35
SOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF UNDER DPAS (15 CFR 700) 1 35 PAGES 2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE 12-046W-20-R-0001 SEALED BID (IFB) 03/27/2020 NUMBER NEGOTIATED (RFP) 7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7) USDA Forest Service - Contracting North Mt. Hood National Forest - AQM 16400 Champion Way Sandy, Oregon 97055 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and 0 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in See Block 7 until 3:00 p.m. local time 04/24/2020 (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION A. NAME B. TELEPHONE NO. (NO COLLECT CALLS)Area Code/Number/Extension C. E-MAIL ADDRESS CALL: Roxanne Anderson 503-668-1730 [email protected] 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 11-17 X B SUPPLIES OR SERVICES AND PRICES/COSTS 2-3 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. X C DESCRIPTION/SPECS./WORK STATEMENT 4-7 X J LIST OF ATTACHMENTS 18 X D PACKAGING AND MARKING 7 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSPECTION AND ACCEPTANCE 7 X K REPRESENTATIONS, CERTIFICATIONS AND 19-27 X F DELIVERIES OR PERFORMANCE 8-9 OTHER STATEMENTS OF OFFERORS X G CONTRACT ADMINISTRATION DATA 9 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 27-31 X H SPECIAL CONTRACT REQUIREMENTS 10 X M EVALUATION FACTORS FOR AWARD 32-33 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS (See Section I, Clause No. 52-232-8) XXXXX % % % % 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amend- ments to the SOLICITATION for offerors and related documents numbered and dated): 15A. NAME AND ADDRESS OF OFFEROR CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or Print) 15B. TELEPHONE NO. (Include area code and extension) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 10 U.S.C. 2304 (c) ( ) 41 U.S.C. 253(c) ( ) (4 copies unless otherwise specified) 7 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE USDA Rural Development Centralized Servicing Center 4300 Goodfellow Blvd. (FC-233), Bldg. 105E St. Louis, MO 63120-1703 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE ROXANNE ANDERSON (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV.9-97) Prescribed by GSA - FAR (48 CFR) 53.214(c)

SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

SOLICITATION, OFFER AND AWARD 1.THIS CONTRACT IS A RATED ORDER RATING PAGE OF

UNDER DPAS (15 CFR 700) 1 35 PAGES

2. CONTRACT NUMBER 3. SOLICITATION NUMBER 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE

12-046W-20-R-0001 SEALED BID (IFB)

03/27/2020 NUMBER

NEGOTIATED (RFP) 7. ISSUED BY CODE 8. ADDRESS OFFER TO (If other than Item 7)

USDA Forest Service - Contracting North Mt. Hood National Forest - AQM 16400 Champion Way Sandy, Oregon 97055

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

9. Sealed offers in original and 0 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8,

or if handcarried, in the depository located in See Block 7 until 3:00 p.m. local time 04/24/2020

(Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation.

10. FOR INFORMATION

A. NAME B. TELEPHONE NO. (NO COLLECT CALLS)Area Code/Number/Extension

C. E-MAIL ADDRESS

CALL: Roxanne Anderson 503-668-1730 [email protected] 11. TABLE OF CONTENTS

(X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE PART II - CONTRACT CLAUSES

X A SOLICITATION/CONTRACT FORM 1 X I CONTRACT CLAUSES 11-17

X B SUPPLIES OR SERVICES AND PRICES/COSTS 2-3 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.

X C DESCRIPTION/SPECS./WORK STATEMENT 4-7 X J LIST OF ATTACHMENTS 18

X D PACKAGING AND MARKING 7 PART IV - REPRESENTATIONS AND INSTRUCTIONS

X E INSPECTION AND ACCEPTANCE 7 X K REPRESENTATIONS, CERTIFICATIONS AND 19-27

X F DELIVERIES OR PERFORMANCE 8-9 OTHER STATEMENTS OF OFFERORS

X G CONTRACT ADMINISTRATION DATA 9 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 27-31

X H SPECIAL CONTRACT REQUIREMENTS 10 X M EVALUATION FACTORS FOR AWARD 32-33

OFFER (Must be fully completed by offeror)

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a

different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS

(See Section I, Clause No. 52-232-8) XXXXX % % % %

14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amend- ments to the SOLICITATION for offerors and related documents numbered and dated):

15A. NAME AND ADDRESS OF OFFEROR

CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN

OFFER (Type or Print)

15B. TELEPHONE NO. (Include area code and extension)

15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE

18. OFFER DATE

IS DIFFERENT FROM ABOVE - ENTER

SUCH ADDRESS IN SCHEDULE.

AWARD (To be completed by Government)

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION

23. SUBMIT INVOICES TO ADDRESS SHOWN IN

ITEM

10 U.S.C. 2304 (c) ( ) 41 U.S.C. 253(c) ( ) (4 copies unless otherwise specified) 7 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

USDA Rural Development

Centralized Servicing Center 4300 Goodfellow Blvd. (FC-233), Bldg. 105E St. Louis, MO 63120-1703

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

ROXANNE ANDERSON (Signature of Contracting Officer)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV.9-97)

Prescribed by GSA - FAR (48 CFR) 53.214(c)

Page 2: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 2

SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS

Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

B-1 - SCHEDULE OF ITEMS

The items to price in the table below are for evaluation and award purposes only.

Individual BPA calls will be solicited separately.

Description Unit Rates

Portrait Photography

Per Session

Per Image

Per Hour

Per Subject

Per Location

Environmental Portrait: Depict person(s) in a situation they work in or a place that says something about who they are

Per Image

Per Hour

Per Subject

Per Location

Landscape Photography: a variety of unique vantage points, lighting and scenes

Per Session

Per Image

Per Hour

Per Location

Location scouting

Action/Sports Photography: hiking, mountain biking, skiing

Per Session

Per Image

Per Hour

Per subject

Location scouting

Wildlife Photography

Per Session

Per Image

Per Hour

Location scouting

Event Photography

Per Session

Per Image

Per Hour

Per Event

Post-production (retouching or photo manipulation)

Per Session

Per Image

Per Hour

Digital Data Delivery

Travel/Mobilization Costs: based on GSA per diem rates (https://www.gsa.gov/travel/plan-book/per-diem-rates).

Page 3: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 3

PLACE OF PERFORMANCE

The performance will take place on various national forest locations throughout the Pacific Northwest (Oregon

and Washington). The contractor shall coordinate with client to identify specific areas.

This solicitation is for contractors residing and working in the Pacific Northwest (Oregon or Washington).

Contractors shall be required to select zones closest to their place of residence or photography studio. Travel,

transportation and mobilization costs are not covered outside of a 100 mile radius of the Contractor’s place of

residence or photography studio. Any transportation/travel costs incurred outside of the 100 mile radius will

be the responsibility of the contractor. Contractors may select multiple zones if they fall within the 100 mile

radius.

