Response Document Doc1 V2
Response Document Doc1 V2
Specifications Values
RFQ
U.S. Census Bureau
Department
Proposal Due
Friday, May 19, 2023, 11:00 AM EST
Date and Time
Questions Due
Thursday, May 11, 2023, 1:00 PM EST
Date and Time
RFQ Mode of
Electronically via email
Submission
Place of
USCB located at 4600 Silver Hill Road, Suitland, MD, 20746.
Performance
Base Period: June 12, 2023, through June 11, 2024; Option Period 1:
Period of June 12, 2024, through June 11, 2025; Option Period 2: June 12, 2025,
Performance through June 11, 2026; 6 Month Extension: June 12, 2026, through
December 11, 2026
Security
Public Trust clearance
Clearance
NAICS 541611
Writer/Editor
Background
The U.S. Census Bureau (USCB) is the nation's primary source of statistics about the U.S.
population, housing, and economy. The Decennial Census is a large-scale, highly complex,
dynamic program of national importance with strict statutory timelines. The Decennial Contracts
Execution Office (DCEO) is responsible for effective contract execution and management.
DCEO is responsible for Decennial’s contracting needs and Contracting Officer Representative
(COR) activities, and routinely involved in activities associated with acquisition planning, which
includes the preparation of acquisition documentation and coordination with acquisition staff,
and administration of existing and new service/product contracts. DCEO seeks a contractor to
provide contracting professionals to support the Decennial Directorate in performing a range of
acquisition-related contract support services, including both project management and contracting
administration support services. The contractor must demonstrate an understanding of the
decennial mission and work collaboratively with Government counterparts and stakeholders in
laying the foundations for the 2030 Decennial Census.
Scope
This task order seeks to acquire contracting professionals to support the Decennial Directorate in
performing a range of acquisition-related contract support services. The scope encompasses both
project management and contracting administration support services. The contractor will be
responsible for providing a Project Manager, Contract/Procurement Analysts, and Technical
Writers/Editors to perform the following high-level tasks:
Task Areas
Overview: The Contractor shall designate a Project Manager (PM) to oversee and
manage the Contractor staff providing the services in Task Area 2. The PM must hold
appropriate authority, leverage project management skills and experience, and adhere to
Project Management Institute (PMI) standards.
Key Responsibilities:
o Manage all task order activities in alignment with PMI standards.
o Establish and apply program controls to successfully manage support for the full
lifecycle of the task order.
o Oversee and manage task area operations and Contractor staff performance.
o Serve as the primary point of contact (POC) for the Government for operational
and task area-related questions.
o Bear ultimate responsibility for the two task areas, deliverables, and work
products.
o Monitor performance in accordance with the Quality Control Plan (QCP)
approved upon award.
o Develop and implement procedures to identify, prevent, and ensure non-
recurrence of defective services.
o Support the Decennial Directorate in providing project management support and
contract administration support services.
o Serve as the primary POC to the Government and provide Contractor staff
technical and day-to-day direction regarding specific work assignments for
support services.
o Have status of all assignments and notify the government if there is a need for any
changes within the Task areas.
o Direct monthly adjustments in Contractor priorities in response to the
Government's requirements to the appropriate task areas in consultation with the
COR and Task POC (TPOC).
o Develop and adhere to all task order management-related reporting and tasks
identified in the performance work matrix and deliverable schedule.
o Ensure that all Contractor staff have proper security clearances, government
training, and required certifications before beginning work on a project.
o Adjust level-of-effort and skill mix as needed to meet changing project
requirements, direct delivery of technical support services, and ensure timeliness
and quality of work products.
o Prepare and update Staffing Plan as needed.
o Prepare weekly and monthly status reports.
o Document areas for improvement, process improvement resolutions, and follow
up actions on a yearly basis and provide to COR and TPOC.
Submission Instructions
L.1 OVERVIEW OF PROCESS
This Request for Quote (RFQ) is for General Services Administration (GSA) MAS contract
holders only with a period of performance that meets or exceeds the life of this task order. This
Procurement is 100% Small Business set aside. The Government will accept only quotes
submitted by GSA MAS Small Business companies. Any quote submitted by a contractor that is
not a small business will not be accepted and therefore not considered for evaluation or award.
