r e o f person a u t h o r i z e d t o s i g n . ) I (5igna?ure o f C o n t r a c t i n g O f f i c e r ) f -
NSN 7 5 4 0 - 0 1 - 1 5 2 - 8 0 7 0 3 0 - 1 0 5 STANDARD FORM 30 ( R E V . 10-83)
PREVIOUS E D I T I O N UNUSABLE P r e s c r i b e d by GSA
2 . MIW~
AMENDMENT
NTI)(CIOIFI~TIDW
NO.
OF SOLICIT
-
3NlHODfFICATION OF CONTRACT
1,. trim PATE -
Inta. ro,NOZCL8001
~ ~ ~ U ~ ~ ~ I ~ I T I W ~ P U R C X
1 5A rRojIcr no. (tr
, ~ ~
1
rpplro~rw
3

ModUWvn &bum (18) I r~lm


I
I
I 1
A

6 . ISSUED BY COVE 7. ADRXNISTIIUD &Y ( l f #tMr ~ t 61


u cooe

RFWR'~~A, MD 3nRR-1 lR9 I ~ ~ w r30lQB4d915


r: Fax 3 0 1 6 ~ 9 2 0
8 . W E Am
. m.D-aE
- S-S OP-.-COnlUCTqu ( ~ a,, scrwr. county, sotc ~ n JJ?
u CQQ~) IA. ANENWWT O i 59LICITAllOn
NO.

CWE ..- Ir*rrrrr WDE I I


la. THXS fT9v W ~ L I E STo mnDnEms OF 40~1C1f~TIaW5

I ?he o h m nuharod rol984tat*ra 41 rrrd.l I# MI f o r t h I n Ifan 14.


r ~ e l g of
t Ottarr
n*WPend drtn t#M!tld Ter

off*ferm
(I)
rtturrrfnl
uk.eulqlrt ~ C C S ~ofD thle
0 c.ql.tial l r u l I vld 11. md
~
u tar ar rre mmdmnt; (CI BY acknul-tnl
d a t t r t a : nr ce) 0
rrrrlpr tr tntr u p n a r n t .r 0% .)
u*ndunr prior I a rho k b r mod data a p w ~ f l a dtn rhe ~ o l i c l t r r l ~orn r r m m a t a . b l one e l the fal\@ul@t

W TWR &CUMkLWflDlt to I1 l S C t W D AT rnl P L M


mtkd*:
.h r f h r

lcorrlltr Irtter or La1 r r rh4 h 4 td.r w re #me. to I r@tltlrrrld UU mmbmnr nuuberr.


DLIIO~~AT~DrOL I~ICBXRX
r r a n p rm .ttv mt-
a ~ r d ~ f1 % ra Iwl I?Y1
u~.+ttd. *Kh skwyr
mm9vwCzm wsuw u 41cFnw er w I erm. xr
k ur. b b i q r u or ~mtwt.~ I V ~ .KnWtetapan at tmttmr
-mum rq u t r mt-
r ( ~ o r w m1, ~ C rv\icttetta
I
*
rw *emir*
4;
Lnlr rrcndmrt. rd $1 rprrtwd pr(_Y & tL. mpmxnl kwr ~d ku r p r c ( l i ~ . _
az. lure APTIOTRIAX~OW
KCO~~WTIM WTA f i r rqurrcq)
GAN: 3U27315; CC,OC: 252& Ce: lOla9, $86318 @mew)
3 , THIS Inn APPLIES ONLY rn
MODIFICATIONS b~ CONTWTSIORDERS.
IT WODIFfES THE CONTMCT/ORDER NO. AS DRfCRlBeD IN ITEM l r t , - - - -
A. PURSUANT 70: (srnrtfy suuaritfl Tnt CWJ
THIS C H A W o f m R Is DSUEO sn rcwa xu n t n 1 4 ME WE IN THE cmKffACT ORIHR
NO l Y l T C M lM

I -- -
L. T4C MWC WHIIIUERED COICIRACTIOUPR IS l O D l ? l t D TO REFLECT THE AWIMISTRITNe C W C S f$UHI 88 CAM(rS In pWfW o t f r n
# D B & D ~ ~ J C # M U ~ r a .err.) IN I'm 14. ?Uk5UAHT TO THC AUTHORITY OF FAR 41.111Cb).

- 0. n H E R f.(Plclff Cypc OT r 0 d l r f ~ a t #tU


l ~ I)YChO?lv
PAR 52.2174 Won ra head Ssr*ica (Aug 1989) Bilacnl -

-- ..
Furme
.. TO artard &ar
. . .- .. of-thcconbid &ugh ~ a r c h31,2003. Change the Conmcthg Qflicer mailing address. .. . -
< Scs CoatinuaW
@ $ c ~ pCIt prov40Bd h r g i n , a l l tarmu mnd tondttlona o f thm documant t e f t r t f l e t d I n Xta 1 A or 10A, ar hrretorore chllnlCO, rWalR5 YICIIDAgB!
pa# I n Cull +arc@ and mffmm*.

.. ,
Contract Number N02-CL-80004
Modification Number Eighteen (18)
Page 2 of 3
.- .
-

Expiration Date: Changed as a result of this modification to March 3 1,2003.


Total-ContraekValue-: - - - unchanged by this modification, remains $6,075,363.
Total Amount Committed: Increased as a result of this modification by $86,5 18 from
$4,308,.106.70to $4,394,624.70.

Therefore:

Article B. 1 is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)

a. It is estimated that the total cost to the Government for fir11performance of this contract will be
$6,075,363 of which the sum of $ b+ .epresents the estimated reimbursable costs and
e
$ b3 re resents the fixed fee.
-.-

b. Total h d s currently available for payment and allotted to this contract are $4,394,624.70, of
which the sum of $ b+ represents the estimated reimbursable costs and 5 P h
represents the fixed fee. For further provisions on funding, see the Limitation of h i d s clause.

c. It is estimated that the amount currently allotted will cover performance of the contract through
March 3 1,2003.

Article B.3 is hereby updated in accordance with the information given above for Article B. 1

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeeN I H 1255KNOV 1988) _

a. Total funds currently available for payments and allotted to this contract are $86,5 18 of which
1 represents the estimated costs, and of which b9 presents the fixed fee. For
-
-
further provisions on funding, see the
- Limitation of Funds clause referenced in Section I of this -
-
contract.
- --
b. It is estimated that the amount currently allotted will cover performance of the contract through
March 3 1,2003.

c. The Contracting Officer may allot additional funds to the contract without the concurrence of
the contractor.
Contract Number N02-CL-80004
Modification Number Eighteen (18)
Page 3 of 3

. - - . -- .. -

All correspondence to the Contracting Officer should be forwarded to the following new address:

- National Institutes of Health -


Clinical Center
Office of Purchasing and Contracts
Building 10, Room 12S255, MSC 1189
Bethesda, Maryland 20892-1 189

All other terms and conditions of the contract remain unchanged.


'is CONTRACT ID NC PAGE OF PAGES
AMENDMENT OF SOLICITATIF; VlODlFlCATlON OF CONTRACT
N02-CL-80004 I I
2. AMENBMENTlMODlFlCATlON NO. 3. EFFECTIVE DATE 4. FEQUISITIONIPURCHASE REQ. NO. 5. PROJECT NO. (if applicable1

Seventeen (17) See 16c QDV20050 NIA


6. ISSUED BY CODE 7 . ADMINISTERED BY (if o t h e r t h a n I t e m 61 - CODE

National Institutes of Health, DHHS


CC/Office of Purchasing and contracts
Christopher Belt
9000 Rockville Pike .-
301-594-5915
Building 10, Room 1N262, MSC 1189
~ethesda,Maryland 20892- 1189
8. NAME AND ADDRESS OF COFSTMCTOR (No.; street, r o u n w , S t a t e a n d Z I P C o d e l I I J ) 1 9 ~ . AMENDMENT OF SOLICITATION NO.

Macro International, Inc.


11785 Beltsville Drive 10A. MODIFICATIONOF CONTRACTIORBER
Cdverton, Maryland 20705-3113
X N02-CL-80004
108. DATED (SEE ITEM 131

CODE FACILITY CODE December 16. 1997


11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered sol~citat~on
is amended as set forth in Item 14. The hour and date specifled for receipt of Offers is extended, is not extended.