ZONES:

The offeror shall indicate in the following table which areas they are interested in working. This

information will assist in determining competition for each individual BPA Call. Check all that apply:

Areas

Yes I’m interested in this

area

()

Zone 1: Mt. Baker-Snoqualmie National Forest and Olympic

National Forests

Zone 2: Okanogan-Wenatchee National Forest and Colville

National Forest

Zone 3: Gifford Pinchot National Forest, Mt. Hood National

Forest and Columbia River Gorge National Scenic Area

Zone 4: Willamette National Forest and Siuslaw National Forest

Zone 5: Umpqua National Forest and Rogue River-Siskiyou

National Forest

Zone 6: Deschutes National Forest and Ochoco National Forest

Zone 7: Wallowa-Whitman National Forest, Umatilla National

Forest, Malhuer National Forest

Zone 8: Freemont-Winema National Forest

NOTE: This solicitation will result in the award of multiple Blanket Purchase Agreements (BPAs). The

dollar limitation for individual calls against the BPA shall not exceed the Simplified Acquisition Threshold as

stated in Federal Acquisition Regulation 2.101. Since the needs of the Government and availability of

Contractor's resources cannot be determined in advance, it is mutually agreed that upon request of the

Government, the Contractor shall furnish the resources listed herein to the extent the Contractor is willing and

able at the time the BPA call is solicited. Due to the sporadic occurrence of activity, the placement of any calls IS

NOT GUARANTEED.

The terms and conditions of the awarded Parent BPAs shall be incorporated in any resulting BPA Call. Orders

under the awarded BPAs shall be fixed price.

The BPA period is from the date of award until cancelled, however, annual reviews will be conducted on each

awarded BPA.

Page 4: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 4

SECTION C--DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK

C-1 - SCOPE OF CONTRACT

The general scope of this solicitation requires professional photography that highlights the vast diversity of

landscapes, employees, individuals, families, and groups visiting and recreating on Forest Service lands in the

Pacific Northwest Region. Photography services include all personnel, management, photographic and lighting

equipment, cameras, computers, software, tools, equipment, transportation, supply materials, and other services

necessary.

Qualified contractors must have the capability to shoot still photographs on short notice (often 24 to 48 hours

after contract is issued), to travel to remote forest and rangeland locations by personal vehicle or government

conveyance, and to hike for moderate (2-5 miles) to long (5-10 miles) distances in steep terrain carrying gear

needed for safety, sustenance, and to perform the work.

C-2 - PROJECT LOCATION

The performance will take place on various national forest locations throughout the Pacific Northwest (Oregon

and Washington). The contractor shall coordinate with client to identify specific areas.

This solicitation is for contractors residing and working in the Pacific Northwest (Oregon or Washington).

Contractors shall be required to select zones closest to their place of residence or photography studio. Travel,

transportation and mobilization costs are not covered outside of a 100 mile radius of the Contractor’s place of

residence or photography studio. Any transportation/travel costs outside of the 100 mile radius are the

responsibility of the contractor. Contractors may select multiple zones if they fall within the 100 mile radius.

Zone 1: Mt. Baker-Snoqualmie National Forest, Olympic National Forest

Zone 2: Okanogan-Wenatchee National Forest, Colville National Forest

Zone 3: Gifford Pinchot National Forest, Mt. Hood National Forest, Columbia River Gorge

National Scenic Area

Zone 4: Willamette National Forest, Siuslaw National Forest

Zone 5: Umpqua National Forest, Rouge River-Siskiyou National Forest

Zone 6: Deschutes National Forest, Ochoco National Forest

Zone 7: Wallowa-Whitman National Forest, Umatilla National Forest, Malheur National

Forest

Zone 8: Freemont-Winema National Forest

C-3 - WORK STANDARDS

Performance Requirements

Resume and portfolio of work shall be sufficiently detailed to demonstrate the contractor’s knowledge, skills and

abilities.

The contractor must have the capability to provide the USDA Forest Service with professionally retouched, high

resolution digital still JPEG images. RAW files shall be provided if requested by client along with the

contractor’s selections of high resolution digital still JPEG file photographs.

Page 5: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 5

Photographs taken by the contractor shall be taken with DSLR or DSLM camera (or equivalent). Camera settings

should be set to obtain the maximum potential resolution of a picture. The minimum image resolution must be a

minimum of 3,000 pixels per inch at the image’s widest length OR follow the image size resolutions below.

For an 8" x 10" image, the resolution should be 2240x1680 pixels.

For a 16" x 20" image, the resolution should be 3072x2304 pixels.

For a 20" x 30" image, the resolution should be 3264x2448 pixels.

The contractor shall edit, log, file, and label all digital still photographs delivered. Digital still photographs shall

be individually catalogued by photographer name, location, month and year shot, keyword descriptors, and

location to facilitate storage and retrieval. Catalogue information shall be embedded in each image’s metadata.

For each still photography task order, the Contractor shall provide one or more of the following containing the

digital still photographs with labels that clearly indicate their content:

Contractor shall provide a download link for a dedicated online photo gallery. (File hosting services or

cloud storage links such as Dropbox will not be accepted due to firewall restrictions.) Download link shall

be available to client for 20 business days after notification of posting.

CD/DVD discs

USB drives

External hard drives or other portable stored memory devices

Forest Service Box (Pinyon) public folder – client will provide upload information and links

Digital still photographs on portable stored memory device shall be delivered by USP or FedEx, with tracking

numbers provided to the client or delivered in person.

All work that contractor delivers to the client should be considered accepted unless the client notifies contractor

within 15 days of shipment.

Photos must meet the following criteria:

Sufficient quality both in terms of composition, exposure and image resolution for national and printed

publications, websites, digital presentations, social media, and in four and five color printing processes.

Well lit, in sharp focus, and free of dirt and scratches

A full tonal range, with visible detail in both shadow and highlighted areas.

Shot at various angles and orientations (horizontal and vertical), which are necessary for placement in

traditional media, online pages, social media sites, web banners and ads, etc.

All images should be checked at 100% (actual pixels) for correct exposure, color cast, noise, camera shake

and that no sharpening has been applied etc. using professional imaging software.

C-4 - CONTRACTOR’S OBLIGATIONS

ADDITIONS, MODIFICATIONS, RETAKES

If client (Government) requests additions or modifications, contractor will respond with a change order form to

acknowledge the Governments’ request that is outside of the original scope for the project. Compensation for a

change order can be calculated as a fixed fee.

Page 6: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 6

LICENSE/COPYRIGHT

Transfer of ownership is contingent upon receipt of full payment from the client for photography services. Upon

completion of the services, and expressly conditioned upon full payment of all fees and costs due, Contractor

hereby grants to Government the exclusive, perpetual and worldwide right and license to use, reproduce and

display the photos.

