AOS is a Global Provider of corporate real estate and facility management
solutions headquartered in Paris with offices in ten countries:
Argentina, Belgium, China, France, Great Britain, Luxembourg, The
Netherlands, Spain, Switzerland, and the USA.
Our Diverse Team
of 400 consultants, architects, interior designers, engineers, space
planners, project managers, and IT specialists deliver value to our
clients through integrated facility management services and best-in-class
technology solutions.
AOS Services
are tailored to the unique characteristics of the four markets we
serve: corporate, education, healthcare, and government. One
size does not fit all. The key success factors in these markets
can be very different, and our professionals have the expertise to
address industry-specific facility challenges.
Our services include:
Consulting: strategic planning, outsource
strategies, process improvement, benchmarking, technology evaluation.
Space Optimization: alternative workplace concepts,
workplace design, space optimization, programming, space planning.
Project Management: construction management, asset management, relocation management,
procurement management, vendor/contractor management.
Outsourcing: consulting, space optimization,
MAC (moves/adds/changes), project management, technology solutions.
Technology Solutions:
Computer-Aided Facility Management
(CAFM)
– evaluation and selection, business process improvement, implementation,
customization, web deployment, training, maintenance, and support.
Graphical Data Services (GDS) – ongoing drawing and data
maintenance, field verification surveys, floor plan conditioning,
layering standards, BOMS & FICA area measurements/analysis. |
Information
for Ordering Offices Applicable to all Special Item Numbers |
SPECIAL
NOTICE TO AGENCIES: Small Business Participation
SBA strongly
supports the participation of small business concerns in the
Federal Supply Schedules Program. To enhance Small Business
Participation, SBA policy allows agencies to include in their
procurement base and goals, the dollar value of orders expected
to be placed against the Federal Supply Schedules, and to
report accomplishments against these goals.
For orders exceeding the micro-purchase threshold, FAR 8.404
requires agencies to consider the catalogs/pricelists of at
least three schedule contractors or consider reasonably available
information by using the GSA Advantage!? on-line shopping
service (www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage!?
and the Federal Supply Service Home Page (www.fss.gsa.gov)
contain information on a broad array of products and services
offered by small business concerns.
This
information should be used as a tool to assist ordering activities
in meeting or exceeding established small business goals.
It should also be used as a tool to assist in including small,
small disadvantaged, and women-owned small businesses among
those considered when selecting pricelists for a best value
determination.
For orders exceeding the micro purchase threshold, customers
are to give preference to small business concerns when two
or more items at the same delivered price will satisfy their
requirement.
1.
Geographic Scope of Contract:
The Geographic Scope of Contract will be domestic delivery
only. Domestic delivery is delivery within the 48 contiguous
states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S.
Territories. Domestic delivery also includes a port or consolidation
point, within the aforementioned areas, for orders received
from overseas activities.
2.
Contractor's Ordering Address and Payment Information:
AOS USA, Inc.
7000 Central Parkway, Suite 1500
Atlanta, GA 30328
Contractors are required to accept the Government purchase
card for payments equal to or less than the micro-purchase
threshold for oral or written delivery orders. Government
purchase cards will be acceptable for payment above the micro-purchase
threshold. In addition, bank account information for wire
transfer payments will be shown on the invoice.
The following telephone number(s) can be used by ordering
agencies to obtain technical and/or ordering assistance: (800)
395-4763
3.
Liability For Injury Or Damage
The Contractor shall not be liable for any injury to Government
personnel or damage to Government property arising from the
use of equipment maintained by the Contractor, unless such
injury or damage is due to the fault or negligence of the
Contractor.
4.
Statistical Data for Government Ordering Office Completion
of Standard Form 279
Block 9: G. Order/Modification Under Federal Schedule
Block 16: Data Universal Numbering System (DUNS) Number: 194824249
Block 30: Type of Contractor: Other Small Business
Block 31: Woman-Owned Small Business - No
Block 36: Contractor's Taxpayer Identification Number (TIN):
581802416
4a. CAGE Code: 1CBL5
4b. Contractor has registered with the Central Contractor
Registration Database.
5.
FOB Destination
6.
Delivery Schedule
a. TIME OF DELIVERY: The Contractor shall deliver to destination
within the number of calendar days after receipt of order
(ARO), as set forth below:
SIN
132-51 As negotiated with ordering activity
b. URGENT
REQUIREMENTS: When the Federal Supply Schedule contract delivery
period does not meet the bona fide urgent delivery requirements
of an ordering agency, agencies are encouraged, if time permits,
to contact the Contractor for the purpose of obtaining accelerated
delivery. The Contractor shall reply to the inquiry within
3 workdays after receipt. (Telephonic replies shall be confirmed
by the Contractor in writing.) If the Contractor offers an
accelerated delivery time acceptable to the ordering agency,
any order(s) placed pursuant to the agreed upon accelerated
delivery time frame shall be delivered within this shorter
delivery time and in accordance with all other terms and conditions
of the contract.
7.