Offerors must acknowledge receipt of this amendment prlor t o the hour and date specified in the solicitation or as amended, by one of the following methods:

la) By completing Items 8 and 15, and returning copies of the amendment; Ib) By acknowledging recapt of this amendment on each copy of the offer submitted: or I c l By
separate letter or telegram which includes a reference t o the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR RECEIPT
OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change .
may be made by telegram or letter, provided each telegram or letter makes reference t o the solicitation and this amendment, and is received prior to the opening hour and date specified. -. .

12. ACCOUNTING AND APPROPRATION~ATA (if required)

CAN: 28327315: CC: OC:252Z: CC:10109: $200.000 (Increase)


13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS,
IT MODIFIES THE CONTRACTIORDER NO. AS-DESCRIBED IN ITEM 14. -:- .. .

A. THlS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authorif/) THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such a s c h a n g e s i n p a y i n g office, a p p r o p r i a t i o n data, etc.1
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103fb).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

E.
X ID. OTHER ( S p e c i f y t y p e o f m o d i f i c a t i o n a n d a u t h o r i r y l

IMPORTANT:
FAR 52.232-22 Limitation of Funds (APR 1984)
Contractor i s not, i s required t o s i g n t h i s d o c u m e n t a n d r e t u r n copies t o t h e i s s u i n g o f f i c e .

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized b y U C F s e c t i o n headings, i n c l u d i n g solicitation/contract s u b j e c t m a t t e r w h e r e feasible.1

Purpose: To incrementally fund the above numbered contract in the amount of $200,000 and to incorporate the latest Wage Determination
Number 1994-2104, Revision 17, dagd 5/30/2001. -- . -
. . . .. . - .. - - -
Exviration Date: Unchanged by this modification, remains December 14, 2002.
- --
Total Contract Value: Unchanged by this modification, remains $6,075,363.
Total Amount Committed: Increased as a result of this modification by $200,000 from $4,108,106.70 to $4,308,106.70.

< SEE CONTINUATION >


E x c e p t a s p r o v l d e d hereln, all t e r m s a n d c o n d i t i o n s o f t h e d o c u m e n t referenced I n I t e m 9A or 10A, a s h e r e t o f o r e changed, remains u n c h a n g e d a n d I n full f o r c e a n d e f f e c t .

15A. NAME AND TITLE OF SIGNER (Type o r print1 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type o r print1

Christopher Belt, Contracting Officer


158. CONTRACTORIOFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
BY

(Signature o f p e r s o n a u t h o r i z e d t o sign.]
b/\ 1/05
NSN 7540-01-1 52-8070 30-105 STANDARD FORM 30 (REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed by GSA
FAR (48 CFR) 53.243
Contract Number N02-CL-80004 -
Modification Number Seventeen (1 7)
Page 2 of 2

Therefore:
--- --- -
Article B. 1 is hereby modified as follows:

-
HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)
L -
a. It is estimated that the total cost to the Government for full performance of this contract
will be $6,075,363 of which the sum of $ b4 represents the estimated reimbursable
costs and ? b$ .resentsthe fixed fee.

b. Total funds currently available for payment and allotted to this contract are
$4,308,106.70, of which the sum of $ y! represents the estimated reimbursable
costs and $ 6 9 resents the fixed fee. For further
- provisions on fimding, see the
Limitation of Funds clause.

c. It is estiinat* that the amount currentiy allotted will cover performance of the contract
through December 14,2002.

Article B.3 is-hereby updated in accordance with the information given above for ArticleB.1.-

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeelNIH 1255)lNOV 1988)

a. Total funds currently available for payments and allotted to this contract are $200,000 of
which ! b4 represents the estimated costs, and of which $ 64 :presents the fixed
fee. For further provisions on funding, see the Limitation of Funds clause referenced in
Section I of this contract.

b. It is estimated that the amount currently allotted will cover performance of the contract
through December 14,2002.
-
c.
. ..
The contracting Officekay allot gdditional funds to the contract without the
co&urrence of the contractor.
- .
Wage Determination Number 1994-2104, Revision 17, dated 5/30/2001 is hereby incorporated
into the contract.

All other terms and conditions of the contract remain unchanged.


- -
Page 1
REQISER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT EMPLOYMENTSTANDARDS AMAlNlSTRATlON
By dirsttlan of the Secretary of Labor WAGE AND HOUR DlVlSlON
WASHINGTON, D.C. 20210

f l u - -
Wage Determindon No.: 1894-2104
William W. Gross Division of Revfslon No.: 17
Dlrecbar --- - Wage Detemlnatlens Date of Last Revision: 05/30/2001

States: Dlstrlct of Columbia, Maryland, Virglnla


Area: Dl* of Columbh Statewide -
Maryland Countles of Cab Charles, Frsdcrick, Montgo Prlnce Qeo a's St Mary's
Vi mla Counties of Man%. Mingtun. FdW Falls ~ h x Fsuquhrl , kwgel Loudoun, Pllnes - -
\ ~ ! i r n ,Stafford

" Fringe Benefits Required Follow the Occupational Llating "


OCCUPATIONTITLE MINIMUM WAGE RATE

Support and Clsdcrl OCCU~&HOIIS


Adrr1l1ll~trBUv6
AccoUn(lng Clerk 1
Aaounting Clerk il
Accounting Ckrk Ill
~cc~udn Cgb h nf
Court Reporter
Dlspakher, M& vehicle
Document Preparation Clerk
Dupliceting Machine Operator
F i l f l a p e Librarian
General Clerk I
Qmeral Clerk II
General Clerk Ill
General Clerk IV
Housing ReferralAssistant
Key Entry Opefatar I
Key Entry Operator II
Messenger (Courier)
' Order Clerk l
Order Clerk II
Personnel Asslstant (Employment) l
Personnel Assistant (Employment) II
Personnel Assistant (Employment) Ill
Personnel Assistant (Employment) IV
Production Control Glsrk -
~ e n 6Clerk l
Scheduler. Maintenance
Secretary l
Secretary ll
Secmhry Ill
Smetenry lV

coo@ SNOIJVNIlMELL3(I 39VA ZiZPT CBB ZOZ XVd 9 9 : 6 T ZOOZ/LT/TO


WAGE DEI+RMINATION NO.: 1884-2104 (Rev. 17) ISSUE DATE: 061JM001 Page 2

s m v
Service order Dispebhrr
Stenwrapher I
Stenogmphsr II
Supply Tachnklan
Sunray_Wer ( W i e r )
Switchboard Operator-Recsptioniat
Test Examlner
~ e sProctor
t
Travel Clerk I -
Travel Clerk II
Travel Clerk Ill
Word Ptocessor I
Ward Procassor II
Word Procamor Ill
Automatic Data Processing Occupations
Computer Data Ubrarlan
Computer Operator I
coniputer Operator II
Computer Operator Ill
Computer Opmtor IV
Computer Opretw V
Campitar pm&mrner I (1)
Computer P l a g m s r 11 (I)
Computer Programmer Ill (1)
Computer Programmer W(1)
Computer Systems Analyst I (1)
Computer Syderns Analyst II (1)
Computer Systems Analyst Ill(1)
Pbrlpheral Equipment Operetor

Autamative Body Repalmr, flbergbss


Automothre Glass Installer
, Aubmdve Worker
Electrician, Automotive
Mobile EquipmentSenliar
Motor Equipment Metal Mechanic
M o t ~Equipment
r Metal Worker
Motor Vehicle Mechanic
Motor Vehlcla Mechanlc Hdper
"
Motor Vehfde Upholstery Worker -
Mdor Vehlde Wrecker
Painter, Automotive
Radtator Repair Specialist
Tire Repairer
Transmission Repair SpeuaM

voog SNOILVNI-a EDVb S Z V T CB8 Z O Z Wd 99:BT Z O O Z / L T / T O


-.
WAGE DETERMINATION NO.: 10~4-2104( ~ e v 17)
. ISSUE DATE: 0513012001 Page 3

Food Pmparatkn and Service OccupaSIa~


Baker
Caok I
Cook lr
Dkh~mh6f
FoodSaniceWoIks_r .

