SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS -
Document Type:
Keywords:
Collection:
Document Number (FOIA) /ESDN (CREST):
0001490352
Release Decision:
RIPPUB
Original Classification:
U
Document Page Count:
35
Document Creation Date:
June 22, 2015
Document Release Date:
October 30, 2009
Sequence Number:
Case Number:
F-2007-00737
Publication Date:
December 1, 2004
File:
Attachment | Size |
---|---|
![]() | 1.69 MB |
Body:
SOLICITATION/CONTRACT/OP t FOR COMMERCIAL ITEMS
1. REQUISITI
PAGE 1 Of 18
OFFEROR TO COMPLETE b,i)CKS 12, 17, 23, 24, & 30
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5
SOLICITATION NO
6
SOLICITATION ISSUE DATE
1 December 2004
.
.
.
7. FOR SOLICITATION
a. NAME
b. TELEPHONE NO. n, 0 conecr cell)
8- OFFER DUE DATE/LOCAL TIME
INFORMATION CALL ,
9. ISSUED BY CODE
10. THIS ACQUISITION IS
11. DELIVERY FOR FOB
12. DISCOUNT TERMS
ONLY CORRESPONDENCE MAILED VIA
? UNRESTRICTED
DESTINATION UNLESS
BLO
K
M
Net 30 Days
Ys
U.S. POSTAL SERVICE SHOULD BE (b) (6)
El SET ASIDE: % FOR
IS
ARKED
C
ADDRESSED TO:
(b)(4)
^ SMALL BUSINESS
^ SEE SCHEDULE
(b) (3)
^ SMALL DISADV.
^ 13a. THIS CONTRACT IS A RATED ORDER
BUSINESS
UNDER DPAS (15 CFR 700)
Washington, 20505
^ 8(A)
13b. RATING
SIC:
14. METHOD OF SOLICITATION
SIZE STD:
^ RFQ ^ IFB ^ RFP
15. DELIVER TO CODE
16. ADMINISTERED BY
CODE
SEE SECTION A -PAGE 2
Technical POC:
17. CONTRACTOR/ CODE FACILITY
OFFEROR CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
TMP Worldwide, Inc.
8280 Greensboro Drive, Suite 900
McLean, VA 22102
Washington, D220505
^ 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS
SUCH ADDRESS IN OFFER
BLOCK BELOW I
S CHECKED ^ SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
SeePage 2
APPROVED FOR RELEASED
DATE: 10-13-2009
(Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
^ 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-I, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ^ ARE ^ ARE NOT ATTACHED.
? 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ? ARE ^ ARE NOT ATTACHED.
~n7 - u uaa... van -1 namo oa, runtn lrntru . YOUR OFFER UN SOLICITATION (BLOCK 5),
~XI OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE ^ INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH
ACCEPTED,
^ RECEIVED ^ INSPECTED ^ CONTRACT
AND CONFORMS TO THE
EXCEPT AS NOTED
3lb. AME OF CON 1RACJ1N(j OFFICER PE OR PR/NT)
^ PARTIAL
36. PAYMENT
^ COMPLETE ^ PARTIAL
'/q /6 _(.
1-11
35. AMOUNT VERIFIED
CORRECT FOR
AUTHORIZED FOR LOCAL REPRODUCTION SEE REVERSE FOR OMB CONTROL STANDARD FORM 1449 (10-95)
Computer Generated NUMBER AND PAPERWORK BURDEN STATEMENT Prescribed by GSA - FAR (48 CFR) 53.212
Contractor: TMP World
Contract Number:
Page 2 of 16
SECTION A - SOLICITATION/CONTRACT FORM
A.1 Use of Facsimile Signatures (JUN 2002)
This Contract document may be executed in counterparts, each of which shall be deemed an original, all
of which together shall constitute one and the same'instrument. Facsimile signatures will be regarded as
authentic by all parties.
SECTION B- SUPPLIES OR SERVICES AND PRICES/COSTS
B.1 Type and Scope of Contract (IDIQ) (OCT 2003)
(a) This is an indefinite-delivery/indefinite-quantity (IDIQ) contract, as identified under Federal
Acquisition Regulation (FAR) 16.504. Requirements will be placed under this contract through Firm Fixed
Price (FFP) task orders. The minimum and maximum quantity of services to be purchases under this
IDIQ contract are set forth below.
(2) Total maximum quantity of services to be purchased under this IDIQ contract shall be
(1) Total minimum quantity of services to be purchased under this IDIQ contract shall be
(b) The Contractor shall, in accordance with the terms and conditions set forth hereafter, furnish the
necessary qualified personnel, services, travel, facilities, and materials (except those specifically to be
provided by the Government) and do all things necessary and incident to the completion of the
contractual effort in accordance with Section C, Statement of Work (SOW) and the applicable task order
SOW.
(c) Clauses Applicable to. Firm Fixed Price (FFP) Task Orders: At a minimum, the following paragraphs
shall be applicable to all FIRM FIXED PRICE (FFP) Task Orders issued under this contract, unless
otherwise specified in an individual task order. Additional requirements may be specified in each task
order. Full text is available as an attachment to the contract.
Type of Contract and Consideration (FFP) (OCT 2003)
Scope of Contract (Statement of Work) (OCT 2003)
Period of Performance (AUG 1996)
B.2 Pricing
Pricing in accordance with attached Pricing Matrix dated 17 December 2004.
See Attachment J-2: TMP Worldwide, Inc. Schedule of Fixed Pricing Matrix
C.1 I Statement of Work (OCT 2003)
The Sponsor's Statement of Work entitled "STATEMENT OF WORK, HUMAN RESOURCE
MANAGEMENT - ADVERTISING" dated July 2004, which is incorporated by reference or attached
hereto, is made a part of this contract.
Contract Number:
Page 3 of 16
SECTION D - PACKAGING AND MARKING
Not Applicable
SECTION E INSPECTION AND ACCEPTANCE
E.1 52.252-2 Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address(es):
hftp://www.arnet.gov/far/
hftp://www-far.npr.gov/References/References.html
52.246-2 Inspection of Supplies - Fixed-Price.
AUG 1996
52.246-4 Inspection of Services - Fixed-Price.
AUG 1996
E.2 Inspection and Acceptance at Destination (MAR 2004)
Final inspection and acceptance of work accomplished, services provided and/or items produced or
deliverable under this contract shall be performed at destination by cognizant Government personnel.
F.1 52.252-2 Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address(es):
hftp://www.arnet.gov/far/
hftp://www-far.npr.gov/References/References.html
52.242-15 Stop-Work Order. AUG 1989
F.2 Late Delivery (AUG 1996)
When the Contractor encounters difficulty in meeting performance requirements, or anticipates difficulty in
complying with the contract delivery schedule or date, it shall immediately notify the Contracting Office in
writing giving pertinent details; provided, however, that this data shall be informational only in character
and that this provision shall not be construed as a waiver by the Government of any delivery schedule or
any rights or remedies provided by law or under this contract.
F.3 ~Period of Performance (AUG 1996)
The period of performance of base IDIQ shall be from 01 December 2004 to 30 November 2005.
The period of performance of Option Period One of the IDIQ shall be from 01 December 2005 to 30
November 2006.