Discounts: Prices shown are NET Prices; Basic Discounts
have been deducted.
a. Prompt Payment: Net 30 days from receipt of invoice or
date of acceptance, whichever is later.
b. Quantity: None
c. Dollar Volume:
Discount |
Dollar
Volume |
3% |
$250,000
– $499,999 |
6% |
$500,000
- $749,999 |
9% |
$750,000
- $1,000,000 |
12% |
>
$1,000,000 |
d.
Government Educational Institutions – Government Educational
Institutions receive the same discount as all other Government
customers.
e. Other - None
8.
Trade Agreements Act of 1979, as amended:
All items are U.S. made end products, designated country end
products, Caribbean Basin country end products, Canadian end
products, or Mexican end products as defined in the Trade
Agreements Act of 1979, as amended.
9.
Statement Concerning Availability of Export Packing:
N/A
10.
Small Requirements: The minimum dollar value of orders
to be issued is $500.
11.
Maximum Order (All dollar amounts are exclusive of
any discount for prompt payment.)
a. The Maximum Order value for the following Special Item
Numbers (SINs) is $500,000:
Special Item Number 132-51 - Information Technology (IT) Professional
Services
12.
Use Of Federal Supply Service Information Technology Schedule
Contracts.
In accordance with FAR 8.404:
[NOTE: Special ordering procedures have been established for
Special Item Number (SIN) 132-51 IT Professional Services;
refer to the terms and conditions for this SIN.]
Orders placed pursuant to a Multiple Award Schedule (MAS),
using the procedures in FAR 8.404, are considered to be issued
pursuant to full and open competition. Therefore, when placing
orders under Federal Supply Schedules, ordering offices need
not seek further competition, synopsize the requirement, make
a separate determination of fair and reasonable pricing, or
consider small business set-asides in accordance with subpart
19.5. GSA has already determined the prices of items under
schedule contracts to be fair and reasonable. By placing an
order against a schedule using the procedures outlined below,
the ordering office has concluded that the order represents
the best value and results in the lowest overall cost alternative
(considering price, special features, administrative costs,
etc.) to meet the Government’s needs.
a. Orders
placed at or below the micro-purchase threshold. Ordering
offices can place orders at or below the micro-purchase threshold
with any Federal Supply Schedule Contractor.
b. Orders
exceeding the micro-purchase threshold but not exceeding the
maximum order threshold. Orders should be placed with the
Schedule Contractor that can provide the supply or service
that represents the best value. Before placing an order, ordering
offices should consider reasonably available information about
the supply or service offered under MAS contracts by using
the “GSA Advantage!” on-line shopping service,
or by reviewing the catalogs/pricelists of at least three
Schedule Contractors and selecting the delivery and other
options available under the schedule that meets the agency’s
needs. In selecting the supply or service representing the
best value, the ordering office may consider--
(1). Special features of the supply or service that are required
in effective program performance and that are not provided
by a comparable supply or service;
(2). Trade-in considerations;
(3). Probable life of the item selected as compared with that
of a comparable item;
(4). Warranty considerations;
(5). Maintenance availability;
(6). Past performance; and
(7). Environmental and energy efficiency considerations.
c. Orders
exceeding the maximum order threshold. Each schedule contract
has an established maximum order threshold. This threshold
represents the point where it is advantageous for the ordering
office to seek a price reduction. In addition to following
the procedures in paragraph b, above, and before placing an
order that exceeds the maximum order threshold, ordering offices
shall:
Review additional Schedule Contractors’
(1) Catalogs/pricelists or use the “GSA Advantage!”
on-line shopping service;
(2) Based upon the initial evaluation, generally seek price
reductions from the Schedule Contractor(s) appearing to provide
the best value (considering price and other factors); and
(3) After price reductions have been sought, place the order
with the Schedule Contractor that provides the best value
and results in the lowest overall cost alternative. If further
price reductions are not offered, an order may still be placed,
if the ordering office determines that it is appropriate.
NOTE:
For orders exceeding the maximum order threshold, the Contractor
may:
(1) Offer a new lower price for this requirement (the Price
Reductions clause is not applicable to orders placed over
the maximum order in FAR 52.216-19 Order Limitations);
(2) Offer the lowest price available under the contract; or
(3) Decline the order (orders must be returned in accordance
with FAR 52.216-19).
d. Blanket
purchase agreements (BPAs). The establishment of Federal Supply
Schedule BPAs is permitted when following the ordering procedures
in FAR 8.404. All schedule contracts contain BPA provisions.
Ordering offices may use BPAs to establish accounts with Contractors
to fill recurring requirements. BPAs should address the frequency
of ordering and invoicing, discounts, and delivery locations
and times.
e. Price
reductions. In addition to the circumstances outlined in paragraph
c, above, there may be instances when ordering offices will
find it advantageous to request a price reduction. For example,
when the ordering office finds a schedule supply or service
elsewhere at a lower price or when a BPA is being established
to fill recurring requirements, requesting a price reduction
could be advantageous. The potential volume of orders under
these agreements, regardless of the size of the individual
order, may offer the ordering office the opportunity to secure
greater discounts. Schedule Contractors are not required to
pass on to all schedule users a price reduction extended only
to an individual agency for a specific order.
f. Small
business. For orders exceeding the micro-purchase threshold,
ordering offices should give preference to the items of small
business concerns when two or more items at the same delivered
price will satisfy the requirement.
g. Documentation.