Offerors must submit all questions concerning this solicitation in writing to Bryan Shearer,
Contract Specialist, via email [email protected] and Matthew Gore, Contracting
Officer, via email [email protected]. Questions should be received no later than 1:00
p.m. EST, Thursday May 11, 2023. The subject line for submission shall be marked “[Company
Name] – Submission of INQUIRIES – 1333 -LB-23-MGBSAM -0004.” Any responses to
questions will be made in writing and will be included in an amendment to the solicitation. Even
if provided in other form, only the question responses included in the amendment to the
solicitation will govern performance of the task order.
The Offeror’s written proposal shall conform to solicitation provisions and be prepared in
accordance with this section.
Written proposals shall be submitted via email no later than 11:00 AM, EST on Friday, May 19,
2023. The Offeror shall submit a soft copy of their written Proposal using electronic media in the
appropriate MS Word and MS Excel format. The subject line for this Proposal shall be marked
“Proposal Submission – Offeror/Company Name – 1333 -LB-23-MGBSAP -0004”. Offerors
must submit written proposals to Bryan Shearer, Contract Specialist, via email
at [email protected] and Matthew Gore, Contracting Officer, via email
at [email protected].
Text shall be presented on 8 ½ x 11-inch paper in Arial or Times New Roman typeface, no
smaller than 11-point pitch (smaller fonts are acceptable for graphics, figures, tables, footnotes,
and legends) with 1-inch margins. In addition to submitting soft copies of written proposals in
the required MS word/MS Excel formats, additional copies of these documents may also be
submitted in PDF format if desired.
All pages of each part within each volume shall be appropriately numbered and identified with
the name of the Offeror, the date, and the solicitation number.
This proposal documentation shall cover all aspects of this solicitation. Proposals must clearly
demonstrate how the Offeror intends to accomplish the project and must include convincing
rationale and substantiation of all claims. Unnecessarily elaborate brochures or other
presentations beyond those sufficient to present a complete effective response to the solicitation
are not desired. To aid in evaluation, the proposal shall be clearly and concisely written, prepared
in sufficient detail for effective evaluation of the Offeror’s proposal against the evaluation
criteria, as well as being neat, indexed (cross-indexed as appropriate), and logically assembled.
The proposal shall be specific and comprehensive and cohesive. The Offeror shall endeavor to
avoid vague or ambiguous words or phrases, e.g., as necessary, periodically, and as required. The
Offeror shall identify benefits associated with its proposal.
The Offerors shall prepare Volume 1 – Technical Proposal and Volume 2 – Business/Price
Proposal subject to the following general requirements:
Page RFQ
Section Title
Limit Reference
L.5.1; F.5.1.3;
Management and Staffing Approach: Staffing Plan 2 pages
C.3.1
*All Proposal Attachments are EXCLUDED from the Total Proposal Page Limits.
The introduction section shall describe the Offeror’s company, Business Size Standard, details
regarding their GSA MAS Schedule. The Introduction shall also identify the senior leadership,
any subcontractor relationships, and provide a general overview of the Contractor’s Support
team. It shall introduce the individuals proposed as the Contractor’s Points of Contact. The text
may also point to any relevant company strengths and general experience with the USCB and
similar programs.
The Offeror shall describe how the Offeror plans to manage the performance under this task
order. The Offeror shall describe the experience and skill level of their proposed labor categories
within their staffing approach. Offerors shall detail how the Offeror plans to communicate with
Census Bureau management; describe the policies, procedures, and techniques to be employed to
assure cost-effective and quality performance; and describe the Offeror’s approach to meet the
requirements outlined in Section C of this solicitation.
The Offeror’s Management/Staffing Approach for this Task Order should address, at a
minimum:
Task Order Management Plan. The full required content of the Task Order
Management Plan is outlined in Section F.5.1.2.
Staffing Plan. The full required content of the Staffing Plan is outlined in Section
F.5.1.3.
Quality Control Plan. The full required content of the Quality Control Plan is outlined
in Section F.5.1.6.
Representations and Certifications. The representation and certifications in Attachment
J.5, Representations and Certifications Addendum shall be completed by the contractor
and submitted as part of its Technical Quotation.
Identification of Key Personnel as outlined in Section H.1 to include the Key
Personnel’s Task Order Role and proposed GSA MAS Labor Category as well as the
proposed key personnel’s resumes. Resumes shall include the following:
o Summary information, to include Name, current employer, company employment
status, and position.
o Knowledge, skills, specializations, and years of relevant experience.
o Recent and relevant work experience and specific technical accomplishments that
support indicated knowledge and skills.
o Education, certificates and/or certifications.
o Offeror’s certification that the individual meets or exceeds the staffing
requirements of outlined in Section F.9 - Staff
o Two (2) professional references, including a current telephone number for any
references provided.
o Firm commitment from the person listed in the proposal to fulfill the Key
Personnel role.
