Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
SOLICITATION NOTICE

V -- Archaeological Survey and Remains Recovery Work for Tarawa Atoll, Republic of Kiribat

Notice Date
4/6/2016
 
Notice Type
Cancellation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
16-233-SOL-00107
 
Archive Date
4/30/2016
 
Point of Contact
Bryan Daines, Phone: 3014431004
 
E-Mail Address
bryan.daines@psc.hhs.gov
(bryan.daines@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation: Archaeological Survey and Remains Recovery Work for Tarawa Atoll, Republic of Kiribat This solicitation number: 16-233-SOL-00107, is issued as a request for quotation (RFQ). Date: 04/06/2016 1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (16-233-SOL-00107) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. NAICS Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of Services - see attached Performance Work Statement. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered by the Defense POW/MIA Accounting Agency (DPAA). 5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. Technical capability are significantly more important than price 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) 7. Submit the following documents in response to this RFQ: a. Quotation Cover Page b. Technical Capability Statement c. Price Quotation i. Questions: All questions pertaining to the contents of this Request for Proposal (RFQ) must be submitted in writing. The Government shall respond to all questions and return the questions and responses to all vendors as soon as they are completed. Questions shall reference the solicitation number and be sent electronically to bryan.daines@psc.hhs.gov no later than 12:00 PM EST, 03/11/2016 ii. Offers are due on 03/25/2016 12:00 PM EST. Submit offers via e-mail to: bryan.daines@Psc.hhs.gov NOTE: Both the Technical Proposal (10 page maximum) and Pricing Proposal should be submitted as separate documents. Performance Work Statement (PWS) Defense POW/MIA Accounting Agency (DPAA) 1.0 OBJECTIVES. 1.1 Contracted professional services are required for archaeological field surveys with follow-on recovery of remains from known cemeteries related to U.S. World War II military losses located in the Northwest portion of Tarawa Atoll, Republic of Kiribati, and possible other locations, as set forth in this Performance Work Statement (PWS). 1.2 The Contractor shall investigate and conduct remains recovery operations excavations from the twelve (12) Tarawa wartime cemeteries and, unless otherwise directed by DPAA, shall conduct a geospatial archeological survey of the discoverable boundaries of each of the 12 wartime cemeteries in which Contractor conducts operations pursuant to this PWS, to the fullest archeological extent possible. Contractor will not move from one cemetery to another unless and until DPAA agrees that it is appropriate to do so and that the required geospatial archeological survey and excavation has been competed to DPAA's satisfaction or DPAA agrees that such actions are not practical. 1.3 The period of performance will not extend beyond one (1) year following award of contract, unless mutually agreed to by DPAA and the Contractor. The Contractor's archeological field survey and remains recovery work will initially take place in possible cemeteries/burial locations on the northwestern side of Betio Island, and/or other locations selected by DPAA or as mutually agreed to by the parties, with DPAA to provide specific locations at least 15 days prior to the date Contractor is to commence operations under this PWS. 1.4 As set forth herein, the Contractor shall ensure all recovered remains and/or relevant material evidence has been transferred into the custody of U.S. officials and that all required reports are submitted to DPAA as required by this contract. Contractor's investigations, archeological field work, and recovery operations are intended to locate and excavate (12) known cemeteries to the fullest archeological extent possible in order to locate all possible unaccounted-for U.S. service members form the island of Tarawa during the period of performance, in compliance with the provisions herein. After coordinating with DPAA, the Contractor will engage in remains recovery operations of any remains of unaccounted for service members it locates pursuant to this Contract. 1.5 In addition to the other requirements set forth in this PWS regarding safety, permits, etc., the Contractor will utilize best practices of standard archaeological survey methods, to specifically include Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation (originally published in 48 FR 44716, 29 Sep 1983, and published in the Code of Federal Regulations, 36 CFR Part 61, Appendix A - Professional Qualifications Standards (hereinafter "DoI Standards") in fulfillment of this contract. 2.0 BACKGROUND. 2.1 As part of the strategic goal of securing the Marshall Islands during World War II, U.S. forces were ordered to secure the Tarawa Atoll in the Gilbert Islands in late 1943. Over several days of intense fighting, approximately 1,000 Marines were killed and over 2,000 others were wounded. During the battle of Tarawa, and in the immediate aftermath, U.S. dead were buried in a number of expedient battlefield cemeteries around the Atoll. Subsequently, U.S. Navy Combat Engineers significantly restructured the landscape to improve the Japanese airstrip for American use and otherwise convert the island for use by U.S. troops. The work involved moving and altering the battlefield cemeteries. In 1946, U.S. Army Graves Registration Service personnel attempted to locate and exhume all of the battlefield interments; however, because of the construction activities many of the burials were never located. 2.1.1 Privious work on the Tarawa Atoll by the Joint POW/MIA Accounting Command (now DPAA), as well as private research groups, have resulted in the recovery and identification of some of these missing service members; however, many more remains of U.S. military personnel who perished on the Atoll in WWII are buried on the island in locations that currently are unknown. 3.0 REQUIREMENTS. 