Orders should be documented, at a minimum, by identifying
the Contractor the item was purchased from, the item purchased,
and the amount paid. If an agency requirement in excess of
the micro-purchase threshold is defined so as to require a
particular brand name, product, or feature of a product peculiar
to one manufacturer, thereby precluding consideration of a
product manufactured by another company, the ordering office
shall include an explanation in the file as to why the particular
brand name, product, or feature is essential to satisfy the
agency’s needs.
13.
Federal Information Technology/Telecommunication Standards
Requirements:
Federal departments and agencies acquiring products from this
Schedule must comply with the provisions of the Federal Standards
Program, as appropriate (reference: NIST Federal Standards
Index). Inquiries to determine whether or not specific products
listed herein comply with Federal Information Processing Standards
(FIPS) or Federal Telecommunication Standards (FED-STDS),
which are cited by ordering offices, shall be responded to
promptly by the Contractor.
13.1
Federal Information Processing Standards Publications
(FIPS Pubs): Information Technology products under this Schedule
that do not conform to Federal Information Processing Standards
(FIPS) should not be acquired unless a waiver has been granted
in accordance with the applicable "FIPS Publication."
Federal Information Processing Standards Publications (FIPS
PUBS) are issued by the U.S. Department of
Commerce, National Institute of Standards and Technology (NIST),
pursuant to National Security Act. Information concerning
their availability and applicability should be obtained from
the National Technical Information Service (NTIS), 5285 Port
Royal Road, Springfield, Virginia 22161. FIPS PUBS include
voluntary standards when these are adopted for Federal use.
Individual orders for FIPS PUBS should be referred to the
NTIS Sales Office, and orders for subscription service should
be referred to the NTIS Subscription Officer, both at the
above address, or telephone number (703) 487-4650.
13.2
Federal Telecommunication Standards (Fed-Stds):
Telecommunication products under this Schedule that do not
conform to Federal Telecommunication Standards (FED-STDS)
should not be acquired unless a waiver has been granted in
accordance with the applicable "FED-STD." Federal
Telecommunication Standards are issued by the U.S. Department
of Commerce, National Institute of Standards and Technology
(NIST), pursuant to National Security Act. Ordering information
and information concerning the availability of FED-STDS should
be obtained from the GSA, Federal Supply Service, Specification
Section, 470 East L’Enfant Plaza, Suite 8100, SW, Washington,
DC 20407, telephone number (202) 619-8925. Please include
a self-addressed mailing label when requesting information
by mail. Information concerning their applicability can be
obtained by writing or calling the U.S. Department of Commerce,
National Institute of Standards and Technology, Gaithersburg,
MD 20899, telephone number (301) 975-2833.
14.
Security Requirements.
In the event security requirements are necessary, the ordering
activities may incorporate, in their delivery orders, a security
clause in accordance with current laws, regulations, and individual
agency policy; however, the burden of administering the security
requirements shall be with the ordering agency. If any costs
are incurred as a result of the inclusion of security requirements,
such costs will not exceed ten percent (10%) or $100,000,
of the total dollar value of the order, whichever is less.
15.
Contract Administration For Ordering Offices:
Any ordering office, with respect to any one or more delivery
orders placed by it under this contract, may exercise the
same rights of termination as might the GSA Contracting Officer
under provisions of FAR 52.212-4, paragraphs (l) Termination
for the Government’s convenience, and (m) Termination
for Cause (See C.1.)
16.
GSA Advantage
GSA Advantage! is an on-line, interactive electronic information
and ordering system that provides on-line access to vendors'
schedule prices with ordering information. GSA Advantage!
will allow the user to perform various searches across all
contracts including, but not limited to:
(1) Manufacturer;
(2) Manufacturer's Part Number; and
(3) Product categories.
Agencies can browse GSA Advantage! by accessing the Internet
World Wide Web utilizing a browser (ex.: Netscape). The Internet
address is http://www.fss.gsa.gov/.
17.
Purchase Of Open Market Items
NOTE: Open Market Items are also known as incidental items,
non-contract items, non-Schedule items, and items not on a
Federal Supply Schedule contract. ODCs (Other Direct Costs)
are not part of this contract and should be treated as open
market purchases. Ordering Activities procuring open market
items must follow FAR 8.401(d). For
administrative convenience, an ordering office contracting
officer may add items not on the Federal Supply Multiple Award
Schedule (MAS) -- referred to as open market items -- to a
Federal Supply Schedule blanket purchase agreement (BPA) or
an individual task or delivery order, only if-
(1) All applicable acquisition regulations pertaining to the
purchase of the items not on the Federal Supply Schedule have
been followed (e.g., publicizing (Part 5), competition requirements
(Part 6), acquisition of commercial items (Part 12), contracting
methods (Parts 13, 14, and 15), and small business programs
(Part 19));
(2) The ordering office contracting officer has determined
the price for the items not on the Federal Supply Schedule
is fair and reasonable;
(3) The items are clearly labeled on the order as items not
on the Federal Supply Schedule; and
(4) All clauses applicable to items not on the Federal Supply
Schedule are included in the order.
18.
Contractor Commitments, Warranties And Representations
a. For the purpose of this contract, commitments, warranties
and representations include, in addition to those agreed to
for the entire schedule contract:
(1) Time of delivery/installation quotations for individual
orders;
(2) Technical representations and/or warranties of products
concerning performance, total system performance and/or configuration,
physical, design and/or functional characteristics and capabilities
of a product/equipment/ service/software package submitted
in response to requirements which result in orders under this
schedule contract.
(3) Any representations and/or warranties concerning the products
made in any literature, description, drawings and/or specifications
furnished by the Contractor.
b. The above is not intended to encompass items not currently
covered by the GSA Schedule contract.
19.
Overseas Activities
The terms and conditions of this contract shall apply to all
orders for installation, maintenance and repair of equipment
in areas listed in the pricelist outside the 50 states, US
Territories and the District of Columbia, except as indicated
below:
Upon request of the Contractor, the Government may provide
the Contractor with logistics support, as available, in accordance
with all applicable Government regulations. Such Government
support will be provided on a reimbursable basis, and will
only be provided to the Contractor's technical personnel whose
services are exclusively required for the fulfillment of the
terms and conditions of this contract.
20.
Blanket Purchase Agreements (BPAs)
Federal Acquisition Regulation (FAR) 13.303-1(a) defines Blanket
Purchase Agreements (BPAs) as “…a simplified method
of filling anticipated repetitive needs for supplies or services
by establishing ‘charge accounts’ with qualified
sources of supply.” The use of Blanket Purchase Agreements
under the Federal Supply Schedule Program is authorized in
accordance with FAR 13.303-2(c)(3), which reads, in part,
as follows:
“BPAs may be established with Federal Supply Schedule
Contractors, if not inconsistent with the terms of the applicable
schedule contract.”
Federal Supply Schedule contracts contain BPA provisions to
enable schedule users to maximize their administrative and
purchasing savings. This feature permits schedule users to
set up “accounts” with Schedule Contractors to
fill recurring requirements. These accounts establish a period
for the BPA and generally address issues such as the frequency
of ordering and invoicing, authorized callers, discounts,
delivery locations and times. Agencies may qualify for the
best quantity/volume discounts available under the contract,
based on the potential volume of business that may be generated
through such an agreement, regardless of the size of the individual
orders. In addition, agencies may be able to secure a discount
higher than that available in the contract based on the aggregate
volume of business possible under a BPA. Finally, Contractors
may be open to a progressive type of discounting where the
discount would increase once the sales accumulated under the
BPA reach certain prescribed levels. Use of a BPA may be particularly
useful with the new Maximum Order feature. See the Suggested
Format, contained in this Schedule Pricelist, for customers
to consider when using this purchasing tool.
21.
Contractor Team Arrangements
Contractors participating in contractor team arrangements
must abide by all terms and conditions of their respective
contracts. This includes compliance with Clauses 552.238-74,
Industrial Funding Fee and Sales Reporting, i.e., each contractor
(team member) must report sales and remit the IFF for all
products and services provided under its individual contract.
22.
Installation, Deinstallation, Reinstallation
The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that
contracts in excess of $2,000 to which the United States or
the District of Columbia is a party for construction, alteration,
or repair (including painting and decorating) of public buildings
or public works with the United States, shall contain a clause
that no laborer or mechanic employed directly upon the site
of the work shall received less than the prevailing wage rates
as determined by the Secretary of Labor. The requirements
of the Davis-Bacon Act do not apply if the construction work
is incidental to the furnishing of supplies, equipment, or
services. For example, the requirements do not apply to simple
installation or alteration of a public building or public
work that is incidental to furnishing supplies or equipment
under a supply contract. However, if the construction, alteration
or repair is segregable and exceeds $2,000, then the requirements
of the Davis-Bacon Act applies.
The requisitioning
activity issuing the task order against this contract will
be responsible for proper administration and enforcement of
the Federal labor standards covered by the Davis-Bacon Act.
The proper Davis-Bacon wage determination will be issued by
the ordering activity at the time a request for quotations
is made for applicable construction classified installation,
deinstallation, and reinstallation services under SIN 132-8.
23.
Section 508 Compliance.
If applicable, Section 508 compliance information on the supplies
and services in this contract are available in Electronic
and Information Technology (EIT) at the following: www.aos-usa.com
24. Prime Contractor Ordering From Federal Supply Schedules.
Prime Contractors (on cost reimbursement contracts) placing
orders under Federal Supply Schedules, on behalf of a Federal
Agency, shall follow the terms of the applicable schedule
and authorization and include with each order –
(a) A copy of the authorization from the Agency with whom
the contractor has the prime contract (unless a copy was previously
furnished to the Federal Supply Schedule contractor); and
(b)
The following statement:
This order is placed under written authorization from _______
dated _______. In the event of any inconsistency between the
terms and conditions of this order and those of your Federal
Supply Schedule contract, the latter will govern.
|
|
Special
Item Number 132-51 - IT Professional Services |
1.
SCOPE
a. The prices, terms and conditions stated under Special Item
Number 132-51 Information Technology Professional Services
apply exclusively to IT Services within the scope of this
Information Technology Schedule.
b. The Contractor shall provide services at the Contractor's
facility and/or at the Government location, as agreed to by
the Contractor and the ordering office.
2.
PERFORMANCE INCENTIVES
a. When using a performance-based statement of work, performance
incentives may be agreed upon between the Contractor and the
ordering office on individual fixed price orders or Blanket
Purchase Agreements, for fixed price tasks, under this contract
in accordance with this clause.
b. The ordering office must establish a maximum performance
incentive price for these services and/or total solutions
on individual orders or Blanket Purchase Agreements.
c. To the maximum extent practicable, ordering offices shall
consider establishing incentives where performance is critical
to the agency's mission and incentives are likely to motivate
the contractor. Incentives shall be based on objectively measurable
tasks.
d. The above procedures do not apply to Time and Material
or labor hour orders.
3.
ORDERING PROCEDURES FOR SERVICES REQUIRING A STATEMENT OF
WORK
FAR 8.402 contemplates that GSA may occasionally find it necessary
to establish special ordering procedures for individual Federal
Supply Schedules or for some Special Item Numbers (SINs) within
a Schedule. GSA has established special ordering procedures
for services that require a Statement of Work. These special
ordering procedures take precedence over the procedures in
FAR 8.404 (b)(2) through (b)(3). GSA has determined that the
prices for services contained in the contractor's price list
applicable to this Schedule are fair and reasonable. However,
the ordering offices using this contract is responsible for
considering the level of effort and mix of labor proposed
to perform a specific task being ordered and for making a
determination that the total firm-fixed price or ceiling price
is fair and reasonable.
a. When
ordering services, ordering offices shall-
(iv) Prepare a Request (Request for Quote or other communication
tool):
(v) A statement of work (a performance-based statement of
work is preferred) that outlines, at a minimum, the work to
be performed, location of work, period of performance, deliverable
schedule, applicable standards, acceptance criteria, and any
special requirements (i.e., security clearances, travel, special
knowledge, etc.) should be prepared.
(vi) The request should include the statement of work and
request the contractors to submit either a firm-fixed price
or a ceiling price to provide the services outlined in the
statement of work. A firm-fixed price order shall be requested,
unless the ordering office makes a determination that it is
not possible at the time of placing the order to estimate
accurately the extent or duration of the work or to anticipate
cost with any reasonable degree of confidence. When such a
determination is made, a labor hour or time-and-materials
proposal may be requested. The firm-fixed price shall be based
on the rates in the schedule contract and shall consider the
mix of labor categories and level of effort required to perform
the services described in the statement of work. The firm-fixed
price of the order should also include any travel costs or
other incidental costs related to performance of the services
ordered, unless the order provides for reimbursement of travel
costs at the rates provided in the Federal Travel or Joint
Travel Regulations. A ceiling price must be established for
labor-hour and time-and-materials orders.
(vii) The request may ask the contractors, if necessary or
appropriate, to submit a project plan for performing the task,
and information on the contractor's experience and/or past
performance performing similar tasks.
(viii) The request shall notify the contractors what basis
will be used for selecting the contractor to receive the order.
The notice shall include the basis for determining whether
the contractors are technically qualified and provide an explanation
regarding the intended use of any experience and/or past performance
information in determining technical qualification of responses.
If consideration will be limited to schedule contractors who
are small business concerns as permitted by paragraph (2)(i)
below, the request shall notify the contractors that will
be the case.
(2) Transmit
the Request to Contractors:
(i) Based upon an initial evaluation of catalogs and price
lists, the ordering office should identify the contractors
that appear to offer the best value (considering the scope
of services offered, pricing and other factors such as contractors'
locations, as appropriate). When buying IT professional services
under SIN 132-51 ONLY, the ordering office, at its discretion,
may limit consideration to those schedule contractors that
are small business concerns. This limitation is not applicable
when buying supplies and/or services under other SINs as well
as SIN 132-51. The limitation may only be used when at least
three (3) small businesses that appear to offer services that
will meet the agency's needs are available, if the order is
estimated to exceed the micro-purchase threshold.
(ii) The request should be provided to three (3) contractors
if the proposed order is estimated to exceed the micro-purchase
threshold, but not exceed the maximum order threshold. For
proposed orders exceeding the maximum order threshold, the
request should be provided to additional contractors that
offer services that will meet the agency's needs. Ordering
offices should strive to minimize the contractors' costs associated
with responding to requests for quotes for specific orders.
Requests should be tailored to the minimum level necessary
for adequate evaluation and selection for order placement.
Oral presentations should be considered, when possible.
(3) Evaluate
Responses and Select the Contractor to Receive the Order:
After responses have been evaluated against the factors identified
in the request, the order should be placed with the schedule
contractor that represents the best value. (See FAR 8.404)
b. The establishment
of Federal Supply Schedule Blanket Purchase Agreements (BPAs)
for recurring services is permitted when the procedures outlined
herein are followed. All BPAs for services must define the
services that may be ordered under the BPA, along with delivery
or performance time frames, billing procedures, etc. The potential
volume of orders under BPAs, regardless of the size of individual
orders, may offer the ordering office the opportunity to secure
volume discounts. When establishing BPAs, ordering offices
shall-
(1) Inform contractors in the request (based on the agency's
requirement) if a single BPA or multiple BPAs will be established,
and indicate the basis that will be used for selecting the
contractors to be awarded the BPAs.
(i) SINGLE BPA: Generally, a single BPA should be established
when the ordering office can define the tasks to be ordered
under the BPA and establish a firm-fixed price or ceiling
price for individual tasks or services to be ordered. When
this occurs, authorized users may place the order directly
under the established BPA when the need for service arises.
The schedule contractor that represents the best value should
be awarded the BPA. (See FAR 8.404)
(ii) MULTIPLE BPAs: When the ordering office determines multiple
BPAs are needed to meet its requirements, the ordering office
should determine which contractors can meet any technical
qualifications before establishing the BPAs. When multiple
BPAs are established, the authorized users must follow the
procedures in (a)(2)(ii) above and then place the order with
the Schedule contractor that represents the best value.
(2) Review BPAs Periodically: Such reviews shall be conducted
at least annually. The purpose of the review is to determine
whether the BPA still represents the best value. (See FAR
8.404)
c. The ordering
office should give preference to small business concerns when
two or more contractors can provide the services at the same
firm-fixed price or ceiling price.
d. When
the ordering office's requirement involves both products as
well as executive, administrative and/or professional, services,
the ordering office should total the prices for the products
and the firm-fixed price for the services and select the contractor
that represents the best value. (See FAR 8.404) The ordering
office, at a minimum, should document orders by identifying
the contractor from which the services were purchased, the
services purchased, and the amount paid. If other than a firm-fixed
price order is placed, such documentation should include the
basis for the determination to use a labor-hour or time-and-materials
order. For agency requirements in excess of the micro-purchase
threshold, the order file should document the evaluation of
Schedule contractors' quotes that formed the basis for the
selection of the contractor that received the order and the
rationale for any trade-offs made in making the selection.
Ordering procedures for other services available on schedule
at fixed prices for specifically defined services or tasks
should use the procedures in FAR 8.404. These procedures are
listed in the pricelist, under "Information for Ordering
Offices," paragraph #12.
4.
ORDER
a. Agencies may use written orders, EDI orders, blanket purchase
agreements, individual purchase orders, or task orders for
ordering services under this contract. Blanket Purchase Agreements
shall not extend beyond the end of the contract period; all
services and delivery shall be made and the contract terms
and conditions shall continue in effect until the completion
of the order. Orders for tasks, which extend beyond the fiscal
year for which funds are available, shall include FAR 52.232-19
Availability of Funds for the Next Fiscal Year. The purchase
order shall specify the availability of funds and the period
for which funds are available.
b. All task orders are subject to the terms and conditions
of the contract. In the event of conflict between a task order
and the contract, the contract will take precedence.
5.
PERFORMANCE OF SERVICES
a. The Contractor shall commence performance of services on
the date agreed to by the Contractor and the ordering office.
b. The Contractor agrees to render services only during normal
working hours, unless otherwise agreed to by the Contractor
and the ordering office.
c. The Agency should include the criteria for satisfactory
completion for each task in the Statement of Work or Delivery
Order. Services shall be completed in a good and workmanlike
manner.
d. Any Contractor travel required in the performance of IT
Services must comply with the Federal Travel Regulation or
Joint Travel Regulations, as applicable, in effect on the
date(s) the travel is performed. Established Federal Government
per diem rates will apply to all Contractor travel. Contractors
cannot use GSA city pair contracts.
6.
INSPECTION OF SERVICES
The Inspection of Services-Fixed Price (AUG 1996) clause at
FAR 52.246-4 applies to firm-fixed price orders placed under
this contract. The Inspection-Time and Materials and Labor-Hour
(JAN 1986) clause at FAR 52.246-6 applies to time and materials
and labor hour orders placed under this contract.
7.
RESPONSIBILITIES OF THE CONTRACTOR
The Contractor shall comply with all laws, ordinances, and
regulations (Federal, State, City, or otherwise) covering
work of this character. If the end product of a task order
is software, then FAR 52.227-14 Rights in Data - General may
apply.
8.
RESPONSIBILITIES OF THE GOVERNMENT
Subject to security regulations, the ordering office shall
permit Contractor access to all facilities necessary to perform
the requisite IT Services.
9.
INDEPENDENT CONTRACTOR
All IT Services performed by the Contractor under the terms
of this contract shall be as an independent Contractor, and
not as an agent or employee of the Government.
10.
ORGANIZATIONAL CONFLICTS OF INTEREST
a. Definitions. "Contractor" means the person, firm,
unincorporated association, joint venture, partnership, or
corporation that is a party to this contract. "Contractor
and its affiliates" and "Contractor or its affiliates"
refers to the Contractor, its chief executives, directors,
officers, subsidiaries, affiliates, subcontractors at any
tier, and consultants and any joint venture involving the
Contractor, any entity into or with which the Contractor subsequently
merges or affiliates, or any other successor or assignee of
the Contractor. An "Organizational conflict of interest"
exists when the nature of the work to be performed under a
proposed Government contract, without some restriction on
activities by the Contractor and its affiliates, may either
(i) result in an unfair competitive advantage to the Contractor
or its affiliates or (ii) impair the Contractor's or its affiliates'
objectivity in performing contract work.
b. To avoid an organizational or financial conflict of interest
and to avoid prejudicing the best interests of the Government,
ordering offices may place restrictions on the Contractors,
its affiliates, chief executives, directors, subsidiaries
and subcontractors at any tier when placing orders against
schedule contracts. Such restrictions shall be consistent
with FAR 9.505 and shall be designed to avoid, neutralize,
or mitigate organizational conflicts of interest that might
otherwise exist in situations related to individual orders
placed against the schedule contract. Examples of situations,
which may require restrictions, are provided at FAR 9.508.
11.
INVOICES
The Contractor, upon completion of the work ordered, shall
submit invoices for IT services. Progress payments may be
authorized by the ordering office on individual orders if
appropriate. Progress payments shall be based upon completion
of defined milestones or interim products. Invoices shall
be submitted monthly for recurring services performed during
the preceding month.
12.
PAYMENTS
For firm-fixed price orders the Government shall pay the Contractor,
upon submission of proper invoices or vouchers, the prices
stipulated in this contract for service rendered and accepted.
Progress payments shall be made only when authorized by the
order. For time-and-materials orders, the Payments under Time-and-Materials
and Labor-Hour Contracts (Alternate I (APR 1984)) at FAR 52.232-7
apply to time-and-materials orders placed under this contract.
For labor/hour orders, the Payment under Time-and-Materials
and Labor-Hour Contracts (FEB 2002) (Alternate II (FEB 2002))
at FAR 52.232-7 applies to labor-hour orders placed under
this contract.
13.
RESUMES
Resumes shall be provided to the GSA Contracting Officer or
the user agency upon request.
14.
INCIDENTAL SUPPORT COSTS
Incidental support costs are available outside the scope of
this contract. The costs will be negotiated separately with
the ordering agency in accordance with the guidelines set
forth in the FAR.
15.
APPROVAL OF SUBCONTRACTS
The ordering activity may require that the Contractor receive,
from the ordering activity's Contracting Officer, written
consent before placing any subcontract for furnishing any
of the work called for in a task order.
16.
DESCRIPTION OF IT SERVICES AND PRICING
a. The Contractor shall provide a description of each type
of IT Service offered under Special Item Number 132-51. IT
Services should be presented in the same manner as the Contractor
sells to its commercial and other Government customers. If
the Contractor is proposing hourly rates, a description of
all corresponding commercial job titles (labor categories)
for those individuals who will perform the service should
be provided.
FPDS
Code D302 |
IT
Systems Development Services
Services include customization for the systems including
but not limited to customized reports and Web based-deployment.
Labor Categories - TPM, AE2, AE1, STC, CS, and CPM |
FPDS
Code D306 |
IT
Systems Analysis Services
Analysis Services include evaluating IT structure
and providing Technical specifications, Hardware /
Software requirements, and Network consulting.
Labor Categories - TPM, AE2, STC, CS, and AE1 |
FPDS
Code D307 |
Automated
Information Systems Design and Integration Services
Services include initial integration and periodic
data migration with other existing systems.
Labor Categories - TPM, AE2, AE1, STC, CS, and CPM |
FPDS
Code D308 |
Programming
Services
Services include code generation, test and implementation
for customized systems needs.
Labor Categories - TPM, AE2, STC, CS, and AE1 |
FPDS
Code D310 |
IT
Backup and Security Services
Services include technical assistance in performing
back-ups. Assist in implementing security configuration
including VPN (Virtual Private Network).
Labor Categories - TPM, AE2, STC, CS, and AE1 |
FPDS
Code D311 |
IT
Data Conversion Services
Services include migration of legacy data to new system
including data analysis, clean up, and formatting.
Labor Categories - TPM, AE2, AE1, STC, CS, and CPM |
FPDS
Code D313 |
Computer
Aided Design/Computer Aided Manufacturing (CAD/CAM)
Services
Services include electronic floor plan analysis, conditioning,
organization, and standardization along with adding
intelligence for integration w/ CAFM system.
Labor Categories - CPM, AE2, STC, CS, and AE1 |
b. Pricing
for all IT Services shall be in accordance with the Contractor's
customary commercial practices; e.g., hourly rates, monthly
rates, term rates, and/or fixed prices.
Principal
(PR1)
Functional Responsibility:
Directs Technology Division. Consulting Principal,
project & budget responsibility, management &
administration. Performs consulting, markets, conducts
presentations and contributes to company strategy.
Minimum Education:
Advanced Degree in Facilities Management, Business
or Architecture
Minimum/General Experience:
20 years total experience; including 10 years in upper
level management, business analysis, and 10 years
of project management experience.
Hourly Rate:
$150.08 |
|
CIMS
Project Manager
Functional Responsibility:
Manages and executes Computer Aided Facility Management
and related technology projects. Has a direct working
relationship with client in all phases of implementation,
training and ongoing support. Coordinates with the
Technical Project Manager on projects involving additional
development efforts. Manages and coordinates efforts
for multiple projects within the division.
Minimum Education:
Bachelors Degree in Facilities Management, Architecture,
Computer Science or related fields.
Minimum/General Experience:
10 years including 6 years in facility management
or design and 4 years in project management.
Hourly Rate:
$98.80 |
|
CAFM
Specialist (Applications Engineer 2) (AE2)
Functional Responsibility:
Executes project tasks, primarily the specialized
work necessary to implement CAFM software, integrate
data and drawings, produces reports, analyzes business
needs and translates into technology, relates frequently
with the client, provides all non-technical support.
Minimum Education:
Bachelors Degree in Facilities Management, Architecture,
Computer Science or related fields
Minimum/General Experience:
5 years in architecture, facilities or design services,
includes extensive computer drafting and drawing experience.
Hourly Rate:
$88.40 |
|
CAD
Operator / Applications Engineer 1 (AE1)
Functional Responsibility:
Executes technology project tasks, primarily oriented
to drawing preparation and integration. May be involved
in on-site support and maintenance activities for
a client. Also provides technology-oriented support
to other FRI divisions.
Minimum Education:
Bachelors Degree in Facilities Management, Architecture,
Computer Science or related fields
Minimum/General Experience:
3 years in architecture, facilities or design services,
includes extensive computer drafting and drawing experience.
Hourly Rate:
$67.60 |
|
Technical
Project Manager (TPM)
Functional Responsibility:
Responsible for all technical aspects of division-related
missions and manage the technical aspects of projects.
Has a direct working relationship with client in technical
phases including direct work with clients IT organization.
Coordinates with the CIMS Project Manager on projects
involving additional development efforts. Manages
and coordinates efforts for multiple projects within
the division.
Minimum Education:
Bachelors Degree in Computer Science, Systems
Analysis or related field.
Minimum/General Experience:
10 years including 6 years in computer systems, data
analysis and database / systems engineering, and 4
years of technical support and project management.
Hourly Rate:
$119.60 |
|
Senior Technical Consultant (STC)
Functional Description:
Manages the design and implementation of facility
management solutions for corporate clients using Computer-Aided
Facility Management (CAFM) tools, computer-aided drafting
and design software, and database technology.
Accomplishes a variety of work specific to identified
CAFM projects. Keeps abreast of new technology
and assists in the improvement of internal and external
business and technical processes. Individual
in this position serves a variety of project specific
work on medium to large projects. May be team
leader under the direction of the Project Director,
or may lead projects with minimal supervision.
Conducts team meetings, monitors project progress,
and provides facility management consulting.
Organizes and directs specific tasks within the project
such as space surveys and action item reports with
minimal supervision. Maintains & promotes
client satisfaction.
Education:
Bachelors
Degree with 6 years experience, at least 5 in a CAFM-related
field.
Experience:
Familiarity
with facility management business issues in corporate
or institutional arenas. Knowledge of facilities-related
activities and management. Practical experience
in implementing a CAFM capability. Familiarity
and experience in analyzing business and technology
needs, translating them into plans and actions.
Hourly Rate:
$119.60
|
|
CAD Specialist (CS)
Functional Description:
Individual
in this position serves a variety of project specific
work. Supports project team(s) in the production
of CAD documents and performing field verifications.
Using AUTOCAD software, produce schedules, architectural
drawings, and diagrams and other graphical materials
to support projects. Produce reports and plots
as requested. Supports project teams and Applications
Specialists as required. Conducts miscellaneous
coordination with architects, designers, contractors
and trade staff. Input database information
and link to CAD files (CAFM).
Education:
High
School Degree with 4 years of experience in a facility-related
field, or Associates Degree with 2 years of experience,
or Bachelors Degree with 1 year of experience.
Experience:
Knowledge
of furniture systems and casegoods manufacturers helpful.
Exposure to construction and/or design helpful.
CAFM Software exposure helpful. AUTOCAD experience
a must (2- year minimum).
|
|
|