WCu#er
weitor/wattress
~ u r n i t Wntenrnce
u~ and Rapair OccupaUons
-
Ekdmstattc Spmy Painter
FumfbmeHandler
Furniturn Rdnlsher
Fumihrn Rdnlshsr Helper
Furniturn Repairer. Mhor
Upholst-r
QenmlSsnicss and Support Oosup.tion8
Cleaner, Vehklee
Uevabor Opentor
Oardensr
Hwm KsspbrO AM I
HOUI KmplngEad II
~anbi -
Leborsr, Qmunds Maintenance
Maid or Houseman
Pest Contrdler
Refuse Colledor
Trador Operator
Wndw Cleaner
Health O c c ~ ~ o ~
Dental Assistant
Emrgency MedicalTechnichn (EMT)PamdWAmbuIsm Driver

~ & s e d Practical Nurse 1


I
Ucansed Pradbl N u m 111
Medhl A u b n t
Medical Labomtoy Technician
~ s d l mRecord
l Clerk
Medical Record Technician
NupIng Asststant 1 -
Nursing Assistant I1
Nursing Assidant Ill
Nursing Assistant IV
Pharmacy Technician
PhlQbDtornlst
R e g b m d Nurse I

SNOILVNI-(I a3VA SLOT C60 ZOZ XVd 9936'1 ZOOZ/LT/TO


WAQE DETERMINATION NO.: 1984-2104 (Rev. 17) ISSUEDATE: 0 ~ ~ ~ 2 0 0 1 Page 4

Reglstersd N u m II
~egkt#sdNurse Ill Gpodalist
R d i n d ~ u k Ill
e
Re~isb_aladNum Ill, Anasthekt
Registemd Nursa N
lnfonnatton and Arts Occuptlons
-- --
Audlovlsual Librarian
m i b i b spedanat I
Erhlbh Spaclaflst II
Exhlbb Spdaiist Ill -
lUu6trator l
Ilhmtmtor 1 I
Illustrator Ill
Ubmrlan
Ubrary Technician
Photographer I
Phabogmpher II
Photographer Ill
Photographer IV
PhotographerV
k u n d y , Dry Cleaning, Pmssing and Roktrd Occupatkns
-blet
Counter Attendant
Dry Cleaner
Finisher, Flmhwork, Machine
Presser, Hand
Presser, Machlne, Drycleanlng
Presser, Machine, Shirts
Premer, Machine, Wearing Appaml, Laundry
Sewing Machlne Operator
Tailor
Washer, Machine
Wlnchlne Tool Opemtlon and Repair Occupations
Machin@-Tool Operator (Toolroom)
Tool and Dle Maker
Material Handllng and Packing Occupatiow
ForWift Operetor
Fual Distribution Syetam Operator
-
M a w 1 Coordinabr -
Matertel Expsdlter
Materlal Handling Laborer
Order Rller
Production Line Worker (Food Procesdng)
Shlpplng Packer
ShippinglRecsMng Clerk
- -

&AGE DETERMINATION NO.: lB942104 (Rev. 17) ISSUE DATE: 05/30/2001 Page 6

Well Driller
WOodcnR~~
Woodworkar
Mkcdlansour Occuprtlonc
Animal Camtaker
_CernivalEquipmsntOpemior
Carnival Equipment Repairer
Camhral Worlcsr
Cuhisr
Desk Clerk -
Embalmer
Lfbguard
hilortiJan
Park Attendant (Aide)
PhatbflnbhingWorker ( P M Lab Tech., Darkroom Tech)
R e d o n Spectallst
Recydlng Worker
Sales Clerk
School Crossing Guard (Crosswalk Attendant)
Sport OflWal
Sunrey Party Chid (Chid of Party)
Surveying Atde
Surveying T ~ l c t a (In&.
n PemnlSurveyor A~dflnatr.)
Swimming PooK)ps&
Vending Machine Attendant
Vendtng Machine Repairer
Vending Machine Repairer H e l m

Child Cam Attendant


Child Cam Center Clerk
Chore Ald
Hornmaker

Plant and System Operation Occupations


Boiler Tender
Sewage Plant Operator
Stationery Engineer
Ventilation EquipmentTender
Water Treatment Ptant Operator
Protective s e n k s O s s ~ p a t i ~
la-&
Monitor
Comctkno Omter
coun security m c e r
Dacwrtion Officer
Fidghter
Guard I

SNOILVNI-a 33VM QZDT C 8 @ ZOZ Wd 09:BT ZOOZ/LT/TO


eoo g
- -
WAGE DIXERMINATION NO.: 1994-2104 (Rev. 17) BSUE DATE: OSIJW2001 Page 7

S t e v e d o r i n ~ ~ ~ h o nOturpaUonr
mm
~
oldc
e and Bracar
r
Ha* Tender
h e Handler . - -. -

Stevedore I

Air Trafk Conhl Specid8t, Center (2)


Air T M k Control SpecieWst. Stetion (2)
Air Tra& Control Spscldist, Terminal (2)
Archeolagical Technbdan I
Ardraokgicai Tschnlcbn I1
Archwkgicai Technician Ill
Carbpnphlc TbnldPn
CMI Englneerlng Technidan
Computer Based Training (CBT) SpaciPllsV Instructof
Drifter 1
Drafbr ll
Drefbsr Ill
DnRslCIV
Engineering TechnicIan 1
Engineering Technician II
Engineering Techniden Ill
Engln~erhg TbchnMan N
Englneefing Technician V
Engineering Technldan VI
Envlmnrnental Tcehnldan
FlbM Slrnulaor/lnstnr&r (Pilat)
Graphic FuM
Instructor
laboratory T.drnician
Mathematical Technictan
ParabgaVLsgalAssistant I
PamlegaVLsgalAssistant il
ParalegaULegalAssietnnt Ill
ParelegaULbgalAssistant IV
PhoteopticsTsdrnician
Tschnlcal W r k
Unupldded (UXO) Safabr Gcert
Unexploded (UXO) Sweep Pb~~Onnel
Unexploded Ordnance (UXO) Texhnickn I
Unexploded Ordnance (UXO) Technician It
Unexploded Ordnance (UXO) Technldan Ill
Weather Observer, Combined Upper Alr end Surface Pmgmms (3)
Weather Observer, Senlor (3)
- -

WAGE DETERMINATIONNO.: 1994-2104(Rev. 17) ISSUE DATE: 05/30/2001 Page 8

Bus Dfhrer - 13.72


Parklng and Lot Attendant 8.62
Shuttle
- -
Bus Driver 11.76
T& ~~r 10.01
Tnrckdrhrar, Heavy Truck 17.52
Truckdriver, LlgM Truck 11.78
Truckdriver, Madlum Tnrck - 14.87
Truckdriver, Tmcbr-TmLr 17.52 L -

ALL OCCUPATIONS LISTED ABOVE RECEIVE M E FOLLOWING BENEFITS:


HEALTH 8 WELFARE: Ute. accident, and health insurance plans, sick leave, penskn lans dvk and
p e m l leave, save-
gvemge o f ~ 2 . mp r b u r m m p w on t
contract.
tw bmsh of aRhovn w o r by ~r L &'oh
pay, and 8avfngb and thrift bma. Mlnlmum emp or
employ- =?!"
employ on ihe

VACATION: 2 weekm id vacaUon after 1 year of wnfiw with a contrector o r s u n o r ; 3 weak altar 5
veers. end 4 weaka a g 15 man. brim of service includes the whole soan of continuous service wlm the
oocrtrettar or ruass-80rl whemTer rmpl ed. and wHj~the redec&sor mntracbn in the
pr(rrmnsd drdar work It the same ~akk%cifity. (Reg. 2s ~ F 4-175) R

W.lhIngton'8 6
man~hgbey?ndUwtshrDay.
Fer%
HOLIDAYS: A rnlnirnurn of tan r per yaar: New Y e r h Day. Martln Luther Kln Jr.'s Bmday,
ay Memo O.y I opendace Day. Lsbor Day Columbus Day, ~ekrans'Day,
( ~ m n b . c ~ x r n y r ~ b ~ b r a n y o f t h e n a m ean&mr
mlh~
. day Mwith pay in a plan o o m m u n w to th.empmees immtmd-) (See 29 4.174)