Ownership rights allows the Government to do the following with the images with photo credit embedded into the

metadata:

1. Reproducing the photograph in print, email, electronically transfer, websites and social media websites.

Including but not limited to: advertising, marketing, and educational products. The mediums for display

could include newspapers, magazines, books, television, and the internet, but are not limited to only those

mediums.

2. Prepare derivative works based upon the photograph;

3. Distribute copies of the photograph in the public domain;

4. Display the photograph publicly; in any not-for-profit manner or purpose whatsoever.

The Government will retain physical possession of the digital files of still photographs taken under this

agreement, as well as any hard copies of the still photographs and the copyright, in accordance with Federal

Acquisition Regulations (FAR) subpart 27.4, Sections 27.404 and 27.405.

The Contractor has the right to establish claim to copyright subsisting in still photographs first produced in the

performance of this agreement. The Contractor has the right to sell the still photographs for use in publications,

including news media outlets, or for other for- profit purposes as desired. The Contractor shall affix the applicable

copyright notices of 17 U.S. Code 401 or 402 and an acknowledgement of Government sponsorship to any still

photographs so used.

MODEL RELEASE

Photography must obtain model release forms for any identifiable subjects and submit to the Government with the

digital still photographs. Identifiable features can also include tattoos, characteristic marks, silhouettes, or

uniforms. Those under 18 need a signature from their parent or legal guardian.

CONTRACTOR RESPONSIBILITIES

The Contractor shall supply all labor, equipment, supplies, transportation, operating supplies and incidentals

necessary to provide deliverable to the USDA Forest Service in accordance with specifications described within

Description and Scope.

The contractor shall have the capability to travel to remote forest and rangeland locations by commercial carrier,

personal or rental vehicle; to endure temperatures extremes; to follow instructions from Forest Service personnel

assigned to assist them; and to hike for moderate to long distances in steep terrain carrying gear needed for safety,

sustenance, and to perform the work.

The Contractor shall furnish high quality still photographs and services in accordance with the specifications

described herein, if and when requested by the Contracting Officer (CO) or authorized representative of the CO

during the life of this agreement.

The contractor shall meet and maintain any qualifications required to complete tasks under this BPA.

Page 7: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 7

The Contractor shall procure and maintain during the entire period of his performance under this contract the

following minimum insurance:

Comprehensive General Liability: $500,000

Comprehensive Automobile Liability: $200,000 $500,000 $20,000

Workmen’s Compensation and Liability Insurance: As prescribed or required by law, with minimum employer

liability limit of $100,000 for accidental bodily injury or death, or for occupational disease.)

The contractor is responsible for implementing standard commercial practices for accident prevention and safety

practices when performing the requirements stipulated in the statement of work or performance work statement of

this contract.

The Contractor shall comply with the requirements of the Department of Labor Occupational Safety and Health

Act (OSHA) and to Federal, State and Local laws, rules and regulations regarding accident prevention and safety

requirements.

Government emergency vehicles and medical personnel may be used in emergency situations affecting Contractor

personnel whose life may be in danger. Government facilities may be used in these instances as the first point of

treatment. Contractor employees and not the Government will bear all medical expenses.

SECTION D--PACKAGING AND MARKING

{For this Solicitation, there are NO clauses in this Section}

SECTION E--INSPECTION AND ACCEPTANCE

E-1 - FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given

in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a

clause may be accessed electronically at this/these address(es): www.arnet.gov/far/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

FAR 52.246-4 Inspection of Services--Fixed-Price (AUG 1996)

Page 8: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 8

SECTION F--DELIVERIES OR PERFORMANCE

F-1 - FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were

given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text

of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

52.242-15 Stop Work Order (AUG 1989)

F-2 - PERIOD OF PERFORMANCE

The Parent Blanket Purchase Agreement (BPA) period is from the date of award until cancelled, however, annual

reviews will be conducted on each awarded BPA.

Each BPA Call will specify the actual Period of Performance for that specific award.

The Contractor shall be required to (a) commence work under the contract within ten calendar days after the

date the Contractor receives the Notice to Proceed, (b) prosecute the work diligently, and (c) complete the

entire work ready for use not later than the dates shown in the above paragraph. The time stated for

completion shall include final edits.

F-3 – PURCHASE LIMITATIONS

The dollar limitations for each individual purchase and each BPA as a whole are as follows:

Prices for the services shall be paid in accordance with the BPA Call line item prices.

Orders against this BPA become binding once the contractor has agreed to an assignment and services from an

authorized caller.

The minimum order dollar amount for items under this agreement is $1,500.00.

No single order shall exceed the simplified acquisition threshold.

This BPA may be cancelled for default immediately, by the Government, if the contractor is noncompliant with

the terms and conditions of this agreement.

This BPA may be cancelled by either party at no cost with a 30 days written notice.

The Government is under no obligation to purchase from the contractor under this BPA. The Government is

obligated only to the extent of authorized purchases actually made under this BPA.

Page 9: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 9

COMPLIANCE WITH LAWS

Photographer shall use commercially reasonable efforts to ensure that all Final Deliverables shall be designed to

comply with the applicable rules and regulations such as the Americans with Disabilities Act (“ADA”). However,

photographer is not an expert and makes no representations or warranties in connection with compliance with

such rules, codes or regulations. The compliance of the Final Deliverables with any such rule, codes or

regulations shall be the responsibility of Client. Photographer shall use commercially reasonable efforts to ensure

the suitability and conformance of the Final Deliverables.

SECTION G--CONTRACT ADMINISTRATION DATA

G-1 - AGAR 452.215-73 – POST AWARD CONFERENCE (NOV 1996)

A post award conference with the successful offeror is required. It will be scheduled within 30 days after the

date of contract award. The conference will be held at (time and place to be agreed upon and announced

after award).

G-2 – GOVERNMENT-FURNISHED PROPERTY

None

G-3 - DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE

The Contracting Officer designates the Contracting Officer's Representative(s) (COR). The COR is

responsible for administering the performance of work under this contract. In no event, however, will any

understanding, agreement, modification, change order, or other matter deviating from the terms of this

contract be effective or binding upon the Government unless formalized by proper contractual documents

executed by the Contracting Officer prior to completion of the contract.

The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor

or the Government which will change the required delivery or completion times stated in the contract, and the

contract will be modified accordingly.

On all matters that pertain to the contract terms, the Contractor must communicate with the Contracting

Officer. Whenever, in the opinion of the Contractor, the COR requests effort outside the scope of the

contract, the Contractor should so advise the COR. If the COR persists and there still exists a disagreement as

to proper contractual coverage, the Contracting Officer should be notified immediately, preferably in writing

if time permits. Proceeding with work without proper contractual coverage could result in nonpayment or

necessitate submittal of a contract claim.

