Establishing secure connection… Loading editor… Preparing document…
Navigation

Fill and Sign the Probate F Form

Fill and Sign the Probate F Form

How it works

Open the document and fill out all its fields.
Apply your legally-binding eSignature.
Save and invite other recipients to sign it.

Rate template

4.5
54 votes
TITLE: UI ACTUARIAL SUPPORT The U.S. Department of Labor, Employment and Training Administration (ETA) is soliciting proposals to select a contractor to provide actuarial support for the Adult, Dislocated Worker, and Youth formula programs established under title I the Office of Workforce Security (OWS) in the areas of state unemployment insurance (UI) trust fund forecasting, technical assistance to states in managing profiling Models, budget and legislative estimating, and producing statistical reports. You are invited to submit a proposal/bid in accordance with the requirements of the following Solicitation: [X ] Request for Proposal, [ ] Invitation for Bid. Proposals/Bids must be received by the Government no later than the local time on the Due Date stated in the table below. Potential offerors/bidders are asked to complete and submit a proposal/bid intent form See Section L (Section C if SF 1449 is used) for proposal/bid instructions ALL AMENDMENTS TO THIS SOLICITATION WILL BE MADE AVAILABLE THROUGH THE GOVERNMENT HOMEPAGE AT http://www.doleta.gov/sga/rfp.cfm IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THIS SITE PERIODICALLY FOR OFFICIAL UPDATES/ AMENDMENTS TO THE SOLICITATION. Solicitation Number: DOL081RP20152 Issue Date: 07-03-2008 Due Date: 08-05-2008 Time: 2:00 p.m. E.S.T Program Office: 1630 Contracting Officer: Contact Point: Phone: Fax: E-Mail: KEITH A. BOND DaVeana Johnson 202-693-2634 202-693-3846 johnson.daveana@dol.gov Set Aside: 100% Small Business PERTINENT TECHNICAL SECTIONS OF SOLICITATION Offerors are encouraged to carefully read the entire Solicitation by scrolling downward. The Solicitation includes all pertinent technical sections imbedded in the document as well as the instructions required for submitting a proposal. For your convenience, the pertinent technical sections of the Solicitation have also been linked directly below (in Adobe PDF format): Section B - Supplies or Services and Price/Costs Section C - Description/Specifications/Statement of Work Section F - Deliveries or Performance Section L -Instructions, Conditions, and Notices to Offerors Section M - Evaluation Factors for Award 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) SOLICITATION, OFFER AND AWARD 2. CONTRACT NUMBER 3. SOLICITATION NUMBER CODE PAGES 1 5. DATE ISSUED SEALED BID (IFB) X PAGE OF N/A 4. TYPE OF SOLICITATION DOL081RP20152 7. ISSUED BY RATING 85 6. REQUISITION/PURCHASE NUMBER 07-03-2008 40-081A-689/259308 NEGOTIATED (RFP) ETA 8. ADDRESS OFFER TO U.S. Department of Labor, ETA/OGCM Division of Contract Services 200 Constitution Avenue, NW Room N-4655 Washington DC 20210 (If other than Item 7) U.S. Department of Labor, ETA Division of Contract Services 200 Constitution Avenue, NW Room N-4655 Washington DC 20210 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION Section L.4 9. Sealed offers in original and _____________________________ copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if hand carried, in the depository located in Item 7 local time 08-05-2008 _______ ________________ (Date) (Hour) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation. until 10. FOR INFORMATION CALL: B. TELEPHONE (NO COLLECT CALLS) A. NAME NUMBER AREA CODE DaVeana Johnson 202-693-2634 DESCRIPTION SEC. C. E-MAIL ADDRESS EXT. johnson.daveana@dol.gov See Attached Table of Contents 11. TABLE OF CONTENTS (X) 2:00pm E.S.T. PAGE(S) (X) A SUPPLIES OR SERVICES AND PRICES/COSTS C DESCRIPTION/SPECS./WORK STATEMENT D PACKAGING AND MARKING E INSPECTION AND ACCEPTANCE F DELIVERIES OR PERFORMANCE G H PART II - CONTRACT CLAUSES SOLICITATION/CONTRACT FORM B PAGE(S) DESCRIPTION SEC. PART I - THE SCHEDULE I CONTRACT CLAUSES J LIST OF ATTACHMENTS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. PART IV - REPRESENTATIONS AND INSTRUCTIONS K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS CONTRACT ADMINISTRATION DATA L INSTR., CONDS., AND NOTICES TO OFFERORS SPECIAL CONTRACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 120 12. In compliance with the above, the undersigned agrees, if this offer is accepted within ________ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%) (See Section I, Clause No. 52-232-8) 14. ACKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO. DATE DATE AMENDMENT NO. (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated: CODE 15A. NAME AND ADDRESS OF OFFEROR FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 15B. TELEPHONE NUMBER AREA CODE NUMBER 17. SIGNATURE EXT. 18. OFFER DATE 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE 202-693-2634 AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(a) (_ ) 24. ADMINISTERED BY (If other than Item 7) 41 U.S.C. 253(c) (_ 23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) ITEM ) CODE U.S. Department of Labor, ETA/OGCM Division of Contract Services 200 Constitution Avenue, NW Room N-4655 Washington DC 20210 26. NAME OF CONTRACTING OFFICER (Type or print) 25. PAYMENT WILL BE MADE BY CODE ETA U.S. Department of Labor, ETA Division of Accounting 200 Constitution Avenue, NW Room N-4702 Washington DC 20210 27. UNITED STATES OF AMERICA 28. AWARD DATE (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION Previous edition is unusable STANDARD FORM 33 (REV. 9-97) Prescribed by GSA-FAR (48 CFR) 53.214(c) Table of Contents PART I - THE SCHEDULE............................................................................................................................ A-2 SECTION A - SOLICITATION/CONTRACT FORM................................................................................ A-2 SF 33 SOLICITATION, OFFER AND AWARD ................................................................................. A-2 PART I - THE SCHEDULE............................................................................................................................ B-1 SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS .............................................................. B-1 B.1 PRICE/COST SCHEDULE ............................................................................................................... B-1 SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK ..................................... C-1 C.1 C.2 C.3 C.4 C.5 C.6 PURPOSE ......................................................................................................................................... C-1 BACKGROUND............................................................................................................................... C-1 SCOPE OF WORK ........................................................................................................................... C-1 PROJECT TASKS ............................................................................................................................ C-3 WORK SITE & GOVERNMENT-FURNISHED FACILITIES ...................................................... C-5 SPECIAL REQUIREMENT ............................................................................................................. C-6 SECTION D - PACKAGING AND MARKING........................................................................................... D-1 [For this Solicitation, there are NO clauses in this Section] ..................................................................... D-1 SECTION E - INSPECTION AND ACCEPTANCE.................................................................................... E-1 E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE..................... E-1 SECTION F - DELIVERIES OR PERFORMANCE................................................................................... F-1 F.1 