THE OCCUPATIONS WHICH HAVEPARENTHESES AFTER THEM R E C E M THE FOLLOWING --


BENEFITS (as numbered):
1) Does not a ply b employees employed in a bona Me executive, adrniniatrative, or professional capadty
as defined sn8dennea.tsd In 29 CFR 541. (SeeCFR 4.166)

entltled t~ pay for all work


-
2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY NIGHT DIFFERENTIAL: An e
7 betwben the hours of 6:W P.M. 9nd C O O A M at the n$%adc
ee Is
pay
plur a night pay dKfemntb amounting to 10 percent at the rate of basr pay.
-
3) WEATHER OBSERVERS NIGHT PAY 6 SUNDAY PAY: If ou work et night as part of a regular tout of
duty, you vlll earn a nlgM dHlbmdal and receive an additional 18% of bask p for any noun worked
b s W n 6pm and 6am. If you are a f u l ~ r n employed
e (40horn a week) and%und.y is
ngu~w -UW -W ou a n paid at ur rate of bask pay plus a ~undaypmmr;
basic nb for oach hour of S u d y w o k which Pnot overtlm (1. .- n
24% of your -
l work on Sunday oublde the
normal tour of duty Is consldersd overtime work).

and lncendlrry
employee engaged In the
- -
WAGE Dl3ERMIWnON NO.: 18W-2104 (Rev. 17) ISSUE D A E 05~OQ001 Page 9

i m m a d i or Wacent work area or equipment being used. All operations involving, unbading d r a o and
haullnp d dance e%plosMe, and Inandla o d n a a m&hl other than stnatl arms ammunhn.
dm- am onIy a p r i b b to work thatXas been speci~cebdesignated by ttw qmcy tor orrisnro,
k-
expia~hrm,
-
m d incsnkary m ~ adiimntiat
t pay.
-
"UNIFORMALLOWANCE "
If employees am required to wear uniforms In the m n c e of this contract (ether the t e r n of the
P
Gov6t%mantEontrad. tw thr em~lovcr,by the st or local law, etc)
and mlntalning (by hundsrln or d- fining) such unhnn6 k m
&
.-.the cmt dm no such unNbmrs
not be born by an
maaw Mmurh Dpst n!ud'L hwh & b bh+ r e a u i r t h e " " , L
beiee&riiof Labor will accept payment In mcwrd.ncewlth the M
Inatlon. The
g standajds as compliance:
The wntr~dwor sukontractor is mquked to furnish all employtw wtlh an r ab number d uniform6
wlthout cost or to Nmburse employees it#the actual cost ofthe unilbrms. In f
b n , where unffom
cleani and malnbnancr b made the rasponslbilii of the rmployaq +I1 contrwtwe and a u b c u m n
' -
suw% h* m detednatron sha! (in the absence ofa bona M.colluck ba dnlng qmnt
p d d l n g for s d&nt amount, or thr fumlahhg of contrary .filmathm poof as b 8.
m d m l cod), m h b u n e ~
all employees for such dean1 and malntenew at 6 rab ofS3.35 pw week (or S.67 csnts r day).
H o m r , l n ~ r h . t . n ~ s # m ~ a u n ~ n M h h d ~ M l d . d ~ h M Wmaybe r m ~ r b
routlnely washed and drlod with other personal armwb, and do not require any special trwbneni such as
~ I Ydeming, dl wrhlrp, a mmmudel bun!drtg In order to IMlha cblnllness or appsnnc.
standards net b y kbmu d the Omemmnt ambad, by tha conp.aor, *w, or by (h.natura of the
work, there Is no mquirwnent that empbyeac be reimbursedfor unlforrn 2
ntsnance costs.

NOTES APPLYING TO THIS WAGE DETERMINATION "


-
Source of Occupationalntfe and Descrpiotins
ees underjob titles llebed are those dedbed In the 'Servke C#ltrabAct Dlmctory of
O C C U ~ : Feu%
The d d h ofemp
EdMon. Janua 1981, r amended by the ThW Supplc
unless othsrwtse indicated. Thb pubYicatbn ""d.dntaoft dDoarmsnb,
ba obtained Wm the Superkhan
Mar& 1W7,
at 2M-
783-323B,or by wtth to the ~u~rintendent?~bcurnents,U.S. Mmmailt Prlntlng-, Washington,
o.c. 20402. Copies c! I~CICMCjob daaipfhns my m l r . be obtained from the uppmpdrts sah.ctlng ofticerr.
REQUEST FOR AUTHORIZATION OF ADDmONAL CLASSIFICATION AND WAGE RATE {Sfmdard Fonn
I444 (SF 1444)) .-- -

ConfMmancs Pfocaes:
The contradin oficer shall require that any clam of sanrlce employee Whkh k not IW herein and w h i is
to be ampbye! under fh. m n f M (I.&, the work i b performed Is not p e f i r r n d by any dasslfhtlon listed
h the e deWmlnaUm), be dasdfiad by the wntraQIr so as to pmvide e reasanabk nlwnshlp (1.e-,
a p p r o p z level of .kill oomphon) h . h m n auch unlisbd d a s s i f i m and the c l a d l i h n a Wad h
the wage ddaf!nlnation. Srrch conformed
mrnbhed the fnqa ben& 86 on
prlor to the psrformencu of contract work by such
d s w r i m n , wage rate, andlor trln e benefitsshall be date d the
mnlrasl (S.o Sedbn 4.. (C)(vl)) JlhM multlpk wqq detwnin8tiow am hdyded in a conbad, a sepamb
SF 1444 should be prepared for each wage detem~fnabon to whW a clasa(e8) IS to be conlbnned.
The procearr for preparing a cbntarmance request is as follows;
1) Men re arlng the bid, th6 contracbr identifiesthe need a canformed accupatlan(5) and computes a
for
~rodRs). - - a

2) Aftercantract wward. tha oontracbr pmpam a wrttten repart listing In order pmpfSed dassMcetlon tlUe(s), -
propoMdwage rete(s), indu6ng infottndon regerding tho rgrattman1'or d b qdA th. ~utbrtzed
a Federalgrade squhralerncy FGE) fbr each p r o p o d dassHlcetlon(8 job dsssrlptlon s) a d ratlonala for
mprwentative ofthe employ- Involved,or where them is no authorbed repm8entaWe. the empkymes
thornselves. Thk rapart should br submitted to thr contmdng o f h r no later than 30 days alter much
unlisted class(es) of empbyws perform6 any contract work.
3) m e cantmctlng officer reviews the proposed adbn and promptly submits a report of the a&n, tagether

TTO a SNOIJVNIlWIZI2la B V A 9 Z P T PBD Z O Z XVd L 9 : B J ZOOZ/LT/TO


WAGE DETERMINATION NO.: 1994-2104 (Rw. 17) ISSUE DATE: 0613012001 Page 10

emdoy.r, b .
wlth the a g e q f 8 a m m n d m and pednent Infurmatbn indud he poaItlon of the sontmcbr and the
Wp. and H w Dhrbbn ~mploymentStandard. ~
Labor, formkw. (See tsctkn 4.6(b)(2) d Ragulahnr 29 CFR Part 4).
-
d n nU.S. ~Deprtmsnt

4) Wlthln 30 day6 of mcdpt the Wegb and Hour MvWon o p p ~ ~ e modifies,


a, or ~jisa
I of

rave8 the adon vie '


bvYmittalto (oh. q e n q contndlng deer, or noMw the mifading ofker bat .d$&nal t h e wll be
~Ledto~i)(lmeraqu*
6) The cbntrecting ofllcer transmi& Wage md H w dedsion to the contracbr.

huIdPbeC3toa m d L n s te
c k s s M o n alracldy Uidsd h the
h.Dh.t~neuh.h~a=~ndud.dinrn.mblbldwredd
-
6) The contncbor lnbmts the affactrd employees.
lnformatkn mquked by the R e g u m m a be submitted on SF 1444 or bond paper.
W h ~ m a mnfotnmnw uasf tho 'Was Contnct Ad Dlreetory of Oau
hatdutla m u- .n AZZ a
\

8" (the Directory)

thtamhrllon. Remumbai, It b not the ' 6 Wk but Ut6 rsqubed


-nry
noi be wed to artMciolly spnf canbin., or cubdMde cbshleeti6ns b b d in the wage d m n e t f o n .

