/ 610 Professional Drive, Suite 230
Gaithersburg, MD20879
Phone: (301) 947-8712
Fax: (301) 947-8713

About Wagner Resources, Inc.

WRI possesses over twenty-five years of collective key management experience in initiating, planning, executing, controlling, and closing projects ranging from basic administrative service development to enterprise wide infrastructure redesign. This experience, as well as certification as a Small Business Administration (SBA) Small Disadvantaged Business (SDB), Minority-Owned, Women-Owned (8(m)) business, as well as the Maryland Department of Transportation (MDOT) Minority Business (MBE) certification, sets WRI apart from the competition. By fulfilling multiple small business target areas, and the ability to be counted towards many small business targets simultaneously, provide a distinct advantage to government agencies seeking to fulfill historically under-utilized small business categories.

WRI provides a broad array of products and services in the areas of Administrative Services and Operations Management. Our Administrative Services offerings are geared toward the development, administration and management of key business infrastructure components in support of increased quality and efficiency for our clients. Our Business Solution offerings are geared toward improving overall business infrastructure components and creating an environment in which our clients can continually improve their key business infrastructure components. Our services are available on a full-time, part-time, or an as-needed basis, to our customer for their specific needs.
GSA Approved Services:

SIN 874-1 & 874-1/RC: INTEGRATED CONSULTING SERVICES

Overview of WRI Services

In today s rapidly changing environment, all government organizations are facing complex issues that affect their management approaches. Management Worlds can provide expert advice, assistance, and guidance in management integration services, and solve an array of complex management problems through our unique interventions. These services may include management and leadership studies, strategic planning, analysis and development of new approaches for process and productivity improvements. Implementation of recommendations may involve performance improvement technologies, educational design using simulation technology, web-based knowledge management systems or paper systems, whichever is most appropriate and cost effective.

Management Worlds has a proven track record in helping organizations manage by projects, define performance problems, identify root causes, determine solutions, and implement solutions that get results. Our performance technologies, consulting and skilled facilitation are used to provide expert analysis and provide sound recommendations to organizations. We also provide timely interventions to project start-up teams by providing appropriate strategies that can help make their project endeavor more cost effective.

Business Process Development: Our Business Process Development services provide in-depth consulting in support of developing business processes that create the foundation necessary for businesses to achieve their business objectives. Process development is based on thorough analysis of our customer’s individual requirements and business environment. The development of stable business processes using best practices from the commercial sector, as well as the principles of both the Capability Maturity Model and ISO 9000, are applicable to all our clients – government and commercial.

Program/Project Management: Our Program and Project Management services provide expertise in both commercial and government program and project management ranging in scope and scale and reaching across industry guidelines. WRI’s project and program managers are experience in all areas of project and program management including project and program initiation, planning, execution, control, and close out. Our experience professionals have, on average, 10 years of experience with areas related to this expertise including Scope and Scale Management, Time Management, Budget/Cost Management, Quality Management, Resource Allocation and Management, and Tracking and Reporting. WRI is a member of the Project Management Institute and continues to foster theprofessional growth of our consultants through the sponsorship and attainment of the Project Management Professional (PMP) Certification.

Business Process Reengineering: Our Business Process Reengineering services provide in-depth consulting in support of analysis and evaluation of existing business processes to identify mechanisms to improve the operation of the business. Process analysis is based on thorough analysis of our customer’s individual requirements and business environment.

Contracts Management and Negotiation:Our Contracts Management and Negotiation services provide expert-level consulting including management and administration of government and commercial contracts, risk assessment, negotiation strategies, proposal assistance, creation of contracts administration systems, and practical solutions to the everyday challenges of doing business in both the federal and commercial sectors.

Planning, Programming and Budget Execution (PPBE): WRI’s PPBE consulting services provide expertise regarding the Department of Defense Planning, Programming, Budgeting, and Execution System, which is focused on the timely, accurate, and congressionally acceptable submission of Biennial Program and Budget submissions and amended year adjustments. In addition, our services provide current year execution analysis and adjustments. Our consultants have experience in the development of compliant processes, implementation of change to on-going processes, and the production of congressional level deliverables resulting in top line increases to the overall program for defense agencies.

Labor Categories & Pricing:

Labor Category
Principal Consultant / Experience: A minimum of six to ten years, contingent upon minimum education received, of relevant experience. Relevant experience includes, but is not limited to direct experience in work efforts requiring the delivery of strategic planning, program evaluation, quality management services, process management, facilitation, work groups, survey design and implementation, and outsourcing studies and documentation.
Education: Bachelor’s Degree. 2 years of experience may be substituted with a Master’s Degree. 4 years of experience may be substituted with a PhD or other professional degree (JD or MD).
Senior Consultant / Experience: A minimum of four to eight years, contingent upon minimum education received, of relevant experience. Relevant experience includes, but is not limited to direct experience in work efforts requiring the delivery of strategic planning, program evaluation, quality management services, process management, facilitation, work groups, survey design and implementation, and outsourcing studies and documentation.
Education: Bachelor’s Degree. 2 years of experience may be substituted with a Master’s Degree. 4 years of experience may be substituted with a PhD or other professional degree (JD or MD).
Consultant I / Experience: A minimum of four to six years, contingent upon minimum education received, of relevant experience. Relevant experience includes, but is not limited to direct experience in work efforts requiring the delivery of strategic planning, program evaluation, quality management services, process management, facilitation, work groups, survey design and implementation, and outsourcing studies and documentation.
Education: Bachelor’s Degree. 2 years of experience may be substituted with a Master’s Degree.
Senior Business Analyst / Experience: A minimum of four to eight years, contingent upon minimum education received, of relevant experience. Relevant experience includes, but is not limited to functional analysis and analytical methods. Also includes specialized experience in the specific functional area of delivery orders as required.
Education: Bachelor’s Degree. 2 years of experience may be substituted with a Master’s Degree. 4 years of experience may be substituted with a PhD or other professional degree (JD or MD).
Business Analyst I / Experience: A minimum of four to six years, contingent upon minimum education received, of relevant experience. Relevant experience includes, but is not limited to functional analysis and analytical methods. Also includes specialized experience in the specific functional area of delivery orders as required.
Education: Bachelor’s Degree. 2 years of experience may be substituted with a Master’s Degree.
Administrative Specialist II / Experience:A minimum of three years of experience in a professional office environment is required. Must have knowledge of word processing, specifically the MS Office Suite (MS Word, MS Excel and MS PowerPoint).
Education: HS Diploma. 2 years of experience may be substituted with a Bachelor’s Degree.
Administrative Specialist I / Experience: A minimum of three years of experience in a professional office environment is required. Must have knowledge of word processing, specifically the MS Office Suite (MS Word, MS Excel and MS PowerPoint).
Education: HS Diploma
Labor Category / 3/21/2015-
3/20/2016 / 3/21/2016-
3/20/2017 / 3/21/2017-
3/20/2018 / 3/21/2018-
3/20/2019 / 3/21/2019-
3/20/2020
Principal Consultant / $127.44 / $129.99 / $132.59 / $135.24 / $137.95
Senior Consultant / $121.06 / $123.48 / $125.95 / $128.47 / $131.04
Consultant 1 / $106.52 / $108.65 / $110.82 / $113.04 / $115.30
Senior Business Analyst / $112.50 / $114.75 / $117.05 / $119.39 / $121.77
Business Analyst 1 / $85.21 / $86.91 / $88.65 / $90.43 / $92.23
Administrative Specialist II / $75.99 / $77.51 / $79.06 / $80.64 / $82.25
Administrative Specialist I / $55.65 / $56.76 / $57.90 / $59.06 / $60.24
SCA Eligible Contract Labor Category / SCA Equivalent Code – Title / WD Number
Administrative Specialist I / 01311 – Secretary I / 05-2103
Administrative Specialist II / 01312 – Secretary II / 05-2103

Professional Services Schedule (PSS):

Industrial Group: 00CORP

Class: R499

Contract Number: GS-10F-0234R

For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at .

Contract Period: March 21, 2015 through March 20, 2020.

Contractor: Wagner Resources, Inc.

610 Professional Dr. Ste. 230

Gaithersburg, MD 20879

Telephone: 301-947-8712

FAX Number: 301-947-8713

Web site:

E-mail:

Contract Administration: Randolph Wagner

Service Contract Act (SCA) Statement

The Service Contract Act (SCA) is applicable to this contract as it applies to the entire professional services schedule and all services provided. The prices for the indicated SCA labor categories are based on the U.S. Department of Labor Wage Determination Number(s) identified in the SCA matrix. The prices offered are based on the preponderances of where work is performed and should the contractor perform in an area with lower SCA rates, resulting in lower wages being paid, the task order prices will be discounted accordingly.
Customer Information:

1a.Table of Awarded Special Item Numbers with appropriate cross-reference to page numbers: 874-1& 874-1RC

1b.Identification of the lowest price model number and lowest unit price for that model for each Special Item Number awarded in the contract. This price is the Government price based on a unit of one, exclusive of any quantity/dollar volume, prompt payment, or any other concession affecting price. Those contracts that have unit prices based on the geographic location of the customer, should show the range of the lowest price, and cite the areas to which the prices apply.

1c.If the Contractor is proposing hourly rates a description of all corresponding commercial job titles, experience, functional responsibility and education for those types of employees or subcontractors who will perform services shall be provided. If hourly rates are not applicable, indicate Not Applicable for this item.

2.Maximum order: $1,000,000.00

3.Minimum order: $100.00

4.Geographic Coverage (delivery) Area: Domestic only

5.Point(s) of production (city, county, and state or foreign country): Same as company address

6.Discount from list prices or statements of net price: Government net prices (discounts already deducted). See the following.

7.Quantity discounts: None offered

8.Prompt payment terms: Net 30 days

9a.Notification that Government purchase cards are accepted at or below the micro-purchase threshold: Yes

9b.Notification whether Government purchase cards are accepted or not accepted above the micro-purchase threshold: Will not accept over $2,500

10.Foreign items (list items by country of origin): None

11a.Time of delivery: Specified on Task Order

11b.Expedited Delivery: Contact Contractor

11c.Overnight and 2-day delivery: Contact Contractor

11d.Urgent Requirements: Contact Contractor

12.F.O.B. Points: Destination

13a.Ordering Address(es): Same as company address

13b.Ordering Procedures: The ordering procedures, information on Blanket Purchase Agreements (BPAs) can be found at under FAR 8.405-3

14.Payment address: Same as company address

15.Warranty provision: Contractor s standard commercial warranty

16.Terms and conditions of Government credit card acceptance: Contact Contractor

17.Data Universal Numbering System (DUNS) number:14-1737614

18.Notification regarding registration in Central Contractor Registration (CCR) database: Registered

Page 1