Free Administrative Record - District Court of Federal Claims - federal


File Size: 1,822.0 kB
Pages: 30
Date: May 11, 2007
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 10,055 Words, 62,085 Characters
Page Size: Letter (8 1/2" x 11")
URL

https://www.findforms.com/pdf_files/cofc/22170/15-20.pdf

Download Administrative Record - District Court of Federal Claims ( 1,822.0 kB)


Preview Administrative Record - District Court of Federal Claims
Case 1:07-cv-00243-LMB

Document 15-20
SCHEDULE

Filed 05/12/2007

Page 1 of 30

Item No.

Supplies/Services supewision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SOO), and technical exhibits.

. Quantity

Unit

Unit Price

Amount

0003AA

PROVIDE BASIC CLEANING SERVICES. DIAC EXPANSION (31 OCT 2006 THROUGH 30 OCFOBER 2007) Tlds CLIN should be an Estimate IAW attached :SOO and Drawings. The estimated sqaure footage is 470,000.

12 MO 12 MO

0003AB

)0O4

PERIOD OF PERFORMANCE ( 31 OCT 2007 THROUGH 30 OCTOBER 2008) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish CuStodial Services at the Defense Intelligence AnalysisCenter (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits.

0

EA

004AA

PROVIDE BASIC CLEANING SERVICES

12 EA

004AB

DIAC EXPANSION (31 Oct 2007 d~rough 30 OCTOBER 2008) THIS CLIN should be an extimate IAW attached SO0 and Drawing. The estimated square footage is 470,000.

12 EA

005

OPTION YEAR IV PERIOD OF PERFORMANCE (31 OCT 2008 THROUGH 30 OCTOBER 2009) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits.

EA

481

Case 1:07-cv-00243-LMB
Item No. Supplies/Ser'~ices

Document 15-20
SCHEDULE Quantity

Filed 05/12/2007
Unit Unit Price

Page 2 of 30
Amount

PROVIDE BASIC CLEANING SERVICE DIAC EXPANSION (31 Oct 2008 through 30 OCTOBER 2009) THIS CLIN should be an extimate lAW attached SOO and Drawit~g. "Fhe estimated square footage is 470,000.

12 12

EA EA

482

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 3 of 30

?a', ricing, All Option years [tem~ ,,002, 0003, 0004, 0005. All begin 31 October and then end 30 September of their respective year. This is only Eleven (1 l) montlis and )ne (1) day. Is this what the government intended or should option years begin 1 October and end 30 September of their respective year? ?lease clarify? Fhe period of performance fbr option years shall be for one year. The period of performance shall begin 31 October through 30 October of heir respective ye~. ~uestion 2. ~age 39, iii, Part II!. CosffPrice Section (D) )oes the government want this additional informatio~ffbreakdown listed as (1) thru (7)? Please clarify? (es. ~uestion 3. .~an the government provide historical data on the usage of paper towels, toilet paper and soap, if possible? ]~is information is very approximate. Toilet paper use is 3200 snmll rolls and 500 big rolls per month. Paper towel use is 2400 packs of aulti-fold hand towels per month. Some bathrooms have ref'dlable, under counter soap dispensers and use approximately 15 gallons of soap er month. Some bathrooms have wall mounted soap dispensers and approximately 180 refills are used per month.

!u~agn 4.
~ the government mean by "should be clean to industry standards and present a clean and professional appearance? Please .esearch indicates several levels of cleanliness. They are orderly spotlessness (show quality), ordinary tidiness (normal level), casual ~attention (not totally acceptable) and ~noderate dinginess (unacceptable).

!ucstion 5.
ftcr reviewing the solicitatiou package and there being no other section that covers tasking and frcqnencies, is this a performance ased solicitation?
es.

uestion 6. nee the government wants service for 4:00 a.m. to 11:00 p.m. (19 hours per day), in particnlar the co,ninon areas (i.e. restrooms, bbies, hallways, high profile areas) serviced several times each day on an on-going basis. Is this correct?

t~estion 7.
there a recycling progra~n? What is the contractor's respmtsibility? Where do we put recycling containers, if needed? ;s, there is a recycling program: The contractor's responsibility is to remove recyclables from government provided containers, which will be ora~cally placed. Tlie government will also provide a container at the service dock for the collected recyclables.

Iticitation does not state any of the following itents: Stripping and waxing of tile floors, shampooing of carpet, spot cleaning of carpet a daily basis, high dusting, Are these items in the solicitation? Please clarify. M402-05-R-0017 AMD NO. 0001 Pa~Ie- 5

483

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 4 of 30

See. r~~-'~pnse to question 5. "

Reference loading dock and parking garage: What services are to be-performed in these areas. Are we to just police these areas or are we to machine sweep and scrub concrete floors to remove the oil and grease spois and does this include the other parking areas around the DIAC? Please specify. V[achine sweeping and floor scrubbing in the garage and loading dock area is not requirext. General policing, emptying of trash containers and ;weeping of litter is what will be necessary. ~uestion 10 i/ow many bus shelters are there? ['here are two bus slielters in our garage and one across from our garage, three total to be kept trash free. ~uestion 11 ~scorts. At site visit it was stated that escorting was to be done on a 1 to 1 basis. Is flds correct? ~he rule is one escort for every five unclear people. Those five people have to always be visible. ~ueslion 12 Vhat is the population of building #1 and #2? 'Iv ~ 3ximate supported population of building # l is 6500 and building #2 is 2500. This accounts for transient population in the common !ue~tion 13 Pant is the number of Top Secret employees? he cun-ent cleaning contractor has 24 Top Secret employees. The Top Secret clearattce is a 0~Level badge and must be escorted. ,~uestion 14 lhat is the nmnber of SCI employees? he current cleaning contractor has 8 full time SCI employees and 13 part time SCI employees. uestion 15 you have a seniority list or cmploycc count? ~e current cleaning contractor has 19 full time employees and 14 part time employees. aestion 16 :e there any current escorts on site and if so What is the rate of pay for these? ~plied Integrated Technologies is the current contractor. Please contact the company @ 301-614-9700 to request this information. ~est~, 17 :urrent contractor and the monfldy price? e current cleaning contractor is AKIMA Corporation. ~: Daniel Jenrich 704-714-4500 M402-05-R-0017 AMD NO., 0001 Page- 6

484

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 5 of 30

~),w ~'", 18 ¯ quircd to provide floor care in TS areas during the day, i.e. strip, wax, etc.? ~outine floor care is required during the day in all areas of the building. It is not required that stripping and waxing be done during the day. ~uestion 19 Where are fl~e centralized recycle arcas located at? ~entralized recycle areas are sporadically locate~l throughout the building.

M402-05-R-0017 AMD NO.