ZTO @
1 CONTRACT ID NO PAGE OF PAGES
p - -*AMENDMENT OF SOLICIT, 1 QDlFlCATlON OF CONTRACT
I N02-CL-80004 1 2
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE .4. RE~UISITION/WRCHASE REQ. NO 5. PROJECT NO. Of appl!cable)

Sixteen (16) See 16c QDV20034 NIA


6 ISSUED BY CODE 7. ADMINISTERED BY (if other than Item 61 ' CODE

National Institutes of Health, DHHS


CCIOffice of Purchasing and contracts
Christopher Belt
9000 Rockville Pike - 303-594-5915
Building 10, Room 1N262, MSC 1189
Bethesda, Maryland 20892-1189
8. NAME AND ADDRESSOF CONTRACTOR INK, street, county, State and ZIP Code) (J) 9A. AMENDMENT OF SOLICITATION NO

90. DATED (SEE ITEM 731


Macro-International, Inc. -
11785 Beltsville Drive
Calverton, Maryland 20705-3 113 EIN: by 10A. MODIFICATIONb~CONTRACTIORDEF
NO.

X N02-CL-80004
100. DATED (SEE ITEM 131

CODE FACILITY CODE December 16, 1997


11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
- -
Offerors must acknowledge receipt of this amendment prior to the hour and date specified 1n the solic~tationor as amended, by one of the following methods:
is extended, is not extended.

la) By completing Items 8 and 15, and returning coples of the amendment, (b) By acknowledging recelpt of thls amendment on each copy of the offer submlned: or Icl By
separate letter or telegram whlch ~ncludesa reference to the sollcltat~onand amendment numbers FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR RECEIPT
OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by v i m e of thls amendment you deslre to change an offer already subrn~ned,such change
may be made by telegram or letter, provided each telegram or letter makes reference to the sollcttat~onand this amendment, and IS recelved prror to the openlng hour and date specifled
i2 ACCOUNTING AND A P P R ~ P R I A T I O ~ofA requvedl
TA
CAN: 28327315; CC; OC:252Z; CC:10109; $250,000 (Increase)
13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. & DESCRIBED I N ITEM 14, -- - -

(4 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authody) THE CHANGES SET FORTH IN ITEM 14ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.1
SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

X FAR 52.232-22 Limitation of Funds (APR 1984)


E. IMPORTANT: c o n t r a c t o r )is not, )is required t o sign this d o c u m e n t a n d return copies t o t h e issuing office.

14 . DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.1

Purpose: To incrementally fund the above numbered


- contract in the amount of $250,000.
- -.
- Emiration-Date: -
Unchanged by this modification, remains December 14, 2002. -
Total Contract Value: Unchanged by this modification, remains $6,075,363.
- .Total Amount Committed: Increased as a result of this modification by $250,000 from $3,858,106.70 to $4,108,106.70.

< SEE CONTINUATION >

Except as provided herein, all t e r m s a n d conditions o f t h e d o c u m e n t referenced i n l t e m 9A or 10A, as heretofore changed, remains unchanged a n d in full f o r c e a n d effect.

15A. NAME AND TITLE OF SIGNER (Type orprint) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprint)

Christopher Belt, Contracting Officer


155. CONTRACTORIOFFEROR 115 ~ . DATE SIGNED 168. UNITED STATES OF AMERICA 116 ~ .DATE SIGNED
BY

(Signature of person authorized to sign.) (Signature of Contracting Officer)


NSN 7540-01-15 2 - 8 0 7 0 30-1 0 5 STANDARD FORM 30 (REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed by GSA
FAR ( 4 8 CFR) 53.243
Contract Number N02-CL-80004
Modification Number Sixteen (16)
Page 2 of 2

Therefore:
-..- e.- . -

Article B. 1 is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 19841

a. It is estimated that the total cost to the Government for full performance of this contract
will be $6,075,363 of which the sum of $ fl represents the estimated reimbursable
costs and !. 6.t epresents the fixed fee.

b. Total funds currently available for payment and allotted to this contract are
$4,108,106.70. of whir11 the sum of: b $ represents the estimated reimbursable
costs and ; 6% --)resents the fixed fee. For further provisions on funding, see the
Limitation of Funds clause.
-..

c. It is estirnat&l that the amount currently allotted will cover performance of the contract
through December 14,2002.

Article B.3 is hereby updated in accordance with the information given above for ArticleB. I-

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeelNIH 1255)INOV 1988)

a. Total funds currently available for payments and allotted to this contract are $250,000 of
which : b9 represents the estimated costs, and of which
a epresents the fixed
fee. For fiuther provisions on funding, see the Limitation of Funds clause referenced in
Section I of this contract.

b. It is estimated that the amount currently allotted will cover performance of the contract
through August 3 1,2002.

Thg Contracting Oficefmay allot additional funds to the contract without the
concurrence ofthe contractor.
. .-
I' CONTRACT ID NO PAGE OF PAGES
A! AMENDMENT OF SOLICITATI' "MODIFICATION OF CONTRACT
i N02-CL-80004 1I 1 I1 2
2. AMENDMENTIMODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITIONIWRCHASE REQ. NO. 5 . PROJECT NO (if appllcable~

Fifteen (15) See 16c QDV 10052 NIA


6. ISSUED BY CODE 7. ADMINISTERED BY /if other than Item 61 - CODE

National Institutes of Health, DHHS


CCIOffice of Purchasing and Contracts
Christopher Belt
9000 Rockville Pike
Building 10, Room 1 ~ 2 6 2 1189 7 ~ ~ ~ 30 1-594-5915
Bethesda, Maryland 20892-1 189
8. NAME AND ADDRESS OE C O M M C T O R (No.,street, sounty, State and ZIP Code1 I IJ) I ~ A AMENDMENT
. OF SOLICITATION NO.

I 190. DATED (SEE ITEM 13/


Macro International, Inc.
t
I
11785 Beltsville Drive
..
Calverton,
-
Maryland 20705-31 13 EIN: h 11OA. MODIFICATION OF CONTRACTIORMR

I X

108. DATED ISEEITEM 131

CODE FACILITY CODE December 16, 1997


11. THlS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended.

offer or^ must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

lal By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or lc) By
separate letter or telegram which Includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED A T THE PLACE DESIGNATED FOR RECEIPT
OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. if by virtue of this amendment you desire to change an offer already submitted, such change. .
may be made b y telegram or letter. provlded each telegram or letter makes reference t o the solicitation and this amendment, and is received prior to the openlng hour and date specified. -. .
.. 12. ACCOUNTING AND APPROPRIATION @ATA (if required)

CAN: 18327315; CC; OC:252Z; CC:10109; $200,000 (Increase)


13. THlS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS,
.IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14. -- & --
(J) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: ISpecify a~rthorityl THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B.1 THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes inpayingoffice, appropriation data, etc.1
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(bl.
C. THlS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify rype of modification and authority)

X I FAR 52.232-22 Limitation of Funds (APR 1984)


E. IMPORTANT: Contractor i s not, 0 i s required t o s i g n t h i s d o c u m e n t a n d r e t u r n c o p i e s t o t h e issuing o f f i c e .

14. DESCRIPTION OF A M ENDM ENTlMODlFlCATlON (Organized by UCF section headings, including soliciration/contracf subject matter where feasible. l

Purpose: To incrementally fund the above numbered contract in the amount of $200,000.
-* .
.- Expiration Date: . Unchanged by this modification, remains December 14, 2002. -
Total Contract Value: Unchanged by this modification, remains $6,075,363.
Total Amount Committed: Increased as a result of this modification by $200,000 from $3,658,106.70 to $3,858,106.70.

< SEE CONTINUATION >

E x c e p t as p r o v i d e d herein, all t e r m s a n d c o n d i t i o n s o f t h e d o c u m e n t referenced i n Item 9A o r 10A, a s h e r e t o f o r e changed, remains u n c h a n g e d a n d in full f o r c e a n d e f f e c t .