3.1 Qualified Personnel. 3.1.1 The Contractor shall provide personnel with the necessary experience and expertise to conduct Phase I survey, Phase II archaeological testing, and Phase III recovery work on the islands of the Tarawa Atoll as required under this PWS, from the inception of the operation to its final end state. 3.1.2 The Contractor shall provide personnel who are professionally qualified to perform all activities required under this PWS and who have the requisite experience as set forth herein. A statement of qualifications for persons designated "as qualified" by the contractor shall be provided for examination and approval by DPAA along with the Contractors' Scientific Report Plan described below. The Contractor will notify DPAA regarding any changes in its qualified personnel using the weekly Situation Reports required below. 3.1.3 As part of its Scientific Report Plan described below, the contractor shall provide evidence that all contracted personnel are physically capable of performing standard archaeological survey work and ensure all personnel are properly insured. Upon request, the contractor will furnish relevant information on the organization's safety record and, if applicable, summaries of accidents and outcomes. 3.1.4 A DNA reference sample is required for all employees to assist with accounting for possible contamination of recovered remains. 3.2 Principal Investigator. 3.2.1 The Contractor shall provide a Principal Investigator (PI) who shall be responsible for all archaeological scientific decision making performed by the Contractor and its personnel under this PWS, in accordance with this and other applicable documents. The PI must be a professional archaeologist with at least the minimum qualifications and standards set forth in the DoI Standards. 3.2.2 All archaeological survey work will be strictly supervised by the PI or a professionally qualified and experienced crew chief certified by the contactor as having the qualifications needed to meet the requirements set forth herein. 3.3 Equipment and Materials. The Contractor shall provide all equipment/materials necessary to conduct the archaeological survey to excavation from the inception of operation under this PWS to its end state. The Contractor will assume responsibility for any and all liability related to the contracted activities. 3.4 Country Access, Permitting, and Land-Use Compensation. 3.4.1. If a U.S company, Contractor shall comply with requirements established in the Foreign Clearance Guide and any additional requirements imposed by the US Embassy, Suva, Fiji, via DPAA, prior to entering the Republic of Kiribati. 3.4.2 Prior to final award, the Contractor's credentials will be provided to the Republic of Kiribati for approval. Republic of Kiribati approval of the credentials does not supersede required permitting or any additional requirements discussed below to execute the contract. 3.4.3 The Contractor shall plan for, and obtain, all necessary permits required under applicable national, local, and other laws and regulations, specifically including Republic of Kiribati laws and regulations that apply to archaeological recovery permits, environmental permits, and handling of human remains and cultural artifacts. 3.4.4 Prior to any field operations, the contractor will provide proof to the DPAA that all applicable permits have been approved. 3.4.5 The Contractor will comply with all applicable work safety requirements and laws of the Republic of Kiribati. 3.4.6 In addition, the Contractor will be responsible for negotiating any applicable fees with the appropriate entities. Fees and reasonable applicable land-compensation costs shall be included in the Contactor's proposal as firm fixed price amounts. 3.5 Project Plan. The Contractor shall prepare a Project Plan which will be submitted with its bid proposal that establishes how it will satisfy the requirements set forth herein in conducting the required activities and operations. Contractor will not commence operations until approval of the Project Plan by DPAA, which may require modifications to the Project Plan. 3.5.1 The Project Plan shall address the requirements set forth below, to include: 3.5.1.1. The steps the Contractor will take to maintain the scientific integrity of all archaeological operations to the highest of standards. 3.5.1.2 A description of the approach and activities relating to excavation of known cemeteries to include methodology of surveying, excavation, and closure of sites. 3.5.1.2.1 The manner in which such remains and evidence will be handled when they are encountered. 3.5.1.2.2 The procedures to be used to ensure that all remains recovery operations be implemented by or under the direct supervision of the PI or designees meeting, at a minimum, the qualifications as outlined in the DoI Standards. 3.5.1.2.3 Other requirements regarding human remains recovery as set forth herein, including section 3.8 below and other pertinent sections of this PWS. 3.5.1.2.4 Details regarding land restoration after termination of recovery operations in accordance with the applicable provisions below. 3.5.1.3 Actions to be taken to protect the site from the elements and other environmental hazards for the duration of the Project. 3.5.1.4 DPAA may require reasonable modifications to the Project Plan after Contractor commences operations, as necessary to satisfy applicable law and regulation or due to other circumstances. 3.6 Scientific Requirements. The Contractor shall submit a Scientific Requirements Report with its price proposal demonstrating that it and its employees who will be working on this matter have the necessary experience, education and qualifications to meet the scientific requirements and guidelines that apply to the activities set forth herein. 3.6.1. Contractor's report and initial project plan will specifically demonstrate that the Contractor and its pertinent employees haves the requisite: 3.6.1.1 Knowledge of and operational familiarity with standard archaeological Phase I, Phase II, and Phase III operations. 