The period of performance of Option Period Two of the IDIQ shall be from 01 December 2006 to 30
November 2007.
Contract Number:
Page 4 of 16
The period of performance of Option Period Three of the IDIQ shall be from 01 December 2007 to 30
November 2008.
The period of performance of Option Period Four of the IDIQ shall be from 01 December 2008 to 30
November 2009.
F.4 I (Place of Performance (AUG 1996)
The principal place of performance under this contract shall be the Contractor's facility located at:
TMP Worldwide, Inc.
8280 Greensboro Drive
Suite 900
McLean, VA 22102
F.5 I Contract Status Report (DEC 2001)
Monthly contract status reports shall be submitted in faxed only copies to the Contracting Officer not later
than 15 calendar days after the close of the month covered by the report. Such report shall be in the
format as provided in the attached Monthly Contract Status Report exemplar. Failure to submit this report
will result in delay in payment of invoices.
* Contractor's format acceptable.
SECTION G - CONTRACT ADMINISTRATION DATA
G.1 Settlement - Fixed Price Services (FEB 2002)
Upon completion of the subject contract, the Contractor shall submit the following documents:
(a) Level-of-Effort Certification (if applicable, breakdown by labor category and hours expensed) (Three
(3) copies required)
(b) Electronic Funds Transfer Information (EFT) - The submission of this information is required to keep
our payment database current. (One (1) copy required)
(c) Final Government Furnished Property/Contractor Acquired Property (GFP/CAP) Statement -
Disposition of Government Property (One (1) copy required)
(d) Final Patent and Royalty Statement (in accordance with FAR 52.227-11, 52.227-12, and 52.227-13,
as appropriate) (One (1) copy required)
(e) Copy of Final Invoice submitted to the Payment Office (One (1) copy required)
One complete set of closeout documentation shall be mailed, postage prepaid, to the Contracting Officer
at the address on page 1 of this contract.
If you have any questions in regard to the closeout procedure, please contact the Contracting Officer.
Contract Number:
Page 5 of 16
G.2
2004
Invoicing and Payment Instructions (General) Unclassified Association (JAN
(a) Contractors may mail invoices to the following payment office:
Washington, 20505.
However, the preferred method of submitting invoices to the payment.office is via facsimile (FAX)
machine. Contractors may use any of the numbers listed below. When Contractors transmit original
invoices via FAX, do not follow up with additional mailed copies; doing so will cause your company to lose
the FAX option.
(b) The payment periods designated in the FAR clauses for Prompt Payment contained in this contract
will begin the date the Government receives a proper invoice in the payment office. A proper invoice
must include:
(1) Name of the business concern, invoice date, and date(s) supplies delivered or services performed.
(2) Contract, purchase order, or delivery order number. The Government cannot process for payment an
invoice that lacks a contract, purchase order, or delivery order number. No other 'authorizations' are valid
or acceptable.
(3) Itemized cost elements and fee amounts for both the current invoice's costs and for the cumulative
cost elements and fee amounts (for cost reimbursable contracts); itemized labor categories (for time and
material or labor hour contracts); description, price, and quantity of supplies delivered and/or services
rendered (for fixed price contracts, purchase orders and delivery orders).
(4) Shipping and payment terms (for fixed price contracts, purchase orders, or delivery orders).
(5) Name, title, phone number, and complete mailing address of responsible official to whom the Agency
should send payment.
(c) The Government shall give notice of an apparent error, defect, or impropriety in an invoice to the
Contractor within 7 days of receipt of the invoice by the payment office. The Contractor may make
inquiries regarding invoices to the payment office on
G.3 I Authority and Designation of a Contracting Officer's Technical Representative
(COTR) (MAR 2004)
(a) Authority: Performance of this contract is subject to the technical guidance, supervision and approval
of the Contracting Officer or a designated Contracting Officer's Technical Representative (COTR). As
used herein, "technical guidance" is restricted to scientific, engineering or other technical field-of-
discipline matters directly related to the work to be performed. Such guidance may be provided for the
purposes of filling in details, clarifying, interpreting or otherwise serving to accomplish the technical
objectives and requirements of the contract. In addition, and unless specified elsewhere in this contract,
the authority of the designated COTR is specifically limited to the technical administration of this contract
and the inspection of supplies being produced, services being provided or work being performed to
Contractor: TMP Worldwide
Contract Number:
Page 6 of 16
assess compliance with the scope, estimated cost (if cost-reimbursement), schedule, and technical
requirements of the contract.
(b) Designation: The individual identified below is authorized access to all information concerning this
contract during the life of the contract unless this authorization is reassigned by an administrative change
to the contract:
Telephone No.
(c) Notification: The Contracting Officer is the only representative of the Government authorized to
negotiate, enter into, modify or take any other action with respect to this contract. Therefore, no other
employee or representative of the Government has the authority to initiate a course of action which may
alter the terms or conditions of this contract. All revisions to specifications, requirements or informal
commitments that may involve a change in either the total cost/price, scope, delivery schedule, or legal
aspects of this contract must be done by change order or supplemental agreement, to be negotiated and
signed by the Contracting Officer. Should any action by Government personnel (other than the
Contracting Officer) imply a commitment on the part of the Government that would affect the terms of this
contract, the Contractor must notify the Contracting Officer and obtain approval before proceeding.
Otherwise, the Contractor proceeds at its own risk.
G.4 Novation/Change-of-Name Notification Requirement (MAR 2004)
(a) For the purposes of this contract, any transfer of the contractor's assets to a third party, or change to
the contractor's name, that fall under FAR 42.12, will be processed in a centralized manner by the staff at
the following address:
Washington, DE; 2U5
(b) Until the settlement of this contract is completed, the Contractor shall provide written notification to this
staff via facsimile within (30) thirty days of any fore-mentioned changes. Along with details of the
change, your notification shall provide a point of contact name, title, clearance level, and phone and fax
numbers.
(c) After receiving this notification, your designee will receive a letter with instructions to assist in the
preparation of the novation/change-of-name package. Our organization will typically recognize Other
Government Agency (OGA) Agreements; however, we have unique security requirements that must be
addressed before formally accepting these agreements.
(d) You are reminded that you must continue to invoice under your former name on existing contracts
until this Agency accepts your novation and/or change-of-name agreement by issuance of a letter
recognizing the agreement. In addition, you are NOT authorized to request changes to your banking
information to recognize a. successor company on existing contracts until this Agency accepts your
novation and/or change-of-name agreement. Any delays in submitting the required information may
impact your ability to invoice.
(e) A submission of a novation or name change agreement does not guarantee approval by this
organization and if a change is deemed unacceptable, the contractor will remain under contractual
obligation to perform. The contract may be terminated for reasons of default should the contractor not
Contract Number:
Page 7 of 16
perform.
G.5 Government Property (Scheduled) (MAR 2004)
(a) The following clause is incorporated by reference:
[X] 52.245-2 Government Property (Fixed Price Contracts)
52.245-4 Government-Furnished Property (Short Form)
52.245-5 Government Property (Cost-Reimbursement, Time-and-Material, or Labor-Hour Contracts.)
(b) Under the FAR clause referenced above, the Government shall deliver to the Contractor the property
identified below for use in the performance of this contract or such other contract(s) as may be authorized
by the Contracting Officer:
The Government will provide the current version art and all related art to the prospective
vendor. Current version art is the art that the incumbent has developed with the
Government and which is used to update advertising instead of creating new artwork
every time an order is placed.
