federal supply service.doc

85
General Services Administration Federal Supply Service Authorized Federal Supply Schedule Pricelist Federal Supply Group 874 Class 8742 Business Size: Large DUNS Number: 10-315-0223 Contract Number: GS-10F-0049K Contract Period: 15 Nov 99 to 14 Nov 04 Option Period: 15 Nov 04 to 14 Nov 09 On-line access to contract ordering information terms and conditions, up- to-date pricing and the option to create an electronic delivery order is available through GSA Advantage, a menu-driven database system. For more information on ordering from Federal Supply Schedules, click on the FSS Schedules button at www.fss.gsa.gov HJ Ford Associates Inc. 1111 Jefferson Davis Highway Gateway North, Suite 808 Arlington, VA 22202 Telephone: 703.416.6500 Fax: 703.416.6501 Schedule for Management, Organization, and Business Improvement Services (MOBIS)

Upload: fordlovers

Post on 12-Apr-2017

185 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Federal Supply Service.doc

General Services Administration

Federal Supply ServiceAuthorized Federal Supply

Schedule Pricelist

Federal Supply Group 874

Class 8742

Business Size: LargeDUNS Number: 10-315-0223

Contract Number: GS-10F-0049K

Contract Period: 15 Nov 99 to 14 Nov 04Option Period: 15 Nov 04 to 14 Nov 09

On-line access to contract ordering information terms and conditions, up-to-date pricing and the option to create an electronic delivery order is available through GSA Advantage, a menu-driven database system.

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

www.fss.gsa.gov

HJ Ford Associates Inc.1111 Jefferson Davis Highway

Gateway North, Suite 808Arlington, VA 22202

Telephone: 703.416.6500Fax: 703.416.6501

Contract Administration: Mr. Barry Lieberman

www.hjford.com

Schedule forManagement, Organization, and Business Improvement Services (MOBIS)

Page 2: Federal Supply Service.doc

TABLE OF CONTENTS

How to Order Using MOBIS........................................................................................................1

Customer Information...................................................................................................................3

About HJ Ford.............................................................................................................................10

MOBIS Services.........................................................................................................................13 Consulting (874-1).......................................................................................................14 Facilitation (874-2)......................................................................................................16 Survey (874-3).............................................................................................................18 Privatization and Documentation (874-6)....................................................................20

Additional Terms and Conditions...............................................................................................22

Labor Categories.........................................................................................................................30

Price List.....................................................................................................................................42

Page 3: Federal Supply Service.doc

HOW TO ORDER USING MOBIS

-1 -1-

HJ Ford has been awarded a Federal Supply Schedule (FSS) contract for Management, Organization, and Business Improvement Services (MOBIS) (Contract GS-10F-0049K). As a result, the General Services Administration (GSA) has established us as a qualified vendor of MOBIS services at competitive fixed labor prices.

Using the MOBIS Schedule is easy and fast. You remain in control of the process—from the definition of the requirement through the selection of the

service provider. Once you determine that you can use MOBIS, you can easily access HJ Ford’s services through the following procedures.

1. Prepare a Purchase Requisition.2. Prepare a Statement of Work to include the task statement, description of

deliverables and schedule, and delivery order type (fixed price or labor hour pricing).

3. Provide the Purchase Requisition/Statement of Work to your Contracting Officer.4. The Contracting Officer processes the Purchase Requisition and issues a Request

for Quotation (RFQ) to HJ Ford (and up to four other firms).

A full and open competition is not necessary. This is because MOBIS FSS Vendors are already qualified: their costs have been negotiated previously through a competitive process. However, the Contracting Officer does need to issue the RFQ to a minimum of three (3) MOBIS FSS vendors and from those quotes evaluate the best value for your particular needs. You do not have to award based on lowest cost.

For recurring requirements, you may want to consider negotiating a Blanket Purchase Agreement (BPA) with HJ Ford (see clause (page 7) entitled “Blanket Purchase Agreements”).

The procedures outlined in this Price List under “Additional Terms and Conditions—Ordering Procedures” (page 22) also apply.

For further information about HJ Ford’s corporate capabilities, technical and management questions, and how to order, please contact:Mr. Albert StummTelephone: (703) 416-6500 X1004Email: [email protected]

For contract administration information, please contact our Director of Contracts:Mr. Barry LiebermanTelephone: (703) 416-6500 X1040Email: [email protected]

Page 4: Federal Supply Service.doc

C

UST

OM

ER IN

FOR

MAT

ION

Page 5: Federal Supply Service.doc

CUSTOMER INFORMATION TABLE OF CONTENTS

. Page1a. Table of awarded special item number(s)

with appropriate cross-reference to page number(s).........................................................31b. Identification of the lowest priced model number

and lowest unit price for that model for each special itemnumber awarded in the contract........................................................................................3

2. Maximum order.................................................................................................................33. Minimum order.................................................................................................................34. Geographic coverage.........................................................................................................35. Point(s) of production.......................................................................................................36. Discount from list prices or statement of net price...........................................................37. Quantity discounts.............................................................................................................38. Prompt payment terms......................................................................................................39a. Acceptance of Government Purchase Card......................................................................39b. Discount for payment by Government commercial credit card........................................310. Foreign items.....................................................................................................................411a. Time of delivery................................................................................................................411b. Expedited delivery............................................................................................................411c. Overnight and 2-day delivery...........................................................................................411d. Urgent Requirements........................................................................................................412. FOB point(s).....................................................................................................................413. Contractor’s Ordering address..........................................................................................414. Payment address................................................................................................................515. Warranty provision...........................................................................................................516. Export packing charges.....................................................................................................517. Terms and conditions of Government purchase card acceptance.....................................518. Terms and conditions of rental, maintenance, and repair.................................................519. Terms and conditions of installation.................................................................................520a. Terms and conditions of repair parts indicating date of

parts price lists and any discounts from list prices............................................................520b. Terms and conditions for any other services....................................................................621. List of service and distribution points...............................................................................722. List of participating dealers...............................................................................................723. Preventive maintenance....................................................................................................724. Year 2000 (Y2K) Warranty – Commercial Supply Items................................................825. Environmental attributes (e.g., recycled content,

energy efficiency, and/or reduced pollutants....................................................................8

-2-

Page 6: Federal Supply Service.doc

CUSTOMER INFORMATION

1a. Table of Awarded Special Item Number(s)SIN 874-1 Consulting Services (see page 14)SIN 874-2 Facilitation Services (see page 16)SIN 874-3 Survey Services (see page 18)SIN 874-6 Privatization Support Services and Documentation (see page 20)

1b. Identification of Lowest Price Model Number/Unit PriceNot Applicable

2. Maximum Order (All dollar amounts are exclusive of any discount for prompt payment.) The maximum dollar value per order for purchase of MOBIS Services is $1,000,000 (may be waived).

3. Minimum Order$300.00

4. Geographic Scope of ContractThe geographic scope of this contract is the 48 contiguous states, the District of Columbia, Alaska, Hawaii, and Puerto Rico. Services provided outside the continental United States may include any additional expense related to assignment of personnel to that location, e.g., travel and per diem expenses in accordance with the Federal Travel Regulation or Joint Travel Regulations, as applicable.

5. Points of Production (Trade Agreements Act of 1979, as amended)All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended.

6. Discount from List Prices or Statement of Net PriceWork at Government Facilities: HJ Ford reserves the right to offer discounts in instances where the services are to be provided at a Government facility when the Government provides office space and related items, e.g., desk, computer, printer, telephone, office supplies, etc.; the assignment is for a duration of 6 months or longer; and adequate funding is provided (see page 27, Additional Terms and Conditions, paragraph 7(d) entitled “Responsibilities of the Government” for further requirements).

7. Quantity DiscountsNone

8. Prompt Payment TermsHJ Ford reserves the right to offer prompt payment discounts for payments received in less than 30 days from submission of invoice.

9a. Acceptance of Government Credit CardsGovernment Commercial Credit/Purchase Cards will be acceptable for payment above the micropurchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.

9b. Discount for payment by Government commercial credit cardNone

-3-

Page 7: Federal Supply Service.doc

10. Foreign ItemsNone

11a. Time of DeliveryThe establishment of a date for the delivery of Services will be as negotiated between HJ Ford and the agency, i.e., by task/delivery order.

11b. Expedited DeliveryThe establishment of a date for the delivery of Services will be as negotiated between HJ Ford and the agency, i.e., by task/delivery order.

11c. Overnight and 2-day DeliveryContact Contractor.

11d. Urgent RequirementsHJ Ford will make every effort to respond to urgent requirements of the government, in the shortest time possible.

When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact HJ Ford for the purpose of obtaining accelerated delivery. HJ Ford shall reply to the inquiry within 3 workdays after receipt. (Telephone replies shall be confirmed by HJ Ford in writing). If HJ Ford offers an accelerated delivery time acceptable to the ordering agency; any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract.

12. FOB PointsDestination

13. Contractor’s Ordering Address Mailed orders should be forwarded to the following address:

HJ FordAttn: Contracts Department1111 Jefferson Davis HighwaySuite 808Arlington, VA 22202

The following telephone number can be used by ordering agencies to obtain technical and/or ordering assistance: (703) 416-6500 x1004 (Albert Stumm) or x1006 (Patrick Shannon)

For questions concerning corporate capabilities, technical and management services, and order development, please contact:

HJ FordAttn: Mr. Albert Stumm1111 Jefferson Davis Highway, Suite 808Arlington, VA 22202Telephone: (703) 416-6500 X1004Email: [email protected]

-4-

Page 8: Federal Supply Service.doc

Orders transmitted by facsimile should be directed to the following: (703) 416-6501.

Electronic mail orders should be sent to: [email protected]

14. Payment AddressPayment should be forwarded to the following address:

HJ FordAttn: Accounting Department1111 Jefferson Davis HighwaySuite 808Arlington, VA 22202

15. Warranty Provision

a. For the purpose of this contract, commitments, warranties, and representations include, in addition to those agreed to for the entire schedule contract:

1. Time of delivery/installation quotations for individual orders;2. Technical representations and/or warranties of products concerning performance, total

system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/service/software package submitted in response to requirements which result in orders under this schedule contract.

3. Any representations and/or warranties concerning the products made in any literature, description, drawings, and/or specifications furnished by the contractor.

b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.

16. Export Packing ChargesNot Applicable

17. Terms and conditions of Government purchase card acceptance (any thresholds above the micropurchase level)Government Commercial Credit/Purchase Cards will be acceptable for payment above the micropurchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.