0001 Page - 7

485

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 6 of 30

DIAC JANITORIAL/CUSTODIAL SITE VISFI7 April 13, 2005 ATTENDEES LIST

~ame

Company Melwood Tile Ravens Group The Ravens Group Arc-Tech Inc. Tri-Arc Industries Escab Enterprise Realm Iudustries Olympus Building Service Olympus Building Service Rowe Contracting S~rvices Melwood Training Center Perfect Building Maintenance Perfect Building Maintenance Service Systems Enterprise Engineering Maintenance Concepts Engineering Maintenance Concepts Lm-o Service Systems, Inc. ABM Janitorial ABM Janitorial ABM Janitorial FSG NISH Didlake Inc. NISH Brooks & Brooks Service Safeguard Maintenance Safeguard Maintenance Service Systems Enterprise Realm Ind Corp VMW Inc. Makro Services Inc. Makro Services Inc. Inc.

~red Corbin )wayne Lacewell Fed Nell 2armen Ramirez kida Montecino )on Stockweil 'aul G. Moreno knthony C. Hippie :usan Beal :cott E. Rowe iugene Kimbrough ~rank Zuccarello ~arc Smith oseph Stamler fill Edsman aul Bowie at Be.nell '.o ",yes k
,thoven

i. B~ndan Bohan ori Grosz [endy Meyer )hn Huff andy Brooks I.T. Brown aye Hamilton ,seph.Kearney harle~ Walker atannia Carey Marcela Urtubrey !iguel A. Valladares iicheal A. Hines

M402-05-R-0017 AMD NO. 0001 Page - 8

486

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 7 of 30
Page of Pages 1 Ill 5. Project No. (if applicable) Code ZD50

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
2. Amendment/Modification No.

I

1. Contract ID Code

I

~d By a Contracting Activity Aq~I N: AE-2 Boiling AFB, Bldg. 6000 Washington, D.C. 20340-5100

3. Etfective Date May 3, 2005 Cede HHQ402

4. RequisitiorffPurchase Req. No.

448/0114Z/05
7. Administered By (If other than Item 6)

Virginia Contracting Activity Building 6000 Washington, DC 20340-5100 ATTN: DIAC, AE-2
(X) [ 9A. Amendment of Solicitation No.

8. Name and Address of Contractor (No., Street, County, andZip Cede)

HHM402-05-R-0017
1 913. Date (See Item 11)

, Apt 14, 2005
10A. Modification of Contracl/Order No. 1013. Date (See Item 13) Code I Facility Code 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

U The above numbered solicitation is amended as set fodh in item 14. The hour and date specified for receipt Of Offers U is extended ~ is not exten.ded. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15, and returning 1 copies of th~ amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED ATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, p~'ovided each telegram.or letter makes reference to the solicitation and this amendment, and is received pdor to the opening hour and date specified. 12. Accounting and Appropriation Data (if required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. t-,~ 'A. This change order is issued pursuant to: (Specify authority) The changes set forth in item 14 are made in the Contract Order No. in item 10A. B. The above numbered Contract/Order is modified to reflect the administrative changes (such as changes in paying office, appropriation date, etc.) Set fourth ilem 14, pursuant to the authority' of FAR 43.103 (b) C. This supplemental agreement is entered into pursuant to authorily D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor I ]isnot, [ ] is required to sign this document and retum copies to the issuing office. I. DescriptiOn of Amendment/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

HE purpose of this amendment is to accomplish the following: To publish questions and answers To provide copy of DD 254 (Attachment 1)

487
¯ ~xcept as provided herein, all terms and conditions of lhe document referenced in item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. Name and Title of Signer (Type orPrint) 16A. Name and title of Contracting Officer ( Type or Print) '

~ ~. ~ntractor/Offeror ~ 15C. (Si(jnature of person authorized to sign)

Date Signed

1613. United States of Amedca

16C. Date Signed

iSN

30-105

~REVIOUS EDITIONS UNUSA13LE

(Si~Inature of Contractin~l Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Case 1:07-cv-00243-LMB
Item No. Supplies/Services

Document 15-20
SCHEDULE Quantity

Filed 05/12/2007
Unit Unit Pdce

Page 8 of 30
Amount

PLEASE NOTE PROPOSAL CLOSING DATE 13 MAY 2005 @ 2:00 P.M. FAX PROPOSALS WILL NOT BE ACCEPTED. PLEASE SUBMIT ALL QUESTIONS BY 28 APRIL 2005 @ 3:00P.M. )001 BASE YEAR I July 2005 through 30 Oct 2005. The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits. )O01AA )001AB PROVIDE BASIC CLEANING SERVICES DIAC EXPANSION (AUG 2005 THROUGH 30 OCTOBER 2005). This CLIN should be an estimate lAW attached SO0 and Drawings. The D/AC Expansion is scheduled for occupancy Aug 2005. The estimated square footage is 470,000. OO2 OPTION.PERIOD I (31 OCT 2005 THROUGH 30 SEPTEMBER 2006) The contractor shall provide all personnd, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Bolling AFB, Washington, I)t2 in accordance with the attached Statement of Objectives (SO0), and technical exhibits. ~)02AA PROVIDE BASIC CLEANING SERVICES )02AB DIAC EXPANSION (31 OCT 2005 THROUGH 30 SEPT 2006) This CLIN should be an Estimate lAW attached SO0 and Drawings. The estimated sqaure footage is 470,000. 12 MO 4 3 EA EA 0 EA

0

EA

12 MO

OPTION PERIOD II ( 31 OCT 2006 THROUGH 30 SEPTEMBER 2007) The contractor shall provide all personnel,

0

EA

488
!

Case 1:07-cv-00243-LMB
Item No.

Document 15-20

Filed 05/12/2007
Unit unit Price

Page 9 of 30
Amount

SCHEDULE Supplies/Sewice~ Quantity supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at dm Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with tile attached Statement of Objectives (SO0), and technical exhibits.

0003AA

PROVIDE BASIC CLEANING SERVICES.

12 MO 12 MO

3003AB

DIAC EXPANSION (31 OCT 2006 THROUGH 30 SEPT 2007) This CLIN should be an Estimate IAW attached SO0 and Drawings. The estimated sqaure footage is 470,000.

1004

OPTION lII PERIOD OF PERFORMANCE ( 31 OCT 2007 THROUGH 2008) Tile contractor shall provide all personnel, supervision, equipment and material, except as specified by tile Government,. to accomplish Custodial Services at tile Defense Intelligence Analysis ~enter (DIAC) at Bolling AFB, Washington, DC in accordance with tile attached Statement of Objectives (SOO), and technical exhibits.

0

~04AA
004AB

PROVIDE BASIC CLEANING SERVICES

12 EA

DIAC EXPANSION (31 Oct 2007 through 30 Sept 2OO8) THIS CLIN should be an extimate IAW attached' SO0 and Drawing. The estimated square footage is 470,000.

12 EA

905

OPTION YEAR IV PERIOD OF Pt~RFORMANCE (3 l OCT 2008 THROUGH 30 SEPT 2009) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Govermnent, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SOO), and technical exhibits.