Resumes shall not exceed 2-pages each and are excluded from the total page count.
This section shall describe three past or ongoing projects of significant relevance to the effort
requested by this solicitation. Cited projects shall:
The experiences cited shall provide the period of the experience, the quantifiable results realized,
how the results were achieved, description of how the work was coordinated with other
contractors, description of a problem encountered and how that problem was overcome, total
dollar value of the experience, the Offeror’s portion of that total dollar value (size), scope and
complexity for the experience.
The Offeror may include contracts on which they have performed, or are performing, work as a
prime or subcontractor. The Offeror may also include contracts on which their proposed
subcontractor or teaming partner has performed, or are performing, work as a prime or
subcontractor.
If the Offeror has no single project that encompasses all types of relevant experience as defined,
the Offeror may show Relevant Experience through a combination of projects that altogether
show that the work that has been accomplished is consistent in scope and complexity with the
work required.
The Government reserves the right to contact the government/commercial points of contact
provided by the Offeror, and any project officials and/or other persons who have been involved
in any of the contracts listed by the Offeror to verify information about Relevant Experience and
to obtain past performance information.
If the Offeror is unable to provide three (3) relevant contracts, a lesser number may be submitted.
If the Offeror possesses no similar experience, it should affirmatively state this fact in the Similar
Experience Citation. Failure to submit the completed Citation shall be considered certification
(by signature on the Offeror) that the Offeror has no similar experience for like or similar items
for the Government to evaluate.
Responses should be limited to three (3) pages per citation. Offerors shall use the below citation:
<Assign a sequential ID number
Offeror or Company Contract
to the contract beginning with the
Subcontractor Name identifier
number one (1)>
Customer Contract
<Enter the
original total
dollar value of
Contract Value the contract and Offeror Role
the current
dollar value, if
different>
<Name,
Agency, COR/COR
CO Contact <Name, Agency, Address, Email,
Address, Email, Contact
Information Phone, and Fax>
Phone, and Information
Fax>
The Government reserves the right to contact the government/commercial points of contact
provided by the Offerors, as well as any and all other information available to the USCB (e.g.,
Contractor Performance Assessment Reporting System (CPARS)) in order to evaluate an
Offeror’s (and/or subcontractor’s) past performance. It is the Offeror’s responsibility to ensure
Past Performance Questionnaires (Attachment J. 4) arrive to the email address cited no later than
the date and time of receipt of proposals. These evaluations shall be sent as e-mail attachments
by their references directly to the USCB at email addresses identified below. Offerors shall
request their references mark the subject line of the e-mails as “[Offeror Name] – Past
Performance Questionnaire – 1333 -LB-23-MGBSAM -0004”. The form for these evaluations
has been provided in Attachment J. 4 - Past Performance Questionnaire.
Each Offeror shall submit a business/ price proposal separate from the technical proposal as part
of their proposal package. Pricing materials provided in Volume 2 – Business/ Price Proposal
will not be evaluated against technical factors. In preparation of VOLUME 2 –Business/Price
Proposal, the Offeror shall provide a narrative overview and summary of the content proposed in
Attachment J. 2 -Price Quotation Worksheet, business related factors taken into consideration in
developing the Offeror’s Business/Price Proposal, as well as supplemental and supporting
information necessary to support the Offeror’s proposed pricing.
Tab 1: Overview
The Offeror shall:
The Government requires labor categories that are comparable to the Task Order Roles
outlined in Section B.6 and as included Attachment J. 2 – Price Quotation Worksheet.
For proposal purposes, Offerors are requested to only propose based off the Task Order
Roles provided in Section B. 6 and Attachment J. 2 – Price Quotation Worksheet.
Offerors are notified that this depiction is solely based on what is anticipated at this time
to support the requirements described in Section C.
o Ensure that the proposed GSA MAS labor categories are appropriate for the skills
and experience for each Task Order Role to successfully perform stated task order
requirements under Section C - Performance Work Statement and conform to the
requirements in C.5 Staffing Requirements.
