Section B - Supplies Or Services/Prices

Section B - Supplies Or Services/Prices

DE-SOL-0007251

Page 1 of 276

Section B - Supplies or Services/Prices

B.1SERVICESTOBEACQUIRED–Support Administrative Services

B.2MINIMUM AND MAXIMUM QUANTITY OF SERVICES

B.3CEILING PRICE OF CONTRACT

B.4LIMITATION OF FUNDS

B.5TYPES OF TASK ORDERS

B.652.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

B.752.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

Section C - Description/Specifications

C.1PERFORMANCEWORKSTATEMENT

C.2REPORT

Section D - Packaging and Marking

D.1DOE-D-2001 PACKAGING AND MARKING (OCT 2014)

Section E - Inspection and Acceptance

E.1 52.246-4 Inspection of Services - Fixed-Price (AUG 1996)

E.2 52.246-5 Inspection of Services - Cost-Reimbursement (APR 1984)

E.3 DOE-E-2001 Inspection and Acceptance (OCT 2014)

Section F - Deliveries or Performance

F.1PERIODOFPERFORMANCE(BASECONTRACTWITHOPTION(S))

F.2PRINCIPALPLACEOFPERFORMANCE

F.352.242-15 STOP-WORK ORDER (AUG 1989)

F.452.242-15STOP-WORKORDER(AUG1989)-AlternateI(APR1984)

Section G - Contract Administration Data

G.1CORRESPONDENCE PROCEDURES

G.2SUBMISSIONOFVOUCHERS/INVOICES

G.3ACCOUNTABILITYOFCOSTS/SEGREGATIONOF TASK ORDERS

G.4NOTICEOFINVOICEPROCESSINGBYSUPPORTCONTRACTOR

G.5PAYMENT OF FIXED FEE

G.6DOE-G-2007 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING (OCT 2014)

G.7DOE-G-2008 NONSUPERVISION OF CONTRACTOR EMPLOYEES (OCT 2014)

Section H - Special Contract Requirements

H.1DOE-H-2013CONSECUTIVENUMBERING(OCT 2014)

H.2REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF THE OFFEROR

H.3TECHNICALDIRECTION

H.4MODIFICATIONAUTHORITY

H.5GOVERNMENT PROPERTY

H.6USE OF GOVERNMENT-OWNED EQUIPMENT/FACILITIES

H.7MOVEMENT OF GOVERNMENT PROPERTY OFF-SITE - NETL

H.8WORK BREAKDOWN STRUCTURE

H.9ORDERING PROCEDURE

H.10PRIOR APPROVAL REQUIREMENTS FOR PLACEMENT OF SUBCONTRACTS AND/OR CONSULTANTS

H.11SUBCONTRACTOR FACILITIES CAPITAL COST OF MONEY

H.12COMPLIANCE WITH APPLICABLE FEDERAL, STATE AND LOCAL REQUIREMENTS

H.13DOE-H-2029 POSITION QUALIFICATIONS (OCT 2014)

H.14DOE-H-2047 FEDERAL HOLIDAYS AND OTHER CLOSURES (OCT 2014)

H.15DOE-H-2057 DEPARTMENT OF LABOR WAGE DETERMINATIONS (OCT 2014)

H.16GOVERNMENT PROVIDED SERVICES

H.17CONSERVATION OF UTILITIES

H.18SECURITY AND PERSONNEL REQUIREMENTS

H.19CONFIDENTIALITY OF INFORMATION

H.20DOE-H-2034 CONTRACTOR INTERFACE WITH OTHER CONTRACTORS AND/OR GOVERNMENT EMPLOYEES (OCT 2014)

H.21CONTRACTOR COMMUNICATION RELEASES

H.22PERMITS AND LICENSES

H.23DOE-H-2076 LOBBYING RESTRICTIONS

H.24DOE-H-2041 SUSTAINABLE ACQUISITION UNDER DOE SERVICE CONTRACTS (OCT 2014)

H.25QUALITY ASSURANCE – SITE SUPPORT

H.26COMPLIANCE WITH INTERNET PROTOCOL VERSION 6 (Ipv6) IN ACQUIRING INFORMATION TECHNOLOGY (JULY 2011)

H.27KEY PERSONNEL (JULY 2011)