F.2 F.3 F.2 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE......................F-1 PERIOD OF PERFORMANCE .........................................................................................................F-1 LEVEL OF EFFORT..........................................................................................................................F-1 REPORTS & DELIVERABLES ........................................................................................................F-1 SECTION G - CONTRACT ADMINISTRATION DATA..........................................................................G-1 G.1 INVOICE REQUIREMENTS .......................................................................................................... G-1 G.2 METHOD OF PAYMENT ............................................................................................................... G-2 G.3 DOLAR 29.52.201-70 CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR) (MAY 2004) ................................................................................................................................... G-3 SECTION H - SPECIAL CONTRACT REQUIREMENTS .......................................................................H-1 H.1 BUDGET LINE ITEM FLEXIBILITY ............................................................................................ H-1 H.2 FRINGE BENEFITS......................................................................................................................... H-1 H.3 VACATIONS, SICK-LEAVE HOLIDAYS..................................................................................... H-1 H.4 TRAVEL AND PER DIEM.............................................................................................................. H-1 H.5 USE OF AND PAYMENT TO CONSULTANTS ........................................................................... H-2 H.6 UNEMPLOYMENT INSURANCE COST ...................................................................................... H-3 H.7 ACCOUNTING AND AUDITING SERVICES .............................................................................. H-3 H.8 PRINTING ........................................................................................................................................ H-3 H.9 KEY PERSONNEL .......................................................................................................................... H-4 H.10 CONTRACT NUMBER IDENTIFICATION ................................................................................ H-4 H.11 SUBMISSION OF CORRESPONDENCE..................................................................................... H-4 H.12 OTHER CONTRACTORS ............................................................................................................. H-5 H.13 LAWS APPLICABLE .................................................................................................................... H-5 H.14 DISPOSITION OF MATERIAL .................................................................................................... H-5 H.15 H.16 H.17 H.18 H.19 H.20 H.21 H.22 H.23 H.24 H.25 H.26 H.27 NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES .......................... H-5 FEDERAL REPORTS .................................................................................................................... H-5 DISCLOSURE OF CONFIDENTIAL INFORMATION............................................................... H-6 ELIMINATION OF SEXIST LANGUAGE AND ART WORK................................................... H-6 HAZARDOUS OCCUPATION ORDERS..................................................................................... H-7 INSURANCE REQUIREMENTS (FAR-Subpart 28.3)................................................................. H-7 DATA COLLECTION FOR THE DEPARTMENT OF LABOR.................................................. H-8 PERFORMANCE STANDARDS .................................................................................................. H-8 RESTRICTION ON USE OF DOL FUNDS FOR LOBBYING.................................................... H-9 PUBLICATION OF MATERIALS ................................................................................................ H-9 OPTION TO EXTEND THE TERMS OF THE CONTRACT – SERVICE (FAR 17.208(G))..... H-9 INDIRECT COSTS....................................................................................................................... H-10 52.232-19 AVALIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR…………………….H-11 PART II - CONTRACT CLAUSES ............................................................................................................... I-1 SECTION I - CONTRACT CLAUSES......................................................................................................... I-1 I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE........................I-1 I.2 52.216-7 ALLOWABLE COST AND PAYMENT (DEC 2002) ......................................................I-3 I.3 52.219-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ........................I-6 I.4 52.219-14 LIMITATIONS ON SUBCONTRACTORS (DEC 1996).................................................I-7 I.5 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUNE 2007)I-7 I.6 52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007).........................................................I-8 I.7 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)......I-16 I.8 52.232-25 PROMPT PAYMENT (FEB 2002) Alternate I (FEB 2002).............................................I-16 I.9 52.249-14 EXCUSABLE DELAYS (APR 1984) .............................................................................I-21 I.10 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ......................................I-21 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS................................J-1 SECTION J - LIST OF ATTACHMENTS ....................................................................................................J-1 PART IV - REPRESENTATIONS AND INSTRUCTIONS......................................................................K-1 SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS ............................................................................................................................................K-1 K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE ........ K-1 K.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006)..................... K-1 K.3 SIGNATURE BLOCK ..................................................................................................................... K-3 SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.............................. L-1 L.1 L.2 L.3 L.4 L.5 L.6 L.7 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE......... L-1 52.216-1 TYPE OF CONTRACT (APR 1984)............................................................................... L-1 52.233-2 SERVICE OF PROTEST (SEP 2006) ............................................................................. L-1 SUBMISSION OF PROPOSAL ....................................................................................................... L-2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998).... L-6 PAST PERFORMANCE................................................................................................................... L-6 SPECIAL REQUIREMENTS ........................................................................................................... L-7 SECTION M - EVALUATION FACTORS FOR AWARD........................................................................ M-1 M.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE....... M-1 M.2 BASIS FOR AWARD (BEST VALUE)......................................................................................... M-2 M.3 DETERMINING BEST OVERALL VALUE ................................................................................ M-5 DOL081RP20152 Section B PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS SERVICES ORDERED Title: “UI Actuarial Support” The U.S. Department of Labor, Employment and Training Administration (DOL/ETA) is soliciting proposals to select a contractor to provide actuarial support for the Office of Workforce Security (OWS) in the areas of state unemployment insurance (UI) trust fund forecasting, technical assistance to states in managing profiling models, budget and legislative estimating, and producing statistical reports. Solicitation No. is DOL081RP20152. The period of performance is twelve (12) months from the date of contract execution plus four one-year options to be exercised at the discretion of the government. This solicitation is a 100% Small Business Set-Aside. The North American Industry Classification System Code is 541611, with a $6.5 million size standard. A cost reimbursement plus fixed fee type contract is contemplated for this solicitation. Closing time and date are August 5, 2008, at 2:00pm local time. The incumbent contractor under this solicitation is St. Louis and Associates of Tempe, Arizona, under contract number UI-13456-03-30. The contract was awarded on September 30, 2003 in the amount of $301,699. The total amount awarded under this contract was $1,598,118, inclusive of options. REQUESTS FOR CLARIFICATION (RFC) MUST BE RECEIVED BY JULY 14, 2008, NO LATER THAN 5:00P.M. LOCAL TIME. Only electronic submission of requests will be accepted. They shall be submitted to Ms. DaVeana Johnson at johnson.daveana@dol.gov. Should any RFC be received after the date stated above, the Government reserves the right not to provide an answer. If, however, the Government determines that the RFP raises an issue of significant importance, the Government will respond electronically. The Government will not provide any information concerning requests for clarifications in response to telephone calls from offerors. All requests will be answered electronically and will be available to all offerors at the DOLETA Internet site (www.doleta.gov/sga/rfp.com). Offerors interested in being placed on a bidders list and networking for the above referenced RFP, please provide the Name and Address of Organization; Telephone Number; and Point of Contact electronically to DaVeana Johnson at johnson.daveana@dol.gov, by 5:00p.m., July 14, 2008. B-1 DOL081RP20152 Section B Pleased be advised that is the sole responsibility of the offeror to continually view the Web site for any amendment to this solicitation. B-2 DOL081RP20152 Section C SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C.1 PURPOSE The U.S. Department of Labor, Employment and Training Administration (DOL/ETA) is soliciting proposals to select a contractor to provide actuarial support for the Office of Workforce Security (OWS) in the areas of state unemployment insurance (UI) trust fund forecasting, technical assistance to states in managing profiling models, budget and legislative estimating, and producing statistical reports. C.2 BACKGROUND The Unemployment Insurance (UI) system, as established by the Social Security Act of 1935, is a unique Federal-state system grounded in Federal law, but executed in its relationship to the employer and to the unemployed worker through state law. Federal law provides the broad parameters for the program and individual state laws establish specific financing and benefit payment structures. The Office of Workforce Security (OWS) of the U.S. Department of Labor is the Federal partner in the system. Its role is one of overall oversight and coordination, including ensuring conformity of state laws to Federal requirements, measurement of state performance, and providing for the administrative expenses of the program. The Division of Fiscal and Actuarial Services (DFAS) of the OWS have several responsibilities in the UI system. Some of the most important are: providing technical assistance to states on benefit financing and profiling, producing budget and legislative estimates and analyses, monitoring Federal trust fund accounts, providing for administrative financing, and providing statistical and analytical support for OWS initiatives. C.3 SCOPE OF WORK The objective of this project is to provide the DFAS needed support in carrying out its responsibilities. The contractor for this project would assist the DFAS in two major areas. The first major area is technical assistance to State Workforce Agencies (SWAs). A large part of the technical assistance is in the area of benefit financing. Since the 1970s, trust fund solvency has been an ongoing concern in the UI system. In theory, UI tax systems are designed to build up reserves in good economic times in order to pay benefits when unemployment is high. In practice, many states do not have adequate reserves and some are forced to borrow from the Federal loan fund even in relatively mild recessions. About three-fourths of the states have borrowed at one time or another, including nine states in the period following the 2001 recession. Currently, state trust fund accounts are less adequate than they were going into that recession. The ongoing solvency concerns of the UI system make it important for the DFAS to be active in this area. A key activity is to make available to the SWAs a trust fund simulation model called the State Benefit Financing Model. This model is maintained and supported in the National Office by the DFAS and is currently used by about one-third of the states. The DFAS also works closely with states that C-1 DOL081RP20152 Section C request assistance in modifying or designing new tax structures, either with or without use of the Benefit Financing Model. Another aspect of benefit financing technical assistance to states is the presentation of periodic Benefit Financing Seminars to introduce state actuarial staff to benefit financing concepts and trust fund forecasting techniques. A second type of technical assistance is to assist states in the development and maintenance of profiling models. All states are required to profile their UI claimants in order to identify potential UI exhaustees and provide them reemployment services early in their UI spells. This is most often accomplished through the use of a statistical model, which uses various claimant characteristics to predict the probability of benefit exhaustion. When requested, DFAS works closely with states to develop and/or update these models. In response to two recent reports on the status of profiling models in the states, DFAS is reaching out to states to encourage them to update their models and to offer technical assistance. A third type of technical assistance is the provision of training seminars in quantitative methods and profiling methods for state staff. The quantitative methods training gives state staff information, instruction and hands-on experience in basic regression and forecasting techniques that are applicable to UI trust fund forecasting and analysis. Similarly, the profiling methods training gives state staff information and experience in the specific statistical procedures used in developing profiling models. The second major area in which the contractor will assist the DFAS is in its role at the national level. This role includes making estimates and doing analyses for budget and legislative purposes, monitoring Federal trust fund account activity and solvency, providing data analysis in support of DOL performance goals and in support of OWS initiatives, forecasting state workloads to allocate administrative funds, compiling and analyzing various UI indicators, and disseminating data to the public. At least twice a year, the DFAS is responsible for updating all estimates and projections of UI benefit outlays, revenues, workloads, and administrative outlays in conjunction with the Federal budget process. The DFAS is also responsible for making estimates of the cost and revenue impact of proposed law