Tab 3 – Pricing
*Attachment J. 2 – Price Quotation Worksheet Tab 3 – Pricing provides the
Government’s Estimate that depicts the estimated level of effort anticipated for the
lifecycle of the task order at this time. For proposal evaluation purposes, the Offerors are
instructed to use only the Government’s estimated hours as the basis of their proposal.
The Offeror shall use onsite rates in the calculations and must not deviate from the total
level of effort provided within Attachment J.2. The estimated notional level of effort
provided in Attachment J. 2 – Price Quotation Worksheet is an estimate at time of
solicitation.
The Offeror shall:
(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above
the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg.
16,651 (April 6, 1999)
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
Matthew Gore U.S. Census Bureau 4600 Silver Hill Road Washington, DC 20233
(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the
following address:
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
Contract Law Division of the Office of the General Counsel within one day of filing a protest
with either the Contracting Officer or the Protest Decision Authority.
(e) Service upon the Contract Law Division shall be made as follows:
U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division
Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Room 5099
Washington, D.C. 20230. FAX: (202) 482 -5858
L.9 CAR 1352.233 -71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR
2010)
(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court
of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments,
shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office
of the General Counsel, within one day of filing a protest with either GAO or the Court of
Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows: U.S. Department of
Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert
C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX:
(202) 482 -5858.
Evaluation Factors for Award
M.1 CAR 1352.215-75 CONTRACTOR PROPOSAL EVALUATION CRITERIA
The USCB’s evaluation will be based on Best Value principles. Accordingly, an award will be
made to the responsible and technically acceptable Offeror whose proposal provides the greatest
overall value to the Government, price and all other factors considered. This best value
determination will be accomplished by comparing the value of the differences in the non-price
factors for competing offers, based on the level of confidence that the Offeror will successfully
perform the requirement, and with differences in their price to the Government. In making these
comparisons, the Government is more concerned with obtaining superior non-price capabilities
than with making an award at the lowest overall price to the Government. Offerors are advised
that the non-price evaluation factors are significantly more important than price.
Evaluation of all offers will be made in accordance with the criteria outlined in this section.
Proposals will be evaluated against the Government’s following three (3) factors:
Factor 1: Management & Staffing Approach and Factor 2: Relevant Experience make up the
Technical Evaluation Factors. When combined, Factor 1 and Factor 2 are more important than
Factor 3: Price. As the non-price merits of competing Offeror’s proposals approach equal, Factor
3 will become more important in the best value trade-off decision. Offerors are cautioned that the
award may not necessarily be made to the lowest priced proposal.
Factor 1: Management & Staffing Approach, and Factor 2: Relevant Experience make up the
Technical Evaluation factors. The evaluation of each factor will be done holistically with a rating
scale of "high confidence," "some confidence," and "low confidence," representing the
Government’s confidence that the Offeror understands the requirement, proposes a sound
approach, and will be successful in performing the work.
For the purposes of this solicitation, these ratings are defined as follows:
Rating Definition
The Government has high confidence that the Quoter understands the
High
requirement, proposes a sound approach, and will be successful in
Confidence
performing the task order with little or no Government intervention.
Some The Government has some confidence that the Quoter understands the
Rating Definition
The Government has low confidence that the Quoter understands the
Low
requirement, proposes a sound approach, or will be successful in performing
Confidence
the task order even with Government intervention.
Grammar, spelling, punctuation, and other evidence of errors lacking quality in the proposal may
result in lower confidence by the Government.
The Management Approach for this task order will be evaluated by an assessment of the
likelihood that the Offeror’s proposed management approach will enable them to meet the
Government’s needs as outlined in this solicitation. This factor will be evaluated through written
Quotations. The USCB will evaluate the extent to which the information discussed in L.5.1
VOLUME 1 - TECHNICAL PROPOSAL – FACTOR 1: MANAGEMENT & STAFFING
APPROACH is addressed.
The Government’s evaluation of the Quotation will assess the level of confidence the Offeror
will successfully perform the requirements as discussed in VOLUME 1 - TECHNICAL
PROPOSAL – FACTOR 1: MANAGEMENT & STAFFING APPROACH:
Similar experience will be evaluated for Size, Scope, and Complexity of the submitted
experiences as follows:
Similar Size will be demonstrated by qualifications that show the Contractor’s similar
experience supporting a customer base of comparable size, managing a team of
comparable size, and managing comparable contract values, amongst other criteria.