3.6.1.2. Knowledge of and operational familiarity with the best practices of professional archaeological survey and excavation methods and techniques, to include the processes and procedures that are needed to maintain the scientific integrity of all archaeological operations to the highest of standards. 3.6.1.3. Knowledge of and operational familiarity with applicable national and local forensic and medico-legal requirements with regards to possible human remains. 3.6.2. Contractor's Scientific Requirements Report will include documentation needed to establish the above knowledge and operational familiarity. 3.7 Site Validation and Recovery. The Contractor shall be responsible for all planning, needed documents, included required permits and reports, and all other actions required to: 3.7.1 Validate identified cemetery sites by locating archaeological features associated with unaccounted-for U.S. service members utilizing an industry accepted coordinate system. Global Positioning System Grid coordinates shall be provided in Military Grid Reference Systems utilizing the World Geodesic System (1984) datum. 3.7.2 Using best practices of standard archaeological methods and techniques, complete archaeological Phase III excavation of features associated with unaccounted-for U.S. service members utilizing a Cartesian spatial orientation grid. The excavation depth shall be determined by the PI and will be sufficient in depth to locate any possible associated human remains. 3.7.3 Document all archaeological operations with written field documentation and digital photography. Provenience and contextual information shall be included for each photograph. Document all issues of import that might affect data collection, evidence collection, and all other scientific operations. Usage of any and all photographs of evidence (to include possible human remains and material artifacts) shall be limited to data collection, data processing, analysis, reporting, and documentation by the Contractor. The Contractor shall not direct any other organization to photograph or video any possible human remains or material evidence. (See below). 3.7.4 Document all archaeological operations with detailed plan mapping and GIS data of all excavations and surveys (dry or fruitful) to include excavation polygons. 3.7.5 Document all encountered features with detailed descriptions and digital photography. Features deemed of particular importance shall be mapped and documented with greater detail. 3.7.6 Once the Contractor deems excavation of individual sites to be complete, Contractor shall submit an initial site summary for review by DPAA who will provide final approval of site closure. A comprehensive site report will be required within (10) days of DPAA approving closure of site. 3.7.7. Contractor will ensure that designated DPAA personnel have immediate and unfettered access to the site for purposes of quality control, and monitoring contractors activities at the site. 3.7.7.1 DPAA will provide Contractor the names of the DPAA personnel it designates under this provision in advance of such personnel travelling to the site. 3.8 Discovery of possible human remains. 3.8.1 If possible human remains are discovered, the Contractor will conduct additional Phase III excavation of the site for the purpose of recovering the remains and notify DPAA within 24 hours to allow DPAA to coordinate for a representative to conduct a follow-on field forensic review. Upon arrival, DPAA representatives will take custody of all remains and relevant material evidence and ensure transport of the remains and material evidence to the DPAA Laboratory, or applicable Republic of Kiribati facility. Reporting of the finding of human remains should be made as soon as possible to the DPAA Worldwide Operations Center by phone ((808) 448-4594 x 4594) or email (dpaa.ncr.ops.mbx.woc-808-448-4594@mail.mil). The Contractor will submit a final report of field activities in accordance with DPAA-Laboratory reporting protocols and will include any reports required by the Republic of Kiribati government permitting authorities. 3.8.2 The Contractor shall provide the needed planning, activities, and documentation required to: 3.8.2.1 Excavate all possible human remains believed to be those of U.S. service members found within the designated area identified in Attachment (1). The Contractor will follow DPAA protocols for the removal, retention, transport, and curation of any possible human remains and associated material evidence believed to be those of U.S. service members. 3.8.2.2 The Contractor will coordinate any involvement of local Republic of Kiribati medico-legal personnel with DPAA. 3.8.2.3 The Contractor will not undertake any steps to identify any remains using any scientific tools or analytical techniques, including, but not limited to DNA testing, dental/odonatological analysis, reconstruction of remains, or any other methods. 3.8.2.4 The Contractor will turn-over to DPAA or its designee, in single disbursements, all possible human remains and associated material evidence recovered as a result of this contract and will not retain any remains or allow any remains to be destroyed for any purposes. Osseous remains and material evidence should be stored separately, when appropriate, in preparation for handover. Unexploded ordnance is not considered material evidence and should be handled in accordance with DPAA protocols and Republic of Kiribati laws. 3.9 Discovery of Possible Ordinance on Site. Unexploded ordnance (UXO) is not considered material evidence. The Contractor must address operating procedures in the event unexposed ordinance are found on site. If organic explosive ordinance disposal capability is not available, Contractor must identify alternative means of sourcing that capability. All encounters of UXO on site shall be reported to appropriate local authorities and notification sent to DPAA WOC (by phone (808-448-4500, ext 4594) or email (dpaa.ncr.ops.mbx.woc-808-448-4594@mail.mil)) on impact and actions taken. 