Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

S -- Thorne Bay Ranger District Janitorial Services - Schedule of Items - Quality Assurance and Surveillance Plan

Notice Date
8/22/2008
 
Notice Type
Quality Assurance and Surveillance Plan
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
Solicitation Number
AG-0116-S-08-0082
 
Response Due
9/26/2008
 
Archive Date
12/31/2008
 
Point of Contact
Stephen M. Patton,, Phone: 907-228-6240, Tonya R Rymer,, Phone: 907-228-6244
 
E-Mail Address
spatton@fs.fed.us, trymer@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This notice constitutes solicitation AG-0116-S-08-0082 and is being issued as a Request for Quotes. This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-26. Quotes are being solicited from Small Business Concerns only. The NAICS code associated with this acquisition is 561720 and the small business size standard for that code is: $16.5 million average receipts over the past three years. The SCHEDULE OF ITEMS (uploaded as a separate attachment) applies to this acquisition: The services to be provided are as follows: B.1Scope of Work The Contractor shall supply all labor, supervision, equipment, supplies, and services necessary to perform janitorial services for the Thorne Bay Ranger District’s administration buildings with the exception of Government Furnished Property stated in B.7. Contractor furnished supplies listed in B.6. This solicitation contemplates an award of a base with two option years. Work on the contract base (first) year would begin October 1, 2008. The option years are subject to C.3 52.217-9 Option to Extend the Term of the Contract. No formal pre-quote tour is scheduled. Prospective offerors contact Keith Webb the facilities manager at 907-828-3259, arrangements can be made for viewing the offices during normal business hours Monday through Friday. B.2Location The administration building is located in Thorne Bay, Alaska at 1312 Federal Way. These services are for the main administration building, and satellite offices in the warehouse. B.3Description of Work Area The two story administration office has approximately 7,135 square feet of office space and related areas including a conference room, stairwells, restrooms, mail rooms, hallways, entry ways, outside porches, elevators and staircases. There is approximately 6,800 square feet of floor carpet surface. The satellite offices in the warehouse have an approximate total of 3,300 square feet of office space with approximately 2,700 square feet of floor carpet space. (Carpet on stairwell) B.4Safety Contractors are subject to all applicable State and Federal OSHA rules and regulations. Prior to the start of the contract, the Contractor shall submit to the COR a list giving the name and manufacturer, the brand name, and Material Safety Data Sheets with the intended use of each of the materials the Contractor proposes to use in the performance of work. The Contractor shall not use any materials which the COR determines to be unsuitable for the work, or harmful to the surfaces it is intended to be applied to. This does not relieve the Contractor of any damages resulting from the application of such materials. B.5Security The Contractor shall protect Government property, buildings, equipment, materials, records, and data against unauthorized access, loss, or damage. The Contractor shall announce their arrival and departure to employees who may be occupying the building. Doors shall be left locked unless otherwise instructed. The Contractor shall ensure that all keys issued by the Government are kept secure and not used by unauthorized persons. Government-issued keys shall not be duplicated. The Contractor shall reimburse the Government for replacement of locks or re-keying as a result of Contractor loss or negligence. Only the Contractor’s employees are allowed in the building or on the job site. The Contractor is prohibited from opening locked areas to permit entrance of persons other than the Contractor’s employees. The Contractor shall not attempt to reconnect or re-plug any computer wiring disconnected or disturbed during the performance of this contract. The Contractor shall leave written notification on the COR’s desk of any computer equipment accidentally disconnected. The Contractor shall not disturb papers on desks, equipment or bulletin boards nor shall the Contractor use Government telephones or other equipment except for emergency use. B.6Contractor Furnished Property The Contractor shall supply all labor and supervision as well as supplies and equipment necessary to satisfactorily meet or exceed the performance standards of this contract. The Government will prior approve all cleaning materials and equipment utilized by the Contractor to ensure that they do not harm, cause permanent damage to Government property or endanger the health and safety of the building users. This does not relieve the Contractor from any damages resulting from use of these materials. The Underwriters Laboratories (UL) approval shall be on all electrical equipment used. This equipment shall operate using existing building circuits. It is the responsibility of the Contractor to prevent the over-loading or damaging of electrical circuits in the use of their equipment. Contractor furnished supplies and equipment shall include but may not be limited to: •Vacuum cleaners shall have HEPA or similar type filter. •Cleaning equipment shall be equipped to prevent marking/denting of Government property. •Cleaning supplies (for glass, ceramic tile, carpet, vinyl floors, wood, bathroom fixtures, and metal surfaces, etc.) •Liquid hand soap, toilet paper, toilet seat protectors, urinal screens, sanitary napkins, receptacle liners, urinal screens and deodorizers, plastic trash can liners, trash bags, paper for towel dispensers. •Cleaning equipment (buckets, brooms, mops, brushes, sponges, cloths, etc.) •Window washing capabilities for all window surfaces in the building inside and out. (except second story window in workshop) •The Contractor will coordinate the effective use of the storage area and will monitor the level of supplies to ensure adequate amounts are on hand. • All safety equipment and materials to insure compliance with State and Federal OSHA regulations. •Submit a list of employees that will be working on the contract. B.7Government Furnished Property The Government will provide the following items of Government property. •Dumpster/trash container adjacent to the building. The Contractor shall not dispose of oil, lubricants and other flammable or hazardous material in the Government dumpster. •A storage room for Contractor supplied equipment and materials. •Reasonable quantities of electricity, diesel, water, and sewage disposal necessary to perform the services. B.8Cleaning Schedule Janitorial services shall be performed outside of normal business hours as specified in section B.9 The Government may schedule events after normal business hours or on weekends. In such cases, the COR will notify the Contractor within 24 hours of the event. Monthly, quarterly, semi-annual and annual services shall be scheduled and prior approved by the COR. The Contractor shall notify the COR at least five working days prior to beginning these scheduled services with seven working day notice for carpet shampooing. Once started, these services shall be carried through to completion without interruption, weather conditions for outside work allowing. Should the services require more than one day of work, the Contractor shall document the extent and location of the work for each day. B.9PERFORMANCE WORK STATEMENT TASKS B.9.1WEDNSDAY SERVICES 1.Work to begin after 5:00pm. B.9.1.1 Office, Porches, Doorways, Stairwells, 1.Sweep/vacuum carpeted and non-carpeted floors in high traffic areas. 2.Spot vacuum/sweep and pickup obvious dirt and debris on low traffic areas of carpeted and non-carpeted floors. 3.Spot clean, walls, furniture, banisters and other horizontal and vertical services throughout the building where evident. 4.Wipe clean all door surfaces and door handles. 5.Wipe clean water-fountains with disinfectant. 6.Clean and polish the Formica countertop in the conference and break rooms. 7.Empty and wipe clean smoking receptacles on porches. 8.Empty solid waste in and adjacent to trash cans. (TBRD personnel will be responsible for managing/emptying recycled paper and aluminum can receptacles.) B.9.1.2 Restrooms 1.Restock all restroom supplies. 2.Clean and disinfect all restroom floors, surfaces and fixtures. 3.Empty all restroom trash receptacles. B.9.2WEEKEND SERVICES Performed on Saturday or Sunday. B.9.2.1 Office, Porches, Doorways, Stairwells 1.Dust all reachable horizontal and vertical surfaces up to 80 inches high. Desks will only be dusted where papers do not cover surface. No computer screens or keyboards will be dusted or cleaned. 2.Thorough vacuuming/sweeping of all carpeted and non-carpeted floor areas in both low and high traffic areas. 3.Wet mop non-carpeted floors. 4.Damp wipe with disinfectant telephone receivers. 