changes being considered by the Congress or the Administration. Currently, DFAS is working on estimating the cost of proposals to create a temporary extended benefit program to stimulate the economy. To make these estimates and projections, the DFAS employs a number of computer models and spreadsheets, ranging from simple to complex. These models require continual monitoring, maintenance, and enhancements. All of the administrative costs of the UI system, both state and Federal, are funded by the Federal unemployment tax. The DFAS is responsible for developing the overall administrative budget as well as for allocating the available funds equitably among the states. A key component of the annual allocation process is to forecast several key workload items by state. The DFAS puts a great deal of time and effort into using the best available statistical forecasting techniques for this purpose and to making forecasts on a consistent basis across states. Another area of work involves compiling and publishing data and doing data analysis related to various UI indicators, including solvency measures, C-2 DOL081RP20152 Section C recipiency rates and wage replacement rates, that may be used to establish performance measures and goals. DFAS is responsible for developing, calculating and analyzing measures of trust fund adequacy such as the Average High Cost Multiple. DFAS is also responsible for estimating the amount of FUTA collections by state and compiling, publishing and analyzing comparisons of collections to amounts returned to states. DFAS is responsible for providing various estimates and projections to be used in the annual and quarterly Department of Labor Financial Statements. These include estimating disbursements, estimating accrued benefit payments, and simulating the impact of various recession scenarios on balances in the Unemployment Trust Fund. C.4 PROJECT TASKS Quantitative Methods and Profiling Methods Training 1. The contractor shall produce up to 5 one-week Quantitative Methods and Profiling Methods Seminars during the project period, for approximately twenty participants from SWAs. The quantitative methods training is provided for the purpose of improving the quantitative analysis skills of SWA personnel engaged in trust fund forecasting. This training will focus on using statistical methods to build a UI benefit cost estimating model and to project workloads and other variables. The content of this training will include the following topics: 1) introductory statistics, including descriptive statistics, correlation, hypothesis testing, distribution analysis, and variance and error measurement; 2) regression analysis, including significance testing, model building techniques, regression diagnostics, problems encountered in Ordinary Least Squares, varying functional forms, and lagged variables; 3) forecasting methods, including time series analysis, auto-regressive moving average techniques, forecasting in regression analysis, and measuring forecast error; and 4) other topics relevant to UI benefit cost estimating, including use of survival rates. The training will emphasize hands-on learning using up-to-date statistical software. The profiling methods training will include topics such as: identification of profiling variables, use of characteristic screens, building logistic regression models, techniques for overcoming statistical problems, and monitoring models. The training will emphasize hands-on learning using upto-date statistical software. The exact agenda of each seminar may vary according to the needs of state personnel as determined by the Contracting Officer’s Technical Representative (COTR). The COTR will be responsible for the announcement and scheduling of each seminar and the selection of all participants. The contractor shall provide all training materials, equipment, software and supplies and arrange for facilities and lodging. Budget and Legislative Analysis 2. The contractor shall maintain, monitor and improve computer models used to make Federal budget and legislative estimates. The contractor will have responsibility for the revenue and state loan model, which makes state-byC-3 DOL081RP20152 Section C state projections of tax rates, fund balances, loans, etc. The contractor will also have responsibility for the STUBEN regular benefits model and the Extended Benefits (EB) model. Model equations must be updated annually. The contractor shall review and assess alternative techniques and methodologies for modeling and projecting key UI program variables. All model changes must be documented. The contractor shall monitor, maintain and improve a model to make projections of costs, beneficiaries and workloads for temporary federal extended benefits programs such as the EEUC program currently under consideration. The model must include, at a minimum, the following features: multiple trigger mechanisms with and without lookbacks, varying benefit duration and multiple tiers of duration, reachbacks, different types of interaction with the permanent EB program, benefit phaseouts and cutoffs, and the ability to simulate different economic scenarios. Links must be made to other models and systems that either provide input or use the results. The model must be documented and equations must be updated annually. 3. The contractor shall work with Federal staff to make annual three-year-ahead forecasts of six state UI workload items, using the best available statistical methods, for the purpose of developing Resource Justification Model submissions and for allocating the base administrative budget. The contractor shall assist in determining what methods should be used and how they should be applied such that all states are treated equitably in the process and the most accurate forecasts are produced. 4. The contractor shall produce actuarial calculations on a quarterly basis for the DOL financial statements. These include estimated disbursements for the current and prior month, due and payable accruals for all programs, and existing claims accruals for Federal UI programs. The contractor shall also produce information annually for the Required Supplemental Information attachment to the financial statements, including 10-year projections of UTF balances under various economic scenarios and an assessment of state solvency using a variation of the Average High Cost Multiple. Profiling Model Technical Assistance 5. The contractor shall assist DFAS in providing technical assistance and support to states and Regional Offices in developing, implementing, maintaining and updating statistical models or characteristic screening systems for identifying claimants likely to exhaust benefits and in need of reemployment services. Technical assistance will be performed either via telephone or on-site, as determined by the COTR. Technical assistance will include: identifying and analyzing state data sources and elements, determining model specifications and estimating model coefficients, developing system specifications, in coordination with state staff, for integrating the econometric model into existing UI software systems and for interfacing with identified data sources, and assisting Regional Office staff in reviewing and assessing state profiling systems. C-4 DOL081RP20152 Section C Trust Fund Forecasting Technical Assistance 6. As needed, the contractor shall work with DFAS staff to provide support to SWAs in the task of forecasting UI trust fund balances using the State Benefit Financing Model. This task entails developing and maintaining various UI-related regression equations used in the simulation models, modeling new state UI laws, collecting and setting up numerous input data files, running simulations under various economic scenarios, and providing technical support to state users. 