Similar Scope will be demonstrated by qualifications that show the Contractor’s
demonstrated similar experience in performing all tasks outlined in Section C including
Project Management and Contract Administration Support.
Complexity will be demonstrated by qualifications that show the Contractor is able to
manage multiple projects simultaneously that require varying levels of matrixed
contractor support and operate from multiple sources of funding, remain flexible while
operating successfully within timelines in a multi-project environment, navigate complex
interdependencies between all tasks outlined in Section C, and ensure the security of all
data, amongst other criteria.
Current experience – Offerors shall be evaluated on their experience demonstrated was
within the past three (3) years.
The information presented in the Offeror’s proposal, together with information from any other
sources available to the Government, will provide the primary input for evaluation of this factor.
The Government reserves the right to verify the specifics of current or previous contracts
described by the Offeror’s proposal.
The Government will evaluate the level of confidence the information collected through the Past
Performance Questionnaires (Attachment J.4) provides. The Government will evaluate the
submissions to determine whether the Offeror consistently delivers quality services in a timely
and cost-effective manner. The reviews will determine Offeror’s compliance with contract
requirements for similar work, and timely delivery, accuracy, and completeness of work
products, and overall technical excellence.
In the event an Offeror does not provide USCB with past performance, USCB will rate that
Offeror’s past performance as “Neutral.”
The Government will evaluate the Offeror’s (prime and subcontractor’s) related past
performance and similar experience using the Offeror provided information and information
received in response to the Past Performance Questionnaire.
Additionally, the Government may elect to consider information from other sources; however, it
is under no obligation to do so. In conducting this assessment, the Government reserves the right
to use both data provided by each Offeror and data obtained from other sources.
The Government reserves the right to verify the specifics of prior contracts described by Offerors
in their Quotations.
Price will be considered as Factor 3 for the evaluation but will be evaluated separately from the
non-price evaluation factors and applied in the determination of best value. Price is significantly
less important than the non-price evaluation factors.
PRICE EVALUATION
The price evaluation will include price completeness and accuracy, price reasonableness, and
total price to the Government. All information provided under the Price Quotation, will be used
for price evaluation, as defined below.
An evaluation of the Offerors price quotation will be made to determine if prices are fair and
reasonable. Reasonableness determinations will be made by determining if competition exists, by
comparing proposed prices with established Master GSA MAS Rates, and/or by comparing
proposed prices with the Government estimate.
A total evaluated price for the Offeror’s submitted price proposal shall be an evaluation of the
sum of the base and all options. Except when it is determined in accordance with FAR 17.206(b)
not to be in the Government’s best interests, the Government will evaluate offers for award
purposes by adding the total price for all options to the total price for the basic requirement. This
includes options under FAR clause 52.217-9. Evaluation of options will not obligate the
Government to exercise the option(s).
The USCB’s evaluation will be based on best value principles. Accordingly, an award will be
made to the responsible and technically acceptable Offeror whose proposal provides the greatest
overall value to the Government, price and other factors considered. This best value
determination will be accomplished by comparing the level of confidence in the technical factors
for competing offers, based on their confidence ratings, with differences in their price to the
Government.
In making this comparison, the Government is more concerned with obtaining superior technical
capabilities than with making an award at the lowest overall cost to the Government. However,
the Government will not make an award at a significantly higher overall price to the Government
to achieve slightly superior management skills.
Key Personnel
integration of vendor
tasks and tracks and
reviews vendor
deliverables.
Recommends action to
direct the analysis and
solutions of problems.
- Exercises independent
judgment, as well as a
high-level of analytical
skill, in solving non-
routine technical,
administrative, and
managerial problems.
- Update and maintain
Microsoft Project/Excel
spreadsheets, or
schedules in other
formats with actual
deliverable dates and
status for the work
assigned.
Clearance Requirements
Personnel:
o All Contractor personnel must be U.S. Citizens and clearable according to the
standards of the Department of Commerce and U.S. Office of Personnel
Management (OPM) Public Trust clearance process.
o For IT Service Contracts:
High Risk IT - Background Investigation (BI)
Moderate Risk IT - Background Investigation (BI)
o For Non-IT Service Contracts:
High Risk - Background Investigation (BI)
Moderate Risk - Moderate Background Investigation (MBI)
Facility:
o Contractor personnel must undergo security processing by the Department’s
Office of Security before being eligible to work on the premises of any
Department of Commerce owned, leased, or controlled facility in the United
States or overseas, or to obtain access to a Department of Commerce IT system.
o The Contractor must complete and submit the following forms to the Contracting
Officer’s Representative (COR):
Standard Form 85P (SF-85P), Questionnaire for Public Trust Positions.