5.Empty solid waste in and adjacent to trash cans. (TBRD personnel will be responsible for managing and emptying recycled paper and aluminum can receptacles. B.9.2.2 Restrooms 1.Restock all restroom supplies 2.Clean and disinfect all restroom floors, surfaces and fixtures 3.Empty all restroom trash receptacles including sanitary napkin receptacles. B.9.3MONTHLY SERVICES Particular day(s) scheduled with COR at least 3 but no more than 4 weeks between services. B.9.3.1 Entire Office 1.Damp wipe windowsills and ledges. 2.Clean, apply finish and polish to non-carpeted floor in Fire Office located in warehouse. ( note: except porches, ceramic tile in bathroom and entryways). B.9.4QUARTERLY SERVICES Schedule particular time with COR for February, May and August. B.9.4.1 Entire Office 1.Clean all inside windowpanes. (note: exception is second story shop area window in warehouse.) 2.Damp wipe all Venetian blinds. 3.Vacuum and spot clean all upholstered chairs. 4.Damp wipe and spot clean all non-upholstered chairs. B.9.5Semi Annual (two times per year) Services Entire Office Twice a year during the months of March and September with a minimum written five working day notice for carpet shampooing given to the COR. 1.Clean all carpeted floors using a standard commercial practice cleaning technique (shampoo). 2.Clean the tops of all doors, partitions, exit signs, window and doorframes, wood molding ledges. B.9.6ANNUAL SERVICES 1.Clean all outside window panes (with exception of second story shop area window in warehouse). 2.Particular time scheduled with COR for window screen washing in May and tile floors in April. B.9.6.1 Entire Office 1.Wash all window screens in May. B.9.6.2 Restrooms and Mudroom Floors 1.Strip and apply finish to ceramic tile floors and walls in restrooms in April. 2.Strip and apply finish to ceramic tile floors in mudroom. B.10 Quality Assurance and Surveillance Plan The Quality Assurance and Surveillance Plan (uploaded as a separate attachment) describes the specific outcome of the services. B.11Inspection, Payment and Performance Period The Government will visually inspect the services for compliance prior to acceptance and issuing any payments. Inspections will consist of direct observations, touching, and smelling. Any Government personnel may observe unacceptable services, incomplete work, or required services not performed and they may contact the COR to communicate a complaint. Inspection and acceptance are further covered in C.1 52.212-4 Contract Terms and Conditions—Commercial Items (Feb. 2007) under (a) Inspection/Acceptance. B.11.1Performance Standards and Thresholds Performance threshold standards are described in the Quality Assurance Plans for daily, weekly, monthly, quarterly, semi-annual and annual work. Customer complaints will be substantiated by the COR for validity. Should the COR determine that the complaint is valid, the COR will inform the Contractor orally and in writing and give the Contractor additional time to correct the defect, if additional time is available. The COR will determine how much time is available. Should the Contractor disagree with the complaint after investigation of the site, the Contractor shall notify the CO. The CO will review the matter with the COR to re-examine the validity of the complaint. Should the threshold of valid customer complaints exceed the threshold for a calendar month or job and the Contractor is not able to correct the work on time, a deduction of up to twenty-five percent may be taken off the appropriate pay item for that month or job. No payment will be made for work not completed. B.11.2Payment Upon acceptance, the Government will pay on a monthly and per job basis as stated in the schedule of items. For example: weekly and monthly services are bid on and invoiced/paid on a monthly basis while Quarterly, Semi-annual, and Annual services are invoiced/paid on a per job basis. B.11.3Performance Period for base year. The base year performance period will be from October 1, 2008 through September 30, 2009. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUNE 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved]  (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)).  (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755).  (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126).  (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).  (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).  (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).  (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).  (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.]  (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).  (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (FEB 2007) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights— (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.— (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriateEFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’s written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 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 the active performance period; 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 September 30, 2011. Exhibits and Attachments WD 05-2018 (Rev.-10) was first posted on www.wdol.gov on 06/24/2008 ****************************************************************************** ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2018 Shirley F. Ebbesen Division of | Revision No.: 10 Director Wage Determinations| Date Of Revision: 06/16/2008 _______________________________________|_______________________________________ State: Alaska Area: Alaska Statewide _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.81 01012 - Accounting Clerk II 18.12 01013 - Accounting Clerk III 20.26 01020 - Administrative Assistant 21.89 01040 - Court Reporter 17.92 01051 - Data Entry Operator I 13.51 01052 - Data Entry Operator II 17.14 01060 - Dispatcher, Motor Vehicle 20.17 01070 - Document Preparation Clerk 15.39 01090 - Duplicating Machine Operator 14.72 01111 - General Clerk I 14.80 01112 - General Clerk II 15.56 01113 - General Clerk III 17.51 01120 - Housing Referral Assistant 19.99 01141 - Messenger Courier 14.17 01191 - Order Clerk I 13.94 01192 - Order Clerk II 15.73 01261 - Personnel Assistant (Employment) I 18.76 01262 - Personnel Assistant (Employment) II 20.97 01263 - Personnel Assistant (Employment) III 23.39 01270 - Production Control Clerk 21.81 01280 - Receptionist 13.55 01290 - Rental Clerk 15.70 01300 - Scheduler, Maintenance 16.03 01311 - Secretary I 16.03 01312 - Secretary II 17.92 01313 - Secretary III 19.99 01320 - Service Order Dispatcher 16.41 01410 - Supply Technician 21.89 01420 - Survey Worker 17.07 01531 - Travel Clerk I 14.26 01532 - Travel Clerk II 15.74 01533 - Travel Clerk III 17.40 01611 - Word Processor I 15.80 01612 - Word Processor II 17.84 01613 - Word Processor III 19.33 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.20 05010 - Automotive Electrician 22.30 05040 - Automotive Glass Installer 20.63 05070 - Automotive Worker 20.63 05110 - Mobile Equipment Servicer 18.51 05130 - Motor Equipment Metal Mechanic 22.60 05160 - Motor Equipment Metal Worker 20.63 05190 - Motor Vehicle Mechanic 22.60 05220 - Motor Vehicle Mechanic Helper 17.48 05250 - Motor Vehicle Upholstery Worker 20.63 05280 - Motor Vehicle Wrecker 20.63 05310 - Painter, Automotive 21.56 05340 - Radiator Repair Specialist 20.63 05370 - Tire Repairer 17.78 05400 - Transmission Repair Specialist 22.60 07000 - Food Preparation And Service Occupations 07010 - Baker 16.31 07041 - Cook I 13.46 07042 - Cook II 15.46 07070 - Dishwasher 10.99 07130 - Food Service Worker 11.20 07210 - Meat Cutter 18.43 07260 - Waiter/Waitress 10.83 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 21.44 09040 - Furniture Handler 15.78 09080 - Furniture Refinisher 21.44 09090 - Furniture Refinisher Helper 17.38 09110 - Furniture Repairer, Minor 19.42 09130 - Upholsterer 21.44 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.42 11060 - Elevator Operator 11.42 11090 - Gardener 15.93 11122 - Housekeeping Aide 13.52 11150 - Janitor 13.36 11210 - Laborer, Grounds Maintenance 13.26 11240 - Maid or Houseman 10.96 11260 - Pruner 12.19 11270 - Tractor Operator 15.03 11330 - Trail Maintenance Worker 13.26 11360 - Window Cleaner 14.76 12000 - Health Occupations 12010 - Ambulance Driver 21.43 12011 - Breath Alcohol Technician 19.38 12012 - Certified Occupational Therapist Assistant 18.59 12015 - Certified Physical Therapist Assistant 18.10 12020 - Dental Assistant 18.67 12025 - Dental Hygienist 37.13 12030 - EKG Technician 27.18 12035 - Electroneurodiagnostic Technologist 27.18 12040 - Emergency Medical Technician 22.66 12071 - Licensed Practical Nurse I 17.33 12072 - Licensed Practical Nurse II 19.38 12073 - Licensed Practical Nurse III 21.63 12100 - Medical Assistant 15.51 12130 - Medical Laboratory Technician 20.83 12160 - Medical Record Clerk 14.66 12190 - Medical Record Technician 15.36 12195 - Medical Transcriptionist 19.47 12210 - Nuclear