3.10 Field Operations: Temporary Pauses and Termination. Should DPAA determine that recovery operations should be temporarily suspended because the Contractor is not complying with the pertinent scientific, archaeological, procedural, or host nation requirements set forth herein, or as provided in the approved Project Plan, or for any other reason, it may require that the Contractor temporarily cease all recovery operations to include recovery of any remains, until DPAA is satisfied the problem is addressed and notifies Contractor that it may recommence its operations. 3.11 Restoration of Site. 3.11.1 The Contractor shall provide the planning, action, and documentation required to demonstrate understanding and operational familiarity with archaeological land restoration required by applicable law or regulation. The Contractor is solely responsible for all restoration requirements as dictated by local authorities and personnel. 3.11.2 Once established, the Contractor must provide DPAA with information regarding the agreed upon land compensation per site prior to excavation. In addition, the Contractor will inform DPAA in writing upon completion of restoration and/or compensation. 3.12 Overall Standard Operating Procedures of Archaeological Field Operations and Required Experience and Capabilities. 3.12.1 The Contractor must have the necessary experience and personnel to meet the procedural requirements and guidelines that apply to the activities set forth herein and will submit a Project Plan with its bid proposal that will demonstrate that the Contractor has the requisite: 3.12.1.1 Knowledge of and operational familiarity with the DPAA-Laboratory Standard Operational Procedures, Section 2.0, Recovery Scene Processing, (last revised on 3 December 2015). All recovery activity conducted by the Contractor in furtherance of this contract shall be conducted under the requirements set forth by DPAA-Laboratory SOP 2.0 (See Attachment (2)) 3.12.1.2 Ability and qualified personnel to execute all archaeological operations with the highest of ethical standards befitting of a professional archaeologist. The Contractor is responsible for maintaining the scientific integrity of all archaeological operations to the highest of standards. Failure to comply with applicable standards and guidelines can result in DPAA temporarily/permanently halting operations, as provided in the PWS. 3.12.1.3 Controls in place to minimize the personnel present within the recovery area. Only the minimal number of individuals deemed necessary by the PI for the recovery operation shall be permitted within the boundaries of the recovery area. Exceptions include applicable Republic of Kiribati authorities and medico-legal personnel (when required), DPAA representatives, and any other personnel that the DPAA determines to be appropriate to the recovery operation. 3.12.1.4 Knowledge of and operational familiarity with protection of recovery operations and site integrity throughout recovery operations to include actions needed to protect the site from unauthorized human disturbance for the duration of the excavation. This knowledge and familiarity should specifically apply to remains recovery operations on the islands of the Tarawa Atoll or equivalent field conditions, type of soil, and environment. 3.12.1.5 Knowledge of and operational familiarity with handling of human remains. Intentional or deliberate disturbance of or disrespect of human remains or material evidence in executing this PWS is unacceptable and will not be authorized or permitted. The Contractor may not retain any skeletal material or material evidence recovered during implementation of this PWS. 3.12.1.6 Demonstrated experience in conducting successful Phase I survey, Phase II archaeological testing, and Phase III recovery work overseas in compliance with DPAA-Laboratory Standard Operational Procedures, Section 2.0, Recovery Scene Processing. The Contractor should be able to demonstrate a minimum of three years of Phase I survey, Phase II archaeological testing, and Phase III recovery work overseas with documented success in recovering the remains of U.S. service members lost in prior conflicts from overseas locations. 3.12.1.7 Experience in satisfactorily complying with the host nation's laws and regulations that apply to archaeological recovery permits, environmental permits, and handling of human remains and cultural artifacts. 3.12.1.8 The requisite equipment, personnel, other capabilities and needed capacity in place on the islands of the Tarawa Atoll to commence operations no later than 10 calendar days of the start date of the period of performance of this PWS 3.12.2 Contractor shall submit a report with its price proposal that documents its ability to satisfy the above listed procedural requirements and guidelines. 3.13 Analysis and Validation Reporting. 3.13.1 Upon completion/closure of each site, the Contractor will write, edit, and produce a final Search and Recovery Report detailing all archaeological recovery activities conducted under this PWS to include GIS data files in standard GIS data formats. This report shall be provided to the DPAA WOC within ten (10) business days of site closure. This report shall include a detailed description of the recovery scene and location including adequate background and provenience, a detailed description of the recovery methods employed, detailed site maps and relevant drawings, feature descriptions, detailed descriptions of all archaeological finds, any interpretations, and conclusion. 3.13.2 The Contractor will write, edit, and produce an overall Search and Recovery Report detailing all archaeological recovery activities conducted under this PWS at the end of the contracted one-year project duration. This report shall be provided to the DPAA-Laboratory within (15) business days after completion of the field work. This report shall also include a detailed description of the recovery scene and location, a detailed description of the recovery methods employed, detailed site maps and relevant drawings, feature descriptions, detailed descriptions of all archaeological finds, and final interpretations, conclusions, and recommendations for future work 3.13.3 Technical Reports will be submitted to DPAA for results from geospatial data gathering methods (i.e. GPR, magnetometer) analyzed and obtained from the area identified in Attachment 1. All original raw data collected on this location during the execution of the contract are property of the DPAA and will be turned over to the DPAA upon completion of the contract. 