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