18. Terms and Conditions of Rental, Maintenance, and RepairNot Applicable

19. Terms and Conditions of Installation Not Applicable

20a. Terms and Conditions of Repair Parts Indicating Date of Parts Price Lists and any Discounts from List PricesNot Applicable

-5-

Page 9: Federal Supply Service.doc

20b.Terms and conditions for any other services

Liability for Injury or DamageThe Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.

Statistical Data for Government Ordering Office Completion of Standard Form 279:Block 9: G Order/Modification Under Federal ScheduleBlock 16: Contractor Establishment Code: 10-315-0223Block 30: Type of Contractor: Large BusinessBlock 31: Woman-Owned Small Business: NoBlock 36: Contractor’s Taxpayer Identification Number: 95-3667510

CAGE Code: 3X522

Central Contractor RegistrationHJ Ford is currently registered with the Central Contractor Registration Database.

Security RequirementsIn the event security requirements are necessary, the ordering activities may incorporate, in their delivery orders, a security clause in accordance with current laws, regulations, and individual agency policy; however, the burden of administering the security requirements shall be with the ordering agency. If any costs are incurred as a result of the inclusion of security requirements, such costs will not exceed ten percent (10%), or $100,000, of the total dollar value of the order, whichever is lesser.

Contract Administration for Ordering OfficesAny ordering office, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the Government’s convenience, and (m) Termination for Cause (See C.1.)

GSA Advantage! (formerly the OSS ITS On-Line Schedule System)The GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors’ schedule price lists with ordering information, terms and conditions, and up-to-date pricing that will aid Schedule users in acquisitions. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:

1. Manufacturer2. Manufacturer’s Part Number3. Product Category(ies)

Agencies can browse GSA Advantage! by accessing the Internet World Wide Web using a browser (e.g., NetScape, Explorer, etc.). The Internet address is www.gsa.gov.

-6-

Page 10: Federal Supply Service.doc

Purchase of Incidental Non-schedule ItemsThe purchase of incidental, non-schedule items being acquired in the same procurement is allowable so long as the cost of the non-schedule item(s) is small/insignificant to the total cost of the procurement. This is based on two rulings by the General Accounting Office (GAO), and the terms “small” and “insignificant” are not defined by GAO, nor will GSA define the terms. The utilization of this provision is left to the discretion of schedule user.

Overseas ActivitiesThe terms and conditions of this contract shall apply to all orders for installation, maintenance, and repair of equipment in areas listed in the Price List outside the 48 contiguous states and the District of Columbia, except as indicated below: None

Upon request of the contractor, the Government may provide the contractor with logistics support, as available, in accordance with all applicable Government regulations. Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor’s technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.

Blanket Purchase Agreements (BPAs)Federal Acquisition Regulation (FAR) 13.201(a) defines Blanket Purchase Agreements (BPAs) as “…a simplified method of filling anticipated repetitive needs for supplies or services by establishing ‘charge accounts’ with qualified sources of supply.” The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.202(c)(3), which reads, in part, as follows:

“BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the applicable schedule contract.”

Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up “accounts” with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times. Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential volume of business that may be generated through such an agreement, regardless of the size of the individual orders. In addition, agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA. Finally, Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format, contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.

Contractor Team ArrangementsFederal Supply Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to provide solutions when responding to a customer agency requirements. The policy and procedures outlined in this part will provide more flexibility and allow innovative acquisition methods when using the Federal Supply Schedules. See the additional information regarding Contractor Team Arrangements in this Schedule Pricelist.

21. List of Service and Distribution PointsNot Applicable

-7-

Page 11: Federal Supply Service.doc

22. List of Participating DealersNot Applicable

23. Preventive Maintenance Not Applicable

24. Year 2000 Warranty - Commercial Supply ItemsAs used in this clause, “Year 2000 compliant” means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations, to the extent that other information technology used in combination with the information technology being acquired, properly exchanges date/time data with it.

a. All currently awarded products that are not Year 2000 compliant must be deleted from this contract no later than December 31, 1999.

b. Any contract modifications, adding new items under clause 552.243-72, Modifications (Multiple Award Schedule), must meet the warranty requirements in paragraph c. below.

c. The Contractor shall warrant that each hardware, software, and firmware product delivered under this contract shall be able to accurately process date time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the Contractor, provided that all products (e.g. hardware, software, firmware) used in combination with products properly exchange date time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those products as a system. The duration of this warranty and the remedies available under this warranty shall include repair or replacement of any product whose non-compliance is discovered and made known to the Contractor in writing within ninety (90) days after acceptance (installation is considered acceptance). The Contractor may offer an extended warranty to the Government to include repair or replacement of any product whose non-compliance is discovered and made known to the Contractor in writing at any time prior to June 1, 2000, or for a period of 6 months following acceptance (installation is considered acceptance) whichever is later. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance.

25. Environmental Attributes (e.g., recycled content, energy efficiency, and/or reduced pollutants)Not Applicable

-8-

Page 12: Federal Supply Service.doc

A

BO

UT

HJ

FOR

D

Page 13: Federal Supply Service.doc

…HJ Ford’s facilitation skills, and their use of group systems software, have made it possible for us to continue running our program while undertaking F-16 reorganization…—Colonel Jeff ReimerF-16 System Program Director

ABOUT HJ FORD

HJ Ford has provided management, organization, and business improvement consulting services to the Federal Government and industry for over 15 years. From our Arlington, VA, headquarters, we have supported large and small Government organizations and private industry. We are experienced assisting with the management challenges of both. HJ Ford employees are located across the U.S., with our major centers located in Lexington Park, MD; Dayton, OH; Mechanicsburg, PA; and Shalimar, FL.

HJ Ford Personnel: Labor categories fully support the anticipated activities associated with the SINs (see Matrix, page 29)

Significant and successful experience individually and collectively providing MOBIS-related expertise to a variety of customers

Both general and subject-specific expertise to deal with any management, organizational or process improvement problem

Proven capability to develop quantifying measures of effectiveness Demonstrated ability to meet tight schedules and performance goals Executive level experience to work properly at all agency levels A clear understanding of the impact that external constraints and the political

environment have on re-engineering efforts Significant acquisition expertise Proven ability to “think outside the box” to develop alternative solutions Cleared and trained to safeguard classified and other sensitive materials

HJ Ford’s WinScenario® Methodology: tailorable to fit any requirement

Partnering is paramount Structured approach for all levels Non-proprietary software Easily learned by all participants Complete documentation provided

HJ Ford’s Facilities’ Features

Two state-of-the-art Decision Support Centers (Arlington, VA, and Dayton, OH) with worldwide, completely portable capability

A short Metro ride away from most Government agencies Group electronic meeting support Common business software support Free facilities to our customers TOP SECRET facility clearances

-10-

Page 14: Federal Supply Service.doc

HJ FORD’S WINSCENARIO® METHODOLOGY

The HJ Ford WinScenario® Enterprise Engineering Methodology is a unique combination of a structured engineering approach to provide a strong backbone for attacking any management challenge and a tailorable open system to provide solutions that fit the most unusual or unique circumstances. We lay the groundwork early in the project for full “buy-in” by structuring our core group to closely complement the organization we are assisting, thus providing our customer with additional leverage to overcome his challenges. We recognize that each customer has not only unique requirements but also a unique starting point. Therefore, our methodology is easily adaptable to individual situations, accommodating work already accomplished. The software employed to electronically support our methodology is all Commercial Off the Shelf (COTS) software.

We are constantly evaluating software packages for their ability to support our growing requirements. As a result, we often add software capability for specific purposes to our toolkit. Our toolkit is structured to provide maximum flexibility to accomplish the tasks required with software that is inexpensive, available, standardized, easy to learn and provides complete ongoing documentation of the project.

HJ Ford’s methodology provides not only full documentation at the completion of a project, but also up-to-date documentation as the project progresses.

-11-

1 . C o n d u c tS t r a t e g i cA n a l y s i s

3 . B e n c h m a r k /A n a l y z eA l t e r n a t i v e s

4 . I m p l e m e n tN e w / R e v i s e dP r o c e s s

2 . A n a l y z eE x i s t i n gP r o c e s s

W i n S c e n a r i o ® E n t e r p r i s e E n g i n e e r i n g M e t h o d o l o g y

Page 15: Federal Supply Service.doc

HJ FORD’S SPECIAL FACILITIES

Our Decision Support/Enterprise Engineering Centers are dedicated facilities featuring state-of-the-art hardware and software. These Centers, located in Arlington, VA, and Dayton, OH, are designed for business-enhancing activities such as—

Enterprise Engineering-Related Activities: The Centers offer strategic planning, benchmarking, process modeling, vision and goal analysis and development, training, and alternative analysis.

Collaborative Decision Support Functions: The Centers are completely equipped with Electronic Meeting Software designed to expedite and fully document meeting proceedings. They function equally well in support of Joint Application Development sessions, integrated Process/Product Team discussions, Teambuilding and partnering exercises, and developing and testing survey instruments. They are also excellent venues for conducting A-76 and Privatization work where off-site close hold work needs to be accomplished.

Facilitated Off-site Meetings: Through the use of software, individual laptops, and the availability of an experienced HJ Ford facilitator, meeting participants focus on the tasks at hand without interruption, garnering more effective results in less time.

Both fully networked Centers have modeler and participant workstations and connectivity to other HJ Ford networks and the Internet. With configurable areas to accommodate up to 24 people, the Centers also feature—

Full wireless network support Dual multi-media projection capability Electronic recording white-board with PC interface Collaborative meeting software to expedite and document

sessions Breakout areas with projection and workstation capability Full compliment of business software in addition to the

Enterprise Engineering toolkit Limited Video-Teleconferencing capability (VTC) between the two centers Single center connectivity permitting a simultaneous meeting of participants in

both Kitchen facilities and available catering for complete meeting support

The capability detailed above is also available worldwide through the use of our portable decision support package. HJ Ford maintains a deployable network complete with NT server and 14 client workstations that is available for worldwide use. This package includes wireless—RadioLan—or conventionally wired network connectivity sufficient to support, without augmentation, 24 clients. The package is tailorable and protected during shipping by airline-safe, metallic shipping containers. HJ Ford has provided the use of these facilities as a free service to our customers for projects. We do not charge customers for the use of our equipment or software when used in conjunction with an ongoing project.