7. The contractor shall support the DFAS in producing two or three one-week Benefit Financing Seminars during the project period, for approximately twenty-five participants from SWAs. Topics will include: UI cost and revenue forecasting, UI tax structures, experience rating, measuring trust fund solvency, Title XII loans, and basic statistical methods. Hands-on use of the State Benefit Financing Model will be emphasized. The contractor shall provide all training materials and supplies and will coordinate logistics. Contract staff shall prepare presentations jointly with Federal staff. The COTR will determine seminar dates and specific course content. Reports 8. The contractor shall prepare a quarterly publication, the UI Data Summary, which provides a detailed comparison of the status of states with respect to unemployment rates, benefit payment activities, revenues, and trust fund reserves. The publication shall be made available both in hard copy and on the OWS website. The contractor shall maintain and document routines used to extract data, manipulate data, and produce the report. The contractor shall respond to requests for data related to this report or other UI data from researchers, Congressional staff, etc. 9. The contractor shall publish official five-year UI projections and Federal and state trust fund account status in the UI Outlook. These projections are updated twice a year in conjunction with the Federal budget process. The publication shall be made available both in hard copy and on the OWS website. Routines and spreadsheets must be documented. 10. The contractor shall produce annual estimates of the amounts of FUTA taxes paid by employers in each state and compile data on the amounts returned to the states for administration and benefits. The contractor shall publish these data in a form determined by the COTR. 11. The contractor shall compute annually or more frequently as required, state fund adequacy measures such as the Average High Cost Multiple and perform analyses of these measures as required. The contractor shall publish these data in a form determined by the COTR. C.5 WORK SITE AND GOVERNMENT-FURNISHED FACILITIES Except for training seminars, the work on this project will be located on-site at the Office of Workforce Security of the Employment and Training Administration in Washington, D.C., to facilitate coordination with OWS staff and access to the UI database and to computer networks and equipment. Some travel may be necessary. The Government will furnish each individual assigned to the contract proper C-5 DOL081RP20152 Section C identification to facilitate entry and departure from Government buildings as deemed necessary by the COTR. The Government will provide the office space, furniture, supplies, equipment, and other support, as necessary, to complete project tasks within specified timeframes. The contractor may purchase, with Government approval, personal computers and software for use on this project. Ownership will revert to the Government upon termination of the contract. The Government will also provide access to the appropriate computer systems and databases necessary to perform the tasks under this contract. C.6 SPECIAL REQUIREMENTS The contractor shall be required to provide the necessary personnel to accomplish each task listed above. The key personnel positions and their required time commitments are listed as follows: Project Director (10%) Project Manager (100%) C-6 DOL081RP20152 Section D SECTION D - PACKAGING AND MARKING [For this Solicitation, there are NO clauses in this Section] D-1 DOL081RP20152 Section E SECTION E - INSPECTION AND ACCEPTANCE E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE 52.246-5 INSPECTION OF SERVICES--COST-REIMBURSEMENT DATE APR 1984 E-1 DOL081RP20152 Section F SECTION F - DELIVERIES OR PERFORMANCE F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER 52.242-15 52.247-34 F.2 TITLE STOP-WORK ORDER ALTERNATE I (APR 1984) F.O.B. DESTINATION DATE AUG 1989 NOV 1991 PERIOD OF PERFORMANCE The period of performance for this project will be 12 months from the date of execution plus four one-year options to be exercised at the discretion of the government. F.3 LEVEL OF EFFORT The level of effort for this project is estimated at between 2.5 and 2.7 professional person years. A professional year is estimated to be between $90,000 and $100,000. This includes all costs. The Government estimates are provided for contractor planning guidance only and do not bind the Government to a specific level of effort nor are they guaranteed or warranted by the Government in any manner. The contractor must use its best judgment to determine an appropriate level of effort for the contract work regardless of the accuracy of these estimates. There are 2,080 hours in a work year, this includes hours for vacation, sick leave and holidays. Offerors should use their best business judgment when proposing the number of hours for this project. F.4 REPORTS AND DELIVERABLES The contractor shall be responsible for supplying deliverables that correspond to the eleven tasks described in Section C.4 of the RFP. F-1 DOL081RP20152 Section G SECTION G - CONTRACT ADMINISTRATION DATA G.1 INVOICE REQUIREMENTS Contractor will prepare and submit proper invoices (as defined in C below) in accordance with the criteria outlined below. (Also, see Clause 52.232-8 "Discount for Prompt Payment", contained in Section I of the contract.): A. (1) If the contract is a cost-reimbursement type contract, the contractor will submit three (3) ink- signed copies of the invoice, Cost Contractor's Invoice, (ETA 3100-1), together with a detailed report of expenditures, Cost Contractor's Detailed Statement of Costs (ETA 3-2), to the Government Authorized Representative (GAR), U.S. Department of Labor, not more frequently than monthly, unless otherwise so authorized in the contract. (2) If the contract is a fixed-price type contract, the contractor may submit SF-1034, Public Voucher, or the equivalent thereto; i.e., contractor's own invoice, in lieu of the forms described in A(l) above. (3) Invoices should be submitted to the office listed below: U.S. Department of Labor, ETA ETA Division of Accounting 200 Constitution Avenue, NW, Room N-4702 Washington, D.C. 20210 B. The Detailed Report of Expenditures (ETA 3-2) submitted with the Invoice (ETA 3100-1) must include the same budget line items or cost categories as appears in the contract, including any modifications thereto. C. To constitute a proper invoice, the invoice, must include the following information and/or attached documentation: (1) Name and address of the Contractor; (2) Invoice date; (3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms. Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (6) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (7) Name (where practicable), title, telephone number and mailing address of person to be notified in event of a defective invoice. G-1 DOL081RP20152 Section G (8) Any other information or documentation required by other requirements of the contract. In addition to the above, invoices should be numbered consecutively. All final invoices shall be clearly marked Final Invoice. G.2 METHOD OF PAYMENT A. Payments under this contract will be made either by check or electronic funds transfer (through the Treasury Fedline Communications System (FEDLINE) or the Automated Clearing House (ACH)), at the option of the Government. After award, but no later than 14 days before an invoice or contract financing request is submitted, the Contractor shall designate a financial institution for receipt of electronic funds transfer payments. The contractor shall submit this designation to the Contracting Officer or other Government official as directed. B. For payments through FEDLINE, the Contractor shall provide the following information: (1) Name, address, and telegraphic abbreviation of the financial institution receiving payment. (2) The American Bankers Association 9-digit identifying number of the financing institution receiving payment if the institution has access to the Federal Reserve Communications System. (3) Payee's account number at the financial institution where funds are to be transferred. (4) If the financial institution does not have access to the Federal Reserve Communications System, provide the name, address, and telegraphic abbreviation of the correspondent financial institution through which the financial institution receiving payment obtains electronic funds transfer messages. Provide the telegraphic abbreviation and American Bankers Association identifying number for the correspondent institution. C. For payments through ACH, the Contractor shall provide the following information: (1) Routing transit number of the financial institution receiving payment (same as American Bankers Association identifying number used for FEDLINE). (2) Number of account to which funds are to be deposited. (3) Type of depositor account ("C" for checking, "S" for savings). (4) If the Contractor is a new enrollee to the ACH system, a "Payment Information Form," SF 3881, must be completed before payment can be processed. D. In the event the Contractor, during the performance of this contract, elects to designate a different financial institution for the receipt of any payment made using electronic funds transfer procedures, notification of such change and the required information specified above must be received by the G-2 DOL081RP20152 Section G appropriate Government official 30 days prior to the date such change is to become effective. E. The documents furnishing the information required in paragraphs B and C above must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor's name and contract number. F. Contractor failure to properly designate a financial institution or to provide appropriate payee bank account information may delay payments of amounts otherwise properly due. G. The Contractor shall forward the information required above to: U.S. Department of Labor, ETA Division of Accounting, Room N-4702 200 Constitution Avenue, NW Washington, DC 20210 G.3 DOLAR 2952.201-70 CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR)(MAY 2004) (a) Mr. /Ms. TBD is hereby designated to act as the Contracting Officer’s Technical Representative (COTR) under the contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/ vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor’s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the contracting officer must issue such changes. G-3 DOL081RP20152 Section H SECTION H - SPECIAL CONTRACT REQUIREMENTS H.1 BUDGET LINE ITEM FLEXIBILITY Flexibility of Direct Costs will be allowed within the Prime Contract Budget, provided no single line item of cost shall be increased or decreased in excess of 20 percent and provided further that the total estimated cost of the Contract is not exceeded. This flexibility of cost does not apply to the wages, salaries and fringe benefits line items (including proposed changes by the Contractor in the mixture, number of hours, wages, and/or bonus or personnel paid under the contract) wherein no increase is permitted without the prior review and approval by the Contracting Officer. In contracts with OPTION TO EXTEND SERVICES provisions, this clause is applicable to each yearly negotiated budget line item amounts, and not the accumulated budget line item totals. H.2 FRINGE BENEFITS Social Security, Workmen's Compensation, Unemployment Compensation and any other fringe benefits are a normal practice of the Contractor at the time of final negotiations for this contract and are available to all employees. Fringe benefits from an immediate previous employer which may be continued while employed under this contract are an allowable cost. In no event will duplicate fringe benefits be allowable to an individual under this contract. H.3 VACATIONS, SICK-LEAVE HOLIDAYS The Contractor may grant leave in accordance with its established written policy, provided that policy is accepted by the Contracting Officer or, in the absence of an established policy, leave may be granted as follows: Vacation: Maximum 2 weeks (10 working days) Sick Leave: Maximum 2 weeks (10 working days) Holiday: Maximum of paid holidays Leave shall be accrued at the rate of 5/6 of 1 day per month for each month employed. If the term of this contract is for more than or less than 1 year, the above leave shall be adjusted accordingly. H.4 TRAVEL AND PER DIEM Travel policies as set forth in the Travel Regulations referred to below are required of the Contractor and consultants hereunder. Where the Contractor has a more restrictive travel policy than the Federal Travel Regulations, the more restrictive requirements shall apply. It is the responsibility of the Contractor to authorize only such per diem allowances as justified by the circumstances affecting the travel. Care should be exercised to prevent fixing per diem rates in excess of those required to meet the necessary authorized subsistence expenses. To this end, consideration should H-1 DOL081RP20152 Section H be given to factors which reduce the expenses of the employee such as: known arrangements at temporary duty locations where lodging and meals may be obtained without cost or at prices advantageous to the traveler; established cost experience in the localities where lodging and meals are required; situations where special rates for accommodations have been made available for a particular meeting or conference; the extent to which the traveler is familiar with establishments providing lodging and meals at a lower cost in certain localities, particularly, where repeated travel is involved; and the use of methods of travel where sleeping accommodations are provided as part of the transportation expenses. All travel shall be at tourist, coach, or less than first class unless itinerary or unavailability dictate otherwise. All temporary duty and local area automobile travel shall be allowed as prescribed by the applicable Travel Regulations. Copies of applicable Travel Regulations can be obtained as follows at a fee: a. Federal Travel Regulations, prescribed by the General Services Administration, for travel in the conterminous 48 United States: Available on a subscription basis from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402, Stock No. 022-001-81003-7. b. Joint Travel Regulations, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, the Commonwealth of Puerto Rico, and territories and possessions of the United States: Available on a subscription basis from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402, Stock No. 908-010-000001. c. Standardized Regulations, (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered in 1 and 2 above: Available on a subscription basis from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402, Stock No. 744-008-00000-0. H.5 USE OF AND PAYMENT TO CONSULTANTS (a) Consultant(s) hired to perform under this contract may be compensated at a rate for time actually worked (e.g., amount per day, per week, per month, etc.), or at a fixed price for performance of a specific task, or at nominal compensation in accordance with Contractor's policies. However, for the use and payment to consultant(s) prior written approval must be obtained from the Contracting Officer. (b) The amount or rate of payment will be determined on a case-by- case basis, taking into account (among any other relevant factors) the relative importance of the duties to be performed, the stature of the individual in his specialized field, comparable pay for positions under the Classification Act or other Federal pay systems, rates paid by private employers and rates previously paid other experts or consultants for similar work. (c) The contractor shall maintain a written report for the files on the results on all consultations charged to the contract. This report must include, H-2 DOL081RP20152 Section H as a minimum: (1) the consultant's name, dates, hours and amounts charged to the contract; (2) the names of the contractor's staff to whom the services are provided; and (3) the results of the subject matter of the consultation. H.6 UNEMPLOYMENT INSURANCE COST Unemployment insurance costs shall be paid by the contractor as they are incurred. However, in the event billings for Unemployment Insurance costs are received by the contractor after the expiration date of this contract and the billings cover the period that this contract was effective, the Government agrees to reimburse the contractor at the same rate that would have been applicable had the cost been paid as they were incurred. H.7 ACCOUNTING AND AUDITING SERVICES (a) Accounting The contractor may procure and utilize such accounting services as are required to establish and maintain an accounting system which reflect accurate, current and complete financial transactions and which meet the standards of the Comptroller General of the United States and the Department of Labor. (b) Auditing The contractor shall audit or have audited subcontractor financial records as may be required to determine, at a minimum, the fiscal integrity of financial transactions and compliance with laws, regulations and administrative requirements. The U.S. Department of Labor shall be responsible for scheduling all audits of the prime contractor's books, documents, papers and records. The Department will use its own audit resources or shall use certified or public accountants under contract or auditors from another Federal agency. Cost of Accounting Services and Audit of subcontractors as described herein are allowable cost under this contract. Costs for audits for which the U.S. Department of Labor is responsible are unallowable. H.8 PRINTING (1) The contractor shall not engage in, nor subcontract for, any printing in connection with the performance of work under this contract. The intent of this and other printing limitations is to eliminate duplication of final documents. (2) The contractor may perform a requirement involving the duplication of less than 5,000 copies of only one page, or less than 25,000 copies of multiple pages in the aggregate, using one color (black). Such pages shall not exceed the maximum image size of 10-3/4 by 14-1/4 inches, or 11 by 17 paper stock. Duplication services below these thresholds are not considered printing. If performance of the contract will require duplication in excess of these limits, the contractor must immediately notify the contracting officer. The contracting officer will provide instructions to the contractor. H-3 DOL081RP20152 Section H (3) The contractor may perform a requirement involving the multi-color duplication of no more than 100 pages in the aggregate using color copier technology Such pages shall not exceed the maximum image size of 10-3/4 by 141/4 inches, or 11 by 17 paper stock. Duplication services below these thresholds are not considered printing. If performance of the contract will require duplication in excess of these limits, the contractor must immediately notify the contracting officer. The contracting officer will provide instructions to the contractor. (4) The contractor may perform the duplication of no more than a total of 100 diskettes or CD-ROM's. Duplication services below these thresholds are not considered printing. If performance of the contract will require duplication in excess of these thresholds, the contractor must immediately notify the contracting officer. The contracting officer will provide instructions to the contractor. H.9 KEY PERSONNEL The personnel specified below or in attachment to this contract are considered to be essential to the work being performed hereunder. Prior to diverting any of the specified individuals to other programs, the Contractor shall notify the Contracting Officer reasonably in advance and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No diversion shall be made by the Contractor without the written consent of the Contracting Officer; provided, that the Contracting Officer may ratify in writing such diversion and such ratification shall constitute the consent of the Contracting Officer required by this clause. The below list or attachment to this contract may be amended from time to time during the course of the contract to either add or delete personnel, as appropriate. For the purpose of this contract, the key personnel positions are identified below as: - Project Director - Project Manager - H.10 CONTRACT NUMBER IDENTIFICATION The Contractor agrees to utilize the number of this contract on all correspondence, communications, reports, vouchers and such other data concerning this contract or delivered hereunder. H.11 SUBMISSION OF CORRESPONDENCE All correspondence relating to contractual aspects shall be directed to the Division of Acquisition and Assistance, Attention: Division Chief. H-4 DOL081RP20152 H.12 Section H OTHER CONTRACTORS The Government may undertake or award other contracts for the same, essentially similar, or related work, and the Contractor shall fully cooperate with such other contractors and Government employees. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor or by Government employees. The foregoing paragraph shall be included in the contracts of all Contractors with whom this Contractor will be required to cooperate. The Government shall equitably enforce this clause as to all contractors, to prevent the imposition of unreasonable burdens on any contractor. H.13 LAWS APPLICABLE The contractor will perform its duties in accordance with the applicable Act, and the regulations, procedures and standards promulgated thereunder. The Contractor will comply with all applicable Federal and State and Local laws, rules, and regulations which deal with or relate to the employment of persons who perform work or are trained under contract. This contract in no way relieves the Contractor of responsibility for compliance with the provisions of the Fair Labor Standards Act, as amended. H.14 DISPOSITION OF MATERIAL Upon termination or completion of all work under this contract, the Contractor shall prepare for shipment, deliver F0B destination, or dispose of all materials received from the Government and all residual materials produced in connection with the performance of this contract as may be directed by Contracting Officer, or as specified in other provisions of this contract. All materials produced or required to be delivered under this contract become and remain the property of the Government. H.15 NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITIES (a) No person shall on the ground of race, religion, color, handicap, national origin, sex, age, political affiliation, or beliefs be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded or otherwise financially assisted, in whole or in part with funds made available hereunder. (b) In addition, this contract and any subcontract hereunder is subjected to Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and the Regulations issued thereunder and found at 29 CFR 31. The Contractor agrees that any service, financial aid, or other benefit to be provided by it under this contract shall be furnished without discrimination because of race, color, sex, or national origin; and that his employment practices shall be subject to the same restrictions to ensure nondiscriminatory treatment of beneficiaries of assistance under the Act. H.16 FEDERAL REPORTS In the event that it subsequently becomes a contractual requirement to collect or record information calling for answers to identical questions from 10 or more persons other than Federal employees, or for information from Federal employees H-5 DOL081RP20152 Section H which is to be used for statistical compilations of general public interest, the Paperwork Reduction Act of 1980 and 5 CRF 1320 shall apply to this contract. No plan, questionnaire, interview guide or similar device for collecting formation (whether repetitive or single-time) may be used without first obtaining clearance from the Office of Management and Budget (OMB). The contractor shall obtain the required OMB clearance through the Project Officer before expending any funds or making public contracts for the collection of data. The authority to expend funds and to proceed with the collection of data shall be issued in writing by the Contracting Officer. H.17 DISCLOSURE OF CONFIDENTIAL INFORMATION The Contractor agrees to maintain the confidentiality of any information regarding applicants, project participants or their immediate families which may be obtained through application forms, interviews, test reports from public agencies or counselors, or any other source. Without the permission of the applicant or participant, such information shall be divulged only as necessary for purposes related to the performance or evaluation of the contract and to persons having responsibilities under the contract, including those furnishing services to the projects under subcontracts. H.18 ELIMINATION OF SEXIST LANGUAGE AND ART WORK All written materials issued by the Contractor or grantee shall conform to the following guidelines for eliminating sexist language and art work: (a) Avoid the use of sex reference in job titles. Titles should conform to the Census Bureau's occupational classification system and the most recently published edition of the Dictionary of Occupational Titles. -- Longshore workers instead of longshoremen. (b) Avoid the use of male and female gender word forms. -- Aviator to include men and women pilots, not aviatrix. (c) Include both sexes by using terms that refer to people as a whole. -- Human beings or people instead of mankind. (d) Avoid the use of masculine and feminine pronouns or adjectives in referring to a hypothetical person or people in general. Change sentences such as: The average American worker spends 2 years of his life in the workforce. -- By rewording to eliminate unnecessary gender pronouns and adjectives. (The average American worker spends 20 years in the workforce.) -- By recasting into the plural. their lives in the workforce.) (Most Americans spend 20 years of -- By replacing the masculine or feminine pronoun or adjective with "one", "you", "he or she", "her or him", or his or her". (An average American spends 20 years of his or her life in the workforce.) H-6 DOL081RP20152 Section H (e) Refer to both men and women in such generic terms as economist, doctor, or lawyer. Identify sex through the use of pronouns. -- The lawyer made her final summation. (f) Avoid the use of stereotyped terms or expressions such as "man-sized" job. -- Employee-years and employee-hours (or staff-hours) instead of manyears and man-hours. (g) The use of art work in publications should conform to the following guidelines: (i) (ii) Strive to use racially and sexually balanced designs. Depict both men and women in art work on general subject matters. (iii) Show men and women in a variety of roles in photographs, illustrations, and drawings. -- Show women and men as managers and skilled laborers. H.19 HAZARDOUS OCCUPATION ORDERS The Contractor shall comply with the Hazardous Occupation Orders issued pursuant to the Fair Labor Standards Act and set forth at 20 CFR 570.50 et seq. with respect to the employment of youths under 18 years of age and the Child Labor Standards of 29 CFR 570.31 et seq. with respect to the employment of youths aged 14 and 15. H.20 INSURANCE REQUIREMENTS (FAR-Subpart 28.3) In accordance with the Federal Acquisition Regulation, 48 CFR, Clause 52.228-7 entitled, "Insurance-Liability to Third Persons" the following kinds and amounts of insurance must be procured and maintained in force during the lifetime of the above numbered contract. A. Worker's Compensation - In the amounts required by State law or the United States Longshoremen's and Harbor Workers' Compensation Act (33 U.S.C. 901). B. Occupational Diseases Insurance - As required by applicable law. In any area where all occupational diseases are not compensable under applicable law, insurance for occupational diseases shall be secured under the employer liability section of your insurance policy, minimum per accident $100,000. C. Employer Liability - This insurance is to cover any liability imposed upon an employer, by law, for damages on account of personal injuries, including death resulting therefrom, sustained by his employees by reason of accident. H-7 DOL081RP20152 Section H D. General Liability Insurance (Bodily Injury) - This insurance protects the insured against claims arising from bodily injury or death to third parties occurring on it business premises or through its operations except those arising from motor vehicles away from the premises, those covered by any Worker’s Compensation law, and other exclusions stated in the policy. The required coverage for bodily injury shall be $200,000 per person and $500,000 per occurrence. E. Automobile Liability - The required coverage is $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. F. The policies evidencing such insurance as required under this contract shall contain the following endorsement: "No cancellation, termination, or modification of this policy shall take effect prior to the expiration of 35 days after written notice of the cancellation, termination or modification together with suitable identification of the policy and name insured has been sent by registered letter to the Government representative at the address stated below: Name of Contracting Officer: Address: Keith A. Bond USDOL/ETA/DASET/OGCM/DCS 200 Constitution Ave., N.W. Room N-4655 Washington, D.C. 20210 The types and minimum limits reflected above for vehicle insurance shall apply to any vehicle operated or used in connection with performance of official business under

Valuable advice on creating your ‘Probate F Form’ online

Are you fed up with the inconvenience of handling paperwork? Look no further than airSlate SignNow, the premier eSignature platform for individuals and organizations. Bid farewell to the lengthy process of printing and scanning documents. With airSlate SignNow, you can seamlessly complete and sign documents online. Utilize the extensive features offered by this user-friendly and budget-friendly platform and transform your document management approach. Whether you need to authorize forms or gather electronic signatures, airSlate SignNow takes care of it all with ease, requiring just a few clicks.

Follow this comprehensive guide:

  1. Sign in to your account or initiate a free trial with our service.
  2. Click +Create to upload a file from your device, cloud storage, or our form library.
  3. Edit your ‘Probate F Form’ in the editor.
  4. Select Me (Fill Out Now) to prepare the document on your end.
  5. Add and assign fillable fields for others (if necessary).
  6. Continue with the Send Invite settings to solicit eSignatures from others.
  7. Save, print your version, or convert it into a reusable template.

Don’t fret if you need to work with your teammates on your Probate F Form or send it for notarization—our platform provides everything required to complete such tasks. Sign up with airSlate SignNow today and enhance your document management to a new standard!

Here is a list of the most common customer questions. If you can’t find an answer to your question, please don’t hesitate to reach out to us.

Need help? Contact Support
When is probate required
How long does probate take
Probate application
Claims against an estate after probate
Probate Registry
Probate claim form
How long do you have to file a claim against an estate
Who can make a claim against an estate
How long do you have to file a claim against an estate
What happens when a claim is filed against an estate
Creditor claim against estate
Sample letter of claim against estate
Sign up and try Probate f form
  • Close deals faster
  • Improve productivity
  • Delight customers
  • Increase revenue
  • Save time & money
  • Reduce payment cycles