EA

489

Case 1:07-cv-00243-LMB
Item No. Supplies/Services

Document 15-20
SCHEDULE Quantity

Filed 05/12/2007
Unit Unit Price

Page 10 of 30
Amount

PROVIDE BASIC CLEANING SERVICE DIAC EXPANSION (3 l Oct 2008 through 30 Sept 2009) THIS CLIN should be an extimate IAW attached SOO and Drawing. The estitnated square footage is 470,000.

12 EA 12 EA

490

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 11 of 30

'building floor finish.pdf is unreadable. Is it possible that we conld obtain a legible hard copy? ~uestion 2 [s there a Union at time contract site? If there is no Union on time contract site, are the employees receiving wages pursn~t ~o a ?revionsly expired collective bargaining agreement or are they being paid in accordance with the Area Wage Determin~.~tion? Ylo. I don't know what the current employees are being paid. ~uestion 3 What percentage of the work force is currently cleared (please distinguish between managers, supervisors and cleaners)? {'he current contractor has 8 full time sCI cleared employees and 13 part time SCI cleared employees. The current contractor ha::; a total of 19 "ull time employees and 14 part time employees. There is one SCI cleared project manager. ~uestion 4 kccording to the last sentence on page 6, "Fin:d bids will include time proposed service schedules". Does this mean that ~vvice chedules should be included in the i~dtial bid submissiou or in the BAFO bid submissions? :ervice schedules should be included in the initial bid subnfission. There will be no BAFO bid subnfissions.
~)uestion 5 Viii the janitorial contractor be responsible for onlside window washing? ff so, what is time square footage and numbe~~ ~ f windows nd how often will the cleaning be required? "orial contractor will not be responsible for outside window washing.

Viii time janitorial contractor be responsible for emptying recyclable material?
°es.

~uestion 7 ~ili the janitorial contractor be responsible for snow removal? If so, what are time snow remova| requirements? he Janitorial contractor will not be responsible for snow removal. uestion 8 /hat tasks are currently being performed during the normal business hours of 7:00 am to 4:30 p~n? rash removal, vacuuming, restroom checks and general routine cleaning are done during normal business hours. uestion 9 there any Indefinite Quantity Work for rids contract? aestion I0 ~der 2.0 Contract Objectives (page 6) time contractor will be responsible for removing trash and debris from. time loading dock and :rking garage. Does this mean that the contractor will be required to remove the trash from the DIAC premises?
).

effort 8, Special Instructions, ii (B) (page 37) states that "Relevant Contracts includes, but are not limited to, providing school bus insportation services". Should tiffs sentence be restated?
M402-05-R-0017 AMD NO. 0002 Page - 5

491

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 12 of 30

should read " Relevant contracts includes, but are not limited to providing janitorial/custodial services".

[s tlteie a provision in this solicitation that obligates the government to adjust new rates based ou the CBA wage rates, if applicable h, ring the life of the contract? q/A

)uestion 13 s contractor respo~tsible for walk-off mats? ['he contractor is responsible for the vacuuming and cleaning of walk-off reals. ~uestion 14 s contractor responsible for snow removal of sidewalks within the DIA buildings? 40. )~uestion 15 s contractor responsible for oulsidc window washing, if yes, freq,ency? to. mestion 16 'age 7 of the solicitation (2.0 Coutract Ohjectives, 10a' bullet) states that at the DIAC's diseretion, the contractor will conduct odd ad special cleaning. Since this will be a firm fixed price contract, request that the DIAC either provide an estimate of the nd type of special cleaning instances so that bidders can prepare an accurate cost proposal, or that the DIAC establish for al work as a separate CLIN that is not firm fixed price. Specifically: [o~ often do they occur? ~ the past, special cleaning requests occur a few times a year. ~uring what bouts do they normally occur? hese requests normally occur during regnlar working hours. ~tat is the typical nature and scope of the work? pecial cleanings in the past have included last minute notice, high profile visitor and the cleaning would consist of a restroom freshening, ~cuuming if needed, lobby spot check, etc. Another example of a special cleaning was a construction mishap where several ofrices had to be asted and vacuumed out of normal routine. :ow much advance notice can we expect? here is normally 24 hours notice for high profile visitors. There was no notice on the construction mishap. "they require additional resources or supplies, how will they be charged? written estimate would need to be provided to and approved by the Government uestion 17 ~ge #37, paragraph 8B of the solicitation states: "Relevant contracts include, but are not limited to, providing school bus transportation trices." Please advise if this sentence was included by error, or, if not in error, please explain the relevance of school bus ansportation to the custodial contract objectives 3E QUESTION I 1 ABOVE aestion 18 ease describe the procedures for acquiring rite proper passes needed for entry into Boiling AFB by janitorial team members. receiving contractor badges, the janitorial team will be issued a 30-day visitor base pass for entry on to BAFB. The team will also be ¯ day vehicle base pass, after providing current registration and proof of insurance for their vehicles. After the team members have ;it contractor's badges, they will receive l-year vehicle passes for their cars. ~estion 19 [M402-05-R-0017 AMD NO. 0002 Page - 6

492

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 13 of 30

What are the size/dimensions of the government provided storage area for supplies and equipment? Fher~ is. a small storage clo£et with a mop sink at almost every pair of restrooms in the building. There are two larger storage closets that hold ~ducls and some machines. 2{} Will there he any overlap with the current contractor? If so, how long and to what degree? ['i~e overlap is not to exceed more that one week. ~uestion 21 )age 7 bnllets 3, 4, and 6 state tire following: l~a bullet: "High visibility/traffic areas should present a sparkling clean and professional appearance at all times, which will be identified ,n site visit" During the site visit, the areas mentioned as needing special attention were, the main lobby arrd main lobby restrooms, afeteria area, and the 7a' floor). Are these the only area's considered to be high visibility/traflic areas for this proposal? n the current building, yes. bullet: "With the exception of classified waste, trash cans in all areas shall be emptied daily." During our site visit, it was said, trash ~to be pulled twice a day. Can you verify if it is once or twice a day? ~rash is pulled once a day. ).uestion 22 peciai emphasis during tire site visit was placed ou the 7th floor as the show floor, which nmst remain clean at all times. Does this equiremcnt apply to the entire 7th floor or a specified area? [so, what is the square footage for this area? 'he 7th floor is approximately 25,000 square feet. V" '- area have any specialty type furnishings or equipment that will/may require special cleaning snpplies out side of the normal sod to maintain other areas of the buildings? .shings on fl~e 7th floor do not require any special cleaningsupplies. !uestion 23 low many stairwells are in each building aud do they go from tire basement to the 7a' floor? here are 15 stairwells in the current building. Eight are main stairwells. uestion 24 estr~Joms: Page 6, 5~ paragraph states: "The govelamlent will provide soap dispensers, toilet paper dispensers and recycling ~ntainers." oiler seat cover holders are not covered in the RFP as government provided in the restrooms, but do the restrooms have them and if ,, will this also be a requirement to fill? If so, what size covers does the dispenser hold so the correct size can be priced? 9ilet seat cover dispensers are in each stall. tnitary napkin dispensers are also not mentio6ed in RFP as government provided for the wo~nen's restroonts, but do the restrooms rye them and if so, will this be a requirement to fill? If so, cart you provide tire size of the containers so the correct bag/liner can be "iced? Also, are they coin operated and if so, bow are fimds collected and dispersed? ~ere are no sanitary napkin dispensers. ~w many sinks are in each restroom on each floor of eacb b~ilding? ~ .~strooms vary in size throughout the building and each floor has a different number ofrestrooms. The largest restro0m has five sinks. many toilets/urinals are in each restroom on each floor of each building? tere are approximately 68 (34 pairs) restr0oms. The largest restroom has four stalls.
,q