3.13.4 The Contractor will prepare any additional reports required by the Republic of Kiribati permitting agency or other relevant host nation authorities within the time period specified by those authorities. 3.13.5 All original field notes, original sketch maps, and documentation collected during the execution of this contract is property of DPAA and will be turned over to DPAA within ten (10) days of the end of field work by the Contractor. The Contractor may retain copies. 3.13.6 All field documentation, to include archaeological field notes taken by all Contractor personnel, sketch maps, geospatial data, and photographs created by the Contractor as a result of this PWS are the intellectual property of the DPAA. Future use, to include scientific, public affairs, or personal use by the Contractor requires expressed written permission by DPAA. 3.13.7 During the performance of recovery operations, the Contractor will provide DPAA with weekly Situation Reports (SITREPS) using a format provided by DPAA. This report shall, among other required information, certify that Contractor continues to satisfy the requirements regarding needed supervision and performance by employees with the qualifications and experience required herein, and will provide notification of any changes in Contractor's qualified personnel. Similarly, the Contractor will provide DPAA with Spot Reports (e.g., property damage/protestors/etc.) using a format provided by DPAA, upon DPAA's request and within 1 business day of such request. 3.13.8 As noted in the Termination/Cessation section, DPAA may order all recovery operations to cease at any time, for a period of time determined by DPAA. 3.13.9 During the performance of the recovery operations, the Contractor may be made aware of other sites of interest to DPAA. Commonly, these notifications occur in the form of local inhabitants approaching the team with information on other sites believed to be associated with U.S. military service members. The Contractor will inform DPAA of all leads and contact information from these sources as the occasions arise during the period of performance. 3.14 Reporting significant incidents. Contractor will immediately notify the DPAA WOC by phone ((808) 448-4594 x 4594_ or email (dpaa.ncr.ops.mbx.woc-808-448-4594@mail.mil) if any serious incidents occur that result from any activities directly associated with Contractor's performance under this PWS. Such incidents include the following: 3.14.1 Serious injury, illness or loss of life. 3.14.2 Violation of host nation laws, denial or refusal by the appropriate authorities to issue any needed permits, or any disagreement with national or local officials. 3.14.3 Apparent discovery of human remains. 3.14.4 Discovery of unexploded ordnance at or near the location(s) where Contractor is undertaking activities under this PWS. 3.14.5 Actual or attempted looting or other serious security situation at or near the location(s) where Contractor is undertaking activities under this PWS. 3.14.6 Any other incident or event, to include serious weather conditions, that could delay Contractor's operations. 3.15 Intellectual Property. All Contractor developed processes, procedures, methodologies, mathematical models and other forms of intellectual property developed by the Contractor during the period of performance of this PWS shall be considered U.S. Government property to the extent allowed by law and regulations. All photography and documentation, including electronic data and information collected by the Contractor and generated in support of this PWS, shall be made accessible for use to/by the U.S Government upon request. 3.16 Protection of Information and Public Affairs Matters. 3.16.1 The Contractor will not discuss, report, generalize, or detail in any way, shape, or form, the recovered materials, to include material evidence and possible human remains, with any entity outside of the Contractor's team or DPAA personnel. Exceptions include local medico-legal personnel and officials germane to the recovery operations. The Contractor shall not post any photographs of the recovery operation and evidence recovered or report field operational details on social media sites without the expressed written consent of the DPAA-Public Affairs Office (PAO). Any Contractor requests for information release to the public shall be submitted to the DPAA PAO. No information releases are authorized without the written consent of the DPAA PAO. Any information provided to potential family or media at the recovery scene will be vetted through the DPAA-PAO prior to release. 3.16.2 The Contractor's access to information protected under the Privacy Act is required under this PWS. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with law, U.S. Government policy, and regulation. If, while performing any activities pursuant to this PWS, the Contractor receives or finds any information protected under the Privacy Act or which is personally identifiable information, the Contractor and its employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with law, U.S. Government policy, and regulation, and shall immediately coordinate with DPAA regarding the appropriated disposition of such information. 