-12-

Page 16: Federal Supply Service.doc

H

J FO

RD

’S M

OB

IS

SER

VIC

ES

Page 17: Federal Supply Service.doc

HJ Ford’s approach to business systems engineering is the most cost effective I’ve found…The U.S. Coast Guard saved over $20M in development costs on its major acquisitions management system.—Steve Kellogg, Project OfficeCoast Guard Acquisition Management System

HJ FORD MOBIS SERVICES

Consulting Services (SIN 874-1)Government organizations are being asked to respond to dynamic stimuli that range from internal evolutionary development to radical external mandates. HJ Ford creates an individually tailored, dynamic set of processes to measurably improve performance and provide the ability to anticipate and respond effectively to future stimuli. Services include strategic and business planning; BPR; change management; organizational assessment; and program audits, evaluations, and improvements.

Facilitation Services (SIN 874-2)HJ Ford provides qualified facilitators and subject matter experts as well as pre-session preparation. When working in an automated environment, such as our Decision Support Centers, we augment our facilitators with a technographer, an expert in operating the automated tools. Services include overall planning support; IPT support; conflict resolution; and teambuilding and partnering.

Survey Services (SIN 874-3)HJ Ford helps organizational managers judge their effectiveness by surveying the opinions and perceptions of their customers, other agencies with whom they interact, their reporting seniors, and even their own employees. Services include survey design and instrument(s) development; development and maintenance of survey databases; statistical analysis; survey conduct and validation; and survey results implementation.

Privatization Support Services and Documentation (A-76) (SIN 874-6)HJ Ford provides organization managers with the support to meet their GPRA, privatization, and efficiency goals by providing expertise in conducting what, for most agencies, is a one-time activity—privatization of all or part of their programs and services. Services include conducting management studies and cost benefit/economic analyses; developing MEO structures, quality assurance (QA) standards, and performance work statements, providing acquisition support and administrative appeals process assistance; identifying costs and cost estimates; and planning privatization projects.

-13-

Page 18: Federal Supply Service.doc

CONSULTING SERVICES (SIN 874-1)

Our Strategic and Business Planning service consists of a structured, electronically assisted methodology that assists an organization with articulating its mission, defining its vision, and controlling its future. This service supports MOBIS by providing managers with the necessary roadmap to control current processes, manage improvement initiatives, respond effectively to both anticipated and unanticipated events, and measure performance using clearly defined criteria.

The HJ Ford service for Process and Productivity Improvement involves the Enterprise Engineering discipline of BPR. We provide a comprehensive, tailorable methodology, WinScenario® Enterprise Engineering Methodology, that assists managers in defining and modeling current and future processes by systematically 1) addressing the Inputs, Constraints, Outputs, and Mechanisms required, and 2) providing a documented basis for identifying deficiencies, creating improvements, and measuring their effects. The methodology includes the following activities:

Process modeling, simulation, and improvement Organizational benchmarking Activity-based costing Financial management analysis Statistical process control Individual/organizational workflow assessment and evaluation Organizational design Performance measurement (cycle time, output, cost, etc.).

This service assists MOBIS by providing managers with answers to questions such as the following:

Where do we make the resource cuts with minimum mission/service impact? What resources are necessary to effectively carry out my mission? How must my mission evolve over time? How do we deploy resources to accomplish the mission? What skills and/or training do I need? What information is required to control my processes and how do I provide it

efficiently? How do I manage the transition necessary make my processes and procedures

more effective? What changes are required to restructure my agency to a Fee-for-Service

organization? How can I identify agencies or industries with the similar functional

requirements and established, proven, efficient processes to serve as performance benchmarks?

The WinScenario® Enterprise Engineering Methodology provides the necessary analytical structure to answer MOBIS-related questions either in the context of small-

-14-

Strategic and Business Planning Business Process Reengineering

(BPR -- for Process and Productivity Improvement)

Change Management Organizational Assessment,

Development, and Improvement Program Audits, Evaluations,

and Improvements

Page 19: Federal Supply Service.doc

scale, specific analyses geared to provide near-term, hard-hitting, direct solutions to management crises or in the context of a longer term, end-to–end Enterprise Engineering Project.

Change Management services include the activities necessary to evaluate, plan for, and implement changes within an organization. This service satisfies MOBIS requirements by assisting managers in anticipating activities involved in effecting organizational/process changes. The services include identification and assessment of personnel; financial, management, and other requirements associated with change implementation; alternative(s) identification/evaluation analysis; implementation planning; and implementation management.

Organizational Assessment, Development, and Improvement services provide long- or short-term assistance to organizations by identifying management shortfalls (information, skills, or both), management information requirements, and management information improvement opportunities. This MOBIS-related service is designed to provide managers, process owners, and participants with the proper skills and information to perform processes and manage organizations effectively.

Program Audits, Evaluations, and Improvements services provide assessment and assistance to organizations by helping them identify their customer service requirements (internal and external); measure their ability to provide satisfactory service; improve the service they provide (within resource constraints) to “excellent”; and maintain high levels of customer satisfaction. This service meets MOBIS requirements by assisting organizations with meeting/exceeding national requirements and expectations and with demonstrating that ability to customers and other organizations.

-15-

Page 20: Federal Supply Service.doc

FACILITATION SERVICES (SIN 874-2)

Our facilitation services are performed by experienced certified personnel, formally trained in both facilitation techniques and automated collaborative meeting software. This training and experience enables us to enhance the effectiveness and efficiency of planning, decision, or instructive meetings regardless of the group size or the nature of the requirement.

In addition to providing the right personnel, we thoroughly understand the necessity of creating an environment that maximizes the productivity and effectiveness of facilitated sessions. The physical facilities available constitute an important part of proper environment. Recognizing this, HJ Ford built and maintains two (2) state-of-the-art, Decision Support Centers, one in Arlington, VA, and one in Dayton, OH. Each center has been designed to support our facilitation services. The centers have self-contained Internet-accessible networks with participant, modeler, and facilitator workstations for employing the electronic tools and techniques that support facilitated group activities. Each center has dual overhead LCD projectors and an electronic white board along with the more conventional white boards and easels. The centers have portable workstations, high-speed wireless networking, and portable projectors. These facilities’ independent architecture and portable capabilities make our facilitation services available worldwide.

In addition to hardware support, we maintain current licenses for collaborative meeting software including the Ventana Group System software. Using the Group System tool contributes significantly to enhancing the productivity and effectiveness of facilitated sessions. We also provide the necessary software and related support to completely document facilitation sessions in near real time (to include paper copies as well as audio and/or visual recordings).

Recording discussion content and focusing decision-making are activities included with HJ Ford Executive Decision Support services. These services include conducting and documenting upper level management meetings dealing with organizational structure, problem solving, and other focused decision-making agendas. This service supports MOBIS requirements by providing to executive leadership a forum within which to discuss and solve, at an off-site location, the top level management and decision-making problems facing the organization. The use of an independent (neutral) facilitator provides a degree of control that is not intrusive or overbearing while fostering a non-threatening environment that is conducive to focusing the group’s attention on the decisions that need to be made.

Defining and refining agendas are activities included in Overall Planning Support. These services involve using the electronic tools to brainstorm/conduct organizational planning activities. For example, this support would utilize the Groupware in conjunction with project management software to develop the plan elements, organize them into a schedule, assign responsibilities, and assess progress. This supports MOBIS by providing management teams with general planning and scheduling and assistance.

-16-

Executive Decision Support Overall Planning Support Integrated Process/Product

Team Support Conflict Resolution Joint Application Development Teambuilding/Partnering

Page 21: Federal Supply Service.doc

Integrated Process/Product Team (IPT) services include providing independent facilitation services to assist IPTs in solving issues related to scope, charter, responsibilities, participation, documenting, and reporting. We provide the IPT leader with assistance such as agenda preparation, diverse personnel and divergent issue resolution, electronic documentation, subject matter expertise, and other relevant assistance. This service meets MOBIS’ needs by helping IPTs to function cost effectively and efficiently, and to document their proceedings.

Conflict Resolution services, in which problem solving techniques are used, consist of providing third party facilitators and subject matter experts to help resolve disputes, disagreements, and divergent views among organization members. We provide for group and individual mediation and facilitation services with the goal of identifying and clarifying the specific differences/points of view and arriving at coordinated solutions in rapid order. This service is related to the MOBIS requirements as it provides assistance to an organization at whatever level necessary to harmonize relationships, foster cooperation, and enhance communications. This type of assistance is often required to help organizations overcome interpersonal and communications problems that hamper performance and weaken morale.

During the course of providing Joint Application Development (JAD) services, we lead group briefings and discussions. These services are used to provide a structured approach or forum to identify requirements for a variety of management applications. Through a facilitation team approach, we use group software and/or other software to focus disparate organizational elements on solving common needs. Examples of JAD applications include, but are not limited to, determining the requirements for a new division within an organization; determining the concept of operations for a customer hot line; and determining operational requirements for a Management Information System.

Teambuilding/Partnering services include organizing and conducting one-day to several-day sessions aimed at fostering cooperation among individuals and/or one or more organizational entities. Typically, these services include using facilitation techniques, group system software, and other methods to focus the participants on a single activity or group of activities. Examples of this type of service include providing common ground for two or more geographically separated organizational elements to solve a common problem such as personnel reductions, logistic support, or customer-related issues. These services encompass scheduling, acquiring, and providing appropriate meeting facilities, providing and utilizing Video Tele-Conferencing (VTC) facilities, and other activities to ensure that the proper environment for the teaming/partnering meeting is provided. The services support MOBIS objectives by assisting organizations, organizational entities, individuals, and others to set up and function in a coordinated efficient manner that fosters attainment of management, business, or customer service goals.

-17-

Page 22: Federal Supply Service.doc

SURVEY SERVICES (SIN 874-3)

Survey Design services consist of those activities necessary to develop the scope, goals, and/or desired information results for the survey. This service also includes determining the type of survey that is most useful to achieve the desired results or to capture the desired information. For example, survey types may include focus group(s), individual interviews, customer questionnaires, Internet questionnaires, or other manual and automated methods. Our operations research and statistics experts use modeling and statistics methods to determine the sample size and the desired target demographics.

Survey Planning services include developing a specific Survey Plan. This document provides the schedule, resources, and other program planning necessary to execute the survey. It also details the roadmap for developing the necessary survey tools and instruments, coordinating the target participants, providing the facilities, conducting the survey, and reporting the results. Complete statistical analysis is performed to validate the survey’s reliability and results.

Survey Instrument(s) Development services encompass the development of questionnaires; audio-visual aids for use in focus groups and/or the Internet; and electronic assessment tools such as HTML documents, pen-based questionnaires, and other electronic polling methods. This service builds on a predetermined design to maximize the efficiency and effectiveness of the mechanics of the survey. We also develop instructional packages for the survey participants, surveying agents, and others involved in the process

Surveys services consist of executing a predetermined survey. We provide organizations with personnel to act as surveyors, and we help obtain the responses of target participants. This service involves collecting survey data/results, conducting the focus group meetings, providing the facilities, and providing the WEB-based server for Internet surveys. We also provide the necessary training for the survey personnel to ensure that bias is not added due to individual surveyor techniques.

Develop and Maintain Survey Databases are those activities necessary to provide the proper repository for collected survey data (e.g., developing database templates, spreadsheet templates, and other mechanisms for facilitating the collection, storage, and access of survey data). We provide these quantitative collection devices as well as audio and visual recording methods when qualitative results are desired.

Statistical Analysis services include the collation, statistical analysis, graphical representation, and manipulation of survey results. For non-quantitative surveys or more qualitative analyses, this service also involves collating and editing paper and audio/visual survey results. Our staff has strong backgrounds in operations research and statistical analysis.

Survey Validation services include research and analysis of commercially available demographic data that is related to the desired survey results. In this way, we assess the

-18-

Survey Design Survey Planning Survey Instrument(s)

Development Conduct Surveys Develop and Maintain Survey

Databases Statistical Analysis Survey Validation Survey Reports Survey Results Implementation

Page 23: Federal Supply Service.doc

reasonableness and validity of the empirically collected data. We also provide “Best Practice” benchmarking to assist organizations in determining whether their surveys meet established norms for the particular data requirements established by commercial product and service surveys. Using a select list of commercial survey agents, we ascertain the validity of both the results and the survey techniques used.

Survey Report services ensure that the survey results are reported in an understandable and effective manner. We provide full color graphics using original artwork, photographs, graphical depictions, and reproduction to ensure that the report is professionally finished and presented. Where required, we also provide a full spectrum of audio/visual services including tape and CD ROM development, editing, and reproduction.

Survey Results Implementation services provide organizations with the assistance necessary to interpret survey results of the people/services/systems being surveyed. We then can design methods for improving the surveyed system or service. Improvements may call for service provider training, public relations programs, redistribution of services among service centers, or restructuring of the services programs themselves. In every case, the specific needs and desires of the target audience or customer as identified in the survey are used to implement solutions. Furthermore, the results are used to design self-measuring and self-testing capability into the system to minimize the need for future surveys and to provide more rapid feedback of critical customer satisfaction indicators.

-19-

Page 24: Federal Supply Service.doc

PRIVATIZATION SUPPORT SERVICES AND DOCUMENTATION (A-76) (SIN 874-6)

HJ Ford’s privatization support are structured based on the requirements of OMB Circular A-76 and applicable instructions and policies governing the privatization of Government agencies and services. We support the spectrum of privatization activities from initial evaluation of candidates through development of the Most Efficient Organization (MEO) and, ultimately, the competitive sourcing process.

Management Studies: the full spectrum of assistance required to conduct management studies. These services include organizational structure analyses, should cost and activity based cost studies, and benchmark studies of third-party individual- or enterprise-wide services. We also assist clients with selecting the candidate services/processes to be included in privatization actions by examining the possible candidates and by developing alternatives for packaging the candidates in logical performance- or function-related entities. Through Management Studies, we identify essential functions to be performed; determine performance factors; and determine organizational structure, staffing, and operating procedures. Output from these studies provides the baseline for developing the MEO, performance work statements, and cost estimates.

Planning Privatization Projects services assist organizations to meet the challenges of the A-76 process by providing planning services that cover all aspects of the process. This service consists of identifying privatization candidates through the establishment of organization guidelines and thresholds. We also assist with the planning required to execute the A-76 process for those entities that already have been designated as candidates. The planning addresses the schedule required to complete the process, resources required, and other considerations (such as allowances for protest and appeals). We provide a template for the organization to follow in carrying out the A-76 process. When necessary, we provide organization members with the instruction and orientation necessary to familiarize these members with their roles and responsibilities during the study.

Conducting Cost Benefit and Economic Analyses services provide outside, independent assessments of the benefits of privatizing any given entity or set of services. HJ Ford’s management consultants and analysts conduct top level and/or detailed analyses, as required by the situation, to project whether the identified privatization produces the desired results. We help the organization use the results of these studies to continue the A-76 process—or to bring the process to closure.

Developing MEO Structures services provide HJ Ford’s complete toolkit of IDEF modeling and simulation software and the expertise of our senior management experts. We assist the agency by defining the processes and scope of work for the MEO and for establishing the supporting organization structure and processes. With this service, we also build the activity based costing foundation to establish the baseline operating cost

-20-

Management Studies Planning Privatization Projects Developing MEO Structures Identifying and Developing Costs

and Cost Estimates Developing Quality Assurance

(QA) Standards and providing QA Support

Providing Acquisition Support Developing Performance

Work Statements Conducting Cost Benefit and

Economic Analyses Administrative Appeals Process

Assistance

Page 25: Federal Supply Service.doc

and manning estimates for the MEO. Each step is fully documented to minimize the risk of protest and/or appeal are.

Developing Quality Assurance (QA) Standards and providing QA Support services consist of utilizing an organizational structure to determine where and how QA can play a role in maintaining high levels of quality in both products and services. We assist the client with establishing or adopting the appropriate standards and policies. We assist with documenting the QA Program and provide support for educating personnel and customers on the purpose, role, expectations, and results of the QA effort. In relation to an MEO, these services help ensure that the performance standards identified as requirements in the MEO are monitored and maintained during the resultant Government or private performance of the organization.

Providing Acquisition Support can include the conduct of an A-76 action, which is similar to other acquisition problems. Typically, we act as an agent of the cognizant agency organization to assist with developing acquisition strategy, producing the documentation required, developing evaluation criteria, evaluating responses, and assisting with any protest or appeals documentation.

Developing Performance Work Statements services allow for defining the requirements of the MEO and the competitive boundary. Each statement is tied to the defined MEO and is consistent with the structure and processes.

Identifying and Developing Costs and Cost Estimates services are based on the baseline activity information in the MEO structure. Our cost experts work with the agency personnel to determine the cost estimates that fit the MEO structure. We use benchmark techniques to validate the cost estimates and formalize the estimate as part of the Government Independent Cost Estimate (GICE) documentation.

Administrative Appeals Process Assistance services include all documentation support for reconstructing the acquisition or privatization process: complete history of the decisions made in reaching the MEO, assumptions about costs, requirements generating the work statements, evaluation criteria rationale, and evaluation processes. Our service is aimed at minimizing an agency’s exposure to time delays and increased costs by 1) eliminating the possibility (or possible basis) for protest/appeal and 2) reducing the time necessary to respond to any protest/appeal actions.

-21-

Page 26: Federal Supply Service.doc

A

DD

ITIO

NA

L TE

RM

S &

C

ON

DIT

ION

S

Page 27: Federal Supply Service.doc

ADDITIONAL TERMS AND CONDITIONS

1. Scopea. The prices, terms, and conditions stated under Professional Services apply exclusively to Services within the scope of this Schedule.

b. The Contractor shall provide services at the Contractor’s facility and/or at the Government location, as agreed to by the Contractor and the ordering office.

2. Ordering Procedures

a. Procedures for professional services priced on GSA schedule at hourly rates.

(1) FAR 8.402 contemplates that GSA may occasionally find it necessary to establish special ordering procedures for individual Federal Supply Schedules or for some Special Item Numbers (SINs) within a Schedule. GSA has established special ordering procedures for professional services that are priced on schedule at hourly rates. These special ordering procedures which are outlined herein take precedence over the procedures in FAR 8.404.

(2) The GSA has determined that the rates for professional services contained in this pricelist are fair and reasonable. However, the ordering office using this contract is responsible for considering the level of effort and mix of labor proposed to perform a specific task being ordered and for making a determination that the total firm-fixed price or ceiling price is fair and reasonable.

(3) When ordering professional services ordering offices shall –

(i) Prepare a Request for Quotation:

(A) A performance-based statement of work that outlines, at a minimum, the work to be performed, location of work, period of performance, deliverable schedule, applicable standards, acceptance criteria, and any special requirements (i.e., security clearances, travel, special knowledge, etc.) should be prepared.

(B) A request for quotation should be prepared which includes the performance-based statement of work and requests the contractors submit either a firm-fixed price or a ceiling price to provide the services outlined in the statement of work. A firm-fixed price order shall be requested, unless the ordering office makes a determination that it is not possible at the time of placing the order to estimate accurately the extent or duration of the work or to anticipate cost with any reasonable degree of confidence. When such a determination is made, a labor hour or time-and-materials proposal may be requested. The firm-fixed price shall be based on the hourly rates in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The firm-fixed price of the order should also include any travel costs or other incidental

-22-

Page 28: Federal Supply Service.doc

costs related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for labor hour and time and material orders.

(C) The request for quotation may request the contractors, if necessary or appropriate, submit a project plan for performing the task and information on the contractor’s experience and/or past performance performing similar tasks.

(D) The request for quotation shall notify the contractors what basis will be used for selecting the contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical acceptability of responses. If consideration will be limited to schedule contractors who are small business concerns as permitted by paragraph (ii)(A) below, the request for quotations shall notify the contractors that will be the case.

(ii) Transmit the Request for Quotation to Contractors:

(A) Based upon an initial evaluation of catalogs and pricelists, the ordering office should identify the contractors that appear to offer the best value (considering the scope of services offered, hourly rates and other factors such as contractors’ locations, as appropriate).

(B) The request for quotation should be to three (3) contractors if the proposed order is estimated to exceed the micro-purchase threshold, but not to exceed the maximum order threshold. For proposed orders exceeding the maximum order threshold, the request for quotation should be provided to additional contractors that offer services that will meet the agency’s needs. Ordering offices should strive to minimize the contractors’ costs associated with responding to requests for proposals for specific orders. Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order placement.

(iii) Evaluate proposals and select the contractor to receive the order: After responses have been evaluated against the factors identified in the request for quotation, the order should be placed with the schedule contractor that represents the best value and results in the lowest overall cost alternative (considering price, special qualifications, administrative costs, etc.) to meet the Government’s needs.

The establishment of Federal Supply Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted when the procedures outlined herein are followed. All BPAs for services must define the services that may be ordered under the BPA, along with delivery or performance time frames, billing procedures, etc. The potential volume of orders under BPAs, regardless of the size of individual orders, may offer the

-23-

Page 29: Federal Supply Service.doc

ordering office the opportunity to secure volume discounts. When establishing BPAs, ordering offices shall

Inform contractors in the request for quotation (based on the agency’s requirement) if a single BPA or multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.