(c) The Contractor shall verify the quantity and condition of the property identified above immediately
upon receipt. Shortages and/or damaged or defective property shall be promptly reported to the
Contracting Officer after having a confirming inspection thereof made by a designated representative of
the Contracting Officer. The Contractor may also request a confirming inspection by the carrier's
representative where it considers the damage to be attributable, in some degree, to the carrier.
(d) When deemed necessary, a representative of the Contracting Officer will be present to inspect the
condition of the property before packaging thereof for return to the Government. In order to
accommodate this inspection requirement, the Contractor shall provide the Contracting Officer with at
least 24 hours' prior notice so that personnel may be assigned for these examinations.
(e) The Contractor's property control system shall provide annually the total acquisition cost for
Government property for which the Contractor is accountable under this contract, including Government
property at subcontractor's plants and alternate locations. The Contractor's annual report shall be
prepared on a form provided by the Property Administrator and submitted no later than the date
prescribed by the Property Administrator.
(f) All inquiries regarding the issuance and disposition of the above property should be directed to the
Contracting Officer. Note: The provision for reporting property at the completion or termination of a
contract is contained in the standard FAR clauses that must be incorporated into the contract by
reference. Standard FAR clauses 52.245-2 and 52.245-5 state that the Contractor "shall comply with
FAR subpart 45.5 as in effect on the date of this contract."
(g) At the completion of the Annual Inventory exercise, the Contractor shall submit the completed
inventory to the COTR for validation and verification. The Contractor shall receive a signed copy of the
inventory back from the COTR. This will be verified during an audit conducted by the Property
Administrator.
SECTION H - SPECIAL CONTRACT REQUIREMENTS
H.1 Fraud, Waste, and Abuse - Unclassified Association (DEC 2002)
Anyone who suspects fraud, waste, or abuse in any aspect of the acquisition process or during
Contract Number:
Page 8 of 16
performance of this contract by either Government or Contractor personnel should contact the Office of
Inspector General, Investigations Staff, at phone number
H.2 Non-Publicity (DEC 2003)
(a) The Contractor shall not use or allow to be used any aspect of this solicitation and/or contract for
publicity. "Publicity" means, but is not limited to, advertising (e.g. trade magazines, newspapers, Internet,
radio, television etc.), communications with the media, marketincl. or a reference for new business. This
shall include, but, is not limited to, the use of the terms or any other sponsor specific terms
in any public advertisements. It is further understood that this obligation shall not expire upon completion
or termination of this contract, but will continue indefinitely. The Contractor may request a- waiver or
release from the foregoing but shall not deviate therefrom unless authorized to do so in writing by the
Contracting Officer. Contractors are not required to obtain waivers when informing offices within this
Agency of contracts it has performed or is in the process of performing provided there are no security
restrictions. Contractors may include the requirement for security clearances up to the TS, SCI level in
public employment advertisements.
(b) The Contractor shall include the substance of this clause, including this paragraph (b), in each
subcontract issued under this contract.
H.3 ~Security Requirements - Software Certification (JUN 1998)
(a) The contractor certifies that it will undertake to ensure that any software to be provided or any
Government Furnished Software to be returned, under this contract will be provided or returned free from
computer virus, which could damage, destroy, or maliciously alter software, firmware, or hardware, or
which could reveal to unauthorized persons any data or other information accessed through or processed
by the software.
(b) The contractor shall immediately inform the Contracting Officer when it has a reasonable suspicion
that any software provided or returned, to be provided or returned, or associated with the production may
cause the harm described in paragraph (a) above.
(c) If the contractor intends to include in the delivered software any computer code not essential to the
contractual requirement, this shall be explained in full detail to the Contracting Officer and Contracting
Officer's Technical Representative (COTR).
(0) The contractor acknowledges its duty to exercise reasonable care, to include the following, in the
course of contract performance:
(1) using on a regular basis current versions of commercially available anti-virus software to guard against
computer viruses when introducing maintenance, diagnostic, or other software into computers; and
(2) prohibiting the use of non-contract related software on computers, especially from unknown or
unreliable sources.
H.4 Prohibition Against Recruiting in Agency Facilities (AUG 2004)
(a) The Contractor shall inform its employees and subcontractors that they are not permitted to engage in
employment recruitment while in any facility controlled by the Agency or to use Agency communications
systems (e.g. cable and computer systems) and nonpublic information in connection with recruitment
without written approval of the Contracting Officer. For purposes of this clause, recruitment refers to
discussions of future employment with the contractor or subcontractor initiated by an employee of the
contractor or subcontractor; distribution of employment forms or other employment paperwork, or similar
activities directed towards obtaining the employment of an Agency employee by the contractor or
subcontractor. Any Contractor or subcontractor employee who violates this policy may be denied further
Contractor: TMP Worldwide
Contract Number:
Page 9 of 16
access to Agency facilities and systems. The Contractor shall emphasize this fact to its employees and
subcontractors and shall include the substance of this clause in each subcontract issued under this
contract.
(b) The prohibition set forth in paragraph (a) above does not apply to the recruitment of Agency personnel
enrolled in the Agency's Career Transition Program. The prohibition also does not apply to the
recruitment of Agency personnel for part-time work that does not conflict or interfere with Agency
personnel's employment with the Agency, provided Contracting Officer approval has been obtained
consistent with paragraph (a) above.
(c) Exclusion under the circumstances described in paragraph (a) of this clause shall not relieve the
Contractor from full performance of the requirements of this contract, nor will it provide the basis for any
claims against the Government.
H.5 Incorporation of Section K Representations, Certifications, and Other
Statements of erors or Respondents (OCT 2003)
SECTION K, which has been completed and submitted with Contractor's proposal dated 29 October
2004 is incorporated herein by reference and made a part of this contract.
H.6 Order of Precedence (OCT 2003)
(a) Any inconsistency in this contractual document (inclusive of documents, provisions or exhibits
referenced herein or attached hereto) shall be resolved by giving precedence in the following order:
(1) The Schedule (excluding the SOW and specifications)
(2) Attachment A - Incentive and Award Fee Plan (if applicable)
(3) Statement of Work
(4) Other provisions of the contract when attached or incorporated by reference
(5) Specifications
(6) Technical Provisions of the Contractor's Proposal(s)
(b) If a conflict or inconsistency arises out of any of the contract elements listed above, the Contractor
shall notify the Contracting Officer of the conflict or inconsistency for final and unilateral resolution. Under
no circumstances will such conflicts or inconsistencies result in increases to target cost, fee, award fee or
schedule extensions.
H.7 I IKey Personnel (AUG 1996)
(a) The Contractor shall identify the key technical, management and administrative personnel to be
assigned to work under this contract:
Name Title
Contractor: TMP Worldwide
Contract Number:
Page 10 of 16
(b) The personnel specified above are considered to be essential to the work performed hereunder. Prior
to diverting any of the specified individuals to other programs, the Contractor shall provide advance
notification of at least thirty (30) calendar days to the Contracting Officer and shall submit resumes of the
proposed substitutes in sufficient detail to permit evaluation of the impact on the program. No diversion
from the above procedure shall be made by the Contractor without the written consent of the Contracting
Officer, provided that the Contracting Officer may ratify in writing such diversion and such ratification shall
constitute the consent of the Contracting Officer. required by this clause.