,~ice the different sizes of trash containers (i.e. office, pantry, restrooms+ recycle etc) that will require liners (used to estimate cost liners for proposal)? anary trash cans liners used in the building are 24x33 8-Mic, 30x37 lO-Mic, and 40x48 12-Mic. ~402-05-R-0017 ~ NO. 0002 493 Page - 7

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 14 of 30

\ ies of floors are in the following areas? oom (carpet, tile or both) and the size of the rooln(s)? Lo All locker rooms are tiled. RDF (carpet, tile or both) and the size of the room(s)? Fhe RDF is 3,200 square feet consisting of approximately 700 square feet of carpeted office area and 2,500 square feet of vinyl or concrete Moor. There ~e two small restrooms and each has one shower. ~uestion 27 [low many showers are in each locker room? Fhe largest locker room has three showers stalls and three toilets. ~uestion 28 .:]low. inany t0ilets/urinais,and sinks are in each locker room? ['he largest locker room has three toilets and two sinks. ~uestiou 29 'antry areas: ~~ese answers apply to the current building. ~o they have carpet or tile floors? 'antry areas are tiled. ~o they have sinks? "here are no sinks in the panlry areas. r "v many each? _. ,rave ndcrowavc ovens and/0r refrigerators that will require cleaning? om~ panLr3' areas have microwaves and refrigerators. The groups that use diem are supposed to keep them clean. so, will they require cleaning out~ide, inside or both? ~uestion 30 low many elevators and/or escalators will each building have, and are there any freight elevators in either building? lie current building has six elev,ators and two escalators. The new building Will have seven main elevators and one dedicated freight elevator. uestion 31 scorts. At site visit it was stated ihat escorting was to be done on a I to 1 basis. uestion: Is this correct? (The rule is one escort for evecy five unclear people. Those five people have to always be visible.) uestion 32 ~at is the number of Top Secret employees? ~e current cleaning contractor has 24 Top Secret employees. The Top Secret clearance is a 0-Level badge and must be escorted. answer required. ~estion 33 ¯ number of SCI employees? ~ ~,eat cleaning contractor has 8 full time SCI employees and 13 part time SCI employees - I wonder how inany of these TS/SCI ~ployees are subcontracted from Integraled Technologies for escorting AM Shift TS employees?

,.e

~402-05-R-00"17 2x.bID ~IO. 0002 Pag"e - 8

494

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 15 of 30

.... -n 34 ave a seniority list or employee count? Fhe c~,,tent cleaning contractor has 19 fidl time employees and 14 part time einployees. qote: This DOES NOT make sense and does not correspond with lhe totals in Questions 13 & 14 ~bovc!

l~hcre are 33 employees with the current cleaning contractor. They have 19 full thne (8 TS/SCI) ~'mployees and 14 part time (13 TS/SCI) c~nployees. Of the 33 employees there are 21 TS/SCI ;leared personnel. There are ~ c~nployees that arc TS cleared and 9 uncleared personnel.
~uestion 35 tre there any current escorts on site and if so what is tlie rate of pay for these? tpplied Integrated Technologies is the current contractor. Please contact the company @ 301-614-9700 to request this information. This is ~mething I did not know happened anymore! Are they currently contracted by DIAC (Federal Govt) and is tliis SC[ function newly ~corporated intothis custodial contract? (OR) Are they currently being subcontracted by the incumhent contractor?

Che current cleaning contractor does not subcontract out any escorts.
luestion 36 Vould the Government consider waiving the 60% of personnel being cleared within six (6) months after contract start? The clearance rocess is completely out of the contractor's control and our experience has heeu a minimum of eighteen months for Top Secret tearance. io.

..... ,v,;ovide a building statistic sheet. The solicitation provides a description sheet with square footage this does not break out luare foolage by floor type and area. This information is Vital to the preparation of proposals, especially when the site visit was so halted. o other building statistic sheet available. uestion 38 tould the Government consider removing the reqnirement for the inside window and window coVerings being cleaned montldy? If ~t cm~ you provide the rationale. 'e would consider changing to quarterly, or as necessary. uestion 39 ~e solicitation contains an area wage deterndnation. The wages for janitor are very low in comparison to what other Top Secret and ~I employees are receiving. Is the current contractor paying in accordance with the wage determination or do they. pay a higher .re? Again through experience we have not been able to find cleared employees for that wage rate anywhere. Could you please.verify td advise. te current conlractor is paying at a higher rate. lestion 40 m you provide tlie name of the subcontractor that currently cleans thewindows (interior and exterior)? ~e interior windows are cleaned by the current cleaning contractor AKIMA.

the classification of the previous bid cotnpetifion, ie. 8A, Small Business? Was DIAC originally part of the Boiling AFB

atra~t?
~ail Business. Yes. Page- 9

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 16 of 30

~uestion 42 ~ Union and Collective Bargaining ht in place at Bolling for custodial workers?

~uestion 43 ~FP Reference: 52.212-1, htstructiotts to Offerors item 24, 52.999-4031, Security Requirements; paragraph d, page 35 'Military security requirements in the performance of tiffs contract shall be maintained in accordance with tbe DD Form 254 listed in Section Ye could not find Section J or this form. If tiffs is required, could the Government provide this information? 'lease see attached DD254. ~uestion 44

~FP Reference: Addendum to 52~212-1, Instructions to Offerors--Co~mnercial ltents; Item 6.iii, Illustrations tnd Tables, page 36
"he Government states that "for tables, charts, graphs, and figures, the text shall be no smaller than 16 pitch." would make tables, charts, graphs, and figures almost unreadable because of the large size of the print as stated. Would lhe Government onsider making the font size for tables, charts, graphs, and figures I0 point? This is readable and still makes for an easily evaluated document.
[O.