Page 10: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 10

SECTION H--SPECIAL CONTRACT REQUIREMENTS

H-1 - AGAR 452.237-74 – KEY PERSONNEL (FEB 1988)

(a) The Contractor shall assign to this contract the following key personnel: On-Site Lead (s)

(b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key

personnel unless the substitution is necessitated by illness, death, or termination of employment. The

Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these

events and provide the information required by paragraph (c) below. After the initial 90-day period, the

Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days

prior to making any permanent substitutions.

(c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed

substitutions, complete resumes for the proposed substitutes, and any additional information requested by the

Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being

replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all

required information of the decision on substitutions. The contract will be modified to reflect any approved

changes of key personnel.

Page 11: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 11

SECTION I--CONTRACT CLAUSES

I-1 – FAR 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were

given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text

of a clause may be accessed electronically at this address:

https://www.acquisition.gov/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

52.202-1 Definitions (NOV 2013)

52.203-3 Gratuities (APR 1984)

52.203-5 Covenant against Contingent Fees (MAY 2014)

52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006)

52.203-7 Anti-Kickback Procedures (MAY 2014)

52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (MAY 2014)

52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (MAY 2014)

52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)

52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)

52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment (OCT 2015)

52.215-2 Audit and Records -- Negotiation (OCT 2010)

52.215-8 Order of Precedence--Uniform Contract Format (OCT 1997)

52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)

52.219-8 Utilization of Small Business Concerns (OCT 2018)

52.219-14 Limitations on Subcontracting (JAN 2017)

52.222-3 Convict Labor (JUN 2003)

52.222-4 Contract Work Hours and Safety Standards Act -- Overtime Compensation (MAR 2018)

52.222-21 Prohibition of Segregated Facilities (APR 2015)

52.222-26 Equal Opportunity (SEP 2016)

52.222-35 Equal Opportunity for Veterans (OCT 2015)

52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014)

52.222-37 Employment Reports Veterans (FEB 2016)

52.222-41 Service Contract Act of 1965, as Amended (AUG 2018)

52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment (MAY 2014)

52.222-50 Combating Trafficking in Persons (JAN 2019)

52.222-54 Employment Eligibility Verification (OCT 2015)

52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)

52.223-6 Drug-Free Workplace (MAY 2001)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

52.227-1 Authorization and Consent (DEC 2007)

52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007)

52.229-3 Federal, State, and Local Taxes (FEB 2013)

52.232-1 Payments (APR 1984)

52.232-8 Discounts for Prompt Payment (FEB 2002)

Page 12: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 12

52.232-9 Limitation on Withholding of Payments (APR 1984)

52.232-11 Extras (APR 1984)

52.232-17 Interest (MAY 2014)

52.232-23 Assignment of Claims (MAY 2014)

52.232-25 Prompt Payment (JAN 2017)

52.232-33 Payment by Electronic Funds Transfer – System for Award Management (OCT 2018)

52.233-1 Disputes (MAY 2014)

52.233-3 Protest after Award (AUG 1996)

52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

52.236-3 Site Investigation and conditions Affecting the work (APR 1984)

52.236-6 Superintendence by Contractor (APR 1984)

52.236-13 Accident Prevention (NOV 1991)

52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)

52.242-13 Bankruptcy (JUL 1995)

52.243-1 Changes--Fixed-Price (AUG 1987)--Alternate I (APR 1984)

52.244-6 Subcontracts for Commercial Items (AUG 2019)

52.245-1 Government Property (JAN 2017)

52.245-9 Use and Charges (APR 2012)

52.246-25 Limitation of Liability—Services (FEB 1997)

52.248-1 Value Engineering (OCT 2010)

52.249-2 Termination for Convenience of the Government (Fixed-Price) (APR 2012)

52.249-8 Default (Fixed-Price Supply and Service) (APR 1984)

52.253-1 Computer Generated Forms (JAN 1991)

AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES

452.236-77 Emergency Response (NOV 1996)

452.237-70 Loss, Damage, Destruction or Repair (FEB 1988)

452.237-75 Restrictions Against Disclosure (FEB 1988)

I-2 – BPA CALL ISSUANCE

Warranted Contracting Officers within Region 6 are authorized to place BPA Calls against this contract within

their delegated warrant authority.

(a) The Contracting Officer’s (CO) decision to issue a BPA Call to a particular awardee will be based on the

criteria stated below. The CO shall give each BPA awardee a “fair opportunity” to be considered for each

order in excess of $1,500.

(b) Selection Criteria for Awarding Task Order. The Government will evaluate the quotes against stated

selection criteria, of which price will always be a factor. Additional information such as technical

approach, quality control plan, and a safety plan not previously submitted may be requested and evaluated

prior to awarding BPA Calls. Single or multiple awards may be made for individual BPA Calls, as

specified on the quotation.

(c) Process

1. A warranted Contracting Officer must issue all BPA Calls. When services are required, a Request

for Quotation (RFQ) will be sent to each qualified Contractor from the list of BPA awardees resulting

Page 13: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 13

from this solicitation. Each quotation request will include the required due date, specific instructions

for the submission for quotes, the selection criteria factors, and other information deemed appropriate.

2. Awardees resulting from this solicitation will generally be allowed a minimum of 5 working days

to prepare and submit quotes, however, more or less time may be necessary based on the requirements.

If an awardee is unable to perform a requirement, the awardee may submit “NO QUOTE” to the

quotation request. While no mandatory requirement exists for the submission of a quote, continual

failure to respond may be considered during the annual BPA review process.

3. BPA Calls: All BPA Calls will be issued on a firm fixed-price basis. BPA Calls may be issued

verbally, by facsimile, or by electronic commerce methods. Verbal BPA Calls will be backed up by a

written order.

I-3 – FAR 52.204-7 – System for Award Management (OCT 2018)

(a) Definitions. As used in this provision—

“Electronic Funds Transfer (EFT) indicator means a four-character suffix to the unique entity identifier. The

suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional

System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same

entity.

“Registered in the System for Award Management (SAM)” means that–

(1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT

indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the

Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into SAM

(2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of

Contact sections of the registration in SAM;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer

Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide

consent for TIN validation to the Government as a part of the SAM registration process; and

(4) The Government has marked the record “Active”.

“Unique entity identifier” means a number or other identifier used to identify a specific commercial, nonprofit,

or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.

(b)

(1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to

be registered until time of award, during performance, and through final payment of any contract, basic

agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the

annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror's name

Page 14: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 14

and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique

entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM.

(c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at

www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be

prepared to provide the following information:

(1) Company legal business name.

(2) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(3) Company physical street address, city, state, and Zip Code.t

(4) Company mailing address, city, state and Zip Code (if separate from physical).

(5) Company telephone number.

(6) Date the company was started.

(7) Number of employees at your location.

(8) Chief executive officer/key manager.

(9) Line of business (industry).

(10) Company headquarters name and address (reporting relationship within your entity).

(d) Processing time should be taken into consideration when registering. Offerors who are not registered in

SAM should consider applying for registration immediately upon receipt of this solicitation. See

https://ww.sam.gov for information on registration.

I-4 – AGAR 452.209-71 – ASSURANCE REGARDING FELONY CONVICTIONS OR TAX

DELINQUENT STATUS FOR CORPORATE APPLICANTS (FEB 2012) ALTERNATE I

(FEB 2012)

(a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-

74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax

delinquencies. Accordingly, by accepting this award the contractor acknowledges that it –

(1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has

been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and

that is not being paid in a timely manner pursuant to an agreement with the authority responsible for

collecting the tax liability, and

Page 15: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 15

(2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal

violation under any Federal law within 24 months preceding the award, unless a suspending and debarring

official of the United States Department of Agriculture has considered suspension or debarment of the

awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined

that suspension or debarment is not necessary to protect the interests of the Government.

(b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default

and may recover any funds the awardee has received in violation of sections 433 or 434.

I-5 - FAR 52.219-28 - POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

(JUL 2013)

(a) Definitions. As used in this clause-

Long-term contract means a contract of more than five years in duration, including options. However, the

term does not include contracts that exceed five years in duration because the period of performance has been

extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend

Services, or other appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated,

not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small

business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a

concern is “not dominant in its field of operation” when it does not exercise a controlling or major influence on a

national basis in a kind of business activity in which a number of business concerns are primarily engaged. In

determining whether dominance exists, consideration shall be given to all appropriate factors, including volume

of business, number of employees, financial resources, competitive status or position, ownership or control of

materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the

Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g)

of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the

contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the

contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after

modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this

clause in the contract.

(3) For long-term contracts-

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of

this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code

Page 16: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 16

assigned to this contract. The small business size standard corresponding to this NAICS code can be found at

http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture

itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required

by paragraph (b) of this clause by validating or updating all its representations in the Representations and

Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to

ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing

within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and

provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract,

the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a

representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the

following rerepresentation and submit it to the contracting office, along with the contract number and the date on

which the rerepresentation was completed:

rn under NAICS Code __541922____

assigned to contract number ______________.

[Contractor to sign and date and insert authorized signer’s name and title].

[Contractor to sign and date and insert authorized signer’s name and title].

I-6 – FAR 52.222-42 - STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29

CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract

and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject

to the provisions of 5 U.S.C.5341 or 5 332.

THIS STATEMENT IS FOR INFORMATION ONLY; IT IS NOT A WAGE DETERMINATION

HOURLY COMPENSATION

Employee Class Monetary Wage-

Fringe Benefits*

GS-12 $39.23

Page 17: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 17

I-7 – FAR 52.236-2 – DIFFERING SITE CONDITIONS (APR 1984)

N/A

I-8 – FAR 52.236-7 - PERMITS AND RESPONSIBILITIES (NOV 1991)

The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary

licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations

applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or

property that occurs as a result of the Contractor’s fault or negligence. The Contractor shall also be responsible

for all materials delivered and work performed until completion and acceptance of the entire work, except for any

completed unit of work which may have been accepted under the contract.

I-9 – FAR 52.236-8 – OTHER CONTRACTS (APR 1984)

The Government may undertake or award other contracts for additional work at or near the site of the work under

this contract. The Contractor shall fully cooperate with the other contractors and with Government employees and

shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work,

heeding any direction that may be provided by the Contracting Officer. The Contractor shall not commit or permit

any act that will interfere with the performance of work by any other contractor or by Government employees.

Page 18: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 18

SECTION J--LIST OF DOCUMENTS, EXHIBITS, AND ATTACHMENTS

J-1 – ATTACHMENTS

Wage Determinations (The following wage determinations are for information only. Each BPA Call will

contain the most current wage determination for the area in which the services will be performed.)

U.S. Department of Labor Wage Determination (Oregon), Attached Zip File of All Counties

U.S. Department of Labor Wage Determination (Washington), Attached Zip File of All Counties

Attachments - Inserted

The following attachments are made a part of this solicitation and any resultant contract:

Exhibit A Experience Questionnaire

(a Resume which addresses all pertinent information will be accepted in lieu of the

Questionnaire form). Inserted at the end of this solicitation

Page 19: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 19

SECTION K--REPRESENTATIONS, CERTIFICATIONS, ANDOTHER STATEMENTS OF

OFFERORS OR RESPONDENTS

K-1 - NOTE: Offerors should address questions concerning VETS-100 reporting and reporting requirements

to the Office of Veterans Employment and Training Services offices at the following address:

U. S. Department of Labor

VETS-100 Reporting

4200 Forbes Blvd., Suite 202

Lanham, MD 20703

Telephone: (301) 306-6752

Website: www.vets100.cudenver.edu

Reporting Questions: [email protected]

Reporting Verification: [email protected]

K-2 - AGAR 452.219-70 - SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001)

The North American Industrial classification System Code(s) and business size standard(s) describing the

products and/or services to be acquired under this solicitation are listed below:

Contract line item(s): all

--NAICS Code 541922

--Size Standard $8.0 million

The small business size standard for a concern which submits an offer in its own name, other than on a

construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is

500 employees.

K-3 - FAR 52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

(FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. The offeror is cautioned that the listed provisions may include blocks that must be

completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of

those provisions, the offeror may identify the provision by paragraph identifier and provide the

appropriate information with its quotation or offer. Also, the full text of a solicitation provision may

be accessed electronically at this/these address(es):

www.arnet.gov/far/

www.usda.gov/procurement/policy/agar.html

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal

Transactions (SEP 2007)

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions

Relating to Iran--Representation and Certifications (AUG 2018)

Page 20: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 20

K-4 – FAR 52.204-8 - ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2020)

(a) (1) The North American Industry Classification System (NAICS) code for this acquisition is

_____541922____.

(2) The small business size standard is ____$8.0 M____.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a

construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is

500 employees.

(b) (1)If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph

(d) of this provision applies.

(2)If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the

Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use

paragraph (d) of this provision instead of completing the corresponding individual representations and

certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following

boxes:

(i)□ Paragraph (d) applies.

(ii)□ Paragraph (d) does not apply and the offeror has completed the individual representations and

certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations

when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless–

(A) The acquisition is to be made under the simplified acquisition procedures in part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal

Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality

Agreements or Statements-Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the

provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to

solicitations that-

Page 21: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 21

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.204-26, Covered Telecommunications Equipment or Services-Representation. This provision

applies to all solicitations.

(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation.

(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations

where the contract value is expected to exceed the simplified acquisition threshold.

(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony

Conviction under any Federal Law. This provision applies to all solicitations.

(x) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids

except those in which the place of performance is specified by the Government.

(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of

performance is specified by the Government.

(xii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to

solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the

Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast

Guard.

(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed

bidding and the contract will be performed in the United States or its outlying areas.

(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that

include the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those

for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xvi) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. This provision

applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold

and the contract is not for acquisition of commercial items.

(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the

delivery or specify the use of USDA–designated items; or include the clause at 52.223-2, Affirmative

Procurement of Biobased Products Under Service and Construction Contracts.

Page 22: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 22

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or

specify the use of, EPA–designated items.

(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation.

This provision applies to solicitations that include the clause at 52.204-7.)

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at

52.225-1.

(xxi) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates

I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.

(A)If the acquisition value is less than $25,000, the basic provision applies.

(B)If the acquisition value is $25,000 or more but is less than $50,000, the provision with its

Alternate I applies.

(C)If the acquisition value is $50,000 or more but is less than $83,099, the provision with its

Alternate II applies.

(D)If the acquisition value is $83,099 or more but is less than $100,000, the provision with its

Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the

clause at 52.225-5.

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification.

This provision applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or

Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This

provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from

higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

__ (i) 52.204-17, Ownership or Control of Offeror.

__ (ii) 52.204-20, Predecessor of Offeror.

__ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

__ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts

for Maintenance, Calibration, or Repair of Certain Equipment- Certification.

Page 23: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 23

__ (v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts

for Certain Services-Certification.

__ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–

Designated Products (Alternate I only).

__ (vii) 52.227-6, Royalty Information.

____ (A) Basic.

____ (B) Alternate I.

__ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The offeror has completed the annual representations and certifications electronically in SAM website

accessed through https://www.sam.gov. After reviewing the SAM information, the offeror verifies by submission

of the offer that the representations and certifications currently posted electronically that apply to this solicitation

as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current,

accurate, complete, and applicable to this solicitation (including the business size standard applicable to the

NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by

reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change

by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this

offer and are current, accurate, and complete as of the date of this offer.

FAR Clause # Title Date Change

_________________________________

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to

the representations and certifications posted on SAM.

K-5 - FAR 52.209-5 - CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015)

(a) (1) The Offeror certifies, to the best of its knowledge and belief, that-

(i) The Offeror and/or any of its Principals-

(A) Are□ are not□ presently debarred, suspended, proposed for debarment, or declared ineligible for

the award of contracts by any Federal agency;

(B) Have□ have not□, within a three-year period preceding this offer, been convicted of or had a

civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining,

attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal

or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery,

bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax

laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this

solicitation);

Page 24: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 24

(C) Are□ are not□ presently indicted for, or otherwise criminally or civilly charged by a

governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this

provision;

(D) Have□, have not□, within a three-year period preceding this offer, been notified of any

delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(1) Federal taxes are considered delinquent if both of the following criteria apply:

(i) The tax liability is finally determined. The liability is finally determined if it has been

assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case

of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have

been exhausted.

(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has

failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where

enforced collection action is precluded.

(2) Examples.

(i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which

entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it

is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the

taxpayer has exercised all judicial appeal rights.

(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and

the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS

Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain

the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because

the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a

final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer

has exercised all judicial appeal rights.

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The

taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not

delinquent because the taxpayer is not currently required to make full payment.

(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because

enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has has not , within a three-year period preceding this offer, had one or more

contracts terminated for default by any Federal agency.

(2)“Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person

having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant

manager; head of a division or business segment; and similar positions).

Page 25: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 25

This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the

Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under

Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to

contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by

reason of changed circumstances.

(c)A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in

withholding of an award under this solicitation. However, the certification will be considered in connection with a

determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such

additional information as requested by the Contracting Officer may render the Offeror non-responsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in

order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and

information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the

ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance

was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous

certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the

contract resulting from this solicitation for default.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in

withholding of an award under this solicitation. However, the certification will be considered in connection

with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide

such additional information as requested by the Contracting Officer may render the Offeror non-responsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in

order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and

information of an Offeror is not required to exceed that which is normally possessed by a prudent person in

the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance

was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous

certification, in addition to other remedies available to the Government, the Contracting Officer may

terminate the contract resulting from this solicitation for default.

K-6 – AGAR 452.209-70 – REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID

DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012)

ALTERNATE I (FEB 2012)

(a) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations

Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and

corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of

this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation.

(b) The Offeror represents that –

Page 26: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 26

(1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the

fifty states, the District of Columbia, or the various territories of the United States including American

Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico,

Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both

for-profit and non-profit organizations.)

If the Offeror checked “is” above, the Offeror must complete paragraphs (2) and (3) of the representation. If

Offeror checked “is not” above, Offeror may leave the remainder of the representation blank.

(2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under

Federal or State law in the 24 months preceding the date of offer.

(ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony

criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the

date of offer.

(3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been

assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that

is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting

the tax liability.

Page 27: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 27

SECTION L--INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS

L-1 - FAR 52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

(FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full text

available. The offeror is cautioned that the listed provisions may include blocks that must be

completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of

those provisions, the offeror may identify the provision by paragraph identifier and provide the

appropriate information with its quotation or offer. Also, the full text of a solicitation provision may

be accessed electronically at this address:

https://www.acquisition.gov/

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

52.204-6 Unique Entity Identifier (OCT 2016)

52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2017)

52.237-1 Site Visit (APR 1984)

AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES

452.204-70 Inquiries (FEB 1988)

452.215-72 Amendments to Proposals (FEB 1988)

L-2 - FAR 52.216-1 – TYPE OF CONTRACT (APR 1984)

The Government contemplates award of multiple blanket purchase agreements resulting from this solicitation.

L-3 – AGAR 452.237-71 - PRE-BID/PRE-PROPOSAL CONFERENCE (FEB 1988)

A pre-bid/pre-proposal conference is not planned.

L-4 – FAR 52.233-2 - SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an

agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be

served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of

receipt from

Roxanne Anderson, Contract Specialist

USDA, Forest Service

Contracting North

Mount Hood National Forest

16400 Champion Way

Sandy, Oregon 97055

Page 28: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 28

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest

with the GAO.

L-5 – INSTRUCTIONS FOR THE PREPARATION OF TECHNICAL AND BUSINESS PROPOSALS

(a) General Instructions. Proposals submitted in response to this solicitation shall be furnished in the

following format with the number of copies as specified below.

(1) Proposals shall be submitted in two parts – a technical proposal and a price proposal. Each part

shall be separate and complete in itself so that evaluation of one may be accomplished

independently of the other. The price proposal shall be submitted with the solicitation forms, no

breakdown of the unit price is required. The technical proposal must not contain reference to cost.

(2) Offers are cautioned that sufficient and detailed information must be presented in their technical

proposals to enable the Government to evaluate their proposals fully in accordance with the

Evaluation Factors and Award Determination contained in Section M. The Government is not

obligated to ask for additional information, and in the absence of appropriate information, the

proposal will be rated deficient.

(3) Offerors should submit their proposal(s) in the following format and quantities specified:

(i) 1 copy of the completed, signed offer (sections A, B, and K of the solicitation package)

(ii) 2 copies of the technical proposal

(iii) 1 copy of the price proposal

In addition to a successful firm’s response to the solicitation, responses to all Evaluation Factors,

except Relevant Past Performance, will be incorporated into the resulting Blanket Purchase

Agreement(s).

(b) Technical Proposal: The technical proposal will be used to make an evaluation and arrive at a

determination as to whether the proposal will meet the requirement of the Government. Therefore, the

technical proposal must present sufficient information to reflect a thorough understanding of the

requirement and a detailed, description of the techniques, procedures, and program for achieving the

objective of the Performance Work Statement/Specifications. Proposals that merely paraphrase the

Government’s requirements or use such phrases as “will comply”, etc. will be rated accordingly. At a

minimum, the proposal must clearly provide the following:

Note: Offerors may enhance their proposal by identifying strengths, unique capabilities and value

adding processes.

(1) Experience. Specific areas to address include the following:

(i) Describe your relevant photography experience.

(ii) Describe your experience with varied location and subjects, specific equipment and

software.

(iii) Quality Control Plan: Offerors shall submit a plan showing how they will provide quality

control to assure that the required tasks and methodology of services are in compliance

with the specifications of the contract. The plan shall be in enough detail that it clearly

shows how the offeror intends to monitor and maintain the quality of the services, as well

Page 29: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 29

as the quality of the digital data. The plan shall also show how the offeror will maintain

and submit records when quality is monitored.

(2) Relevant Past Performance. Each offeror will be evaluated on their performance under existing

and prior contracts of a similar nature in type, scope and complexity. Performance information

will be used as an evaluation factor against which offeror’s relative rankings will be compared to

assure best value to the Government. The Government may contact references beyond those

identified by the offeror to obtain additional information for use in both the responsibility

determination and in further evaluation of the offeror's past performance. The Government will

focus on information that demonstrates quality of performance relative to the size and complexity

of the procurement under consideration.

The offeror shall submit a list of all pertinent photography projects completed during the past

three years and all contracts and subcontracts in progress. Past performance of proposed

subcontractors who are expected to perform more than 20% of the work shall also be listed.

Include contracts with the Federal Government, agencies of state, and local governments, and

commercial customers. Offerors that are newly formed entities, without prior contracts as an

entity, should list contracts and subcontracts completed by all personnel deemed vital to

successful performance. Firms with no experience should list contracts and subcontracts similar

in nature and complexity to that required by this solicitation. If prior experience is something

other than Government contracts, the Government may consider its relevance to this project at its

discretion.

The following information for each contract/subcontract is requested:

A) Project name

B) Contract number

C) Location

D) Year of completion, or anticipated completion date if in progress

E) Contract administrator's name, phone and facsimile numbers

F) Your personnel who worked on the project

G) Project size

H) Quality of work performed

I) Whether the contract was completed timely

The offeror may provide information on problems encountered on the contracts and subcontracts

listed and the corrective action(s) taken to resolve those problems. The Government may obtain

information from existing contract files. Because discussions may not be held, the offeror may

refute any problems in the original offer.

The offeror may include letters of appreciation for contracts and subcontracts previously completed

and any value engineering finance awards.

NOTE: If the Contractor does not provide past performance information, or indicates a lack of

Past Performance with its offer, the Contracting Officer need not pursue further information if it

is clear that the offeror’s price is not competitive.

The Office of Management and Budget (OMB) has authorized Federal agencies to collect past

performance information under OMB clearance number 9000-0142.

Page 30: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 30

(3) Key Personnel. (Project Lead)

a. Resume Format: The maximum length of each resume shall be three (3) pages. For

this purpose, a page is deemed to be 60 lines or less of text on a standard 8-1/2 X 11-inch

sheet of paper. The information required to be provided shall include, at the minimum, the

following:

(i) Title of Labor Category

(ii) Name of Proposed Person

(iii) Education, if required; otherwise optional

(iv) Relevant Experience: Each resume shall set forth and provide the proposed person’s

relevant experience. Where experience has been derived during employment with more

than one firm, the following information shall be provided as to each firm where

applicable experience was acquired:

(a) Name of company/Government agency, title of division/department and

address;

(b) Duration of Employment;

(c) Level of Position held;

(d) Description of relevant experience and responsibilities; and,

(e) Number of employees supervised, if applicable

(v) Name and address of current employer, if any, and position

(vi) Signature and date: Each person for whom a resume is submitted by the offeror shall

sign and date such resume.

b. Resume Content: The content of each resume submitted shall be sufficiently detailed

to demonstrate the person’s qualifications that is anticipated to fill said position and must

also include the desired information as set forth below. If subcontracting is anticipated and

includes key personnel positions, the Offeror shall provide resumes for each subcontracted

position. i. Offerors shall submit a resume for each Project Lead to be used on this project. This

resume shall describe the:

a) Specific education and experience pertaining to photography and project

administration;

b) Total number of years involved in the photography profession;

c) Demonstrated ability to competently perform the identified needs within this

solicitation statement of work.

e) Ability to direct photography operations while maintaining Quality Control.

c. Education and Experience Requirements: Key Personnel shall display education or

experience requirements. The Contractor shall provide a summary of the education or

work experience prior to certification (See H-2).

Provide information of education/experience requirements for Key Personnel are:

1. Completion of a degree program;

And/or

Page 31: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 31

2. Documented Experience of specific photography projects within the past five years;

and

(b) Price Proposal. A firm’s completion and submission of Standard Form 33 and Section B’s

Schedule of Items constitutes the fulfillment of the Government’s price proposal

requirements under this solicitation.

Note that the prices contained in Section B of this solicitation are hourly, however, prices

solicited in each individual BPA Call will be “per plot”.

Page 32: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 32

SECTION M--EVALUATION FACTORS FOR AWARD

M-1 – EVALUATION CRITERIA

(a) Technical proposals will be evaluated on the following criteria:

1. Experience. A firm’s experience will be evaluated based upon their response to how the Statement

of Work will be accomplished with an emphasis on the following sub-factors:

(a) Offeror’s ability to perform the work. The Government will evaluate the offeror’s plan

considering the amount of experience the offeror exhibits.

(b) Offeror’s ability to deliver data electronically and the offeror’s experience with data. The

Government will evaluate considering the following: Photography experience and skiles based

on section C-3 of the Statement of Work.

(c) Quality Control Plan. The offeror’s Quality Control Plan will be evaluated on how they plan

to implement and carry out quality control measures throughout the life of the BPA.

2. Relevant Past Performance. Past performance is a measure of the degree to which an offeror, as

an organization, has (1) satisfied its customers; and (2) complied with federal, state, and local laws

and regulations. The Government will inquire about the following elements, which are all of equal

importance in relation to each other: (1) quality of the offeror’s work; (2) timeliness of the firm

during performance and the final completion of the project; (3) customer satisfaction; and (4)

overall business relations.

(a) Quality of Services – Demonstrated ability to perform services specifically relevant to the

subject Performance Work Statement’s related techniques. Conformance to good standards of

workmanship. (e.g., end users satisfaction with work quality, reworks required due to poor

work quality, decline in quality to meet production schedule, problems encountered with the

project.

(b) Timeliness of Performance – Compliance with delivery schedules, reliability, responsiveness

to requests for changes in delivery schedule (e.g., added work).

(c) Customer Satisfaction - Satisfaction of end users with the Contractor’s completed services.

(d) Business Relations - Effective management (e.g., business relationships with others, relaying

quality concerns, working with others to correct deficiencies and resolve problem areas);

working relationship with the Contracting Officer and Technical Representatives on problem

solving and recommending solutions, proposing new or improved processes/procedures, and

showing initiative in overcoming obstacles; response to problems with the supervisor and/or

operators.

Assessment of the Offeror’s past performance will be one means of evaluating the creditability of the

Offeror’s proposal, and relative capability to meet performance requirements. The Government may

research offeror performance on any federal, state, local, and commercial contract performance of the

offeror that is known to the Government, but not included on the submitted Performance Information.

Additionally, personal experience and evaluator knowledge of an offeror performance may be utilized.

Page 33: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 33

Evaluation of past performance will often be subjective based on consideration of all relevant facts and

circumstances. It will include a determination of the Offeror’s commitment to customer satisfaction

and will include conclusions of informed judgment. However, the basis for conclusions of judgments

will be documented. Offerors with past performance data will be evaluated in the same manner as all other evaluation

factors; however, those offerors with no relevant past performance data will be treated as an unknown

performance risk and neither be evaluated favorably nor unfavorably. Therefore, offerors will receive

credit for good past performance, lose credit for poor past performance, and neither receive nor lose

credit for no relevant past performance.

3. Key Personnel. The Government will assess the quality and extent of the qualifications of the

offeror’s proposed key personnel based on a detailed review of the content of the resumes submitted as

part of the offer (proposal).

M-2 – AWARD DETERMINATION

All evaluation factors other than cost or price, when combined, are slightly more important than cost or price.

The Government intends to award multiple Blanket Purchase Agreements, however, awards will only be made to

Contractors offering a reasonable price and resources that are technically acceptable. Proposed pricing for ALL

line items will be evaluated for reasonableness. Reasonable price and technical acceptability will be the basis for

award.

Each proposal received will be carefully considered and all information submitted will be kept in strict

confidence within legal constraints.

This request for proposals does not commit the Government to pay any costs incurred in the preparation of the

submission of proposals.

M-3 – ADDITIONAL BPA AWARDS

The Government reserves the right to issue additional solicitations and award additional BPAs covering the

same scope of work. In this event, new BPA contractors, in accordance with the terms of their BPA, may

compete for orders with the current BPA contractors selected under this BPA.

Page 34: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 34

USDA Forest Service

EXPERIENCE QUESTIONNAIRE Instructions: See Box 11, Remarks, if extra space is needed to answer any item below. Mark “X” in appropriate boxes.

1. Contractor Name, Address, and Telephone Number

2. Submitted to (Office Name and Address) USDA Forest Service Mt Hood National Forest 16400 Champion Way Sandy, Oregon 97055

3. Business [ ] Company [ ] Corporation [ ] Non-profit Organization [ ] Co-partnership [ ] Individual

4. How many years do you or your firm have in the line of work contemplated by this solicitation?

5. How many years’ experience have you or your business had as a (a) prime contractor ______ and/or (b) sub-contractor ______?

6. List below the projects your business has completed within the last three years:

Contract Amount

Type of Project Date Completed Name, Address, and Telephone No. of

Owner/Person to Contact for Project Information

7. List below all of your firm’s contractual commitments running concurrently with the work contemplated by this solicitation:

Contract Number Dollar Amount

Of Award Name, Address, and Telephone No. of

Business/Government Agency Involved Awarded (Units)

Percent Completed

Date Contract Complete

8a. Have you ever failed to complete any work awarded to you? [ ] Yes [ ] No 8b. Has work ever been completed by performance bond? [ ] Yes [ ] No 8c. did you look at the project site(s) on-the-ground? [ ] Yes [ ] No 8d. If “Yes” to either item 8a. or 8b., specify location(s) and reason(s) why:

Page 35: SOLICITATION, OFFER AND AWARD Government... · SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Professional Photography Services - Pacific Northwest Region (Oregon and Washington)

RFP: 12-046W-20-R-0001

Professional Photography Services Blanket Purchase Agreement (BPA)

Pacific Northwest Region (Oregon and Washington)

Page 35

EXPERIENCE QUESTIONNAIRE, CONTINUED

9. Employees and equipment that will be available for this project: a. (1) Minimum number of employees: _______ and (2) Maximum number of employees: _______ b. Are employees regularly on your payroll: [ ] Yes [ ] No c. Specify equipment available for this contract: ______________________________________________________________________ ___________________________________________________________________________________________________________ ___________________________________________________________________________________________________________ d. Estimate rate of progress below (such as 2.0 acres/man/day): (1) Minimum progress rate: _________________ and (2) Maximum progress rate: ___________________

10. List below the experience of the Personnel to work on this contract.

Individual’s Name Present Position Years of

Experience Magnitude and Type of Work

11. Remarks – Specify Box Numbers (Attach sheets if extra space is needed to fully answer any above question): NOTE: PLEASE PROVIDE ANY ADDITIONAL INFORMATION THAT WILL HELP EVALUATE YOUR ABILITY TO SUCCESSFULLY COMPLETE THIS PROJECT.

CERTIFICATION I certify that all of the statements made by me are complete and correct to the best of my knowledge, and that any persons named as references are authorized to furnish the Forest Service with any information needed to verify my capability to perform this project.

12a. CERTIFYING OFFICIAL’S NAME AND TITLE

b. SIGNATURE (Sign in blue ink) 13. DATE