H.8 Contractor Performance Evaluation (MAR 2004)
(a) In accordance with FAR 42.15, and as otherwise provided by this contract, the Contractor's
performance under this contract shall be subject to evaluation as follows:
(1) Final evaluation shall be conducted for all contracts after completion of contract performance; and
(2) Interim evaluations may be conducted at the government's discretion.
(b) Past performance evaluation reports shall be retained by the Government to provide source selection
information for a period not to exceed three years after contract completion. In accordance with FAR
9.105, the Contracting Officer shall also consider relevant past performance information when making
responsibility determinations.
(c) The Contracting Officer shall provide appropriate extracted information from the completed interim (if
applicable) and final reports to the Contractor as soon as practicable after completion of the report. The
Contractor shall have a maximum of 30 calendar days after the date of the letter forwarding the
information to submit written comments, rebutting statements, or additional information. The Government
will consider rebuttals and other information provided by the Contractor and will render a final
determination regarding the contractor's performance during that period of the evaluation.
H.9 Past Performance Information - Referencing Agency Contracts (MAR 2004)
This contract may be listed as a reference for past performance purposes only in offers submitted to
agencies and organizations within the Intelligence Community, provided the Contractor requests and
receives the written approval of the Contracting Officer in advance. Failure to comply with this
requirement may result in the Agency being unable to respond to a reference request and may also result
in a termination for default.
H.10 Changes Requiring No Equitable Adjustment (MAR 2004)
(a) Purpose. The purpose of this paragraph is to establish a procedure whereby one contractual
modification will be used both to direct a change pursuant to the "Changes" clause of this contract and to
settle any question of equitable adjustments that might arise. This procedure shall apply only to those
changes that will have no effect on the contract price, delivery schedule, or other provisions of the
contract.
(b) Procedure. When a change under the "Changes" clause is proposed, and both parties agree that the
proposed change will not require any equitable adjustment, the Contracting Officer shall issue?a bilateral
modification authorizing the change that clearly states the change has no effect on either the contract
pricelcost plus fee, or period of performanceldelivery date. The Contractor's signature on the
modification shall constitute acceptance of the Government's offer, shall be binding on both parties, and
shall constitute a full, complete, and final settlement for the changes so directed.
Contract Number:
Page 11 of 16
H.11 Limitation of Working Groups (MAR 2004)
Technical guidance provided at meetings of Working Groups established by the Government and/or
construed from the minutes of such meetings shall not constitute authorization for the Contractor to alter
the scope of this contract. Only the Contracting Officer may give such direction in writing through the
"Changes" clause of the contract.
H.12 Engineering Change Proposals (MAR 2004)
(a) The Contracting Officer may ask the Contractor to prepare engineering change proposals for
engineering changes within the general scope of this contract. Upon receipt of a written request from the
Contracting Officer, the Contractor shall prepare and submit an engineering change proposal in
accordance with the Contracting Officer's instructions.
(b) The Contractor may initiate engineering change proposals. Contractor initiated engineering change
proposals shall include a "not to exceed" cost or price or a "not less than" cost or price and delivery
adjustment. If the Contracting Officer orders the engineering change, the increase shall not exceed nor
the decrease be less than the "not to exceed" or "not less than" amounts.
(c) A change proposal accepted in accordance with the Changes clause of the contract shall not be
considered an authorization to the contractor to exceed the estimated cost in the contract schedule,
unless the estimated cost is increased by the change order or other contract modification.
(d) When the cost or price of the engineering change is $550,000 or more, the Contractor shall submit
(1) A contract pricing proposal using the format in Table 15-2, Section 15.408, of the Federal Acquisition
Regulation; and,
(2) At the time of agreement on cost or price, a signed Certificate of Current Cost or Pricing Data.
SECTION I - CONTRACT CLAUSES
1.1 52.252-2 Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address(es):
hftp://www.arnet.gov/far/
hftp://www-far.npr.gov/References/References.htmi
52.202-1 Definitions. JUL 2004
52.203-3 Gratuities. APR 1984
52.203-5 Covenant Against Contingent Fees. APR 1984
52.203-6 Restrictions on Subcontractor Sales to the Government. JUL 1995
52.203-7 Anti-Kickback Procedures. JUL 1995
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity.
JAN 1997
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity. JAN 1997
52.203-12 Limitation on Payments to Influence Certain Federal Transactions. JUN 2003
52.204-4 Printed or Copied Double-Sided on Recycled Paper. AUG 2000
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Contract Number
Page 12 of 16
Debarred, Suspended, or Proposed for Debarment. JUL 1995
52.215-14
Integrity of Unit Prices. OCT 1997
52.217-2
Cancellation Under Multi-year Contracts. OCT 1997
52.219-8
Utilization of Small Business Concerns. MAY 2004
52.219-9
Small Business Subcontracting Plan. JAN 2002
52.219-16
Liquidated Damages - Subcontracting Plan. JAN 1999
52.222-3
Convict Labor. JUN 2003
52.222-26
Equal Opportunity. APR 2002
52.222-35
Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and
Other Eligible Veterans. DEC 2001
52.222-36
Affirmative Action for Workers with Disabilities. JUN 1998
52.222-37
Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,
and Other Eligible Veterans. DEC 2001
52.223-6
Drug-Free Workplace. MAY 2001
52.223-14
Toxic Chemical Release Reporting. AUG 2003
52.227-1
Authorization and Consent. JUL 1995
52.227-14
Rights in Data - General. JUN 1987
52.229-3
Federal, State, and Local Taxes. APR 2003
52.230-2
Cost Accounting Standards. APR 1998
52.230-3
Disclosure and Consistency of Cost Accounting Practices.
APR 1998
52.230-6
Administration of Cost Accounting Standards. NOV 1999
52.232-17
Interest. JUN 1996
52.232-25
Prompt payment. OCT 2003
52.232-34
Payment by Electronic Funds Transfer - Other than Central Contractor Registration.
MAY 1999
52.233-1
Disputes. JUL 2002
52.233-3
Protest after Award. AUG 1996
52.242-13
Bankruptcy. JUL 1995
52.243-1
Changes - Fixed-Price. AUG 1987
52.244-6
Subcontracts for Commercial Items. (JUL 2004
52.245-2
Government Property (Fixed-Price Contracts). MAY 2004
52.246-23
Limitation of Liability. FEB 1997
52.246-25
Limitation of Liability - Services. FEB 1997
52.249-2
Termination for Convenience of the Government (Fixed-Price). MAY 2004
52.249-8
Default (Fixed-Price Supply and Service). APR 1984
1.2 52.216-18 Ordering. (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of
delivery orders or task orders by the individuals or activities designated in the Schedule. Such
orders may be issued from 01 December 2004 to 30 November 2005.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the
event of conflict between a delivery order or task order and this contract, the contract shall
control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits
the order in the mail. Orders may be issued orally, by facsimile,'or by electronic commerce
methods only if authorized in the Schedule.
1.3 52.216-19 Order Limitations. (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract
in an amount of less than $500.00, the Government is not obligated to purchase, nor is the
Contractor obligated to furnish, those supplies or services under the contract. _
Contract Number
Page 13 of 16
(b) Maximum order. The Contractor is not obligated to honor -
(1) Any order for a single item in excess of
(2) Any order for a combination of items in excess o
(3) A series of orders from the same ordering office within two (2) days that together call
for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-
21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of
any one requirement from the Contractor if that requirement exceeds the maximum-order
limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order
exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is
returned to the ordering office within two (2) days after issuance, with written notice stating the
Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this
notice, the Government may acquire the supplies or services from another source.
1.4 52.216-22 Indefinite Quantity. (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period
stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates
only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the
Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or
services specified in the Schedule up to and including the quantity designated in the Schedule as the
"maximum." The Government shall order at least the quantity of supplies or services designated in the
Schedule as the "minimum."
(c) Except for any limitations on quantities in'the Order Limitations clause or in the Schedule, there is no
limit on the number of orders that may be issued. The Government may issue orders requiring delivery to
multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall
be completed by the Contractor within the time specified in the order. The contract shall govern the
Contractor's and Government's rights and obligations with respect to that order to the same extent as if
the order were completed during the contract's effective period; provided, that the Contractor shall not be
required to make any deliveries under this contract after 30 November 2005.
1.5 52.217-9 Option to Extend the Term of the Contract. (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30
days; provided that the Government gives the Contractor a preliminary written notice of its intent to
extend at least 60 days before the contract expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed 5 years.
Contract Number:
Page 14 of 16
1.6 Compliance With the Constitution and Statutes of the United States (AUG 1996)
Nothing in this contract shall be construed to authorize any activity in violation of the Constitution or
Statutes of the United States.
1.7 Organizational Conflicts Of Interest: General (JUL 2003)
(a) The contractor warrants that, to the best of its knowledge and belief, there are no relevant facts that
could give rise to Organizational Conflicts of Interest, as defined in FAR 9.501. Or, alternatively, the
contractor warrants that it has disclosed all relevant information regarding any actual or potential
organizational conflict of interest,
(b) The contractor agrees that if an organizational conflict of interest with respect to this contract is
discovered during its performance, an immediate and full disclosure in writing shall be made to the
Contracting Officer. Such notification shall include a description of the action the contractor has taken or
proposes to take to avoid, neutralize or mitigate such conflicts. The contractor shall continue performance
until notified by the Contracting Officer of any contrary actions to be taken. The Government may,
however, terminate the contract for its convenience if it deems such termination to be in the best interest
of the Government.
(c) If the contractor was aware of an organizational conflict of interest before award of this contract and
did not fully disclose the conflict to the Contracting Officer, the Government may terminate the contract for
default.
(d) The contractor shall insert a clause containing all the terms and conditions of this clause in all
subcontracts for work to. be performed similar to the services provided by the prime contractor, and the
terms "contract", "contractor", and "contracting officer" modified appropriately to preserve the
Government's rights.
(e) Before a contract modification is made that adds new work or significantly increases the period of
performance, the contractor shall agree to submit either an organizational conflict of interest disclosure or
representation or an update of a previously submitted disclosure or representation, if requested by the
Government.
(f) Contractor further agrees that Government may periodically review contractor's compliance with these
provisions or require such self-assessments or additional certifications, as Government deems
appropriate.
Audit and Records - Negotiation (FEB 2002)
(a) The appropriate audit representative of the United States, the Contracting Officer or an authorized
representative of the Contracting Officer shall, until three years after final payment under this contract or
for any shorter period specified in Subpart 4.7, Contractor Records Retention, of the Federal Acquisition
Regulation (FAR), have access to and the right to examine any of the Contractor's books, documents,
progress or other records involving transactions directly related to this contract.
(b) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph
(b), in all subcontracts under this contract that exceed the simplified acquisition threshold, and:
(1) that are cost-reimbursement, incentive, time-and-materials, labor-hour, or price re-determinable
type or any combination of these; or
(2) for which cost or pricing data are required.
Contractor: TMP Worldwide
I F_
Contract Number:
Page 15 of 16
(c) The period of audit and examination in paragraph (a) of this clause shall be extended until resolution
of any disputes or litigation arising under or related to this contract, and until settlement of any questioned
costs.
1.9 Timely Notice Of Litigation (AUG 1996)
(a) The Contractor hereby agrees to immediately give written notice to the Contracting Officer of any
anticipated or current litigation or any litigation that may arise during the course of the performance of this
contract, that involves or in any way relates: to or affects any aspect of this contract, its terms or costs,
pertinent subcontracts, or the Customer's relationship with the Contractor or Subcontractors. Said notice
shall include all relevant information with respect thereto.
(b) The Contractor agrees to insert this requirement in any subcontract under this contract. In the event
of litigation, the Subcontractor shall immediately notify its next tier Subcontractor or the Prime Contractor,
as the case may be, of all relevant information with respect to such litigation.
(c) The Contracting Officer shall have access to and the right to examine any pertinent books,
documents, papers and records of the Prime Contractor or Subcontractor(s) involving customer
transactions related to any contract litigation.
(d) Notwithstanding the foregoing, nothing in this agreement shall constitute a waiver of either party's right
in litigation, including but not limited to, the rights of attorney-client privilege, to obtain injunctive relief,
and/or any rights or remedies available.
Equal Employment Opportunity (JAN 2004)
(a) The Contractor shall comply with all applicable Federal and State equal employment opportunity laws
and regulations and Agency policies and practices with respect to equal employment opportunity and a
harassment-free workplace whenever work is being performed on federal property.
(b) If either the Contracting Officer or a designated representative of the Agency's Office of Equal
Employment Opportunity provides the Contractor notice of noncompliance with the applicable statutory or
regulatory requirements which are enumerated in paragraph (a), the Contractor, at no cost to the
Government, shall promptly take appropriate action. A copy of any documentation shall be provided to
the designated representative of the Agency's Office of Equal Employment Opportunity. If the Contractor
fails or refuses to promptly take appropriate action, the Contracting Officer may issue an order stopping
all or part of the work until such appropriate action is taken.
(c) Nothing in this clause shall relieve the Contractor from full performance of the requirements of this
contract, nor shall it provide the basis for any claims against the Government.
(d) The Contractor shall provide oral notification within two business days and written notification within
five business days to the Contracting Officer of the Contractor's receipt of a claim made by a Contractor
employee alleging any violation of an equal employment opportunity requirement connected to
performance of this contract or connected to activities occurring on Federal property.
(e) The Government may elect to conduct an investigation surrounding the claim if it is potentially a joint
employer under EEOC Notice 915.002. In all such instances, the Contractor shall cooperate with the
Government's investigation. In accordance with applicable law and to the extent possible, the
Government shall treat all information obtained from the investigation as information proprietary to the
Contractor.
(f) The Contractor's noncompliance with the provisions of this clause may be grounds for termination
under the default provisions of this contract.
Contract Number:
Page 16 of 16
(g) The Contractor shall insert this clause, including this paragraph (g) in all subcontracts, with
appropriate changes in the designation of the parties. The prime contractor shall provide the Contracting
Officer with a copy of all notifications made pursuant to the provisions of this clause.