H.28INDIRECT COSTS

H.29LIMITATION OF INDIRECT COSTS

H.30ANNUAL INDIRECT COST PROPOSAL (Incurred Cost Submission)

H.31DOE-H-2016 PERFORMANCE GUARANTEE AGREEMENT (OCT 2014)

H.32INCORPORATION OF CONTRACTOR’S VALUE ADDED APPROACHES OR METHODOLOGIES AND CONTRACTOR’S RESOURCES AND COMITTMENTS

H.33COMMUNITY COMMITMENT

H.34TRAVEL AND PER DIEM COSTS

H.35AUTOMATIC DATA PROCESSING EQUIPMENT (ADPE) LEASING

H.36AUTOMATIC DATA PROCESSING EQUIPMENT (ADPE) ACQUISITION

H.37LIMITATION ON SOFTWARE

H.38FOREIGN NATIONAL ACCESS APPROVAL

H.39ACCESS TO DOE-OWNED OR LEASED FACILITIES

H.40ENVIRONMENTAL, SAFETY, AND HEALTH MANAGEMENT SYSTEM POLICY AND ENVIRONMENTAL ASPECT AND OBJECTIVE/TARGET CONSIDERATIONS

H.41ENVIRONMENTAL, SAFETY, AND HEALTH ON-SITE SERVICE CONTRACTS

H.42SAFETY & HEALTH AND ENVIRONMENTAL PROTECTION

H.43INDEMNITY – ENVIRONMENTAL, HEALTH AND SAFETY VIOLATIONS

H.44OVERTIME APPROVALS

H.45FOCUSED STANDARDS LIST

H.46INSURANCE – MINIMUM REQUIREMENTS

H.47NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) – PRIOR APPROVALS

H.48DOE-H-2030 Section 8(a) Direct Awards (OCT 2014)

H.49DOE-H-2033 Alternative Dispute Resolution (OCT 2014)

H.50DOE-H-2065 Reporting Of Fraud, Waste, Abuse, Corruption, Or Mismanagement (OCT 2014)

Section I - Contract Clauses

I.152.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

I.252.202-1 DEFINITIONS (NOV 2013)

I.3952.202-1 DEFINITIONS

I.452.203-3 GRATUITIES (APR 1984)

I.552.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014)

I.652.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006)

I.752.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014)

I.852.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014)

I.952.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014)

I.1052.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010)

I.1152.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (OCT 2015)

I.1252.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)

I.13952.203-70 WHISTLEBLOWER PROTECTION FOR CONTRACTOR EMPLOYEES (DEC 2000)

I.1452.204-2 SECURITY REQUIREMENTS (AUG 1996)

I.15952.204-2 SECURITY (MAR 2011)

I.1652.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)

I.1752.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)

I.1852.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015)

I.1952.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013)

I.2052.204-15 SERVICE CONTRACT REPORTING REQUIREMENTS FOR INDEFINITE-DELIVERY CONTRACTS (JAN 2014)

I.21952.204-70 CLASSIFICATION/DESCLASSIFICATION (SEP 1997)

I.22952.204-73 FACILITY CLEARANCE (MAR 2011)

I.23952.204-75 PUBLIC AFFAIRS (DEC 2000)

I.24952.204-76 CONDITIONAL PAYMENT OF FEE OR PROFIT-SAFEGUARDING RESTRICTED DATA AND OTHER CLASSIFIED INFORMATION (JAN 2004)

I.25952.204-77 COMPUTER SECURITY (AUG 2006)

I.2652.208-9 CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY OR SERVICES (MAY 2014)

I.27952.208-70 PRINTING (APR 1984)

I.2852.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBAREMENT (OCT 2015)

I.2952.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)

I.30952.209-72 ORGANIZATIONAL CONFLICTS OF INTEREST (AUG 2009)

I.3152.215-2 AUDIT AND RECORDS – NEGOTIATION (OCT 2010)

I.3252.215-8 ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT (OCT 1997)

I.3352.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)

I.3452.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (OCT 2009)

I.35952.215-70 KEY PERSONNEL (DEC 2000)

I.3652.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013) DEVIATION TO INCLUDE 952.216-7 ALLOWABLE COST AND PAYMENT

I.3752.216-8 FIXED FEE (JUN 2011)

I.3852.216-19 ORDER LIMITATIONS (OCT 1995)