(A) SINGLE BPA: Generally, a single BPA should be established when the ordering office can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered. When this occurs, authorized users may place the order directly under the established BPA when the need for service arises. The schedule contractor that represents the best value and results in the lowest overall cost alternative to meet the agency's needs should be awarded the BPA.

(B) MULTIPLE BPAs: When the ordering office determines multiple BPAs are needed to meet its requirements, the ordering office should determine which contractors can meet any technical qualifications before establishing the BPAs. When multiple BPAs are established, the authorized users must follow the procedure in (3)(ii)(B) above, and then place the order with the schedule contractor that represents the best value and results in the lowest overall cost alternative to meet the agency’s needs.

(C) REVIEW BPAS PERIODICALLY. Such reviews shall be conducted at least annually. The purpose of the review is to determine whether the BPA still represents the best value (considering price, special qualifications, etc.) and results in the lowest overall cost alternative to meet the agency’s needs.

(4) The ordering office should give preference to small business concerns when two or more contractors can provide the services at the same firm-fixed price or ceiling price.

(5) When the ordering office’s requirement involves both products as well as professional services, the ordering office should total the prices for the products and the firm-fixed price for the services and select the contractor that represents the greatest value in terms of meeting the agency’s total needs.

(6) The ordering office, at a minimum, should document orders by identifying the contractor the services were purchased from, the services purchased, and the amount paid. If other than a firm-fixed price order is placed, such documentation should include the basis for the determination to use a labor-hour or time-and-materials order. For agency requirements in excess of the micropurchase threshold, the order file should document the evaluation of schedule contractors’ proposals that formed the basis for the selection of the contractor that received the order and the rationale for any trade-offs made in making the selection.

-24-

Page 30: Federal Supply Service.doc

3. Orders

a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available.

b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence.

c. All orders are subject to the following:

(1) Business Hours : Normal business hours are defined as a 40-hour work week from Monday through Friday. Any hours exceeding 40 per week shall be billed at straight time for exempt personnel. Non-exempt employees shall be billed at time and a half for all hours worked in excess of 40 per week.

(2) Minimum Charges : $300.00

(3) Type of Order : Pursuant to negotiations between HJ Ford and the ordering agency, orders may be placed on a time and materials or fixed price basis.

(4) Extension : A written notice of extension of support orders with an obligation of funds must be received by HJ Ford five (5) days prior to the expiration date of the order.

(5) Travel and Related Charges : Unless otherwise negotiated between HJ Ford and the ordering agency, the following provisions apply to travel required by any ordering agency in the performance of services under this contract:

(i) Local travel charges will be reimbursed at the current Federally-approved mileage rate in effect at the time of travel and may include parking fees, if any.

(ii) Long-distance travel required by any ordering agency, in the performance of Services under this contract, will be reimbursed by the ordering agency. Contractor travel will be in accordance with the Federal Travel Regulation or Joint Travel Regulations, as applicable. Established Federal Government per diem rates will apply to contractor travel.

(iii) Necessary long-distance travel time during business hours and up to a maximum of eight hours per day on Saturdays, Sundays, and holidays will be billed at the applicable labor rate contained in this schedule.

(iv) HJ Ford applies its General & Administrative Expenses to any travel costs proposed on orders under this Schedule.

-25-

Page 31: Federal Supply Service.doc

4. Performance of Servicesa. The Contractor shall commence performance of services on the date agreed to by

the Contractor and the ordering office.

b. The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the Contractor and the ordering office.

c. The Agency should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner.

d. Any Contractor travel required in the performance of Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts.

e. Local travel charges will be reimbursed at the current Federally-approved mileage rate in effect at the time of travel and may include parking fees, if any.

f. Long-distance travel required by any ordering agency, in the performance of Services under this contract, will be reimbursed by the ordering agency. Contractor travel will be in accordance with the Federal Travel Regulation or Joint Travel Regulations, as applicable. Established Federal Government per diem rates will apply to contractor travel.

g. Necessary local travel time (other than commuting time) and long-distance travel time during business hours and up to a maximum of eight hours per day on Saturdays, Sundays, and holidays will be billed at the applicable labor rate contained in this schedule.

5. Inspection of ServicesThe Inspection of Services–Fixed Price (AUG 1996) clause at FAR 52.246-4 applies to firm-fixed price orders placed under this contract. The Inspection–Time-and-Materials and Labor-Hour (JAN 1986) clause at FAR 52.246-6 applies to time-and-materials and labor-hour orders placed under this contract.

6. Responsibilities of the Contractora. The Contractor shall comply with all laws, ordinances, and regulations (Federal,

State, City, or otherwise) covering work of this character.

b. All services rendered shall be performed by persons who meet at least the minimum education and experience requirements (or equivalents) of the labor category to which they are assigned.

7. Responsibilities of the Governmenta. Subject to security regulations, the ordering office shall permit Contractor access to

all facilities necessary to perform the requisite Services.

b. When required for the ordered services, the ordering agency shall furnish (i) all technical matter, data, and information determined to be necessary for the

-26-

Page 32: Federal Supply Service.doc

performance of the services; and (ii) reasonable access to the ordering agency’s facilities and appropriately configured computer(s).

c. For work required to be performed primarily at the ordering agency’s facilities, the ordering agency shall provide on-site office space, photocopier, telephone, computer terminal use, and other facilities required by HJ Ford personnel to meet the requirements specified in each delivery order.

d. The ordering agency shall not require services to begin earlier than two (2) calendar weeks after HJ Ford’s receipt of the order.

e. When the ordered services require that the assigned HJ Ford personnel possess a security clearance, the ordering agency shall state the security requirement and include a DD 254 or similar document in each delivery order issued. HJ Ford agrees to use its best efforts to assign an employee with a current clearance meeting the specified requirements. In certain instances, it may be necessary to assign an employee with a pending clearance application. In the event the ordering agency elects not to accept an employee who has a clearance pending, HJ Ford shall not be obligated to provide services under this Schedule for that order.

8. Independent ContractorAll Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the Government.

9. Organizational Conflicts of Interest

a. Definitions.

“Contractor” means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract.

“Contractor and its affiliates” and “Contractor or its affiliates” refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor.

An “Organizational conflict of interest” exists when the nature of the work to be performed under a proposed Government contract, without some restriction on activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor’s or its affiliates’ objectivity in performing contract work.

b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the Government, ordering offices may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations, which may require restrictions, are provided at FAR 9.508.

-27-

Page 33: Federal Supply Service.doc

10. InvoicesThe Contractor, upon completion of the work ordered, shall submit invoices for services. Progress payments may be authorized by the ordering office on individual orders if appropriate. Progress payments shall be based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month.

11. PaymentsFor firm-fixed price orders the Government shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time-and-materials orders, the Payments under Time-and-Materials and Labor-Hour Contracts (Alternate I (APR 1984)) at FAR 52.232-7 applies to time-and-materials orders placed under this contract. For labor-hour orders, the Payment under Time-and-Materials and Labor-Hour Contracts (FEB 1997) (Alternate II (JAN 1986)) at FAR 52.232-7 applies to labor-hour orders placed under this contract.

12. ResumesResumes shall be provided to the GSA Contracting Officer or the user agency upon request.

13. Incidental Support CostsIncidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering agency in accordance with the guidelines set forth in the FAR.

14. Approval of SubcontractsThe ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order.

-28-

Page 34: Federal Supply Service.doc

15. Description of Services and Pricing Our labor categories fully support the anticipated activities associated with SINs. TABLE 1. LABOR CATEGORY REQUIREMENTS MATRIX maps those categories to the SINs to which the categories apply.

Labor Category SIN 874-1 SIN 874-2 SIN 874-3 SIN 874-6Program Manager

Technical Manager/Task Leader

Principal Enterprise Engineer

Senior Enterprise Engineer

Enterprise Engineer

Senior Facilitator

Facilitator

Group Decision Support Technographer/Data Modeler

Principal Management Consultant

Senior Management Consultant

Management Consultant

Principal Systems Analyst

Senior Systems Analyst

Systems Analyst/Engineer

Junior Systems Analyst

Training Specialist

Instructor

Administrative Assistant III

Administrative Assistant II

Administrative Assistant I

Senior Documentation Specialist/Editor

Documentation Specialist/Editor

TABLE 1. LABOR CATEGORY REQUIREMENTS MATRIX

SIN 874-1 Consulting ServicesSIN 874-2 Facilitation ServicesSIN 874-3 Survey ServicesSIN 874-6 Privatization Support Services and Documentation

-29-

Page 35: Federal Supply Service.doc

-30-

L

AB

OR

CAT

EGO

RIE

S

Page 36: Federal Supply Service.doc

LABOR CATEGORY DESCRIPTIONS

ITEMNO PAGE

PROGRAM MANAGEMENTPM-1M Program Manager...........................................................................................................31PM-2M Technical Manager/Task Leader....................................................................................31

ENTERPRISE ENGINEERING/FACILITATIONEE-1M Principal Enterprise Engineer.........................................................................................32EE-2M Senior Enterprise Engineer.............................................................................................32EE-3M Enterprise Engineer........................................................................................................33FAC-1M Senior Facilitator............................................................................................................33FAC-2M Facilitator........................................................................................................................34FAC-3M Group Decision Support Technographer/BPR Modeler.................................................34

MANAGEMENT CONSULTINGMC-1M Principal Management Consultant..................................................................................35MC-2M Senior Management Consultant......................................................................................35MC-3M Management Consultant.................................................................................................35

SYSTEMS ANALYSISSA-1M Principal Systems Analyst..............................................................................................36SA-2M Senior Systems Analyst..................................................................................................36SA-3M Systems Analyst.............................................................................................................36SA-4M Junior Systems Analyst..................................................................................................37

TRAININGTR-1M Training Specialist..........................................................................................................38TR-2M Instructor.........................................................................................................................38

ADMINISTRATIVE SUPPORTADM-1M Administrative Assistant I..............................................................................................39ADM-2M Administrative Assistant II.............................................................................................39ADM-3M Administrative Assistant III............................................................................................39

DOCUMENTATIONDS-1M Senior Documentation Specialist/Editor........................................................................40DS-2M Documentation Specialist/Editor....................................................................................40

-30-

Page 37: Federal Supply Service.doc

PROGRAM MANAGEMENT

PM-1M PROGRAM MANAGERMinimum/General Experience: 10 to 15 years of experience providing management and technical direction to project personnel on multiple complex projects. Experience includes a minimum of 8 years of management experience supervising at least 10 personnel.

Functional Responsibility: Responsible for all aspects of program performance (i.e., technical, contractual, administrative, and financial. Consults with Contracting Officer's Representative (COR) and other Government personnel to minimize costs and maximize efficiency in achieving the stated requirements. Plans, organizes, and controls the overall activities of the project. Ensures that all activities conform with the terms and conditions of the contract and ordering procedures. Acts as liaison between the COR, the Contracting Officer (CO), and corporate management. Coordinates activities and seeks resolution of contractual and technical problems while working with the CO, the COR, and other Government personnel. Organizes and assigns responsibilities to subordinates and oversees the successful completion of all assigned tasks. Assumes the initiative and provides support to all program personnel. Responsible for recruiting staff and assigning project managers.

Minimum Education: MA/MS

PM-2M TECHNICAL MANAGER/TASK LEADERMinimum/General Experience: 5 to 10 years of experience performing complex functional activities similar in scope to the task by providing management and technical direction to task personnel. At least 3 years of supervisory experience over 3 to 5 personnel.

Functional Responsibility: Under limited supervision from the Program Manager (PM), monitors a specific task and keeps the PM up-to-date on all problems and accomplishments. Provides on-site direction and coordination to personnel assigned to the task. Serves as the technical authority for a design area. Directs systems analysts and other technical personnel on assigned work.

Minimum Education: BA/BS or equivalent in a related discipline.

-31-

Page 38: Federal Supply Service.doc

ENTERPRISE ENGINEERING/FACILITATION

EE-1M PRINCIPAL ENTERPRISE ENGINEERMinimum/General Experience: 12 to 15 years of experience providing management and technical direction on multiple complex projects to project personnel in the subject area. 8 or more years of specific experience in a combination of 3 or more of the following technical areas: strategic planning, requirements capture and analysis, process/activity modeling, data modeling, IDEF 0 and IDEF lX modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, benchmarking, facilitation, and group planning and modeling sessions.

3 to 5 years of experience with one or more of the software products and tools used to conduct process reengineering including Group Systems for Windows, Logic Works' BPWin, LogicWorks' ERWin, Micrographics' ABC FlowCharter, and similar process reengineering software.

Functional Responsibility: Works with customer to provide management, coordination, and technical support in defining, planning, managing, and implementing methodologies (including James Martin's or Chen's Information Engineering), techniques, and tools (including information strategy planning, requirements capture and analysis, process and data modeling, IDEF modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, and benchmarking) for the complete life cycle of both business process reengineering (BPR) and information systems development projects.

Minimum Education: MA/MS in a related discipline. BA/BS in a related discipline from an accredited college or university plus 2 additional years of specific experience may be substituted for the MA/MS requirement.

EE-2M SENIOR ENTERPRISE ENGINEERMinimum/General Experience: 8 to 12 years of experience providing management and technical direction on multiple complex projects to project personnel in the subject area. 5 to 7 years of specific experience in a combination of 3 or more of the following technical areas: strategic planning, requirements capture and analysis, process/activity modeling, data modeling, IDEF 0 and IDEF lX modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, benchmarking, facilitation, and group planning and modeling sessions.

3 to 5 years of experience with one or more of the software products and tools used to conduct process reengineering including Group Systems for Windows, Logic Works' BPWin, LogicWorks' ERWin, Micrographics' ABC FlowCharter, and similar process reengineering software.

Functional Responsibility: Works with customer to provide management, coordination, and technical support in defining, planning, managing, and implementing methodologies (including James Martin's or Chen's Information Engineering), techniques, and tools (including information strategy planning, requirements capture and analysis, process and data modeling, IDEF modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, and benchmarking) for the complete life cycle of both business process reengineering (BPR) and information systems development projects.

-32-

Page 39: Federal Supply Service.doc

Minimum Education: MA/MS in a related discipline. BA/BS in a related discipline from an accredited college or university plus 2 additional years of specific experience may be substituted for the MA/MS requirement.

EE-3M ENTERPRISE ENGINEERMinimum/General Experience: 3 to 5 years of specific experience in a combination of 3 or more of the following technical areas: strategic planning, requirements capture and analysis, process/activity modeling, data modeling, IDEF 0 and IDEF lX modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, benchmarking, facilitation, and group planning and modeling sessions.

2 to 4 years of experience with one or more of the software products and tools used to conduct process reengineering including GroupSystems for Windows, Logic Works' BPWin, LogicWorks' ERWin, Micrographics' ABC FlowCharter, and similar process reengineering software.

Functional Responsibility: Works with customer to provide management, coordination, and technical support in defining, planning, managing, and implementing methodologies (including James Martin's or Chen's Information Engineering), techniques, and tools (including information strategy planning, requirements capture and analysis, process and data modeling, IDEF modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, and benchmarking) for the complete life cycle of both BPR and information systems development projects.

Minimum Education: BA/BS in a related discipline.

FAC-1M SENIOR FACILITATORMinimum/General Experience: 8 to 12 years of experience providing management and technical direction on multiple complex projects to project personnel in the subject area. 5 years experience in facilitating groups of varying size across a wide variety of subject matters. 3 to 5 years of experience with Group Systems for Windows, or other collaborative electronic meeting software and understanding of IDEF tools for conducting Joint Application Development sessions.

Functional Responsibility: Works with customer to provide management, coordination, and technical support in defining, planning, managing, decision support meetings to include process and data modeling, IDEF modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, and benchmarking) for the complete life cycle of both business process reengineering (BPR) and information systems development projects.

Minimum Education: MA/MS in a related discipline. BA/BS in a related discipline from an accredited college or university plus 2 additional years of specific experience may be substituted for the MA/MS requirement.

-33-

Page 40: Federal Supply Service.doc

FAC-2M FACILITATORMinimum/General Experience: 5 to 8 years of experience providing management and technical direction on multiple complex projects to project personnel in the subject area. 5 years experience in facilitating groups of varying size across a wide variety of subject matters. 1 to 3 years of experience with Group Systems for Windows, or other collaborative electronic meeting software and understanding of IDEF tools for conducting Joint Application Development sessions.

Functional Responsibility: Works with customer to provide management, coordination, and technical support in defining, planning, managing, decision support meetings to include process and data modeling, IDEF modeling, workflow analysis, simulation, activity-based costing, functional economic analysis, and benchmarking) for the complete life cycle of both business process reengineering (BPR) and information systems development projects.

Minimum Education: BA/BS in a related discipline from an accredited college or university.

FAC-3M GROUP DECISION SUPPORT TECHNOGRAPHER/BPR MODELERMinimum/General Experience: 2 years experience in Ventana Corporation's GroupSystems V (for DOS) and/or Ventana Corporation's GSWin (GroupSystems for Windows). Has working experience with one or more of the following software products: Ventana Corporation's TeamGraphics, Ventana Corporation's Activity Modeler, LOTUS Notes, Microsoft's Office Word, Excel, and PowerPoint 4.0, Lotus 1-2-3 (v. 5.0 for Windows), Borland's Paradox for Windows, LogicWorks' BPWin and ERWin, and Micrographics' ABC Flowcharter software products, Microsoft Project, and/or WordPerfect (v. 6.1 for Windows).

Functional Responsibility: Works with customer staff to provide technographer support and assist in facilitating workshop sessions using Group Decision Support (GDS) software such as Ventana Corporation's GroupSystems V and GroupSystems for Windows, including the advanced/add-on tools such as Activity Modeler and TeamGraphics for business and process reengineering, strategic planning, system implementation planning, and other similar activities. Works with the Project Leader to set up GDS sessions, operate GDS software, provide just-in-time training in the GDS software, and provide hard and soft copy of session output to participants. Works with customer staff to develop, validate, analyze, or adjust the process and/or data models. Responsible for configuration management of process and data models developed in support of business reengineering projects. Works with the Project Leader to design and deliver GDS sessions integrating GDS software, modeling, and CASE software. Works with the LAN technician to verify all GDS hardware and software is operational; to export data from GDS software to other support software such as word processing, spreadsheet, database, presentation, and communication; to back up and maintain all files; and to purge system.

Minimum Education: BA/BS in a related technical discipline from an accredited college or university plus 3 years of general experience related to the duties to be performed. AA degree and 2 additional years of general experience related to the duties to be performed may be substituted for the BA/BS.

-34-

Page 41: Federal Supply Service.doc

MANAGEMENT CONSULTING

MC – 1M PRINCIPAL MANAGEMENT CONSULTANTMinimum/General Experience: 15 years of experience providing management and organizational direction to organizations on multiple complex issues and projects. Experience includes a minimum of 10 years of direct management experience in multidisciplined organizations.

Functional Responsibility: Works with customer to analyze and evaluate all aspects of management requirements. Includes a broad knowledge of management theories and discipline and corresponding application within varying organizations of all sizes. Includes background in one or more of the following; organizational development, strategic planning and analysis, change management, information systems, or program development.

Minimum Education: MBA or equivalent from an accredited college or university plus 10 years experience of general experience related to the duties performed.

MC – 2M SENIOR MANAGEMENT CONSULTANTMinimum/General Experience: 10 years of experience providing management and organizational direction to organizations on multiple complex issues and projects. Experience includes a minimum of 7 years of direct management experience in multidisciplined organizations.

Functional Responsibility: Works with customer to analyze and evaluate all aspects of management requirements. Includes a broad knowledge of management theories and discipline and corresponding application within varying organizations of all sizes. Includes background in one or more of he following; organizational development, strategic planning and analysis, change management, information systems, or program development.

Minimum Education: MBA or equivalent from an accredited college or university plus 7 years of general experience related to the duties performed

MC – 3M MANAGEMENT CONSULTANTMinimum/General Experience: 5 years of experience providing management and organizational direction to organizations on complex issues and projects. Experience includes a minimum of 3 years of direct management experience in multidisciplined organizations.

Functional Responsibility: Works with customer to analyze and evaluate management requirements. Includes a broad knowledge of management theories and discipline and corresponding application within varying organizations of all sizes. Includes background in one or more of he following; organizational development, strategic planning and analysis, change management, information systems, or program development.

Minimum Education: BA/BS in management or equivalent from and accredited college or university plus 3 years general experience related to the duties performed.

-35-

Page 42: Federal Supply Service.doc

SYSTEMS ANALYSIS

SA-1M PRINCIPAL SYSTEMS ANALYSTMinimum/General Experience: 12 to 15 years experience providing consulting services associated with using computerized systems for scientific and/or nonscientific projects.