3.16.3 Photography of the site by the Contractor is authorized only for purposes of documentation, analysis, and report writing. The Contractor shall not allow photography of any possible human remains or identification media recovered at any time except as required for these purposes, and shall only release any such photography to DPAA. 4.0 DELIVERABLES. The Contractor shall provide the following deliverables: PARA: GENERAL DELIVERABLES: DUE DATES: ELECTRONIC DELIVERY: N/A Plan of Action and Milestones (POAM) Three weeks following contract award Yes 3.1 3.2 Documentation of Qualified Personnel Submit with Contractor's price proposal Yes 3.4.4 Provide copies of all approved applicable permits Prior to any field activity Yes 3.5 Project plan requiring DPAA approval addressing: human remains; archaeological land restoration; and protection from environmental factors, etc., including requirements to conduct exploratory archaeological verification of the burial sites, and other requirements as set forth herein Submit with Contractor's price proposal. Must be approved before commencing field operations Yes 3.6 Prepare report demonstrating Contractors understanding of and familiarity with scientific requirements Submit with Contractor's price proposal Yes 3.7.6 Initial Site Summary to obtain DPAA approval for site closure(s) followed by comprehensive Final Site Summary after DPAA identifies site as closed Initial Summary submitted upon contractors recommendation of site closure Final Summary submitted (10) days after DPAA closes site Yes 3.8.2.2 Prepare report demonstrating Contractor's understanding of and operational familiarity with local forensic and medico-legal requirements with regards to possible human remains Submit with Contractor's price proposal Yes 3.11.2 Provide all land compensations agreements with proof of compensation Submit at completion of period of performance Yes 3.12 Prepare report demonstrating Contractor's understanding of archeological operating procedures Submit with Contractor price proposal Yes 3. 8 3.13 Analysis and Reporting, including situation reports Prior to commencing operations, during the period of performance, and within noted periods after completion of field work, or as otherwise required Yes 5.0 PERIOD OF PERFORMANCE. One (1) year from date of contract award, unless field operations are halted temporarily by DPAA pursuant to the provisions of the PWS, in which case the period of performance may be extended by DPAA for a period of time equal to the length of the work suspension. 6.0 PLACE OF PERFORMANCE. Northwest sector on Tarawa Atoll commonly known as ‘the beak', Republic of Kiribati (See Attachment (1)). 7.0 GOVERNMENT FURNISHED EQUIPMENT (GFE)/GOVERNMENT FURNISHED INFORMATION (GFI). Contractor is not authorized to operate or use Government furnished tools, equipment, or vehicles, at any time. 8.0 SECURITY REQUIREMENTS. None identified. 9.0 TRAVEL: Contractor or subcontractor travel to the project site is expected; however, travel costs shall be covered under the contractor's firm fixed price proposal. 10.0 SPECIAL CONSIDERATIONS. 10.1 Contractor is responsible for ensuring work is completed in a safe and professional manner. 10.2 DPAA is not responsible for security or theft of Contractor property. 10.3 At no time shall Contractor personnel identify or represent themselves as employees of the DPAA for any reason or purpose. 10.4 The Contractor is responsible for any and all liability or damages arising from its activities under this PWS, and will hold DPAA harmless regarding any liability incurred by Contractor in fulfilling this PWS. 10.5 The Contractor shall not perform any testing of human remains, to specifically include for the purpose of identification by DNA methods, and the Contractor shall not retain any human remains, in whole or in part, for any purpose. 10.6 Any subcontracted entities or individuals are equally bound by all of the provisions outlined in this PWS. 11.0 TYPE OF CONTRACT: This is a Firm-Fixed-Price contract. 12.0 CORRESPONDENCE IN ENGLISH: All correspondence will be in English. 13.0 CONTRACT CLAUSES 13.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ 13.2 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (MAY 2015) 13.3 FAR 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 13.4 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. 13.5 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2015) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). ___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). ___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 14.0 CONTRACT ADMINISTRATION DATA 14.1 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AUTHORITY (a) Performance of work under this contract must be subject to the technical direction of the Contracting Officer's Representative identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. (b) Technical direction must be within the scope of the specification(s)/work statement. The Contracting Officer's Representative does not have authority to issue technical direction that: (1) Constitutes a change of assignment or additional work outside the specification(s)/statement of work; (2) Constitutes a change as defined in the clause entitled "Changes"; (3) In any manner causes an increase or decrease in the contract price, or the time required for contract performance; (4) Changes any of the terms, conditions, or specification(s)/work statement of the contract; (5) Interferes with the contractor's right to perform under the terms and conditions of the contract; or (6) Directs, supervises or otherwise controls the actions of the contractor's employees. (c) Technical direction may be oral or in writing. The Contracting Officer's Representative shall confirm oral direction in writing within five work days, with a copy to the Contracting Officer. (d) The contractor shall proceed promptly with performance resulting from the technical direction issued by the Contracting Officers, Representative. If, in the opinion of the contractor, any direction of the Contracting Officers, Representative, or his/her designee, falls within the limitations in (b), above, the contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government work day. (e) Failure of the contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled "Disputes." 