4 ¯ 5 ~P Reference: Addendum to 52.212-1, Instructions to Offerors-:Commercial Items; Item 6.iv, Numbers of ~opies/Page Limits, page 37
he information in the table in Ibis section seems to indicate that we should subnfit the proposal in one volume with three sections. ~uestion: Normally, cost and price information is submitted in a separate volume because it is evaluated separately from the technical and past ~rformance sections. We request that the Government allow us to submit a technical volume that would include the "Technical Capability" ~d "Relevant Past and Present Performance" sections and a separate "Cost/Price" volume. !ease see amendmeut one (1) uestion 46

Reference: Addendum to 52.212-1, Instructions to Offerors--Commerciai Items; Item 8.ii,(A), Special tstructions, page 37.
'rovide any information currently available (letters, metrics, customer's survey, independent surveys, etc.) which demonstrates customer tisfaction with overall job performance and quality of completed product for same or similar type discipline in the past three Periods." aestion: Could the Government clarify what is meant by "three Periods"? Do you mean "three years"? ,'% three years. ~estian 47 ;tart date for tiffs Contract? ate is July 1, 2005. testion 48
H402-05-R-00~7 ~ ~O. 0002

496
Page - i0

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 17 of 30

.... i.te visit, we were uhablc to see all of the restroonts. What we could see was that only single fold paper towds a~4 .iu~nbo jr. ~er were useful. Are all the restroom uniform as to paper prodncts or are diffcreut paper towels (single fold; ~n~,,hi!bid, roll) { paper (jumbo jr., jumbo, regular roll) used? Please clarify? ~ products are not uniform. Some toilet paper dispensers use two big rolls while others use regular rolls. Some restroor~s have the nult~i,~,d paper towels while others use small rolls. ~uestion 49 Nhat was the name and title of the genlleman that lead the site visit? (The oue that lead us arouud the building) ['he gentleman that led the site visit was Don Washington. He is the Chief of the Special Services Branch. ~uestion 50 s the current contractor "Akima "going to be allowed to bid this solicitation? .~tis is a full and open requirement to all conlractors. ~uestion 51 Vhat is the current contractor's price? llow long has the current contractor been on site perforndng the clea~fing duties? EE QUESTION 17 of Amendment one (1).

M402-05-R-0017 AMD NO. 0002 Page - Ii

497

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 18 of 30

AMENDMENT OF SOLICITATI(3~MMODIFICATION OF CONTRACT
2. AmendmentJModilication No. 3. Eifeclive Date

Contract IO Code

~

L[iPage of Pages 5. Projecl No. (if applicable) Code ZI.)50

4. Requisiliort/Purchase Req. No. 448/01147J05 7. Administered By' (If other than Item 6)

O003
'qed By ~a Contracling Aclivily

May 5, 2005 Code HHQ402

AE-2
~ AFB, B Idg_ 6000 Wo-.~ington, D.C. 20340-5100 8. Name and Address of Contractor (No., Street, County, and Zip Code)

Virginia Contracting Activity Building 6000 Washington, DC 20340-5100 A'FI~: DIAC, AE-2
(X)_~I 9A. Amendmenl of Solicitalion I'1o.

HHM402-05- R-O017
X I9B- Date (See Item 11)

, Apt 14, 2005
t 0A. Modification of Contracl/Ordei No. lOB. Date (See Item 13) Code

I Facility Code 11. THIS ITEM ONLY' APPLIES TO AMENDMENTS DE SOLICITATIONS IXl The above numbered solicitation is amended as set Iorlh in item 14. The hour and date specitied !or receipt ol Oilers I Its extended i~i :s nol extended. Offers must acknowledge receipt of this amendment pdor 1o Ihe hour and date specified in the solicilation or as amended, by one of lhe fo!}ow~ng melhods: (a) By completing items 8 and | 5, and returning i copies of the amendment;, (b) By acknowledging receipt of this amendmenl on each copy ol ihe offer submilted; or (c) By separate letter or telegram which includes a reference 1o the solicitalion and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY F!ESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be lr~ar/e by telegram or letter, provided each.telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening l~our and dale s.c.~ci,qed: t2. Accounting and Appropriation Data (ffrequired) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTtORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. his change order is issued pursuant to: (Specify authority) The changes sel forth in item 14 are made in the Contract Order No. in item 1 It~. The above numbered Contract/Order is modified to reflect the administrative changes (such as changes inpaying office, appropdatiot~ date~ e~.c.) Set fourth ilem 14__4_,_pursuant to the authority of FAR 43.103 (b) This supplemental agreement is enterecl into pursuanl to authority of: Othe~ (Specify type of modification and authority)

IMPORTANT: Cont,actor I-Iisn°t' I Iis required t° sign this d°cument and relum copies lo the issuing office. Oes~eription of Amendment/Modilication (Organized by UCF section headings, includin.g soficitatiorVcontrac! sub]ecI matter where feasible.)

1:

HE PURPOSE OF THIS AMENDMENT IS TO ACCOMPLISH THE FOLLOWING: TO PUBLISH QUESTIONS AND ANSWERS.

498
-:xcepl as provided herein all terms and conditions ol Ihe document referenced in item 9A or 10A, as heretofore changed. ~emains unchanged and in full force and elfecL 5A. Name and Title of Signer (Type orPrint) 16A. Name and title of Contracting Ollicer (Type or Print)

actor/Offeror

I 15C. DateSigned

16B. United States of Amedca

16C. Date Signed

(Signalure of person auth .orized to sign! SN 7540-01 - 152:8070 REVIOUS EDITIONS UNUSABLE

30-iO5

{Signature of Contractin~ Officer!
FORM 30 (REV. 10-831

Prescribed by GSA FAR (48 CFR) 53_243

Case 1:07-cv-00243-LMB
Item ~1o. Supplies!Servk..

Document 15-20

Filed 05/12/2007
Quantity Unit

Page 19 of 30
Unit Price Amount

SCHEDULE

PLEASE NOTE PROPOSAL CLOSING DATE 13 ] MAY 2005 @ 2:00 P.M. FAX PROPOSALS WILL NOT BE ACCEPTED. PLEASE SUBMIT ALL QUESTIONS BY 28 APRIL 2005 @ 3:00P.M. BASE YEAR i July 2005 through 30 Oct 2005. The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits. O001~A PROVIDE BASIC CLEANING SERVICES DIAC EXPANSION (AUG 2005 THROUGH 30 OCTOBER 2005). This CLIN should be an estimate lAW attached SOO and Drawings. The DlAC Expansion is scheduled for occupancy Aug 2005. The estimated square footage is 470,000. OPTION PERIOD I (31 OCT 2005 THROUGH 30 SEPTEMBER 2006) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SOO), and technical exhibits. .0002AA PROVIDE BASIC CLEANING SERVICES 0002AB DIAC EXPANSION (3 ! OCT 2005 THROUGH 30 SEPT 2006) This CLIN should be an Estimate lAW attached SO0 and Drawings. The estimated sqaure footage is 470,000. 12 MO EA EA EA

0001 AB

EA

12 MO

OPTION PERIOD II ( 3 ! OCT 2006 THROUGH 30 SEPTEMBER 2007) The contractor shall provide all personne!,

EA

499

Case 1:07-cv-00243-LMB
Item No.
Supplies!SeriAL

Document 15-20
SCHEDULE.