Medicine Technologist 36.12 12221 - Nursing Assistant I 11.68 12222 - Nursing Assistant II 13.14 12223 - Nursing Assistant III 14.35 12224 - Nursing Assistant IV 16.10 12235 - Optical Dispenser 18.54 12236 - Optical Technician 17.33 12250 - Pharmacy Technician 16.31 12280 - Phlebotomist 16.49 12305 - Radiologic Technologist 27.59 12311 - Registered Nurse I 26.27 12312 - Registered Nurse II 32.16 12313 - Registered Nurse II, Specialist 32.16 12314 - Registered Nurse III 38.88 12315 - Registered Nurse III, Anesthetist 38.88 12316 - Registered Nurse IV 46.63 12317 - Scheduler (Drug and Alcohol Testing) 24.01 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.09 13012 - Exhibits Specialist II 25.29 13013 - Exhibits Specialist III 30.90 13041 - Illustrator I 21.09 13042 - Illustrator II 25.29 13043 - Illustrator III 30.90 13047 - Librarian 25.66 13050 - Library Aide/Clerk 15.01 13054 - Library Information Technology Systems Administrator 23.84 13058 - Library Technician 19.63 13061 - Media Specialist I 16.71 13062 - Media Specialist II 18.70 13063 - Media Specialist III 20.85 13071 - Photographer I 19.50 13072 - Photographer II 23.82 13073 - Photographer III 27.01 13074 - Photographer IV 33.05 13075 - Photographer V 35.10 13110 - Video Teleconference Technician 15.23 14000 - Information Technology Occupations 14041 - Computer Operator I 16.67 14042 - Computer Operator II 18.67 14043 - Computer Operator III 24.42 14044 - Computer Operator IV 25.98 14045 - Computer Operator V 27.62 14071 - Computer Programmer I (1) 24.29 14072 - Computer Programmer II (1) 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 16.67 14160 - Personal Computer Support Technician 25.98 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 32.14 15020 - Aircrew Training Devices Instructor (Rated) 38.89 15030 - Air Crew Training Devices Instructor (Pilot) 46.55 15050 - Computer Based Training Specialist / Instructor 32.14 15060 - Educational Technologist 22.49 15070 - Flight Instructor (Pilot) 36.76 15080 - Graphic Artist 25.25 15090 - Technical Instructor 20.65 15095 - Technical Instructor/Course Developer 25.27 15110 - Test Proctor 17.92 15120 - Tutor 17.92 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.44 16030 - Counter Attendant 10.44 16040 - Dry Cleaner 13.30 16070 - Finisher, Flatwork, Machine 10.44 16090 - Presser, Hand 10.44 16110 - Presser, Machine, Drycleaning 10.44 16130 - Presser, Machine, Shirts 10.44 16160 - Presser, Machine, Wearing Apparel, Laundry 10.44 16190 - Sewing Machine Operator 14.25 16220 - Tailor 15.22 16250 - Washer, Machine 11.39 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 24.72 19040 - Tool And Die Maker 30.77 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.80 21030 - Material Coordinator 21.81 21040 - Material Expediter 21.81 21050 - Material Handling Laborer 16.29 21071 - Order Filler 15.20 21080 - Production Line Worker (Food Processing) 17.80 21110 - Shipping Packer 17.20 21130 - Shipping/Receiving Clerk 17.20 21140 - Store Worker I 13.66 21150 - Stock Clerk 18.58 21210 - Tools And Parts Attendant 19.16 21410 - Warehouse Specialist 17.80 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.62 23021 - Aircraft Mechanic I 26.11 23022 - Aircraft Mechanic II 27.62 23023 - Aircraft Mechanic III 29.13 23040 - Aircraft Mechanic Helper 20.47 23050 - Aircraft, Painter 25.92 23060 - Aircraft Servicer 22.87 23080 - Aircraft Worker 24.05 23110 - Appliance Mechanic 24.68 23120 - Bicycle Repairer 19.56 23125 - Cable Splicer 31.61 23130 - Carpenter, Maintenance 26.66 23140 - Carpet Layer 23.80 23160 - Electrician, Maintenance 29.79 23181 - Electronics Technician Maintenance I 23.33 23182 - Electronics Technician Maintenance II 30.22 23183 - Electronics Technician Maintenance III 32.77 23260 - Fabric Worker 21.67 23290 - Fire Alarm System Mechanic 23.52 23310 - Fire Extinguisher Repairer 20.14 23311 - Fuel Distribution System Mechanic 28.42 23312 - Fuel Distribution System Operator 24.75 23370 - General Maintenance Worker 20.43 23380 - Ground Support Equipment Mechanic 26.11 23381 - Ground Support Equipment Servicer 22.87 23382 - Ground Support Equipment Worker 24.05 23391 - Gunsmith I 20.14 23392 - Gunsmith II 23.19 23393 - Gunsmith III 26.23 23410 - Heating, Ventilation And Air-Conditioning Mechanic 26.32 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 28.62 23430 - Heavy Equipment Mechanic 28.33 23440 - Heavy Equipment Operator 29.03 23460 - Instrument Mechanic 26.23 23465 - Laboratory/Shelter Mechanic 24.68 23470 - Laborer 14.46 23510 - Locksmith 