1.11 I Tax Audits (JAN 2004)
If federal, state, or local tax officials request access to information under this contract, the contractor shall
immediately notify the Contracting Officer. The contractor shall also request that the tax officials identify,
in writing, the specific information sought for review and shall forward the response and any related
documentation to the Contracting Officer. Failure to provide notice to the Contracting Officer may be
grounds for denying a cost/price adjustment for the resulting tax liability, if an adjustment is otherwise
authorized by law and the terms of this contract.
1.12 Independent Review of Agency Protests (JAN 2004)
An independent review of protests to the agency, as defined in FAR 33.103(d)(4), is available as an
alternative to. consideration by the Contracting Officer. Requests for an independent review shall be
submitted directly to the Contracting Officer, along with the protest.
1.13 I Clauses Requiring Access by Other Government Entities (JUL 2003)
Several clauses in this contract require reporting to other Federal agencies or access by other Federal
agencies to the Contractor's records for compliance determinations or other reviews. If any such
reporting, compliance determination, or review involves this contract, the Contractor shall obtain the
Contracting Officer's written permission or guidance before participating.
SECTION J - LIST OF ATTACHMENTS
J-1. Statement of Work (4 pgs.)
J-2. Pricing Matrix (1 pg.)
J-3. Full text of Task Order Clauses listed under B.1 Type and Scope of Contract
(IDIQ) (OCT 2003) (1 pg.)
UNCLASSIFIED
Attachment J-1
Statement of Work
Page 1 of 4
July 2004
STATEMENT OF WORK
HUMAN RESOURCE MANAGEMENT - ADVERTISING
1.0 INTRODUCTION
This Statement of Work (SOW) describes the advertising requirements of the
Recruitment Center (RC) and tentatively for the I It is
anticipated the U.S. Government (USG) will issue an Indefinite Delivery Indefinite
Quantity (IDIQ) Contract for this effort.
1.1 Program Background
The USG has a continuing requirement to recruit qualified individuals to fill a
variety of positions in a complex and sensitive environment. To this end,
advertising and marketing and image branding plays a unique and critical role. It
is necessary to reach, as effectively as possible, the best and most culturally
diverse talent available. in a wide range of disciplines. Aside from the standard
forms of media coverage, image branding the CIA as an employer of choice is an
ongoing recruitment effort.
This effort is a year-round programmed approach concentrating on the fluctuating
needs of the USG in conjunction with recognized government ceilings. The
Contractor must have daily communication and weekly meetings with the USG in
order to be fully responsive to timing and placement of advertising and marketing
campaigns.
The scope of the effort specified by this SOW is to provide advertising and
marketing services as well as image branding requirements in accordance with the
instructions outlined. Specific tasks shall be based on the work associated with
the advertising and marketing requirements specified.
2.0 PERIOD OF PERFORMANCE
The anticipated period of performance for this effort is 01 December 2004 through
30 November 2005 with four 1-year options.
I
UNCLASSIFIED
Attachment J-1
Statement of Work
Page 2 of 4
3.0 TASKING
The contractor shall designate a senior officer having a wide range of recruitment
advertising and marketing experience to serve as the focal point for the Government
account. In addition, the contractor shall make available a team of at least three or more
account representatives having similar experience as the senior officer, to serve as
additional points of contacts working on this overall effort. The designated senior officer
shall act only upon a written order given by the Administrative Contracting Officer
(ACO) The Contractor will furnish all incidental and related services, and all material and
labor for the preparation and placement of advertisements, as directed by the ACO, to
include the following services.
The contractor shall also be available for daily communication with the COTR as well as
be available for weekly meetings to ensure ongoing integrity of advertising, marketing
and image branding campaigns.
3.1 Develop advertising campaigns for print and Internet. , Campaign
developments will include but not be limited to layout, storyboards, online
concepts, copy and recruitment literature for approval by the RC. Agency
printing and production facilities will be used to produce volume material and
to integrate changes to the web site. Contractor may be requested on case-by-
case basis to produce some printed material including, but not limited to
posters, advertising, display boards, etc., and should have a reliable printing
firm at their disposal that can produce these materials on both short term and
long term basis.
3.2 Develop image branding campaigns to promote USG/CIA as employer of
choice to include but not limited to radio, television, and print; event
planning, sponsorships, minority and community outreach. The contractor
shall do this using all resources available including but not limited to
conducting online surveys, focus groups, etc., as required.
3.2.1 Insert approved advertising in media such as newspapers, magazines, select
websites, technical journals and special publications as well as radio and
television when required. This will include preparing and placing space
and frequency orders with media as well as supervising the transmittal of
copy, plates, mats, film, etc. to the media for publication.
3.2.2 Contractor shall also provide recommendations of marketing and display
material in conjunction with overall advertising and marketing campaigns
as related to image branding efforts of the Agency. Contractor will work
with vendors on behalf of the USG as necessary.
2
UNCLASSIFIED
UNCLASSIFIED
Attachment J-1
Statement of Work
Page 3 of 4
3.3 Research media options and recommend appropriate media outlets on the
basis of demographic data, readership numbers, etc., and any other research
as may be required, such as minority demographics by occupation. This
shall be done on an ongoing basis by the Contractor. Contractor will be
required to be proactive in taking the initiative to research and identify
advertising in a variety of media sources and venues on a continual basis
throughout the period of this contract.
3.4 Develop an online recruitment strategy and roadmap that migrates CIA
practices towards a best practice environment with the website as a central
component. Maintain the CIA employer brand with a focus on attracting and
retaining top talent through interactive solutions.
Assess feasibility and logistics associated with implementation of
recruitment technology such as various candidate assessment tools, need and
ability to offer anonymity to candidates during initial job application process,
to include candidate relationship communications.
Perform design updates for the web site to include, building out the content
to highlight Diversity and other to-be determined content that will evolve out
of survey feedback.
3.5 Research and recommend on an ongoing basis, organizations and community
outreach efforts that the USG can partner with in promoting the Agency as
an employer of choice. When necessary, and at the request of the USG,
contractor may be required to contact these organizations on behalf of the
USG.
3.6 Maintain accounting records by task order/by month and make payments to
all media.
4.0 DELIVERABLES
4.1 As Specified by Each Task
4.2 Monthly Status Report
Contractor shall submit a Monthly Status Report to the ACO within the first 10
days of every month. It should include for each task order the following
information:
4.2.1 Job Number
4.2.2 Estimate Description
4.2.3 Date Estimate Sent
UNCLASSIFIED
UNCLASSIFIED
Attachment J-1
Statement of Work
Page 4 of 4
4.2.4 Invoice Number
4.2.5 Invoice Amount
4.2.6 Date Invoice Sent
4.2.7 Date Payment Received by Contractor
4.2.8 Committed Unbilled Production
4.2.9 Committed Unbilled Media
4.2.10 Comments - Technical/Management Issues and Concerns
4.2.11 Alphabetical Listing of Publications
4.2.12 Publication Run Date
4.2.13 Description of Advertisement
4.2.14 Type of Print
4.2.15 Delivery Order/Purchase Order Number
4.2.16 Estimated Cost
4.2.17 Total Cost
4.2.18 Months
4.2.19 Total Advertising Dollars
5.0 PROJECT MANAGEMENT
Contractor shall outline the staffing and organization. It also shall provide project
organization, supervisory responsibilities, lines of authority, and reports control.