Filed 05/12/2007
Unit

Page 20 of 30
Amounl

Quantity

Unit Price

supervision, equipment and material, except as specified by the Government, to accomplish Custodial-Services at the Defense Intelligence .Analysis Center (DIAC) at Boiling AFB, Washington, 13(2 in accordance with the attached Statement of Objectives (SO0), and technical " exhibits.

~3AA

:~ROVIDE BASIC CLEANING SERVICES. DIAC EXPANSION (31 OCq" 2006 THROUGH 30 SEPT 2007) This CLIN should be an Estimate IAW attached SOO and Drawings. The estimated sqaure footage is 470,000. OPTION III PERIOD OF PERFORMANCE ( 3 I OCT 2007 THROUGH 2008) The contractor shall provide all personnel, supervision, equipment ,and material, except ,as specified, by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SOO), and technical exhibits.

12 MO 12 MO

0

EA

~AA

PROVIDE BASIC CLEANING SERVICES

12 EA

O004AB

DIAC EXPANSION (31 Oct 2007 through 30 Sept

!2

EA

2008)
THIS CLIN should be an extimate lAW altached SOO and Drawing. The estimated square footage is 470,000. 0O05 OPTION YEAR IV PERIOD OF PERFORMANCE (3 ! OCT 2008 THROUGH 30 SEPT 2009) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at B011ing AFB, Washington, DC in accordance with the altached Statement of Objectives (SO0), and technical exhibits.

0

EA

50O

Case 1:07-cv-00243-LMB
Item No. Supplies/Servk.

Document 15-20
SCHEDULE

Filed 05/12/2007
Unit

Page 21 of 30
Unit Price Amount

Quantity

0005AA AB

PROVII~E BASIC CLEANING SERVICE DIAC EXPANSION (3 i Oct 2008 through 30 Sept 20O9) THIS CLIN should be an extimate IAW attached SOO and Drawing. The estima'ted square footage is 470,000.

12 12

EA EA

501

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 22 of 30

Question 1 "~r Contract Objectives, line item 6 question, does tim Government require the contractor to get their employee~ tb(TS/SCI clearance ut government assistance? This is a vague question that needs a clear interpretation. ;conlracting company is responsible for initiating the background investigations through DISCO (Defense Industrial Security .carance Office). Question 2 If the Defense Intelligence Agency is clearing contractor employees, the six month requirement for 60% of contractor's employees cleared, tb~' will only be met based upon how fast DISCO clear applicants for the TS/SCI 6-Level. Kindly address this issue.

It is true that the DISCO must complete the investigation before the SSBI. Ideally bidders on this contract would have the required number' of cleared personnel in their employee inventory. Realistically, due to cost of investigation and normal attrition, this may not be possible. Therefore, it is incumbent upon the contractor to acquire cleared personnel from other sources.

Question 3 How can a contractor possibly have 20% cleared employed on the start day of tim contract if the outgoing contractor have employment for tile current custodial workers? However, the custodial workers under normal conditions stay with the contract, making this requirement a nonissue unless the inverse. Kindly address this issue.
The DIA Custodial Contract is very difficult to acquire primarily due to the reasons stated in this question. SSBI's are very expensive to obtain and once an employee obtains one through the hiring company, they usually bare a tendency to "jump ship" and find an easier and more acceptable job. However, that does not lessen the requirement to have the 20% cleared persounel. Access throughout the DIAC campus cannot be achieved with less than this minimum number. It is an accepted practice to nse current employees as ', as possible ton 4

RFP Reference: Floor Plans attached to the RFP Question: The floor surface plans for the new expansion are clearly stated however Bldg 6000 does not indicate the carpet to hard floor surface ratio. Request DIAC's best estimateJguestimate with regards to the carpet to hard floor surface ratioof Bldg 6000. Within Building 6000, over the past 20 y.ears, several changes have been made to convert common spaces to office spaces and vice versa. I~ is difficult to provide the exact ratio of capered areas to hard surface floor space. However, considering that over 90% of the space is dedicated offic~ space then that figure should be used a~ carpeted space. Question 5 RFP Reference: 2.0, Coutract Objectives, paragraph 5, page 8 Question: The RFP indicates that the new expansion will be scheduled for occupancy during July 2005. Please verify that the new expansion building will be opening on/or about the ~tart date of the contract (I July05). Conditions constantly d~ange with regards to the new construction and occupancy. Our.expectation and current plans are that paris of the new building will be occupied on 1 July 05.

Question 6 ~.eference: 1.0, Overall Objectives, Personnel, paragraph 2, page 6; Eva|uation Criteria, B.1, Program gement Controls, page 41; and 52.999-4031, Security Requirements, item 24, page 3~

Hrm~t02-05-a-00~7 ~ no. 0003
Page - 5

502

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 23 of 30

Our company plans to give first right of employment to incumbent personnel therefore this would account for approximately 90-100% of the existing workforce that would already have Top Secret/Sensitive Compartment Information Clearance (TS/SCI) in order to staff with escorts all personnel in all buildings to include the new expansion; The RFP as referenced above indicates that we must submit the names and posido ~ of all contractor personnel already cleared with TS/SCI Clearance within our written proposal or provide cleared personnel that are y working for the offeror. ,najofity of contractor companies who have TS/SCI Facility Clearance usually do not have the numbers of employees cleared with a ;el 6" clearance that DIAC requires therefore it is necessary to gi~'e first right to employment to incumbent personnel in order to maintain TS/SCI Clearan~:e Status requirements for the DIAC facility. However, it is usually industry practice not to approach incumbent employees prior to contract award. Are we able to approach incumbent personnel and/or, are we able to certify by statement that our company will in fact give first fight 0femployment to all incumbeut personnel and include this signed statement within the Technical Proposal? It is industry practice to approach incumbent personnel in order to fulfill a new contract. The issne of first right of refusal is usually a labor union matter, and a matter between the incoming company and the current employees. First right or refusal rests with Ihe incondng company's policy. Additionally, TS/SCI Clearances are now taking up to I-2 Vz years for completion by Defense Investigation Services Agency (DISA) due to a severe back log.and are prioritizing in placing Federal agencies first on Ihe list above the Commercial Seclor therefore conflicting with DIAC'.' requirement that a minimmn of 60% of cleaning personnel are to meet the TS/SCI Clearance requirements within 6 months after contract award. Taking this into account, what would DIAC'S backup plan be to accommodate the Contractor as it relates to (DISA's) back log in processing Commercial Sector Clearances?
Our requirements stand firm as they apply to clearances. The incoming contractor must take this into cottsideration when bidding on this contract. These standards are presented up front to assure that the potential bidder eyes are wide open to the clearance requirement. It is not the DIA's responsibility to provide a back up plan. We expect this from the contractor. Gaining access to DIA controlled spaces require the clearances and the requirements cannot be waived. The potential bidder should be very aware that "clearance management" will be an essential part of acquiring and then fully performing the requirements in the statements of ohjectives of this contract.