14.2 Invoice Submission The Contractor shall submit invoices once per month. A complete invoice with all required back-up documentation shall be sent electronically, via email, to: 1. Contract Specialist via DAM mailbox: pscsas.invoices@psc.hhs.gov 2. Contracting Officer's Representative (COR): george.r.gillette.civ@mail.mil 3. Financial Management Service (FMS): psc_invoices@psc.hhs.gov 4. Contracting Officer: bryan.daines@psc.hhs.gov * No other non-invoice related documents (i.e. deliverables, reports, balance statements) shall be sent to the DAM and FMS mailboxes. Invoices Only. The subject line of your email invoice submission shall contain the contract number, contract line item number, the order number, if applicable, and the number of invoices. The Contractor shall send one email per contract per month. The email may have multiple invoices for the contract. Invoices must be in the following formats: PDF, TIFF, or Word. No Excel formats will be accepted. The electronic file cannot contain multiple invoices; example, 10 invoices requires 10 separate files (PDF or TIFF or Word). Invoices shall be submitted in accordance with the contract terms, i.e. payment schedule, progress payments, partial payments, deliverables, etc. All calls concerning contract payment shall be directed to the COR. In accordance with FAR 52.212-4, Contract Terms and Conditions-Commercial Items, a proper invoice must include the following items: FAR 52.212-4(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer, System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer, Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. Additionally, the FMS requires the contractor to include its Dun & Bradstreet Number (DUNS) on each invoice. In accordance with OMB Memorandum, M-11-32, Agencies shall make payments to small businesses as soon as practicable, with the goal of making payments within 15 days of receipt of a proper invoice. If a small business contractor is not paid within this (15 day) accelerated period, the contractor will not be given a late-payment interest penalty. Interest penalties, as prescribed by the Prompt Payment Act, remain unchanged by means of this memorandum. All small businesses shall label all invoices as "Small Business." Additionally, in accordance with OMB Memorandum, M-12-16, all prime contractors are encouraged to disburse funds received from the Federal Government to their small business subcontractors in a prompt manner. To assist prime contractors in expediting contractor payments to small business subcontractors, Agencies shall, to the full extent permitted by law, temporarily establish an earlier, accelerated date for making agency payments to all prime contractors. Consistent with OMB Memorandum M-11-32 above, Agencies shall have a goal of paying all prime contractors within 15 days of receiving proper documentation. In an effort to support small business growth, drive economic activity and job creation, the Contractor is encouraged to accelerate payments to their small business subcontractors. In accordance with the requirements of the Debt Collection Improvement Act of 1996, all payments under this order will be made by electronic funds transfer (EFT). The Contractor shall provide financial institution information to the Finance Office designated above in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management.   14.3 Prohibition Against Personal Services The Contractor shall not perform personal services under this contract. Contractor personnel are employees of the Contractor or its subcontractors and are under the administrative control and supervision of the Contractor. A Contractor supervisor must give all individual Contractor employee assignments and daily work direction. The Government will not supervise or direct Contractor employees in the performance of their assignments. If at any time the Contractor believes that any Government action or communication has been given that would create a personal service relationship between the Government and any Contractor employee, the contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently-governmental functions under this contract. No Contractor employee shall represent or give the appearance that he/she is a Government employee, agent or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. The Contractor is responsible for ensuring that all employees assigned to this contract understand and are committed to following these requirements. 14.4 Contractor Performance Evaluation(s) During the life of this contract, Contractor performance will be evaluated on an interim and final basis pursuant to FAR Subpart 42.15. The Contractor Performance Assessment Reporting System (CPARS) will be utilized for these reviews. Information on CPARS can be located at http://www.cpars.gov. 15.0 INSTRUCTIONS TO OFFERORS 15.1 Technical Proposal The following criteria shall be used to evaluate the task order proposals. One hundred points total are possible. 1. Understanding of the Project - 10 points maximum The offeror demonstrates a thorough understanding of the operational aspects and programmatic context for the project, as shown through its submissions and previous experience in researching and finding missing military personnel lost in past conflicts. The offeror provides evidence of a clear understanding of and experience with applying DoD/DPAA/other applicable procedures and requirement that apply to exhumation and recovery or remains of deceased U.S. military personnel overseas, to include the Republic of Kiribati, and with the related issues, such as Host Nation permitting requirements. The offeror demonstrates knowledge of existing research and data regarding the effort to recover U.S. military personnel lost on Tarawa during WWII, including how existing data and/or previous studies may provide insights into additional recoveries of the remains of such service members. The offeror demonstrates understanding of the research questions and techniques needed to find probable locations of the remains of the missing personnel on Tarawa as well as all aspects associated with exhuming and recovering remains of U.S. military personnel. Higher scores will be given to submissions that do not simply repeat the statement of work, but show an independent understanding of the issues and context. 