15A. NAME AND TITLE OF SIGNER (Type orprintl 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print/

1 Christopher Belt, Contracting Officer


158. CONTRACTORIOFFEROR 115 ~ . DATE SIGNED 1168. UNITED STATES OF AMERICA 116 ~ .DATE SIGNED
BY

(Signature of person authorized to sign./


NSN 7540-01-1 52-8070 30-10 5 STANDARD FORM 30 (REV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed b y GSA
FAR ( 4 8 CFR) 53.243
Contract Number N02-CL-80004
Modification Number Fifteen (15)
Page 2 of 2

Therefore:
--- --- . -

Article B. 1 is hereby modified as follows:

- HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 1984)


L

a. It is estimated that the total cost to the Government for full performance of this contract
will be $6,075 363 of which the sum o f : b9 represents the estimated reimbursable
costs and b 4 represents the fixed fee.

b. Total funds currently available for payment and allotted to this contract are
$3,858,106.70, of which the sum o f , 44 represents the estimated reimbursable
costs and represents the fixed fee. For further provisions on funding, see the
Limitation of Funds clause.
- -

c. It is estimatg that the amount currently allotted will cover performance of the contract
through December 14,2002.

Article B.3 is hereby updated in accordance with the information given above for M i c l e ~ R1.

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-Fee(NIH 1255MNOV 1988)

a. Total funds currently available for payments and allotted to this contract are $200,000 of -
which 9 bLf represents the estimated costs, and of which 9 rpresents the fixed
fee. For further provisions on funding, see the Limitation of Funds clause referenced in
Section I of this contract.

b. It is estimated that the amount currently allotted will cover performance of the contract
through May 3 1,2002.

C. The Contracting 0 f f i c k may allot additional funds to the contract without the
-- .
. . - - -. -
coGcurrence of the contractor.
'. 1, CONTRACT ID NO P4GE OF PAGES
AMENDMENT OF SOLICITATIO~ ' IODIFICATION OF CONTRACT
( N02-CL-80004 I
1 1I 2
2. AMENDMENT/MODIFICATION NO. 13. EFFECTIVE DATE 14. UE~U~S~T~ONIPURCHASE
REu.3JO. 15. PROJECT N O /if applicable1

Fourteen (14) See 16c QDV 10028 N/A


6. ISSUED BY CODE 7. ADMINISTERED BY (if other than Item 61 CODE

National Institutes o f Health, DHHS


CCIOffice of Purchasing and Contracts
Christopher Belt
9000 Rockville Pike .-
30f -594-59 15
Building 10, Room 1N262, MSC 1189
Bethesda, Maryland 20892-1 189
8. NAME AND ADDRESS OF CONTRACTOR /No.;stieer;counry, State-8ndZIP Code)

Pi 9A.

9B.
AMENDMENT OF SOLICITATION NO

DATED /SEE ITEM 131

Macro International, Inc. -


11785 Beltsville Drive
- Calverton, Maryland 20705-3 113 EIN: b+
. .
X N02-CL-80004
100. DATED /SEE ITEM 131

CODE FACILITY CODE December 16, 1997

- -
11. THIS ITEM APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solic~tat~on
is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended. (is not extended.
Offerors must acknowledge receipt of this amendment prior to the hour and date specified In the sol~c~tation
or as amended, by one of the following methods

fa1 By complet~ngItems 8 and 15, and returning copies of the amendment; fbl By acknowledging receipt of this amendment on each copy of the offer submitted; or ( c l By
Separate letter or telegram which includes a reference t o the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR RECEIPT
OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED M A Y RESULT IN REJECTION OF YOUR OFFER. If by vlrtue of this amendment you desire to change an offer already subm~tted,such change-, 1
ma$' be made b y telegram or letter, provided each telegram o r letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPR~PRIATION BATA(if requiredl


CAN: 18327315; CC; OC:252Z; CC:10109; $375,000
I3. THIS ITEM ONLY APPLE
TO
MODIFICATIONS OF CONTRACTSIORDERS,
- IT MODIFIES THE CONTRACTIORDER NO. AS-DESCRIBED IN ITEM 14. -1 - --

9 A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: lSpecifyauthorir/I THE CHANGES SET FORTH IN ITEM 1 4 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

--

B. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.1
X SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority1

I
E. IMPORTANT: Contractor is,not. 0 is required t o sign t h ~ sdocument and return copies t o the issucng office.

14 . DESCRIPTION OF AMENDMENT/MODIFICATION (Organized b y UCF secrion headings, including solicitation/contracr subject matter where feasible.1

Purpose: To incrementally fund the above numbered contract in the amount o f $375,000 and to incorporate the latest Wage Determination
Number 1994-2104, Revision 16, datgd 9/13/2000. .- .-

Expiration Date: Unchanged by this modification, remains December 14, 2002.


- ..TotalContract Value: Unchanged by this modification, remains $6,075,363.
Total A m o u n t Committed: Increased as a result of this modification by $375,000 from $3,283,106.70 to $3,658,106.70

< SEE CONTINUATION >


Except as provided herein, all terms and cond~tionsof the document referenced In ltem 9A or lOA, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print1 (16A. NAME AND TITLE OF CONTRACTING OFFICER (Type orprinrl

15B. CONTRACTORIOFFEROR 115C. DATE SIGNED 16B. UNIT& STATES OF AMERICA 4 1 1 6 ~ . DATE SIGNED

(Signarure of person authorized t o sign.)


NSN 7540-01 -1 5 2 - 8 0 7 0 30-105 STANDARD FORM 36 IROV. 10-83)
PREVIOUS EDITION UNUSABLE Prescribed by GSA
FAR ( 4 8 CFRI 53.243
Contract Number N02-CL-80004 -
Modification Number Fourteen (14)
Page 2 of 2

Therefore:
. - -.
. - .- . . . . - .. .-

Article B. 1 is hereby modified as follows:

HHSAR 352.232-74 - Estimated Cost and Fixed Fee (APR 19841


-.
.

a. It is estimated that the total cost to the Government for full performance of this contract
will be $6,075,363 of which the sum of b+ represents the estimated reimbursable
costs and represents the fxed fee.

b. Total funds currently available for payment and allotted to this contract are
$3,658,106.70, of which the sum of 9 rpresents the estimated reimbursable
costs and by represents the fixed fee. For further provisions on funding, see the
Limitation of Funds clause.

c. It is estimat* that the amount currently allotted will cover performance of the contract
through December 14,2002.

Article B.3 is hereby updated in accordance with the information given above for ArticleB. 1

Limitation of Funds-Cost-Plus-Fixed-Fee/Cost-Plus-Incentive-FeelNIH 1255)lNOV 1988)

a. Total funds currently available for payments and allotted to this contract are $375,000 of
represents the estimated costs, and of which : b f epresents the fixed
provisions on funding, see the Limitation of Funds clause referenced in
Section I of this contract.

b. It is estimated that the amount currently allotted will cover performance of the contract
through December 1, 200 1 .

5. Th; Contracting ~ f f i cmay


i ~ allot additional funds to the contract without the
concurrence of the contractor.

Wage Determination number 1994-2 104, Revision 16, dated 911 312000 is hereby incorporated
into the contract.
- -
94-2104 DC,DISTRICT-WIDE 09/19/00 - .
***FOR OFFICIAL USE ONLY BY FEDERAL AGENCIES PARTICIPATING IN MOU WITH DOL***
I WASHINGTON D.C. 20210
I
I
I ., .
(Wage Determination No.: 1994-2104
-
William W.Gros.5 Divisionof I Revision No.: 16
Director Wage Determinations1 Date Of Last Revision: 09/13/2000
I
States: ~Ystrictof ~olumbia,Maryland, Virginia

Area: District of Columbia Statewide


Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince George's, St F
-Virginia Counties of Alexandria; Arlington, Fairfax, Falls Church, Fauquier, King C
Loudoun, Prince William, Stafford -L -

**Fringe Benefits Required Follow the Occupational Listing**

OCCUPATION TITLE MINIMUM WAGE RATE

Administrative Support and Clerical Occupations


Accounting Clerk I
Accounting Clerk I1
Accounting Clerk I11
. Accounting Clerk IV
Court Reporter
Dispatcher, ~ o t o rVehicle
-
Document Preparation Clerk
Duplicating Machine Operator
Film/Tape Librarian
General Clerk I
General Clerk I1
General Clerk I11
General Clerk IV
Housing Referral Assistant
Key Entry Operator I
Key Entry Operator I1
Messenger (Courier)
Order Clerk I
Order Clerk I1
Personnel Assistant (Employment) I
Personnel Assistant (Employment) I1
Personnel Assistant (Employment) I11
Personnel Assistant (Employment) IV
Production Control Clerk
Rental Clerk -
- - Scheduler, Maintenance
Secretary I
Secretary I1
Secretary I11
Secretary IV
Secretary V
Service Order Dispatcher
Stenographer I
Stenographer I1
Supply Technician
Survey Worker (Interviewer)
Switchboard Operator-Receptionist
Test Examiner
Test Proctor - .
. .
Travel Clerk I
Travel Clerk I1
Travel Clerk I11
Word Processor I
Word Processor I1
Word Processor I11
Automatic Da.t_a Processing Occupations
Computer Data Librarian
Computer Operator I
Computer Operator I1
computer op&Tator III..- -
Computer Operator IV
Computer Operator V
Computer Programmer I (1)
Computer Programmer I1 (1) -
Computer Programmer I11 (1)
Computer Programmer IV (1)
Computer Systems Analyst I (1)
Computer Systems Analyst I1 (1)
Computer Systems Analyst I11 (1)
Peripheral Equipment Operator
Automotive Service Occupations
Automotive Body ~ e ~ a i r e rFiberglass
,
Automotive Glass Installer
-AutomotiveWorker
Electrician, Automotive
Mobile Equipment Servicer
Motor Equipment Metal Mechanic
Motor Equipment eta1 Worker
Mot01 vehicle Mekanic
Motor Vehicle Mechanic Helper
Motor Vehicle Upholstery Worker
Motor Vehicle Wrecker
Painter, Automotive
Radiator Repair Specialist
Tire Repairer
Transmission Repair Specialist
Food Preparation and Service Occupations
Baker
Cook I
Cook I1
Dishwasher
Food Service Worker
Meat Cutter
Waiter/Waitress
Furniture Maintenance and Repair Occupations
Electrostatic Spray Painter
Furniture Handler
Furniture Refinisher --..
. Furniturg ~efinisherHelper -
Furniture Repairer, Minor
Upholsterer
General Services and Support Occupations
Cleaner, Vehicles
Elevator Operator
Gardener
House Keeping Aid I
House Keeping Aid I1
Janitor
Laborer, Grounds Maintenance
Maid or Houseman
Pest Controller
',
Refuse Collector - .
- .-

Tractor Operator
Window Cleaner
Health Occupations
Dental Assistant
Emergency Medical Technician (EMT)/Paramedic/Ambulance Driver
Licensed Practical Nurse I . ..
,

Licensed Pr_a.cticalNurse I1
Licensed Practical Nurse I11 - -
Medical Assistant
Medical Laboratory Technician
... ..
~edica-1 - ~ e c clerk-
a
Medical Record Technician
Nursing Assistant I
Nursing Assistant I1
- Nursing Assistant I11
-
Nursing Assistant IV
- . Pharmacy Technician
Phlebotomist
Registered Nurse I
Registered Nurse I1
Registered Nurse 11, Specialist
Registered Nurse I11
Registered Nurse 111, Anesthetist
Registered Nurse IV
Information and Arts Occupations
Audiovisual Librarian
Exhibits Specialist I
Exhibits Specialist TI
. .Exhibits Specialyt 111
Illustrator I
Illustrator I1
Illustrator 111
Librarian
Library Technician
Photographer I
Photographer I1
Photographer I11
Photographer IV
Photographer V
Laundry, Dry Cleaning, Pressing and Related Occupations
Assembler
Counter Attendant
Dry Cleaner
Finisher, Flatwork, Machine
Presser, Hand
Presser, Machine, Drycleaning
Presser, Machine, Shirts
Presser, Machine, Wearing Apparel, Laundry
Sewing Machine Operator -
.Tailor -
Washer, Machine
Machine Tool Operation and Repair Occupations
- .. Machine-Tool Operator (Toolroom)
Tool and Die Maker
Material Handling and Packing Occupations
Forklift Operator
Fuel Distribution System Operator
Material Coordinator
Material Expediter
Material Handling Laborer
Order Filler
Production Line Worker (Food Processing)
Shipping Packer - -
Shipping/Receiving Clerk
Stock Clerk (Shelf Stocker; Store Worker 11)
Store Worker I
Tools and Parts Attendant
Warehouse Specialist
Mechanics and ~aintenanceand Repair Occupations .
. .,
Aircraft Mechanic
Aircraft ~echanicHelper -
Aircraft Quality Control Inspector
Aircraft Servicer
Aircraff'WorX5r- . . -
- ' -
Appliance Mechanic
Bicycle Repairer
Cable Splicer \

- Carpenter, Maintenance -
Carpet Layer
Electrician, Maintenance
Electronics Technician, Maintenance I
Electronics Technician, Maintenance I1
Electronics Technician, Maintenance If1
Fabric Worker
Fire Alarm System Mechanic
Fire Extinguisher Repairer
Fuel Distribution System Mechanic
General Maintenance Worker
Heating, Refrigeration and Air Conditioning Mechanic
Heavy Equipment Mechanic
Heavy Equipment Operator
.
-
.
Instrument
Laborer -
Locksmith
Machinery Maintenance Mechanic
Machinist, Maintenance
Maintenance-TradesHelper
Millwright
Office Appliance Repairer
Painter, Aircraft
Painter, Maintenance
Pipefitter, Maintenance
Plumber, Maintenance
Pneudraulic Systems Mechanic
Rigger
Scale Mechanic
Sheet-Metal Worker, Maintenance
Small Engine Mechanic
Telecommunication Mechanic I
Telecommunication Mechanic I1
Telephone Lineman
Wel-der, Combination, Maintenance
-
-. . . . .Well Driller -
Woodcraft Worker
Woodworker
- .- Miscellaneous Occupations
Animal Caretaker
Carnival Equipment Operator
Carnival Equipment Repairer
Carnival Worker
Cashier
Desk Clerk
Embalmer
Lifeguard
Mortician
:
Park Attendant (Aide) - -
Photofinishing Worker (Photo Lab Tech., Darkroom Tech)
Recreation Specialist
Recycling Worker
Sales Clerk
School Crossing Guard (Crosswalk Attendant)
Sport Official ,.

Survey Party,Chief (Chief of Party)


-
Surveying Aide
Surveying Technician (Instr. Person/Surveyor Asst./Instr.)
Swi-ng - Pooloperator
vending ~ a c h i n e~ttendant
Vending Machine Repairer
Vending Machine Repairer Helper
Personal Needs Occupations
-
- Child Care Attendant
Child Care Center Clerk
.. . Chore Aid
Homemaker
Plant and System Operation Occupations
Boiler Tender
Sewage Plant Operator
Stationary Engineer
Ventilation Equipment Tender
Water Treatment Plant Operator
Protective Service Occupations
Alarm Monitor
Corrections Officer
. Court Security Officer
. .Detention Officer
Firefighter '€
Guard I
Guard I1
Police Officer
Stevedoring/Longshoremen Occupations
Blocker and Bracer
Hatch Tender
Line Handler
Stevedore I
Stevedore I1
Technical Occupations
Air Traffic Control Specialist, Center (2)
Air Traffic Control Specialist, Station (2)
Air Traffic Control Specialist, Terminal (2)
Archeological Technician I
Archeological Technician I1
Archeological Technician I11
Cartographic Technician
Civil Engineering Technician
Computer Based Training --(CBT)
- specialist/ Instructor
.. . . . . . .Drafter L -
Drafter I1
Drafter I11
- .- Drafter IV
Engineering Technician I
Engineering Technician I1
Engineering Technician I11
Engineering Technician IV
Engineering Technician V
Engineering Technician VI
Environmental Technician
Flight Simulator/Instructor (Pilot)
Graphic Artist
I
Instructor - -
Laboratory Technician
Mathematical T e c h n i c i a n
Paralegal/Legal Assistant I
P a r a l e g a l / L e g a l A s s i s t a n t I1
P a r a l e g a l / L e g a l A s s i s t a n t I11
Paralegal/Legal Assistant I V
Photooptics Technician
T e c h n i c a l W5iter -
Unexploded (UXO) S a f e t y E s c o r t
Unexploded (UXO) Sweep P e r s o n n e l
Unexploded Ordnance -(UXO) T e c h n i c i a n I
Unexploded Ordnance (UXO) T e c h n i c i a n I1
Unexploded Ordnance (UXO) T e c h n i c i a n I11
Weather Observer, Combined Upper A i r and S u r f a c e Programs
- Weather Observer, S e n i o r ( 3 ) -
Weather Observer, Upper Air ( 3 )
T r a n s p o r t a t i o n / Mobile Equipment O p e r a t i o n O c c u p a t i o n s
Bus D r i v e r
P a r k i n g and Lot A t t e n d a n t
S h u t t l e Bus D r i v e r
Taxi Driver
T r u c k d r i v e r , Heavy Truck
T r u c k d r i v e r , L i g h t Truck
T r u c k d r i v e r , Medium Truck
Truckdriver, Tractor-Trailer

- .
. - ..
ALL
.
OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
.
F-
HEALTH & WELFARE: L i f e , a c c i d e n t , and h e a l t h i n s u r a n c e p l a n s , s i c k l e a v e , p e n s i o n F
c i v i c and p e r s o n a l l e a v e , s e v e r a n c e pay, and s a v i n g s and t h r i f t p l a n s . Minimum emF
c o n t r i b u t i o n s c o s t i n g a n a v e r a g e of $2.56 p e r h o u r computed on t h e b a s i s of a l l hou
worked by s e r v i c e employees employed on t h e c o n t r a c t . .. .

VACATION: 2 weeks p a i d v a c a t i o n a f t e r 1 y e a r of s e r v i c e w i t h a c o n t r a c t o r o r s u c c e s
weeks a f t e r 5 y e a r s , and 4 weeks a f t e r 1 5 y e a r s . Length of s e r v i c e i n c l u d e s t h e wh

of c o n t i n u o u s s e r v i c e w i t h t h e p r e s e n t c o n t r a c t o r o r s u c c e s s o r , wherever employed,

t h e p r e d e c e s s o r c o n t r a c t o r s i n t h e performance o f s i m i l a r work a t t h e same F e d e r a l


facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum o f t e n p a i d h o l i d a y s p e r y e a r : New Y e a r ' s Day, Martin L u t h e r F


J r . ' s B i r t h d a y , W a s h i n g t o n ' s B i r t h d a y , Memorial Day, Independence Day, Labor Day, C
Day, V e t e r a n s ' Day, T h a n k s g i v i n g Day, and C h r i s t m a s Day. ( A c o n t r a c t o r may s u b s t i t
any o f t h e named h o l i d a y s a n o t h e r day o f f w i t h pay i n a c c o r d a n c e w i t h a p l a n commun
t o t h e employees i n v o l v e d . ) ( S e e 29 CFR 4.174)

>
. . . . .. THE
. O.CCUPA;IONS WHICH HAVE'TARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (a- -- -.
numbered) : .
.. -

- .- 1) Does n o t a p p l y t o employees employed i n a bona f i d e e x e c u t i v e , a d m i n i s t r a t i v e ,


p r o f e s s i o n a l c a p a c i t y a s d e f i n e d and d e l i n e a t e d i n 29 CFR 541. (See CFR 4.156)

2) APPLICABLE TO A I R TRAFFIC CONTROLLERS ONLY - N I G H T DIFFERENTIAL: An employee i


e n t i t l e d t o pay f o r a l l work performed between t h e h o u r s of 6:00 P . M . and 6:00 A.M.
r a t e o f b a s i c pay p l u s a n i g h t pay d i f f e r e n t i a l amounting t o 10 p e r c e n t of t h e r a t e
b a s i c pay.

3 ) WEATHER OBSERVERS - N I G H T PAY & SUNDAY PAY: I f you work a t n i g h t a s p a r t of a


t o u r o f d u t y , you w i l l e a r n a n i g h t d i f f e r e n t i a l and r e c e i v e an a d d i t i o n a l 108 of k
for any hours worked between 6pm and 6am. - I £ you are a full-time employed (40 hour
week) and Sunday is part of your regularly scheduled workweek, you are paid at your
basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday h
which is not overtime (i-e. occasional work on Sunday outside the normal tour of du
considered overtime work) . . .

HAZARDOUS PAY DIFFERENTIAL: An 8 percent diLferentia1 is applicable to employees en


in a position that represents a high degree of hazard including working with or in
proximity to explosives and incendiary materials involved in research, testing,
manufactuinff-inspection; renovation, maintenance, and disposal. Such as: Screeni
blending, dying, mixing, and pressing of sensitive explosives pyrotechnic compositi

as lead azide, black powder and photoflash power. All dry-house activities involvi
propellants or explosives. Demilitarization, modification, renovation, demolition,
maintenance operations on sensitive explosives and incendiary materials. All epera
involving regarding and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that reF


a low degree of hazard. Including working with or in close proximity to explosives
incendiary materials which involves potential injury such as laceration of hands, f
arms of the employee engaged in the operation and, possibly adjacent employees, irr
of the skin, minor burns and the like; minimal damage to immediate or adjacent work
equipment being used.

All operations involving, unloading, storage, and hauling of explosive and incendia
ordnance material other than small arms ammunition. (Distribution of raw nitroglyc

. covered under- higheegree hazard.)

** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this conlzract-(eit
the terms of the Government contract, by the employer, by the state or local law, e
the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning
uniforms is an expense that may not be borne by an employee where such cost reduces
hourly rate below that required by the wage determination. The Department of Labor
accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequa


number of uniforms without cost or to reimburse employees for the actual cost of th
.uniforms. In addition, where uniform cleaning and maintenance is made the responsi
of the employee, all contractors and subcontractors subject to this wage determinat
shall (in the absence of a bona fide collective bargaining agreement providing-for
different amount, or the furnishing of contrary affirmative proof as to the actual
reimburse all employees for such cleaning and maintenance at a rate of $3.35 per we
$ . 6 7 cents per day). However, in those instances where the uniforms furnished are
"wash and wear" materials,-may be routinely washed and dried with other personal ga
and d o n o t require any spec&l treatment
- such as dry cleaning, daily washing, or cc
.* . .. - -
laundering in order to meet the cleanliness or appearance standards set by the tern
- .-
Government contract, by the contractor, by law, or by the nature of the work, there
requirement that employees be reimbursed for uniform maintenance costs.

* * NOTES APPLYING TO THIS WAGE DETERMINATION * *

Source of Occupational Title and Descriptions:

The duties of employees under job titles listed are those described in the "Service
Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by
Third Supplement, dated March 1997, unless otherwise indicated. This publication n
obtained from the Superintendent of Documents, at 202-783-3238, or by writing to th
Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 204C
Copies of specific job descriptions may also be obtained from the appropriate contr
officer.
REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Forn
(SF 1444)1 -

-
Conformance Process :

The contrdktifi~officershall require that any class of service employee which is n


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),
classified by the contractor so as to provide a reasonable relationship (i.e., appr
level of skill comparison) between such unlisted classifications and the classifica
listed in the wage determination. such conformed classes of employees shall be_ pai -
monetary wages and furnished the fringe benefits as are determined. Such conformin
process shall be initiated by the contractor prior to the performance of contract h
such unlisted class(es) of employees. The conformed classification, wage rate, and
fringe benefits shall be retroactive to the commencement date of the contract. {See

4.6 (C)(vi)) When multiple wage determinations are included in a contract, a separ
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 occuF
. ---
axid computes -a pro&sed rate (s).
2) After contract award, the contr:ctor prepares a written report listing in order

classification title(s), a Federal grade equivalency (FGE) for each propo.s@.


classification(s), job description(s), and rationale for proposed wage rate(s), inc
information regarding the agreement or disagreement of the authorized representativ

employees involved, or where there is no authorized representative, the employees


themselves. This report should be submitted to the contracting officer no later t h
days after such unlisted class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a repor

action, together with the agency's recommendations and pertinent information incluc
position of the contractor and the employees, to the Wage and Hour Division, Employ
Standards Administration, U.S. Department of Labor, for review. (See section 4 . 6 ( k
Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or dis
- -- ..
. . . ..
the action-"via transmittal to the agency contracting officer, or notifies the contr - -
officer that additional time will be required to process the request.
- ..
5) The contracting officer transmits the Wage and Hour decision to the contractor.

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 Occupa
(the Directory) should be used to compare job definitions to insure that duties rec
are not performed by a classification already listed in the wage determination. RE
1/10/01

You might also like