3overnment standard will DIAC be using for determining that tile quality standards of tile contract are being met? If this document is no~ through commercial resources, could the DIAC provide a copy to the contractors for bid preparation? There are no current government standards and there are no current prominent industry standards that are used industry wide to determine quality of cleaning. Additionally the new methods for writing government contracts that switched from Statements of ~Vor| to Statements of Objectives |imits adding the specific criteria to service contracts as was done in the past. Accordingly, it is our expectation that the contractor provide to us the standards that will be Used in their quality assurance plan.

HIIM402-05-R-0017 AMD NO.

0003

503

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 24 of 30
] Page of Pages

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
2. AmendmenlJModification No. ~,d By a Contracting Activity Bolling AFB, Bldg. 6000 Washington, D.C. 20340-5100
8. Name and Address of Contractor (No., Street, County, andZip Code)

3. Effective Date Jun 7, 2005 Code HHQ402

4. Requisition/Purchase Req. No.

I

1. Contract ID Code

I

5. Proiect No. fil applicable)

448/0114Z/05
7. Administered By (ll other than Item (3)

Cod,:~ Zi)50

Virginia Contracting Activity Building 6000 Washington, DC 20340-5100 Aq~FN: DIAC, AE-2
(X) 9A. Amendment of Solicitation No.

HHM402-05-R-O017
X 9B. Date (See Item 11)

Apt 14, 2005
10A. Modification of Contrac!/Order No. 10B. Date (See Item 13) [ Facility Code 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS L~J The above numbered solicitation is amended as set fodh in item 14. The hour and date specified lot receipt of Offers U is extended ~'~ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in lhe solicitation or as amended, by one of the loliawing methods: (a) By completing items 8 and 15, and returning 1 copies of the amendment;, (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram wl)icb includes a re|erence to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECiFIL~.D MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicilalion and this amendment, and is received prior to the opening hour and d~te specified. Code 12. Accounting and Appropriation Data (if required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. his change order is issued pursuant to: (Specifyauthofity) The changes set forth in item 14 are made in the Contract Order No. in iiem 10A. The above numbered Contracl/Order is modified to reflect the administrative changes (such as changes in paying office, appropriation date, etc.) Set fourth item.14, pursuant to the authority of FAR.43.103 (b) This supplemental agreement is entered into pursuant to authority of: Other (Specify type of modification and authority) E. IMPORTANT: Contractor I lisnot, Ix ] is required to sign this document and relum lcopieslolheissuingoffice. I. DesCription of Amendmen!/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

x FAR 15.307 !i.

he purpose of this amendment is to accomplish the following: ¯ To request a final proposal revision in accordance with FAR 15.307. roposal revision ,are due on 9 June 2005 @ 3:00 P.M. Proposals will be accepted by E-mail or Fax. All proposal ~all be signed. -mail address: [email protected] Fax: 202-231-2831

504
16A. Name and title of Contracting Officer (Type orPrint)

-~xcept as provided herein, all terms and conditions of Ihe document reterenced in item 9A or 10A, as herelotore changed, remains unchanged and in lul! force and elfecL 15A. Name and Title of Signer (Type orPfint)

!~t~. ,dsntractodOfferor (Signature of person authorized to sign) ~SN 7540-01-152-8070 ~REVIOUS EDITIONS UNUSABLE

15C. Date Signed

16B. United States of America

(Signature of Contracting Officer) 30-105

STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

I

16C. Date Signed

Case 1:07-cv-00243-LMB

Document 15-20
SCHEDULE

Filed 05/12/2007

Page 25 of 30

Item No.

Supplies/Services

Quantity

Unit

Unit Price

PLEASE NOTE PROPOSAL REVISION DATE 09 JUNE 2005 @ 3:00 P.M.

0001

BASE YEAR 1 July 2005 through 30 Oct 2005. The contractor shall provide all personnel, supervision, equip~next and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, ¯ Washington, DC in accordance with the attached Statement of Objectives (SOO), and technical exhibits.

0 EA

3001AA )O01AB

PROVIDE BASIC CLEANING SERVICES DIAC EXPANSION (AUG 2005 THROUGH 30 OCTOBER 2005). This CLIN should be an esti~nate lAW attached SOO and Drawings. The DIAC Expansion is scheduled for occupancy Aug 2005. The estimated square footage is 470,000.

4 3

EA EA

OPTION PERIOD I (31 OCT 2005 THROUGH 30 SEPTEMBER 2006)

0 EA

The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Bolling AFB, Washington, DC in accordance with the attached Stgtement of Objectives (SOO), and technical exhibits. 12 MO PROVIDE BASIC CLEANING SERVICES

O02AB

DIAC EXPANSION (31 OCT 2005 THROUGH 30 SEPT 2006) This CL1N should be an Estimate LAW attached SOO and Drawings. The estimated sqaure footage is 470,000.

12 MO

OPTION PERIOD II ( 31 OCT 2006 THROUGH 30 SEPTEMBER 2007) The contractor shall provide all personnel, supervision, equipment and material, except as specified by the Government, io accomplish Custodial Services at the Defense Intelligence

0

EA

505
1

Case 1:07-cv-00243-LMB

Document 15-20
SCHEDULE

Filed 05/12/2007

Page 26 of 30

Item No.

Supplies/Services

Quantity

Unit

Unit P6ce

Amount

Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SOt), and technical exhibits.

0003AA 0003AB

PROVIDE BASIC CLEANING SERVICES. DIAC EXPANSION (3 l OCT 2006 THROUGH 30 SEPT 2007) This CLIN should be an Estimate IAW attached SO0 and Drawings. The estimated sqaure footage is 470,000.

12 MO 12 MO

]004

OPTION III PERIOD OF PERFORMANCE ( 31 OCq" 2007 THROUGH 2008) The contractor shall provide all personnel, supervision, equipment mid material, except as specified by the Government, to accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits.

0

EA

~04AA

PROVIDE BASIC CLEA~G SERVICES

12

EA

004A~.

DIAC EXPANSION (31 Oct 2007 through 30 Sept

2008)
THIS CLIN should be an extimate IAW attached SO0 and Drawing. The estimated square footage is 470,000. 0O5 OPTION YEAR IV PERIOD OF PERFORMANCE (31 OCT 2008 THROUGH 30 SEPT 2009) The contractor shall provide all personnel, supervision, equipment and material, except ~s specified by the Government, ~o accomplish Custodial Services at the Defense Intelligence Analysis Center (DIAC) at Boiling AFB, Washington, DC in accordance with the attached Statement of Objectives (SO0), and technical exhibits.

12 EA

0

EA

105AA

PROVIDE BASIC CLEANING SERVICE

12 EA

I

Case 1:07-cv-00243-LMB
Item No. Supplies!Services

Document 15-20
SCHEDULE Quantity

Filed 05/12/2007
Unit.

Page 27 of 30
Amount --

Unit Price

DIAC EXPANSION (3 l Oct 2008 through 30 Sept 2009)
THIS CLIN should be an extimate IAW atlached SO0 and Drawing. The estimated square footage is 470,000.

12 EA

507

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 28 of 30

2. Amendment/Modification No.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT It. Contracted Code !
3. Effective Date Aug l 1, 2005 4. Requisition/Purchase Req. No. 448/0114Z/05
---4 By Contracting Activity Code

5. Project No." (if applicable)

OO05

HHQ402

AE-2 Boiling AFB, Bldg. 6000 Washington, D.C. 20340-5100
8. Name and Address of Contractor (No., Street, County, and Zip Code)

7. Administered By (If other than Item 6} Virginia Contracting Activity Building 6000 Washington, DC 20340-5100 ATFN: D[AC, AE-2

Code ZDSO

(x)
X

9A. Amendment of Solicitation No.

HHM402-05-R-0017
9B. Date (See Item t 1)

Apt 14, 2005
IOA. Modificatibn of Contract/Order No. lOB. Date (See Item 13) Code I Facilily Code 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS XL~ The above numbered solicitation is amended as set forth in item 14. The hour ar~l date specified for receipt of Offers~1 I is extended~1~1 is not extended. 3ffers must acknowledge receipt of this amendment pdor to the hour and date specified in the solicitation or as amended, by one of the following methods: in) By completing items 8 and 15, and returning | copies of the amendment; (b) By acknowledging receipt of ihis amendment on each copy of the offer mbmitted; or (c) By separate letter or lelegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGdENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT N REJECTION OF YOUR OFFER. If by vidue of this amendment you desire to change an offer already submitted, such change may be made by lelegram or alter, provided each telegram or letter makes reference to lhe solicitation and this amendment, and is received pdor to the opening hour and date specified. '~2. Accounling and Appropriation Dala (ff required) 13. TH!S ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM change order is issued pursuant to: (Specify authority) The changes set fodh in item 14 are made in the Contract Order No. in ifem IOA. B. The above numbered Contract/Order is modified to reflect the administrative changes (such as changes in paying office, appropriation date, etc.) Set foudh item 14, pursuant to the authority of EAR 43.103 (b) C. This supplemental agreement is entered into pursuant to authority of: D. Other (Specify type of modification and authority) ¯ IMPORTANT: Contractor I---I-is not, I X t is required to sign this document and return [ copies to tile issuing office. Des~cription of Amendmenl/Modification (Organized by UCE section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2

508
cept as provided herein, all terms and conditions of the document referenced in item 9A or 10A, as heretofore changed, remains unchanged and in full force and effecL
A. Name and Title of Signer (Type orPrint)

16A. Name and title of Contracting Officer (Type or Pdnt)

L.

m[ractorlOifemr I1

5C. Date Signed

16B. United States of America

16C. Date Signed

(Sipnafure of person authorized to sign} N 7540-01-152-8070 EVIOUS EDITIONS UNUSABLE

I

30-105

(Sipnature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Case 1:07-cv-00243-LMB

Document 15-20

Filed 05/12/2007

Page 29 of 30

[~he Purpose of this m.odification is to accomplish the following: ovide all offerors with notice that the Government intends to re-evaluate all technical proposals ,ed May 13, 2005 in reference to HHM402-05-R-0017. ~,. To inform all offerors that technical evaluations will commence on 22 Aug 2005.

¯ Once proposals have been re-evaluated, award ~nay be made without discussions. If the Agency determines hat discussions are warranted, a competitive range will be established and discussions will be conducted with all fferors within the range. Upou completion of discussion, offerors within the competetive range will be provided ~ie opportunity to submit final revised proposals. Please submit all questions regarding this amendment in writing to [email protected].

Page - 2

Filed 05/12/2007 Page 30 of 30 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I f Contract ~ Code ~age of Pages

Case 1:07-cv-00243-LMB

Document 15-20

j

2. Amendment/Modilicalion No.

3. Elfective Date

4. Requisition/Purchase Req. No.

15. Project No. (if app!icable)

00O6
¢ ' ~d By ~ontracting Activity AE-2 Bolhng AFB, Bldg. 6000 Washington, D.C. 20340-5

Nov 17,2005
Code HHQ402

448101
7. Administered By (If other than Item 6)

1

Code

Virginia Contractittg Activity Building 6000 Washiugton, DC 20340-5100
A°ITN: DIAC, AE-2 IX) 19A. Amendment of Solicilafion No.

8. Name and Address of Contractor (No., Street, County, andZip Code)

HHM402-05-R-00 l 7
X 1 913. Date (See Item l 1)

~ Apt 14, 2005
10A. Modifica(ion of Contract/Order 10B. Date (See Item 13) Code I Facility Code

__IXI The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers~[~-is extended~.|_i is nol extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in lhe solicitation or as amended, by one of the following methods: [a) [Fy completing items 8 and 15, and returning | copies of the amendment; (b) By acknowledging receipt of Ibis amendment on each cop7 oi the offe~ ~ubmilted; or (c) By separate letter or lelegram which includes a reference to lhe solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGVIENT TO BE RECEIVED AT TNE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESUL N REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an Offer already submitted, such ct~ange may be made :~'V ::elegram or etter, provided each telegram or letter makes reference to the solicitation and Ibis amendment, and is received pdor to the opening IIour an,~J -jai,~ specified. 12. Accounling and Appropriation Data (ffrequired) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. change order is issued pursuant to: (Specify authority) The changes set forth in item 14 are made in tile Contract Order No i,q .tern I 0A. The above numbered contract!Order is modilied to reflect the administrative changes (such as changes in paying office, appropriation date, etc.) Set fourth item 14, pursuant to the authority o._f FAR 43.103 b_(_b~ This supplemental agreement is entered into pursuant to authority of: Other (Specify type of modification and authority) . IMPORTANT: Contractor ~is required to sign this document and return copies to the issuing office. Des~cripfion of Amendment/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

BIB

PURPOSE OF THIS AMENDMENT IS TO ACCOMPLISH THE FOLLOWING: E PAGE 5.

510
cept as provided herein all te~rns and conditions of the document referenced in item 9A or 10A, as heretotore changed, remains unchanged and in full force and etfecL A. Name and Title of Signer (Type orPrint) 16A. Name and title of contracting Officer (Type orPdnt)

-(J, onu actor/Offeror ........ (Signature o! person aut.horiz,e, d to.sign) 7540-01-152-8070 EVIOUS EDITIONS UNUSABLE ,

15C. Date Signed

16B. United States of Ame[ica

16C. Date Signed

30-105

........... (Sit, nature of Contractin,~..Offi,cer) STANDARD FORM 30 (REV. 10~]3) Prescribed by GSA FAR (48 CFR) 53.243