24.68 23530 - Machinery Maintenance Mechanic 27.44 23550 - Machinist, Maintenance 26.23 23580 - Maintenance Trades Helper 18.62 23591 - Metrology Technician I 26.23 23592 - Metrology Technician II 27.75 23593 - Metrology Technician III 29.27 23640 - Millwright 26.23 23710 - Office Appliance Repairer 23.24 23760 - Painter, Maintenance 22.67 23790 - Pipefitter, Maintenance 29.33 23810 - Plumber, Maintenance 28.00 23820 - Pneudraulic Systems Mechanic 26.23 23850 - Rigger 26.23 23870 - Scale Mechanic 23.19 23890 - Sheet-Metal Worker, Maintenance 27.48 23910 - Small Engine Mechanic 23.19 23931 - Telecommunications Mechanic I 26.07 23932 - Telecommunications Mechanic II 29.79 23950 - Telephone Lineman 28.33 23960 - Welder, Combination, Maintenance 24.35 23965 - Well Driller 26.23 23970 - Woodcraft Worker 26.23 23980 - Woodworker 20.14 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.47 24580 - Child Care Center Clerk 15.54 24610 - Chore Aide 13.76 24620 - Family Readiness And Support Services Coordinator 14.74 24630 - Homemaker 18.94 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 26.60 25040 - Sewage Plant Operator 25.36 25070 - Stationary Engineer 26.60 25190 - Ventilation Equipment Tender 18.91 25210 - Water Treatment Plant Operator 25.36 27000 - Protective Service Occupations 27004 - Alarm Monitor 19.71 27007 - Baggage Inspector 14.00 27008 - Corrections Officer 24.74 27010 - Court Security Officer 23.89 27030 - Detection Dog Handler 17.17 27040 - Detention Officer 24.74 27070 - Firefighter 20.42 27101 - Guard I 14.00 27102 - Guard II 17.17 27131 - Police Officer I 29.17 27132 - Police Officer II 32.38 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 14.59 28042 - Carnival Equipment Repairer 15.47 28043 - Carnival Equpment Worker 11.99 28210 - Gate Attendant/Gate Tender 12.36 28310 - Lifeguard 11.34 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 10.09 28515 - Recreation Specialist 22.53 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 21.90 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.08 29020 - Hatch Tender 24.08 29030 - Line Handler 24.08 29041 - Stevedore I 27.49 29042 - Stevedore II 30.43 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (2) 33.96 30011 - Air Traffic Control Specialist, Station (HFO) (2) 24.47 30012 - Air Traffic Control Specialist, Terminal (HFO) (2) 25.79 30021 - Archeological Technician I 19.28 30022 - Archeological Technician II 22.64 30023 - Archeological Technician III 25.42 30030 - Cartographic Technician 28.89 30040 - Civil Engineering Technician 26.62 30061 - Drafter/CAD Operator I 23.13 30062 - Drafter/CAD Operator II 27.28 30063 - Drafter/CAD Operator III 28.84 30064 - Drafter/CAD Operator IV 31.63 30081 - Engineering Technician I 22.72 30082 - Engineering Technician II 26.56 30083 - Engineering Technician III 29.74 30084 - Engineering Technician IV 33.02 30085 - Engineering Technician V 38.08 30086 - Engineering Technician VI 45.77 30090 - Environmental Technician 20.12 30210 - Laboratory Technician 21.99 30240 - Mathematical Technician 31.63 30361 - Paralegal/Legal Assistant I 21.93 30362 - Paralegal/Legal Assistant II 27.15 30363 - Paralegal/Legal Assistant III 33.22 30364 - Paralegal/Legal Assistant IV 40.20 30390 - Photo-Optics Technician 32.04 30461 - Technical Writer I 18.38 30462 - Technical Writer II 22.47 30463 - Technical Writer III 32.82 30491 - Unexploded Ordnance (UXO) Technician I 21.58 30492 - Unexploded Ordnance (UXO) Technician II 26.11 30493 - Unexploded Ordnance (UXO) Technician III 31.30 30494 - Unexploded (UXO) Safety Escort 21.58 30495 - Unexploded (UXO) Sweep Personnel 21.58 30620 - Weather Observer, Combined Upper Air Or Surface Programs (2) 25.41 30621 - Weather Observer, Senior (2) 32.04 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.50 31030 - Bus Driver 19.13 31043 - Driver Courier 17.79 31260 - Parking and Lot Attendant 13.19 31290 - Shuttle Bus Driver 17.89 31310 - Taxi Driver 15.74 31361 - Truckdriver, Light 17.89 31362 - Truckdriver, Medium 19.85 31363 - Truckdriver, Heavy 20.84 31364 - Truckdriver, Tractor-Trailer 20.84 99000 - Miscellaneous Occupations 99030 - Cashier 12.27 99050 - Desk Clerk 14.09 99095 - Embalmer 20.95 99251 - Laboratory Animal Caretaker I 11.22 99252 - Laboratory Animal Caretaker II 19.02 99310 - Mortician 20.95 99410 - Pest Controller 20.48 99510 - Photofinishing Worker 11.55 99710 - Recycling Laborer 21.49 99711 - Recycling Specialist 27.44 99730 - Refuse Collector 20.77 99810 - Sales Clerk 13.82 99820 - School Crossing Guard 16.06 99830 - Survey Party Chief 26.44 99831 - Surveying Aide 17.60 99832 - Surveying Technician 24.04 99840 - Vending Machine Attendant 15.46 99841 - Vending Machine Repairer 18.10 99842 - Vending Machine Repairer Helper 15.46 ________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $3.24 per hour computed on the basis of all hours worked by service employees employed on the contract. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) and computes a proposed rate). 2) After contract award, the contractor prepares a written report listing in order proposed classification title), a Federal grade equivalency (FGE) for each proposed classification), job description), and rationale for proposed wage rate), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. INSTRUCTIONS FOR SUBMITTING QUOTE The quoter shall submit: •Prices, as detailed on the above Schedule of Items including quoter’s name, address, phone number DUNS Number, and Tax Identification Number. •The Offeror Representations and Certifications appropriately checked off and filled out. •A resume of the quoter’s past experience with references names and telephone numbers. (The Government will make contacts of past customers or contract administrators to verify past experience and to ascertain past performance.) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.) Past Experience with janitorial services or similar services. (What have you done?). 2.) Past Performance (How well have you done it?) Including: •Conforming to specifications and standards of good workmanship. •Adherence to schedules and reliability. •Reputation for business like, reasonable, and cooperative behavior. 3.) Price Past experience and past performance, when combined, are equal to price. Facsimile Submission of Quotes Quotations in response to this solicitation may be submitted by facsimile transmission to: (907) 228-6241. The sender is responsible for verification of receipt of FAX transmissions. Worker’s Compensation Laws Alaska state law requires that most employers have worker’s compensation insurance for their employees. The forest Service furnishes contract award information to the Alaska Department of Labor. Failure to comply with the state worker’s compensation laws can be a felony offense in Alaska. For the definitions of “employer” “employee”, and “subcontractor”, rates of compensation, and other information contact: Alaska Department of Labor Worker’s Compensation Divisions P.O. Box 25512 Juneau AK 99802-5512 Telephone :(907) 465-2790 (no collect calls); (907) 465-2797 (fax) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2008) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision— “Emerging small business” means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (1) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (m) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).] The offeror represents as part of its offer that it o is, o is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).] Offeror represents as follows: (A) Offeror’s number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror’s average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross Revenues __ 50 or fewer __ $1 million or less __ 51–100 __ $1,000,001–$2 million __ 101–250 __ $2,000,001–$3.5 million __ 251–500 __ $3,500,001–$5 million __ 501–750 __ $5,000,001–$10 million __ 751–1,000 __ $10,000,001–$17 million __ Over 1,000 __ Over $17 million (9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either— (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act—Supplies.” (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian or Moroccan end product,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.” (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, thetaxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71a356867d15dab54479eceb9f102735&tab=core&_cview=1)
 
Document(s)
Quality Assurance and Surveillance Plan
 
File Name: Schedule of Items (AG-0116-S-08-0082_schedule_of_items.pdf)
Link: https://www.fbo.gov//utils/view?id=dc82eb212a0d9503fccb8868b1d2426f
Bytes: 8.64 Kb
 
File Name: Quality Assurance and Surveillance Plan (AG-0116-S-08-0082_qasp.pdf)
Link: https://www.fbo.gov//utils/view?id=a1a83c79a7b9759c73bcbda8937abdc3
Bytes: 26.79 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Thorne Bay Ranger District, 1312 Federal Way, Thorne Bay, Alaska, 99919, United States
Zip Code: 99919
 
Record
SN01648757-W 20080824/080822222750-71a356867d15dab54479eceb9f102735 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.