I.3952.216-22 INDEFINITE QUANTITY (OCT 1995)

I.4052.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)

I.4152.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014)

I.4252.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011)

I.4352.219-17 SECTION 8(A) AWARD (DEC 1996)

I.4452.219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 2003)

I.4552.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)

I.4652.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

I.4752.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

I.4852.222-3 CONVICT LABOR (JUN 2003)

I.4952.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS – OVERTIME COMPENSATION (MAY 2014)

I.5052.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014)

I.5152.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

I.5252.222-26 EQUAL OPPORTUNITY (APR 2015)

I.5352.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)

I.5452.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)

I.5552.222-37 EMPLOYMENT REPORTS ON VETERANS (OCT 2015)

I.5652.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)

I.5752.222-41 SERVICE CONTRACT LABOR STANDARDS (MAY 2014)

I.5852.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

I.5952.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MULITIPLE YEAR AND OPTION CONTRACTS) (MAY 2014)

I.6052.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015)

I.6152.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015)

I.6252.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2013)

I.6352.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERAL SAFETY DATA (JAN 1997) ALT I (JUL 1995)

I.64970.5223-4 WORKPLACE SUBSTANCE ABUSE PROGRAMS AT DOE SITES (DEC 2010)

I.6552.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)

I.6652.223-6 DRUG-FREE WORKPLACE (MAY 2001)

I.6752.223-10 WASTE REDUCTION PROGRAM (MAY 2011)

I.6852.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007)

I.6952.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008)

I.7052.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

I.7152.224-1 PRIVACY ACT NOTIFICATION (APR 1984)

I.7252.224-2 PRIVACY ACT (APR 1984)

I.7352.225-5 TRADE AGREEMENTS (NOV 2007) (DOE DEVIATION) (FEB 2008)

I.7452.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

I.7552.227-1 AUTHORIZATION AND CONSENT (DEC 2007)

I.76952.5227-1 RIGHTS IN DATA – FACILITIES (DEC 2000)

I.7752.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007)

I.7852.227-6 ROYALTY INFORMATION (APR 1984)

I.79952.227-13 PATENT RIGHTS-ACQUISITION BY THE GOVERNMENT (SEP 1997)

I.8052.227-23 RIGHTS TO PROPOSAL DATA (TECHNICAL) (JUN 1987)

I.8152.228-5 INSURANCE – WORK ON A GOVERNMENT INSTALLATION (JAN 1997)

I.8252.228-7 INSURANCE – LIABILITY TO THIRD PERSONS (MAR 1996)

I.8352.229-3 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013)

I.8452.232-1 PAYMENTS (APR 1984)

I.8552.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

I.8652.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984)

I.8752.232-11 EXTRAS (APR 1984)

I.8852.232-17 INTEREST (MAY 2014)

I.8952.232-18 AVAILABILITY OF FUNDS (APR 1984)

I.9052.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

I.9152.232-20 LIMITATION OF COST (APR 1984)

I.9252.232-22 LIMITATION OF FUNDS (APR 1984)

I.9352.232-23 ASSIGNMENT OF CLAIMS (MAY 2014)

I.9452.232-25 PROMPT PAYMENT (JUL 2013)

I.9552.232-25 PROMPT PAYMENT (JUL 2013) ALTERNATE I (FEB 2002)

I.9652.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER – SYSTEM FOR AWARD MANAGEMENT (JUL 2013)

I.9752.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)

I.9852.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

I.9952.233-1 DISPUTES (MAY 2014) ALTERNATE I (DEC 1991)

I.10052.233-3 PROTEST AFTER AWARD (AUG 1996)

I.10152.233-3 PROTEST AFTER AWARD (AUG 1996) – ALTERNATE I (JUN 1985)

I.10252.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

I.10352.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984)

I.10452.237-3 CONTINUITY OF SERVICES (JAN 1991)

I.10552.242-1 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984)

I.10652.242-3 PENALTIES FOR UNALLOWABLE COSTS (MAY 2014)

I.10752.242-4 CERTIFICATIONS OF FINAL INDIRECT COSTS (JAN 1997)

I.10852.242-13 BANKRUPTCY (JUL 1995)

I.10952.243-1 CHANGES – FIXED-PRICE (AUG 1987) ALTERNATE I (APR 1984)