Subcontracting or the use of consultants should explain why such an approach/use is
required, and how subcontracts and consultants shall be managed. Contactor shall
describe the management of project costs, scheduled personnel assignments, and
reporting methods and schedules.
6.0 SECURITY RESTRICTIONS
The association of the Government with the work being performed hereunder is
UNCLASSIFIED. No classified work, reports, and/or hardware are authorized to be
produced or developed hereunder.
4
UNCLASSIFIED
Contract Number:
Attachment J-2: Schedule of Fixed Pricing Matrix
Page 1 of 1
ITEM
NO
DESCRIPTION
SUPPLIES/SERVICES
001
Placement of Advertisements
002
Pickup of an existing ad
003
Modification of existing ad
004
Basic New Ad Production - Flat Fee
(Black & White or Color Ad)
005
4-Color Film
006
CD Disk
007
Services of a Contractor's coordinator to assist the
COTR w/necessary administrative tasks related to this
contract
008
Cost of Living Surveys
009
Layoff Statistics/updates
010
Compensation Studies
011
Media analysis/Digests
012
Market Analysis -
013
Online Databases
014
Demographics
015
Geographics
016
Cost-Per-Hire Analysis
017
Article Reprints
018
Media Library
019
Staff Planning Sessions
020
Employee Surveys
021
Employee Input Sessions
022
Media Plans
023
Strategic Plans
024
Tactical Plans
025
On-Site Visits/Meetings
026
Contract Proposal Support
027
Event/Job Fair/Trade Show Calendars
028
Editorial Schedules
029
Ad Copywriting
030
Preparation of Pubset Materials
031
Proofing
032
Coordination
033
Placement
034
Art Direction
035
Design
036
Layout
037
Daily/Weekly Ad Schedules/Recaps
038
Monthly/Quarterly/Yearly Reports
039
Ad/Media Books
040
Audit Support
041
800# Service
042
800# Fax for Resume Receipt
043
Resume Handling
044
Flexible Billing
045
Monthly Media Update
Contractor: TMP Worlds. Inc.
Contract Number.
Attachment J-3
Page 1 of I
J-4 Full text of Task Order Clauses listed under B.1
Contract (IDIQ) (OCT 2003)
(Type and Scope of
Type of Contract and Consideration (FFP) (OCT 2003)
This is a Firm Fixed Price Contract as identified in FAR 16.202. The total price for full
performance hereunder is $TBD.
Scope of Contract (Statement of Work) (OCT 2003)
The Contractor shall, in accordance with the terms and conditions set forth hereafter, furnish the
necessary qualified personnel, services, travel, facilities, and materials (except those specifically
designated to be provided by the Government) and do all things necessary and incident to
completion of the contractual effort in accordance with the Section C, Statement of Work (SOW).
Period of Performance (AUG 1996)
The period of performance of this contract shall be from 1 December 2004 to 30 November
2005.
TMP Worldwide
Schedule ofAhticiped Fixed Pricing
Central Inteligence Agency
Description
Pickup of an existing ad
Modification of Ian existing ad
Basic Production - Flat Fee
4-Color Film
CD Disk
tn I pi.woriawi.de
Pages: 2 (Including Cover)
Date: 12/16/04
Re:
Pricing CC:
D urgent D For Review D Please Comment 0 Please Reply ^ Please Recycle
? Coiinments:
LI
Per our discussion this morning, attached please find the schedule of fixed pricing. Please contact me
shuld'ou have any questions or concerns. I may be reached at r on..my cell atF
3280!Greensboro Or 'e McLean VA 22102 wnvw ~np =
m
COMPANY: TMP Worldwide, Inc.
ATTN:
PHONE:
FAX:
FROM:
ATTN:
PHONE:
FAX:
DATE:
4 January 2005
PAGES INCLUDING.
COVER SHEET:
' 7
REFERENCE:
Contract No.:
FACSIMILE TRANSMITTAL
FOR YOUR SIGNATURE AND IMMEDIATE RETURN VIA FAX NUMBER
AMENDMENT OF SOLICITATION,....,6IFHCATION OF CONTRACT
AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
01 December 2005
1. CC T u CODE
4. REQUISITION/PURCHASE REQ. NO.
7. ADMINISTERED BY (if other than Item 8)
CODE- CODE
Washington, .. . 0505
NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
TMP Worldwide, Inc.
8280 Greensboro Drive, Suite 900
an. VA 22102
9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CO
NO.
10B. DATED (SEE ITEM-q
01 December 2004
PAGE OF PAGES
. (if applicable)
NTRACT/ORDER
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
^ The above numbered solicitation is amended as set forth in Item 14. The hour and dated specified for receipt of Offers El is extended, ^ is not extended.
Offerors must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGE-
MENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN
REJECTION OF YOUR OFFER, If by virtue of this amendment you desire to change and offer already submitted, such change may be made by telegram or
letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12 ACCOUNTING AND APPROPRIATION DATA. Exercise Option Year 1 and extend Period of performance to 30 November 2006.
13, THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(4) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO. IN ITEM 10A
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
FAR 43.103(a)
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor is X_not, - is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (organized by UCF section headings, including solicitation/contract subject matter where feasible.)
See Page 2.
Except as provided herein, all items and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged
and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A~ NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
15C. DATE SIGNED
C2 /a/0 (a
Page 2 of 2
A. The purpose of this Modification 01 is to:
? Exercise Option Year One.
? Extend the period of performance to 30 November 2006
B. Period of Performance (AUG 1996)
The period of performance of base IDIQ shall be from 01 December 2004 to 30 November 2005.
The period of performance of Option.Period One of the IDIQ shall be from 01 December 2005 to 30
November 2006.
C. 52.217-9 Option to Extend the Term of the Contract. (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30
days; provided that the Government gives the Contractor a preliminary written notice of its intent to
extend at least 60 days before the contract expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed 5 years.
D. All other terms and conditions of BOAT remain unchanged and in full force
FACSIMILE TRANSMITTAL
cj1PAN"Y: TMP Worldwide, Inc.
PHONE:
DATE: 8 February 2006
PAGES INCLUDING
COVER SKEET'
REFERENCE:
crynntract Number:
Your File Copy
Thank you
NOIIO3NNOD 311WISZ)d^SON (Z-3 1IV.3 3NI1 N03 df1NV NOVH (#L -3
NONN3 NOd NOSVNN
------------------- --------------------------------------------------------------------------------
O
N-----------------------
11f1S3N SS3Hav' NOI1dO 30OW 31Id
WviE Ol 9006'8 '83d : 03KIS/a311IWSNd~1
:Z J30U H XVd
l 2130V3H XVd
AMENDMENT OF SOLICITATION /MODIFICATION OF CONTRACT
AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
02 May 2006
0. (if applicable)
1. CON! KA, f ID CODE
4. REQUISITION/PURCHASE REQ. NO.
7. ADMINISTERED BY (if other than Item 8)
CODE CODE
Washington, D.C. 20505
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
TMP Worldwide, Inc.
8280 Greensboro Drive, Suite 900
98. DATED (SEE ITEM 11)
10A, MODIFICATION OF CO
NO.