FD-258, Fingerprint Chart with OPM’s designation in the ORI Block; and
Credit Release Authorization.
Time Constraints:
o The Contractor shall identify replacement personnel within 30 days of position
vacancy for approval prior to the start of the security clearance process.
o During the first ninety (90) days of performance, the Contractor shall make no
substitutions of key personnel unless the substitution is necessitated by illness,
death, or termination of employment.
All labor categories are full-time FTEs and expected to be well versed in Microsoft Suite
to draft presentations for senior level audiences.
The Contractor shall have the personnel, organization, and administrative control
necessary to ensure that each task in Section C of this Order is completed satisfactorily.
The Contractor shall provide personnel for performing the activities identified in Section
C under this Order who are fully qualified, trained, competent to perform their assigned
work and physically able to perform the work required. No trainee and/or apprentice shall
be assigned.
All personnel must possess good verbal and written communication skills.
The Contractor shall make its best efforts to retain personnel who have gained experience
on this Order and to minimize turnover.
The Contractor shall obtain the consent of the Contracting Officer prior to making key
personnel substitutions. Replacements for key personnel must possess qualifications
equal to or exceeding the qualifications of the personnel being replaced unless an
exception is approved by the Contracting Officer.
Requests for changes in key personnel shall be submitted to the Contracting Officer, via
the COR at least 15 working days prior to making any permanent substitutions. The
request should contain a detailed explanation of the circumstances necessitating the
proposed substitutions, complete resumes for the proposed substitutes, and any additional
information requested by the Contracting Officer. The Contracting Officer will notify the
Contractor within 10 working days after receipt of all required information of the
decision on substitutions. The task order will be modified to reflect any approved
changes.
The Government reserves the right to verify the performance of proposed Key Personnel
identified by the Contractor in their proposal and any proposed Key Personnel, including
substitutions, following award. The Government reserves the right to utilize other
information available to evaluate Key Personnel. For example, the Government may
query contract references regarding the experience of proposed Key Personnel and the
quality of their performance.
The Contractor may propose additional Key Personnel and labor categories, if necessary,
to meet the objectives/tasks of the requirement. If a new Key Personnel labor category is
proposed, the Contractor must provide a justification and rationale. In addition, the COR
and Government’s Technical Point of Contact shall be notified in writing of any proposed
substitution at least thirty (30) days in advance of the proposed substitution. The
notification shall include the following:
o Explanation of the circumstances necessitating the change prior to the removal or
substitution;
o A complete resume of the proposed substitute; and,
o Any other information requested by the COR or Government Technical Point of
Contact to enable him/her to judge whether or not the Contractor is maintaining
the same high quality of personnel.
Red Flags
Personnel Requirements
Key Personnel Resumes: Resumes must include detailed information, specific technical
accomplishments, and two professional references. Resumes are limited to 2 pages each.
Key Personnel Substitutions: The Government requires prior approval for any key
personnel substitutions, with replacements needing qualifications equal to or exceeding
those being replaced. Substitutions are restricted during the first 90 days of performance.
Security Clearances: All personnel must be U.S. Citizens and clearable according to
Department of Commerce and U.S. Office of Personnel Management (OPM) Public Trust
clearance process.
Training: Contractor personnel must complete mandatory Census Bureau training,
including Data Stewardship Awareness Training and Title 26 Awareness Training.
Failure to complete training will result in denial of access to facilities and systems.
Technical Challenges
Title 13 Data: The Contractor must comply with Title 13 of the United States Code,
which restricts the use and disclosure of Census Bureau data. All personnel with access to
Title 13 data must take an oath and complete Census Bureau Form BC-1759 (Special
Sworn Status).
Security Requirements: The Contractor must comply with stringent security
requirements for both personnel and facilities, including background investigations,
fingerprint charts, and credit release authorizations.
IT Security: The Contractor must comply with the Department of Commerce
Information Technology Security Program Policy and Minimum Implementation
Standards, including system accreditation and annual assessments of control
effectiveness.
HSPD-12 Implementation: The Contractor must comply with Department of Commerce
personal identity verification procedures that implement HSPD-12, FIPS PUB 201, and
OMB Memorandum M-05-24.