I.11052.243-2 CHANGES – COST-REIMBURSEMENT (AUG 1987) ALTERNATE I (APR 1984)

I.11152.244-2 SUBCONTRACTS (OCT 2010) – ALTERNATE I (JUN 2007)

I.11252.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996)

I.11352.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2015)

I.11452.245-1 GOVERNMENT PROPERTY (APR 2012)

I.11552.246-25 LIMITATION OF LIABILITY – SERVICES (FEB 1997)

I.11652.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS (JUN 2003)

I.11752.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006)

I.118952.247-70 FOREIGN TRAVEL (JUN 2010)

I.11952.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)(APR 2012)

I.12052.249-6 TERMINATION (COST-REIMBURSEMENT) (MAY 2004)

I.12152.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984)

I.12252.249-14 EXCUSABLE DELAYS (APR 1984)

I.12352.251-1 GOVERNMENT SUPPLY SOURCES (APR 2012)

I.124952.251-70 CONTRACTOR EMPLOYEE TRAVEL DISCOUNTS (AUG 2009)

I.12552.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

I.12652.253-1 COMPUTER GENERATED FORMS (JAN 1991)

Section J - List of Documents, Exhibits and Other Attachments

J.1ATTACHMENT A-1 – NETL INTRODUCTION

J.2ATTACHMENT A-2 – PERFORMANCE WORK STATEMENT

J.3ATTACHMENT B - REPORTING REQUIREMENTS

J.4ATTACHMENT B-1 – COST MANAGEMENT REPORT

J.5ATTACHMENT B-2 – INVOICE DETAIL REPORT

J.6ATTACHMENT B-3 – STAFFING REPORT SUMMARY

J.7ATTACHMENT B-4 – OPEN COMMITMENT DETAIL REPORT

J.8ATTACHMENT B-5 – CONTRACT ORGANIZATION CHART

J.9ATTACHMENT B-6 – SUBCONTRACT STATUS REPORT

J.10ATTACHMENT B-7 – BUSINESS TRAVEL

J.11ATTACHMENT C – WAGE DETERMINATIONS

J.12ATTACHMENT D – POSITION QUALIFICATIONS

Section K - Representations, Certifications, and Other Statements of Bidders

K.152.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

K.252.209-7 INFORMATION REGARDING RESPONSIBIILTY MATTERS (JUL 2013)

K.352.222-38 COMPLIANCE WITH VETERANS’ EMPLOYMENT REPORTING REQUIREMENTS (SEP 2010)

K.4952.209-8 ORGANIZATIONAL CONFLICTS OF INTEREST–DISCLOSURE (JUN 1997)

Section L - Instructions, Conditions, and Notices to Bidders

L.152.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013)

L.252.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)

L.352.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991)

L.452.215-1 INSTRUCTIONS TO OFFERORS – COMPETITIVE ACQUISITION (JAN 2004)

L.5SMALL BUSINESS SIZE STANDARDS AND SET-ASIDE INFORMATION

L.6RESPONSIBLE PROPSPECTIVE CONTRACTORS

L.7FEDCONNECT

L.8ELECTRONIC SUBMISSION OF PROPOSALS

L.9UNNECESSARILY ELABORATE PROPOSALS AND FILE SIZE LIMITATIONS

L.10FALSE STATEMENTS

L.11PROPOSAL PREPARATION INSTRUCTIONS – GENERAL

L.12PROPOSAL PREPARATION INSTRUCTIONS, VOLUME I – OFFER AND OTHER DOCUMENTS

L.13PROPOSAL PREPARATION INSTRUCTIONS – TECHNICAL PROPOSAL VOLUME II

L.14PROPOSAL PREPARATION INSTRUCTIONS – VOLUME III PRICE PROPOSAL

L.15DOE-L-2017 EXPENSES RELATED TO OFFEROR SUBMISSIONS (OCT 2015)

L.1652.215-22 LIMITATION ON PASS-THROUGH CHARGES – IDENTIFICATION OF SUBCONTRACT EFFORT (OCT 2009)

L.1752.216-1 TYPE OF CONTRACT (APR 1984)

L.1852.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB 1999)

L.19PREBID/PREPROPOSAL CONFERENCE - NONE

L.20SITE VISIT NOT PLANNED

L.21CLASSIFIED MATERIAL

L.22DOE-L-2022 ALTERNATE PROPOSAL INFORMATION - NONE (OCT 2015)