2. Technical Approach - 30 points maximum The offeror's approach is succinct and logical in format, is consistent with the tasks to be accomplished, and addresses the purposes described in the statement of work. The proposed technical approach clearly specifies and describes all aspects of the work to be performed. The proposal presents clear and organized approaches to conducting the needed research, field investigations, exhumations and recovery operations, and all related tasks and requirements. The proposal discusses the offeror's proposed approach to all deliverables, including the structure and contents of reports, site visits and site investigations, recovery operations, transfer of any remains, and needed planning and reporting. The offeror identifies potential challenges to the project's success and presents strategies for addressing them. Proposal demonstrates that all operations and activities will comply with applicable regulation, policies and procedures that apply to investigation and recovery of the remains of U.S. military personnel lost in past conflicts. 3. Personnel Qualifications and Experience - 30 points maximum The offeror demonstrates that the proposed personnel, including any subcontractors and consultants, possess expertise and a minimum of three years of experience in the research, investigation and recovery of missing U.S. military personnel overseas, to include the Republic of Kiribati, and provides evidence of having conducted tasks similar in nature and scope to the work outlined in the PWS (with examples cited). The proposal provides evidence of the overall competency of the proposed offeror's team in the methodologies and applicable procedures and policies that established by DoD and DPAA and which apply to investigating and recovering the remains of U.S. military personnel from overseas locations. This shall including relevant experience of the proposed Principal Investigator and key staff in dealing with foreign states and localities in conducting remains recovery operations for deceased U.S. military personnel; understanding of and experience with relevant policy, procedural and programmatic issues; communicating with a variety of program officials to collect information; and presenting high-quality the types of required reports and briefings. 4. Management Plan -10 points maximum The offeror demonstrates an understanding of and experience with the logistics, schedule, and potential issues in completing the statement of work. At a minimum, the management plan includes the following: an organization chart of the proposed offeror's team, including the Principal Investigator; an indication of lead staff for each task; staff assignments by task which list each staff member and distribution of person hours to be spent on each task; and a work schedule by task that includes a timetable for deliverables. If subcontractors or consultants are to be used for any portion of the work, the management plan contains a clear description of the offeror's plans for managing and assuring the quality of the work of subcontractors and consultants. 5. Organizational Experience - 20 points maximum The offeror demonstrates three years or more experience with projects of a similar scope and magnitude to what is described in this solicitation (with examples cited). This may be demonstrated by having conducted interviews; investigations, site visits, and recoveries in foreign countries, to specifically include the Republic of Kiribati; having analyzed data and historical records regarding the loss of service members on Tarawa and other overseas locations, having produced well prepared and thorough reports regarding the organization's previous field investigations and recoveries of missing U.S. military personnel lost in past conflicts; and having conducted briefings for senior-level officials in the DoD accounting community. The offeror identifies how its corporate facilities and resources will support the completion of all the taks needed to perform under the contract. If subcontractors are to be used for any portion of the work, the offeror describes any corporate history with the subcontractor(s). Total Maximum Points = 100 15.2 Business Proposal It is anticipated that a fixed-price task order will be awarded. The Contractor shall propose a firm fixed-price per for each Task. The Contractor's proposal shall provide a detailed explanation of the firm fixed-price, ex. fully burdened hourly rates showing the flat rate, fringe, overhead indirect costs and fee. Additionally, support for your proposed rates, payroll journals or payroll certification, written offers of employment, employment agreements or contracts, your latest Negotiated Indirect Cost Rate Agreement and any additional information necessary to verify proposed prices. The Contractor must show the projected hours the proposed individual(s) shall devote to this task order. If the Offeror proposes any other direct costs (ODC's) (travel, supplies, etc.) to perform the work herein, supporting documentation must be submitted to support each ODC proposed. A detailed breakdown shall be provided. Offerors are encouraged to provide their best rates for the services required under this task order which are in accordance with their Base Task Order Contract. PSC anticipates awarding one contract for this scope of work. There is no page limitation on the business proposal. Business proposals shall identify the labor categories in the IDIQ contract that individual personnel fit under. NOTE: Your business proposal should include a proposed payment schedule tied to deliverables. 15.3 Basis for Award Technical factors, when combined, will receive paramount consideration in the selection of the Contractor for this acquisition over price. If the technical evaluation reveals that two or more offers are approximately equal in technical ability, then the firm fixed price will become paramount. The Government will make an award to the proposal offering the best value, as defined in FAR 2.1, to the Government, cost and other factors considered and reserves the right to make an award without negotiations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/16-233-SOL-00107 /listing.html)
 
Place of Performance
Address: Tarawa Atoll, Republic of Kiribati, United States
 
Record
SN04075640-W 20160408/160406234913-474ec2b5b512a006a77ef6f47d259460 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.