Functional Responsibility: Works independently providing consulting services on advanced operational problems associated with the use of computer or software systems to client personnel. Recommends general methods of investigation to be employed in the development of solutions to specific technical problems. Recommends and plans studies for original or advanced area of client problems. Initiates studies and determines techniques involved in accomplishing client objectives. Develops and evaluates plans, principles, and procedures for accomplishing client systems studies and provides professional analysis of methods and objectives. Analyzes problem studies and problem histories, and prepares technical and managerial reports discussing the feasibility and desirability of extending or modifying the problem, program, or system. May be a technical expert in specific types of applications and hardware systems.

Minimum Education: MA/MS in Computer Science.

SA-2M SENIOR SYSTEMS ANALYSTMinimum/General Experience: 9 to 12 years of experience preparing complex data according to established procedures for computer or other processing by a number of different processing routines or a series of complex steps. Knowledgeable in analytical techniques, choosing among several alternative analysis methods, processes, or processing cycles to execute the task. Experience reviewing inputs and outputs for accuracy and suitability, and making adjustments and/or corrections, as necessary, to improve quality.

Functional Responsibility: Works under minimal supervision performing technical tasks associated with a scientific or general data processing environment. Acts as a primary point of contact for individual users at a data processing facility. Functions as project or task leader or lead analyst on efforts, and trains and assists less experienced personnel, as required. Capable of performing requirements analyses, alternative analyses, and other analyses as required to support system and software life cycle development. May be a technical expert in specific types of applications and hardware systems.

Minimum Education: BA/BS in Computer Science or related technical discipline from an accredited college or university. MA/MS in a related technical discipline from an accredited college or university may be substituted for 2 years of experience.

SA-3M SYSTEMS ANALYSTMinimum/General Experience: 3 to 7 years of software engineering or related experience with large-scale systems in software design and/or development.

Functional Responsibility: Knowledgeable in the application of software standards, quality assurance, quality control, IV&V techniques, and CASE techniques and design philosophies. Experience includes familiarity with PowerBuilder, Delphi, and/or Oracle graphics user interface tools and rapid application development/rapid prototyping techniques.

-36-

Page 43: Federal Supply Service.doc

Minimum Education: BA/BS in Computer Science, Operations Research, Engineering, Mathematics, Business Administration, or related discipline.

SA-4M JUNIOR SYSTEMS ANALYSTMinimum/General Experience: 2 to 5 years of experience that involves identifying problems and documenting input and output requirements

Functional Responsibility: Performs routine assignments that require following project specifications and statements of problems and procedures to create or modify computer programs.

Minimum Education: BA/BS in Computer Science, Information Systems, Engineering, Business, or other related discipline.

-37-

Page 44: Federal Supply Service.doc

TRAINING

TR-1M TRAINING SPECIALISTMinimum/General Experience: 7 to 9 years of related experience applying comprehensive knowledge to develop and conduct technical training courses.

Functional Responsibility: Working independently, develops and conducts technical training and educational programs of a complex nature related to specific customer requirements. Creates teaching outlines where established guidelines may not exist; selects and/or develops instructional aids, such as handouts, reference materials, or audio/visual supports; maintains records and statistical information on employee training; monitors training program by reviewing and analyzing student course evaluations; and makes recommendations to management on course improvement and customer training needs. Evaluates prospective student population for training requirements using surveys, questionnaires, and other methods. Plans training programs for customer employees in accordance with the agency/corporate training instruction/policy. Experience in hands-on training techniques and computer-based training. Provides training to more junior training specialists and instructors. Supervises enterprise-wide training.

Minimum Education: BA/BS in Education or in a related discipline.

TR-2M INSTRUCTORMinimum/General Experience: 2 to 6 years of experience conducting technical training courses using established course material, hands-on training techniques, and computer-based training. At least 1 year of experience in ADP/telecommunications.

Functional Responsibility: Prepares lesson plans, handouts, and syllabus. Provides general technical classroom instruction.

Minimum Education: BA/BS in a related discipline.

-38-

Page 45: Federal Supply Service.doc

ADMINISTRATIVE SUPPORT

ADM-1M ADMINISTRATIVE ASSISTANT IMinimum/General Experience: 6 years experience providing administrative and secretarial support to one or more individuals, and performing standard administrative and advanced secretarial duties requiring initiative and a high level of skill.

Functional Responsibility: Performs a variety of complex and routine administrative and secretarial duties. Provides work direction to lower-level secretarial staff in the same department or unit. Uses word processing equipment and a variety of software packages to produce documents.

Minimum Education: AA.

ADM-2M ADMINISTRATIVE ASSISTANT IIMinimum/General Experience: 5 years of related experience performing routine secretarial and clerical support, such as typing correspondence reports and memos using a word processor, and maintaining computer-based files for a unit or department. Familiarity with Microsoft Office and ability to type at least 50 wpm is required.

Functional Responsibility: Under close supervision, performs clerical and secretarial tasks, such as typing and filing. Copies and distributes memos and mail, assists in special assignments, answers phones, directs calls, takes messages, and maintains and updates records and files.

Minimum Education: High School Diploma.

ADM-3M ADMINISTRATIVE ASSISTANT IIIMinimum/General Experience: 2 years clerical experience.

Functional Responsibility: Under close supervision, performs clerical and secretarial tasks, such as typing and filing. Copies and distributes memos and mail; assists in special assignments; answers phones; directs calls; takes messages; and maintains and updates records and files.

Minimum Education: High School Diploma.

-39-

Page 46: Federal Supply Service.doc

DOCUMENTATION

DS-1M SENIOR DOCUMENTATION SPECIALIST/EDITOR Minimum/General Experience: 6 to 7 years of related experience providing documentation support and rewriting for reports, proposals, and promotional materials. Professional certification in editing may be substituted for 2 years of experience.

Functional Responsibility: Produces, writes and/or edits professional and technical documents, including business proposals, reports, manuals, briefings and presentations, guidelines, and other project deliverables to meet contract requirements. Reviews and edits documents developed by others to ensure accuracy and quality of content, organization, language, format consistency, and conformance with established standards; works with technical staff to develop documentation requirements; develops outlines and drafts for review and approval by technical specialists and project management; and ensures that final documents meet applicable contract requirements and regulations. Researches and gathers technical and background information for inclusion in project documentation and deliverables. Consults relevant information sources, including library and Internet resources, technical and financial documents, and client and project personnel, to obtain background information and verifies pertinent guidelines and regulations governing project deliverables.

Minimum Education: BA/BS in a related discipline.

DS-2M DOCUMENTATION SPECIALIST/EDITORMinimum/General Experience: 5 to 7 years of related experience providing documentation support, and rewriting for technical reports, proposals, and promotional materials. Professional certification in editing may be substituted for 2 years of experience.

Functional Responsibility: Under general supervision, provides documentation support (and rewrites, as required) and produces technical documents for grammatical, syntactical, and usage errors; spelling and punctuation errors; and adherence to standards, including consistency, format, and presentation. Proofreads documentation and graphics for accuracy and adherence to original content; provides quality control review for documents received from photocopying and word processing; assembles master copies, including graphics, appendices, tables of contents, and title pages; and assists in scheduling printing, copying, and graphics with vendors. Gets quotes from printers and determines best price to produce quality documents, assists in determining level of effort required for incoming documents, assists in document tracking and logging, and consults with technical staff to determine format, content, and the organization of technical reports and proposals. Researches and gathers technical and background information for inclusion in project documentation and deliverables. Consults relevant information sources, including library and Internet resources, technical and financial documents, and client and project personnel, to obtain background information, and verifies pertinent guidelines and regulations governing project deliverables. Acts as liaison between customers and the technical staff.

Minimum Education: BA/BS in a related discipline.

-40-

DO

CUM

ENTA

TIO

N

Page 47: Federal Supply Service.doc

SUBSTITUTION OF EDUCATION/EXPERIENCE

Additional education over the minimum may be substituted for required experience as follows:

Required Education Actual Education

Credit for Additional Experience

MA/MS Ph.D. 4BA/BS Ph.D. 6BA/BS MA/MS 2

HS/GED BA/BS 4HS/GED AA 2

Additional experience over the minimum may be substituted for required education as follows:

Actual EducationRequired Education

Additional Experience Required

HS/GED BA/BS 4HS/GED MA/MS 6HS/GED Ph.D. N/A

AA BA/BS 2AA MA/MS 4

BA/BS MA/MS 2BA/BS Ph.D. N/AMA/MS Ph.D. 4

-41-

Page 48: Federal Supply Service.doc

P

RIC

E LI

ST

Page 49: Federal Supply Service.doc

15 NOV 1999 THROUGH 14 NOV 2000

ITEM NO. LABOR CATEGORYHOURLY

RATE

Program ManagementPM-1M Program Manager $136.17PM-2M Technical Manager/Task Leader $100.22

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $111.89EE-2M Senior Enterprise Engineer $88.79EE-3M Enterprise Engineer $82.13FAC-1M Senior Facilitator $77.33FAC-2M Facilitator $59.89FAC-3M Group Decision Support Technographer/BPR Modeler $53.15

ConsultantMC-1M Principal Management Consultant $171.13MC-2M Senior Management Consultant $122.55MC-3M Management Consultant $88.79

Systems AnalysisSA-1M Principal Systems Analyst $108.94SA-2M Senior Systems Analyst $85.19SA-3M Systems Analyst $74.18SA-4M Junior Systems Analyst $62.64

TrainingTR-1M Training Specialist $70.80TR-2M Instructor $56.65

AdministrativeADM-1M Administrative Assistant I $43.34ADM-2M Administrative Assistant II $39.76ADM-3M Administrative Assistant III $33.13

DocumentationDS-1M Senior Documentation Specialist/Editor $39.76DS-2M Documentation Specialist/Editor $33.13

-42-

Page 50: Federal Supply Service.doc

15 NOV 2000 THROUGH 14 NOV 2001

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $140.27PM-2M Technical Manager/Task Leader $103.23

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $115.24EE-2M Senior Enterprise Engineer $91.45EE-3M Enterprise Engineer $84.61FAC-1M Senior Facilitator $79.64FAC-2M Facilitator $61.70FAC-3M Group Decision Support Technographer/BPR Modeler $54.73

ConsultantMC-1M Principal Management Consultant $176.27MC-2M Senior Management Consultant $126.22MC-3M Management Consultant $91.45

Systems AnalysisSA-1M Principal Systems Analyst $112.21SA-2M Senior Systems Analyst $87.75SA-3M Systems Analyst $76.40SA-4M Junior Systems Analyst $64.51

TrainingTR-1M Training Specialist $72.95TR-2M Instructor $58.34

AdministrativeADM-1M Administrative Assistant I $44.63ADM-2M Administrative Assistant II $40.97ADM-3M Administrative Assistant III $34.12

DocumentationDS-1M Senior Documentation Specialist/Editor $40.97DS-2M Documentation Specialist/Editor $34.12

-43-

Page 51: Federal Supply Service.doc

15 NOV 2001 THROUGH 14 NOV 2002

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $144.46PM-2M Technical Manager/Task Leader $106.33

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $118.70EE-2M Senior Enterprise Engineer $94.20EE-3M Enterprise Engineer $87.13FAC-1M Senior Facilitator $82.02FAC-2M Facilitator $63.55FAC-3M Group Decision Support Technographer/BPR Modeler $56.37

ConsultantMC-1M Principal Management Consultant $181.55MC-2M Senior Management Consultant $130.01MC-3M Management Consultant $94.20

Systems AnalysisSA-1M Principal Systems Analyst $115.57SA-2M Senior Systems Analyst $90.40SA-3M Systems Analyst $78.69SA-4M Junior Systems Analyst $66.44

TrainingTR-1M Training Specialist $75.12TR-2M Instructor $60.11

AdministrativeADM-1M Administrative Assistant I $45.98ADM-2M Administrative Assistant II $42.19ADM-3M Administrative Assistant III $35.15

DocumentationDS-1M Senior Documentation Specialist/Editor $42.19DS-2M Documentation Specialist/Editor $35.15

-44-

Page 52: Federal Supply Service.doc

15 NOV 2002 THROUGH 14 NOV 2003

ITEM NO. LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $148.79PM-2M Technical Manager/Task Leader $109.52

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $122.25EE-2M Senior Enterprise Engineer $97.01EE-3M Enterprise Engineer $89.75FAC-1M Senior Facilitator $84.50FAC-2M Facilitator $65.47FAC-3M Group Decision Support Technographer/BPR Modeler $58.08

ConsultantMC-1M Principal Management Consultant $187.00MC-2M Senior Management Consultant $133.91MC-3M Management Consultant $97.01

Systems AnalysisSA-1M Principal Systems Analyst $119.06SA-2M Senior Systems Analyst $93.10SA-3M Systems Analyst $81.03SA-4M Junior Systems Analyst $68.44

TrainingTR-1M Training Specialist $77.37TR-2M Instructor $61.90

AdministrativeADM-1M Administrative Assistant I $47.36ADM-2M Administrative Assistant II $43.47ADM-3M Administrative Assistant III $36.21

DocumentationDS-1M Senior Documentation Specialist/Editor $43.47DS-2M Documentation Specialist/Editor $36.21

-45-

Page 53: Federal Supply Service.doc

15 NOV 2003 THROUGH 14 NOV 2004

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $153.27PM-2M Technical Manager/Task Leader $112.80

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $125.95EE-2M Senior Enterprise Engineer $99.92EE-3M Enterprise Engineer $92.44FAC-1M Senior Facilitator $87.02FAC-2M Facilitator $67.43FAC-3M Group Decision Support Technographer/BPR Modeler $59.80

ConsultantMC-1M Principal Management Consultant $192.62MC-2M Senior Management Consultant $137.94MC-3M Management Consultant $99.92

Systems AnalysisSA-1M Principal Systems Analyst $122.61SA-2M Senior Systems Analyst $95.89SA-3M Systems Analyst $83.48SA-4M Junior Systems Analyst $70.48

TrainingTR-1M Training Specialist $79.69TR-2M Instructor $63.75

AdministrativeADM-1M Administrative Assistant I $47.36ADM-2M Administrative Assistant II $43.47ADM-3M Administrative Assistant III $36.21

DocumentationDS-1M Senior Documentation Specialist/Editor $47.70DS-2M Documentation Specialist/Editor $39.75

-46-

Page 54: Federal Supply Service.doc

OPTION YEAR 115 NOV 04 THROUGH 14 NOV 05

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $157.86PM-2M Technical Manager/Task Leader $116.20

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $129.73EE-2M Senior Enterprise Engineer $102.90EE-3M Enterprise Engineer $95.20FAC-1M Senior Facilitator $89.65FAC-2M Facilitator $69.45FAC-3M Group Decision Support Technographer/BPR Modeler $61.62

ConsultantMC-1M Principal Management Consultant $198.39MC-2M Senior Management Consultant $142.06MC-3M Management Consultant $102.90

Systems AnalysisSA-1M Principal Systems Analyst $126.29SA-2M Senior Systems Analyst $98.77SA-3M Systems Analyst $85.99SA-4M Junior Systems Analyst $72.59

TrainingTR-1M Training Specialist $82.10TR-2M Instructor $65.66

AdministrativeADM-1M Administrative Assistant I $50.26ADM-2M Administrative Assistant II $46.11ADM-3M Administrative Assistant III $38.41

DocumentationDS-1M Senior Documentation Specialist/Editor $46.11DS-2M Documentation Specialist/Editor $38.41

-47-

Page 55: Federal Supply Service.doc

OPTION YEAR 215 NOV 05 THROUGH 14 NOV 06

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $162.58PM-2M Technical Manager/Task Leader $119.66

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $133.61EE-2M Senior Enterprise Engineer $105.98EE-3M Enterprise Engineer $98.06FAC-1M Senior Facilitator $92.33FAC-2M Facilitator $71.54FAC-3M Group Decision Support Technographer/BPR Modeler $63.46

ConsultantMC-1M Principal Management Consultant $204.35MC-2M Senior Management Consultant $146.33MC-3M Management Consultant $105.98

Systems AnalysisSA-1M Principal Systems Analyst $130.07SA-2M Senior Systems Analyst $101.75SA-3M Systems Analyst $88.57SA-4M Junior Systems Analyst $74.77

TrainingTR-1M Training Specialist $84.56TR-2M Instructor $67.65

AdministrativeADM-1M Administrative Assistant I $51.78ADM-2M Administrative Assistant II $47.50ADM-3M Administrative Assistant III $39.55

DocumentationDS-1M Senior Documentation Specialist/Editor $47.50DS-2M Documentation Specialist/Editor $39.55

-48-

Page 56: Federal Supply Service.doc

OPTION YEAR 315 NOV 06 THROUGH 14 NOV 07

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $167.46PM-2M Technical Manager/Task Leader $123.25

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $137.62EE-2M Senior Enterprise Engineer $109.17EE-3M Enterprise Engineer $101.02FAC-1M Senior Facilitator $95.09FAC-2M Facilitator $73.69FAC-3M Group Decision Support Technographer/BPR Modeler $65.39

ConsultantMC-1M Principal Management Consultant $210.49MC-2M Senior Management Consultant $150.73MC-3M Management Consultant $109.17

Systems AnalysisSA-1M Principal Systems Analyst $133.97SA-2M Senior Systems Analyst $104.80SA-3M Systems Analyst $91.23SA-4M Junior Systems Analyst $77.01

TrainingTR-1M Training Specialist $87.09TR-2M Instructor $69.67

AdministrativeADM-1M Administrative Assistant I $53.35ADM-2M Administrative Assistant II $48.91ADM-3M Administrative Assistant III $40.74

DocumentationDS-1M Senior Documentation Specialist/Editor $48.91DS-2M Documentation Specialist/Editor $40.74

-49-

Page 57: Federal Supply Service.doc

OPTION YEAR 415 NOV 07 THROUGH 14 NOV 08

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $172.49PM-2M Technical Manager/Task Leader $126.96

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $141.75EE-2M Senior Enterprise Engineer $112.45EE-3M Enterprise Engineer $104.05FAC-1M Senior Facilitator $97.96FAC-2M Facilitator $75.91FAC-3M Group Decision Support Technographer/BPR Modeler $67.34

ConsultantMC-1M Principal Management Consultant $216.82MC-2M Senior Management Consultant $155.25MC-3M Management Consultant $112.45

Systems AnalysisSA-1M Principal Systems Analyst $137.99SA-2M Senior Systems Analyst $107.95SA-3M Systems Analyst $93.96SA-4M Junior Systems Analyst $79.33

TrainingTR-1M Training Specialist $89.70TR-2M Instructor $71.76

AdministrativeADM-1M Administrative Assistant I $54.95ADM-2M Administrative Assistant II $50.40ADM-3M Administrative Assistant III $41.97

DocumentationDS-1M Senior Documentation Specialist/Editor $50.40DS-2M Documentation Specialist/Editor $41.97

-50-

Page 58: Federal Supply Service.doc

OPTION YEAR 515 NOV 08 THROUGH 14 NOV 09

ITEM NO.LABOR CATEGORY

HOURLYRATE

Program ManagementPM-1M Program Manager $177.66PM-2M Technical Manager/Task Leader $130.75

Enterprise Engineering/FacilitationEE-1M Principal Enterprise Engineer $146.01EE-2M Senior Enterprise Engineer $115.83EE-3M Enterprise Engineer $107.18FAC-1M Senior Facilitator $100.91FAC-2M Facilitator $78.20FAC-3M Group Decision Support Technographer/BPR Modeler $69.36

ConsultantMC-1M Principal Management Consultant $223.32MC-2M Senior Management Consultant $159.93MC-3M Management Consultant $115.83

Systems AnalysisSA-1M Principal Systems Analyst $142.13SA-2M Senior Systems Analyst $111.18SA-3M Systems Analyst $96.77SA-4M Junior Systems Analyst $81.70

TrainingTR-1M Training Specialist $92.39TR-2M Instructor $73.91

AdministrativeADM-1M Administrative Assistant I $56.59ADM-2M Administrative Assistant II $51.91ADM-3M Administrative Assistant III $43.23

DocumentationDS-1M Senior Documentation Specialist/Editor $51.91DS-2M Documentation Specialist/Editor $43.23

-51-

Page 59: Federal Supply Service.doc

Corporate Headquarters

1111 Jefferson Davis HighwaySuite 808Arlington, VA 22202

703.416.6500703.416.6501-fax

Dayton Center

2940 Presidential DriveSuite 250Fairborn, OH 45324

937.427.1300937.427.2958-fax

Lexington Park Center

22300 Exploration DriveSuite 100Lexington Park, MD 20653

301.866.6400301.866.6401-fax

Mechanicsburg Center

940 Century DriveMechanicsburg, PA 17055

717.795.5990717.795.5994-fax