L.23CONTACTS REGARDING FUTURE EMPLOYMENT

L.24AVAILABILITY OF REFERENCED DOCUMENTS

L.2552.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (JUL 2013)

L.26NUMBER OF AWARDS

L.2752.233-2 SERVICE OF PROTEST (SEP 2006) DEVIATION TO INCLUDE 932.233-2 SERVICE OF PROTEST

L.28952.233-4 NOTICE OF PROTEST FILE AVAILABILITY (AUG 2009)

L.29952.233-5 AGENCY PROTEST REVIEW (SEP 1996)

L.3052.237-10 IDENTIFICATION OF UNCOMPENSATED OVERTIME (MAR 2015)

L.31952.219-70 DOE MENTOR-PROTÉGÉ PROGRAM (MAY 2000)

L.3252.252-2 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

L.33CONTENT OF RESULTING CONTRACT

L.34INFORMATION OF AWARD (NOV 1997)

L.35COMMITMENT OF PUBLIC FUNDS

L.36DISPOSITION OF SOLICITATION MATERIALS AND PROPOSALS

L.37EXHIBITS

Section M - Evaluation Factors for Award

M.1PROPOSAL EVALUATION – GENERAL

M.2COMPLIANCE WITH THE REQUEST FOR PROPOSAL

M.3BASIS FOR AWARD

M.4OVERALL RELATIVE IMPORTANCE OF EVALUATION CRITERIA

M.5EVALUATION CRITERIA – TECHNICAL PROPOSAL

M.6EVALUATION CRITERIA - PRICE

M.752.217-5 EVALUATION OF OPTIONS (JUL 1990)

Section B - Supplies or Services/Prices

B.1SERVICESTOBEACQUIRED–Support Administrative Services

A.TheContractorshallfurnishallpersonnel,facilities,equipment,material,supplies,andservices(exceptasmaybeexpresslysetforthinthiscontractasfurnishedbytheGovernment)andotherwise doallthingsnecessaryfor,orincidentto,theperformanceoftheitemsofworkasspecifiedinTask Orders issued under this Indefinite-Delivery Indefinite-Quantity (IDIQ) contract within the scope of thePerformanceWorkStatement(PWS)setforthinSectionJ,AttachmentA-2fortheperiodofperformanceofthecontractasspecifiedinSectionF(alsoreferredtoas“contractperiod,”“termofthecontract,”or“contractterm”),andfulfilltheotherrequirementsofthecontractincludingcontractreportingsetforthinSectionJ Attachment B. This is not a requirements type contract.

B.All workunderthiscontractshallbeperformedunderthegeneralguidanceanddirectionoftheDOEContractingOfficer’sRepresentative(COR)andContractingOfficer’sTechnicalRepresentative(COTR)whoseresponsibilitiesaresetforthintheclauseTechnicalDirectioninSectionH.Suchguidanceanddirectionshallnot,however,effectanychangeintheContractSchedule,PWS,ContractReportingRequirements,orothertermsofthiscontract.Suchchangesshallonlybe madebytheexpressedwrittendirectionoftheContractingOfficer.

B.2MINIMUM AND MAXIMUM QUANTITY OF SERVICES

Pursuant to FAR 52.216-22, the minimum and maximum quantity of services for this contract is detailed below.

  1. The minimum quantity (as required by FAR 52.216-22 Indefinite Quantity) to be ordered is:

Base Period[$250,000]

Option Period I[$125,000]

Option Period II[$125,000]

Option Period III[$125,000]

  1. The maximum quantity (as required by FAR 52.216-22 Indefinite Quantity) to be ordered is $20,000,000.00.

B.3CEILING PRICE OF CONTRACT

The ceiling price of this contract, inclusive ofall profit and/or fee is $20,000,000.00 (this is not the Government estimate; it represents only the maximum ceiling value of the contract). All orders including firm-fixed-price (FFP) and cost-plus-fixed-fee (CPFF) count against this ceiling.

B.4LIMITATION OF FUNDS

PursuanttoFAR52.232-22,“LimitationofFunds,”totalfundsintheamountof$[TBD]areobligatedherewithandmadeavailableforpayment under all Task Orders issued fromtheeffectivedateofthiscontractthroughtheperiodestimatedtoend[TBD].