~J I IOB. DATED (SEE ITEM 13)
FACILITY CODE 01 December 2004
^ The above numbered solicitation is amended as set forth in Item 14. The hour and dated specified for receipt of Offers ^ is extended, ^ is not extended.
Offerors must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGE-
MENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN
REJECTION OF YOUR OFFER, If by virtue of this amendment you desire to change and offer already submitted, such change may be made by telegram or
letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA.
13, THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(4) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO. IN ITEM 10A
11
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying ofce,
appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
FAR 43.103(a)
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor is X_not, - is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (organized by UCF section headings, including solicitation/contract subject matter where feasible.)
See Page 2.
Except as provided herein, all items and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains unchanged
and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print)
T
155. CONTRACTOR/OFFEROR
15C. DATE SIGNED
16B. UNITED STATES-OF AMERICA-
16C
DATE SIGNED
BY
F
.
(Signature of person authorized to sign)
icer
NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (REV, 10-83) Prescribed by GSA FAR (48 7
16A. NAME AND TITLE OF CON CTING OFFICER (Type or print)
Contractor: TMP Worldwide, __..:.
Contract Number
Page 2 of 2
A. The purpose of this
line (2).
1) Section B.1, Clause
is to delete Section B.1, Clausel (Paragraph (A),
Paragraph (A), is revised to read as follows:
B.1 Type and Scope of Contract (IDIQ) (OCT 2003)
(a) This is an indefinite-delivery/indefinite-quantity (IDIQ) contract, as identified under Federal
Acquisition Regulation (FAR) 16.504. Requirements will be placed under this contract through
Firm Fixed Price (FFP) task orders. The minimum and maximum quantity of services to be
purchases under this IDIQ contract are set forth below.
(1) Total minimum quantity of services to be purchased under this IDIQ contract shall be
b. All other terms and conditions of BO remain unchanged and in full force
and effect
CO1%ZPANY:
TMP Worldwid
e, Inc.
ATTN?
PHONE:
FAX;
FROM:
ATTN:
PHONE:
FAX:
DATE:
10 May 2oo6
PAGES INCLUDING
COVER SHEET:
3
REFERENCE:
Con act Number:
Your F*Ie Copy
Thank you
NOII03NNO3 31IWIS0Vd ON (b-3 N3MSNV ON (6-3
ASf1H (Z-3 -1 IVd 3NI1 NO dll NNVH ((-3
-- NONN3 NOd NOSV3N
-----------------------
39Vd 11fS3N SS3N00V NOIId0 300IN 31IJ
WdES:l 900Z'O1'AVW : 03NOiS/0311IWSNV8I
:Z N30V3H XVd
:l N30V3H XVd
* * * ( NdSb:l 9002 'OL 'AVW ) 1NOd3N 11fS3N NOIIVOINnWW00 * *
I.C ACT ID CODE PAGE OF PAGES
AMENDMENT OF SOLICI i ATION/MODIFICATION OF
1 1
2. AMENDMENT?'MODIFICATION NO. 3. EFFECTIVE DATE 4, REQUISI'1'10N;I'UItCHASERG .NO.
Q 5. PROJECT NO. (IJapplicable)
01 December 2006 N/A
6. ISSUED BY CODE 7. ADMINISTERED BY (if other than Item 6) CODE
ONLY CORRESPONDENCE MAILED: For any questions, please call
VIA THE U.S. POSTAL SERVICE SHOULD BE
ADDRESSED TO:
Washington, D.C. 20505
8. NAME AND ADDRESS OF CONTRACTOR (No. Street, county, State and ZIP: Code)
(-)-
[IA . AMENDMENT OF SOLICITATION NO.
TMP Worldwide, Inc.
8280 Greensboro Drive, Suite 900
9B. DATED (SEE ITEM]])
McLean, VA 22102
10A. MODIFICATION OF CONTRACT%ORDER NO.
x
10B. (EE ITEM 13)
CODE FACILITY CODE
01 December 2004
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
^ The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ^ i
d
^
s exten
ed,
is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate
letter or telegram which includes a reference to the solicitation and amend
t
b
F
men
num
ers,
AILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE
DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED
MAY RESULT I
.
N REJECTION OF YOUR OFFER. If by virtue of this
amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and thi
s
amendment, and is received prior to the opening hour and data specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
Exercise Option Year 2 and extend Period of Performance to 30 November 2007.
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(~)
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO
IN ITEM
.
10A.
X
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying o)Jice, appropriation date, etc.) SET FORTH IN
ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b)
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER Specify type of modification and authority)
E. IMPORTANT: Contractor is not, ^ is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCFsection headings, including solicitation/contract subject matter where feasible.)
Section F.3 eriod of Performance (AUG 1996) shall be modified to E
i
O
i
P
0
xerc
se
pt
on
eriod 0
2:
The period of performance of Option Period Two of the IDIQ shall be from 01 December 2006 to 30 November 2007 (Exercised).
Except as provided herein, all terms and conditions of Basic Ordering Agreement (BOA) r
i
ema
n
unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print)
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
15B. CONTRACTOR/OFFEROR '
15C. DATE SIGNED
16
B. UNITED STATES OF AMERICA
16C. DATE SIGNED
B
~f3a~
(Signature of person authorised t
i
)
o s
gn
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE
30-105
Computer Generated
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243
FACSIMILE TRANSMITTAL
COMPANY:
ATTN:
PHONE:
*FAX:
FROM:
ATTN:
PHONE:
FAX
DATE:
PAGES INCLUDING
COVER SHEET:
REFERENCE:
TMP Worldwide
ARa 2007
BOA
COMPANY:
TMP Worldwid--
ATTN:
PHONE
'FAX:
FROM:
ATTN:
PHONE:
FAX:
DATE:
f ?3Ra 2007
PAGES INCLUDING
COVER SHEET:
I
REFERENCE:
to BOA
213MSNV ON (#-3
l I V 3 3N1 N O d n D N V H (L - 3
NONN3 N0 =1 NOSVNN
Z/Z NO
-----------------------------------
39Vd I1f1S3b
:Z b30V3H XVd
: 830V3H XVd
( NVO1:6 LOOZ 'S
SS3d00V NOILdO 3006 31Id
NV60:6 L00Z'S '83d : 03d0IS/03IIINSNVaI
'83d ) INOd3d I1(1S3d NOIIVOIN(1NNO0
NOV-r-2005 23:08 FROM:TMP WORLDWIDE
tmp worldvvflde
November 30, 2005
Washington, DC 20505
Re: TMP Worldwide Tax TD Number Change
Dear
In light of the new CC.R/IRS TIN validation requirements, TA/1P Worldwide (TMP) has elected to begin
utilizing a new Tax ID Number (TIN) separate from that of our Parent Corporation. As result, TMP
hereby requests that our Contract (number and all associated information
connected thereto (i.e. P~ nation , be amended to reflect our . We are
requesting that the currcn laced with the new In addition,
our CCR information as been updated to reflect this change.
Please feel free to contact nn ave any questions, concerns, or require additional
information. T may be reached a or via email
Thank you for your assistance in this matter-
Sincerely,
8280 Grreus1uru Drivc..5uicc 900- Mcl.rir, :!A 22102
iLVY-1D(
RECEIVED TIME NOV. 8:52AM O