B.5TYPES OF TASK ORDERS

Task Orders issued under this contract will be either firm-fixed-price (FFP) or cost-plus-fixed-fee (CPFF) Task Orders in accordance with the terms and conditions set forth in Section H of this contract. Task Orders issued under this contract will be performance-based. Each Task Order will describe performance requirements, performance standards and the means of performance measurement. It is expected that FFP Task Orders will be the predominant type of Task Order issued.

a)Firm-Fixed-Price Task Orders

Task Orders may be issued to require the Contractor to complete a specific task (or tasks), for a firm-fixed-price. FFP Task Order(s) will be issued when acquiring services on the basis of definite or detailed scope of work and a fair and reasonable price can be established. This contract includes specific clauses that pertain only to firm-fixed-price Task Orders and have been identified accordingly. In some instances, the Government may determine that it is in the best interest to issue a FFP Task Order with some elements that are reimbursable based on a fixed-unit-rate. In those situations, the Task Order will clearly specify the FFP elements and the fixed-unit-rate elements and identify when and how the fixed-unit-rate elements will be reimbursed.

b)Cost-Plus-Fixed-Fee (CPFF) Task Orders

Task Orders may be issued to require the Contractor to complete a specific task (or tasks) for cost plus a fixed fee. The fixed fee shall be determined on an individual task basis. CPFF Task Ordersmay be issued by one of two methods by which the Contractor can earn fixed fee pursuant to FAR 16.306(d): Term-type and/or Completion-Type. Term-type task orders will be issued when the scope of work is defined in general terms and the Contractor shall be required to devote a specified level of effort for a stated time period. Completion-type task orders will be issued when the scope of work defines a specific task (or tasks). This contract includes specific clauses that pertain only to cost-plus-fixed-fee Task Orders and have been identified accordingly.

B.652.217-8 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 thirty (30) days of the end of the contract period.

B.752.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within the term of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) 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 sixty (60) months.

DE-SOL-0007251

Page 1 of 276

Section C - Description/Specifications

C.1PERFORMANCEWORKSTATEMENT

ThePerformanceWorkStatement(PWS)islocatedinPartIII--SectionJ, AttachmentA-2tothiscontract.ToassistwithanunderstandingofNETL,anintroductionhasbeenincludedandislocatedinPartIII–SectionJ,AttachmentA-1.

C.2REPORT

ReportsshallbepreparedandsubmittedinaccordancewithPart III - - Section J, AttachmentB. Additional program and project level reports and deliverables may also be identified in the task orders issued.

Section D - Packaging and Marking

D.1DOE-D-2001 PACKAGING AND MARKING (OCT 2014)

(a) Preservation, packaging and packing for shipment or mailing of all work delivered hereunder shall be in accordance with good commercial practice and adequate to insure acceptance by common carrier and safe transportation at the most economical rate(s), including electronic means.

(b) Each package, report or other deliverable shall be accompanied by a letter or other document which –

(1) Identifies the contract by number pursuant to which the item is being delivered;

(2) Identifies the deliverable item number or report requirement which requires the delivered item; and

(3) Indicates whether the Contractor considers the delivered item to be a partial or full satisfaction of the requirement.

(c) For any package, report, or other deliverable being delivered to a party other than the Contracting Officer, a copy of the document required by paragraph (b) shall be simultaneously delivered to the office administering this contract, as identified in Section G of the contract, or if none, to the Contracting Officer.

Section E - Inspection and Acceptance

THE FOLLOWING CLAUSE PERTAINS ONLY TO FIXED-PRICE TASK ORDERS ISSUED AGAINST THIS CONTRACT.

E.1 52.246-4 Inspection of Services - Fixed-Price (AUG 1996)

(a) Definition: "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services.

(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires.

(c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work.

(d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.

(e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -

(1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and

(2) Reduce the contract price to reflect the reduced value of the services performed.

(f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -

(1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or

(2) Terminate the contract for default.

THE FOLLOWING CLAUSE PERTAINS ONLY TO COST-REIMBURSEMENTTASK ORDERS ISSUED AGAINST THIS CONTRACT.

E.2 52.246-5 Inspection of Services - Cost-Reimbursement (APR 1984)

(a) Definition. "Services," as used in this clause, includes services performed, workmanship, and material furnished or used in performing services.

(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires.