Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

W -- HQ Air Educatin and Training Command Computr Systems, Office Equipment rental for the AETC Symposium and Ball held at the Henry B. Gonzales Convention Center

Notice Date
12/19/2008
 
Notice Type
Cancellation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PF1G8298A003
 
Archive Date
1/7/2009
 
Point of Contact
Dawn M. Melchione,, Phone: 210-652-8585
 
E-Mail Address
dawn.melchione@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION The 12th Contracting Squadron, 395 B Street West, Suite 2, Randolph AFB has a requirement to purchase items as described in the Schedule of Supplies/Services and Statement of Work (SOW). This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F3PF1G8298A003). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-27. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies/Services and SOW: NAICS Code: 532490; size standard $7.0M NATURE OF ACQUISITON: Headquarters Air Education and Training Command has a requirement to rent computer systems, printers, copiers, shredders, facsimile and plasma televisions for the AETC Symposium and Ball held at the Henry B. Gonzales Convention Center. The Schedule of Supplies/Services provides all items and quantities required for the AETC Syposium for the period 14-17 January 2009. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries responses to this notice must be received by 23 Dec 08, 12:00 p.m CST. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-2 - Evaluation - Commercial Items (i) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the statement of work will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical capability (b) price (price quote) (c) past performance. (ii) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007). 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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 settlement. 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.(b)(1) Notwithstanding the requirements of any other clause in this contract, 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 (Sep 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), flow down required for all subcontracts subject to the Service Contract Act of 1965 (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. 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these adress (es): http://farsite.hill.af.mil (End of clause) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: Ms Dawn Melchione, at dawn.melchione@randolph.af.mil and copied to Ms Nelda Lopez at nelda.lopez@randolph.af.mil. All responses shall be received NLT 12:00 PM CST on 23 Dec 08. Email is the preferred method. Points of Contact, Dawn Melchione, Contract Specialist, Phone (210) 652-8585, Fax (210) 652-2759, email: dawn.melchione@randolph.af.mil - Nelda Lopez, Contracting Officer, Phone (210) 652-8584, Fax (210) 652-2759, email: nelda.lopez@randolph.af.mil   Attachment 1 Statement of Work Rental of Computer Systems and Office Equipment Support for AETC Symposium held at the Henry B. Gonzales Convention Center 1. Scope: The contractor shall provide professional personnel, transportation, tools, and supervision to install, test, troubleshoot, and break down, all rented computer systems, printers, copiers, shredders, facsimile and plasma televisions in support of the Air Education and Training Command (AETC) sponsored Convention/ Symposium/AF Ball, being held at the Henry B. Gonzales Convention Center, San Antonio, TX, on 14-17 Jan 09. 2. Description of Service: The contractor shall provide the following services: 2.1 Contractor personnel to set up, test, and striking (break down) of equipment for each of the facilities being utilized during the period of 14-17 Jan 09 as listed in room/equipment requirements paragraph 4. 2.2 Contractor shall contact and coordinate with the Henry B. Gonzales Convention Center Event Coordinator to schedule a time to set up for 14 Jan 09. 2.3 Contractor shall contact and coordinate with the AETC Command Presentation Staff the scheduled time to install dedicated telephone lines, computer systems, printers, copiers, shredders, facsimiles, plasma televisions and other rented equipment during scheduled set up time. 2.4 Contractor shall contact and coordinate with the AETC Command Presentation Staff when installation and testing is completed to schedule government walk-thru for acceptance. 2.5 Contractor shall contact and coordinate with the Henry B. Gonzales Convention Center Event Coordinator to schedule striking (break down) of equipment in all rooms. Contractor shall have to meet time guidelines mandated by Convention Center Event Coordinator. 2.6 The contractor will contact and coordinate with AETC Command Presentation Staff the scheduled time for striking (breaking down) of equipment. 2.7 Contractor shall provide the number of personnel needed for set up, testing, troubleshooting, and tear down of equipment. 2.8 A contingency plan for back up equipment in case of equipment or telephone line failure. Replacement(s) must be setup within a 20 minute timeframe starting with problem recognition to resolution in place. 3. Minimum qualifications: • Knowledge of the rooms and facilities located at the convention center is required. • Knowledge of the convention connection points is required. • Experience and knowledge in military protocol is desired. • Experience with installing and integrating dedicated telephone lines is required. • Operator experience with trouble shooting telephone lines is required. 4. The contractor shall provide all labor and equipment to support each room's requirement. Convention Center designated rooms and equipment listing: HBGCC Symposium East Registration QTY EQUIPMENT/CAPABILITIES 02 19" Flat Screen Monitors 02 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 01 High Speed Black and White/Color Printer HBGCC Room 208 - AFROTC Waiting Room QTY EQUIPMENT/CAPABILITIES 01 01 Dry Erase Board - Free Standing Message Board - Free Standing HBGCC Room 209 - Air University Operations Room QTY EQUIPMENT/CAPABILITIES 01 FAX 02 19" Flat Screen Monitors 02 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 01 High Speed Black and White/Color Printer 01 High Speed Color Copier 01 Shredder (heavy duty) 01 52" Plasma TV News/Weather 02 Dry Erase Board - Free Standing 01 Message Board - Free Standing HBGCC Room 211 - AU Presenters Green Room / DV Resource Room QTY EQUIPMENT/CAPABILITIES 07 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 07 19" Flat Screen Monitors 01 FAX 01 High Speed Black and White/Color Printer 01 High Speed Color Copier 01 Shredder (heavy duty) 02 Dry Erase Board- Free Standing 01 Message Board- Free Standing 01 52" Plasma TV News/Weather HBGCC Room 216A - AETC Command Post QTY EQUIPMENT/CAPABILITIES 01 52" Plasma TV News/Weather 13 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 13 19" Flat Screen Monitors 01 FAX 01 High Speed Black and White/Color Printer 01 High Speed Color Copier 01 Dry Erase Board - Free Standing 01 Message Board - Free Standing 01 Shredder (heavy duty) HBGCC Room 216B - Internet Café QTY EQUIPMENT/CAPABILITIES 10 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 10 19" Flat Screen Monitors 01 High Speed Black and White/Color Printer 01 Dry Erase Board - Free Standing 01 Message Board - Free Standing HBGCC Room 008 A/B - CBOA QTY EQUIPMENT/CAPABILITIES 01 Easel HBGCC Ballroom C Prefunction Area QTY EQUIPMENT/CAPABILITIES 04 19" Flat Screen Monitors 04 IBM compatible Pentium IV, 2.2 GHz (min)  Windows XP Professional (SP2)  Office 2000/2003  Access to the internet  Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption  CD read/write capability  USB Ports  Capability of connecting to Common Access Card (CAC) reader 01 High Speed Black and White/Color Printer 5. DUTY HOURS OF OPERATION 5.1 Install/testing hours will be Wednesday, 14 Jan 2009, and will work with the Gonzales Convention Center Events Coordinator for appropriate times. 5.2 Contractor shall contact and coordinate with the Gonzales Convention Center Event Coordinator to schedule striking (breaking down) of equipment in all rooms. Contractor shall have to meet time guidelines mandated by Convention Center Event Coordinator. 6. Criteria of Acceptance: 6.1 All AETC Symposium and Ball events will take place 14-17 Jan 09. Contractor shall schedule set up for 14 Jan 09. When setup is complete, AETC Command Presentation Staff will inspect each room for appropriate configuration and functionality. AETC Command Presentation Staff will give acceptance when all rooms have been inspected and tested acceptable. 7. Security 7.1 There will be security personnel during all events at the Henry B. Gonzales Convention Center on 14-17 Jan 09.   Attachment 2 SCHEDULE OF SUPPLIES/SERVICES The Contractor shall provide all labor, supervision, transportation, supplies, equipment and other items and services necessary to perform the resultant contract in accordance with the Room Breakout/Location List for the following time period: 14 January - 17 January 2009 EQUIPMENT/CAPABILITIES QTY Unit of Issue Unit Price Extended Price HBGCC Symposium East Registration 19" Flat Screen Monitors 2 EA $ $ IBM compatible Pentium IV, 2.2 GHz (min) 2 EA $ $ Windows XP Professional (SP2) Office 2000/2003 Access to the internet Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption CD read/write capability USB Ports Capability of connecting to Common Access Card (CAC) reader High Speed Black and White/Color Printer 1 EA $ $ HBGCC Room 208 - AFROTC Waiting Room Dry Erase Board - Free Standing 1 EA $ $ Message Board - Free Standing 1 EA $ $ HBGCC Room 209 - Air University Operations Room FAX 1 EA $ $ 19" Flat Screen Monitors 2 EA $ $ IBM compatible Pentium IV, 2.2 GHz (min) 2 EA $ $ - Windows XP Professional (SP2) - Office 2000/2003 - Access to the internet - Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption - CD read/write capability - USB Ports - Capability of connecting to Common Access Card (CAC) reader High Speed Black and White/Color Printer 1 EA $ $ High Speed Color Copier 1 EA $ $ Shredder (heavy duty) 1 EA $ $ 52" Plasma TV News/Weather 1 EA $ $ Dry Erase Board - Free Standing 2 EA $ $ Message Board - Free Standing 1 EA $ $ HBGCC Room 211 - AU Presenters Green Room / DV Resource Room IBM compatible Pentium IV, 2.2 GHz (min) 7 EA $ $ - Windows XP Professional (SP2) - Office 2000/2003 - Access to the internet - Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption - CD read/write capability - USB Ports - Capability of connecting to Common Access Card (CAC) reader 19" Flat Screen Monitors 7 EA $ $ FAX 1 EA $ $ High Speed Black and White/Color Printer 1 EA $ $ High Speed Color Copier 1 EA $ $ Shredder (heavy duty) 1 EA $ $ Dry Erase Board- Free Standing 2 EA $ $ Message Board- Free Standing 1 EA $ $ 52" Plasma TV News/Weather 1 EA $ $ HBGCC Room 216A - AETC Command Post 52" Plasma TV News/Weather 1 EA $ $ IBM compatible Pentium IV, 2.2 GHz (min) 13 EA $ $ - Windows XP Professional (SP2) - Office 2000/2003 - Access to the internet - Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption - CD read/write capability - USB Ports - Capability of connecting to Common Access Card (CAC) reader 19" Flat Screen Monitors 13 EA $ $ FAX 1 EA $ $ High Speed Black and White/Color Printer 1 EA $ $ High Speed Color Copier 1 EA $ $ Dry Erase Board - Free Standing 1 EA $ $ Message Board - Free Standing 1 EA $ $ Shredder (heavy duty) 1 EA $ $ HBGCC Room 216B - Internet Café IBM compatible Pentium IV, 2.2 GHz (min) 10 EA $ $ - Windows XP Professional (SP2) - Office 2000/2003 - Access to the internet - Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption - CD read/write capability - USB Ports - Capability of connecting to Common Access Card (CAC) reader 19" Flat Screen Monitors 10 EA $ $ High Speed Black and White/Color Printer 1 EA $ $ Dry Erase Board - Free Standing 1 EA $ $ Message Board - Free Standing 1 EA $ $ HBGCC Room 008 A/B - CBOA Easel 1 EA $ $ HBGCC Ballroom C Prefunction Area 19" Flat Screen Monitors 4 EA $ $ IBM compatible Pentium IV, 2.2 GHz (min) 4 EA $ $ - Windows XP Professional (SP2) - Office 2000/2003 - Access to the internet - Microsoft Internet Explorer with SSL v6.0 or higher w/ 128-bit encryption - CD read/write capability - USB Ports - Capability of connecting to Common Access Card (CAC) reader High Speed Black and White/Color Printer 1 EA $ $ Attachment 3 WD 05-2521 (Rev.-6) was first posted on www.wdol.gov on 07/15/2008 ****************************************************************************** ****************************************************************************** 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.: 2005-2521 Shirley F. Ebbesen Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 07/09/2008 _______________________________________|_______________________________________ State: Texas Area: Texas Counties of Atascosa, Bandera, Bexar, Comal, De Witt, Edwards, Gillespie, Gonzales, Guadalupe, Karnes, Kendall, Kerr, Kinney, McMullen, Medina, Real, Uvalde, Val Verde, Wilson _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.21 01012 - Accounting Clerk II 14.83 01013 - Accounting Clerk III 16.59 01020 - Administrative Assistant 21.96 01040 - Court Reporter 18.30 01051 - Data Entry Operator I 10.95 01052 - Data Entry Operator II 11.95 01060 - Dispatcher, Motor Vehicle 15.18 01070 - Document Preparation Clerk 12.10 01090 - Duplicating Machine Operator 12.10 01111 - General Clerk I 10.45 01112 - General Clerk II 12.10 01113 - General Clerk III 15.45 01120 - Housing Referral Assistant 19.91 01141 - Messenger Courier 10.50 01191 - Order Clerk I 10.97 01192 - Order Clerk II 12.73 01261 - Personnel Assistant (Employment) I 15.92 01262 - Personnel Assistant (Employment) II 17.81 01263 - Personnel Assistant (Employment) III 19.86 01270 - Production Control Clerk 18.05 01280 - Receptionist 9.83 01290 - Rental Clerk 13.43 01300 - Scheduler, Maintenance 15.96 01311 - Secretary I 15.96 01312 - Secretary II 17.86 01313 - Secretary III 19.91 01320 - Service Order Dispatcher 13.44 01410 - Supply Technician 21.96 01420 - Survey Worker 15.14 01531 - Travel Clerk I 11.30 01532 - Travel Clerk II 11.99 01533 - Travel Clerk III 12.59 01611 - Word Processor I 13.03 01612 - Word Processor II 14.63 01613 - Word Processor III 16.36 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.25 05010 - Automotive Electrician 15.77 05040 - Automotive Glass Installer 14.90 05070 - Automotive Worker 14.90 05110 - Mobile Equipment Servicer 13.29 05130 - Motor Equipment Metal Mechanic 16.60 05160 - Motor Equipment Metal Worker 14.90 05190 - Motor Vehicle Mechanic 16.36 05220 - Motor Vehicle Mechanic Helper 12.59 05250 - Motor Vehicle Upholstery Worker 14.07 05280 - Motor Vehicle Wrecker 14.90 05310 - Painter, Automotive 15.77 05340 - Radiator Repair Specialist 14.90 05370 - Tire Repairer 11.12 05400 - Transmission Repair Specialist 16.60 07000 - Food Preparation And Service Occupations 07010 - Baker 12.53 07041 - Cook I 9.37 07042 - Cook II 11.12 07070 - Dishwasher 7.67 07130 - Food Service Worker 8.10 07210 - Meat Cutter 12.03 07260 - Waiter/Waitress 7.71 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 13.66 09040 - Furniture Handler 9.71 09080 - Furniture Refinisher 13.66 09090 - Furniture Refinisher Helper 10.91 09110 - Furniture Repairer, Minor 12.20 09130 - Upholsterer 13.66 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 8.26 11060 - Elevator Operator 8.26 11090 - Gardener 12.34 11122 - Housekeeping Aide 9.59 11150 - Janitor 9.59 11210 - Laborer, Grounds Maintenance 10.37 11240 - Maid or Houseman 8.31 11260 - Pruner 9.42 11270 - Tractor Operator 11.74 11330 - Trail Maintenance Worker 10.37 11360 - Window Cleaner 10.15 12000 - Health Occupations 12010 - Ambulance Driver 12.76 12011 - Breath Alcohol Technician 13.40 12012 - Certified Occupational Therapist Assistant 23.42 12015 - Certified Physical Therapist Assistant 21.68 12020 - Dental Assistant 14.50 12025 - Dental Hygienist 32.84 12030 - EKG Technician 21.42 12035 - Electroneurodiagnostic Technologist 21.42 12040 - Emergency Medical Technician 12.76 12071 - Licensed Practical Nurse I 15.05 12072 - Licensed Practical Nurse II 16.84 12073 - Licensed Practical Nurse III 18.78 12100 - Medical Assistant 11.83 12130 - Medical Laboratory Technician 15.46 12160 - Medical Record Clerk 13.60 12190 - Medical Record Technician 13.75 12195 - Medical Transcriptionist 13.51 12210 - Nuclear Medicine Technologist 28.07 12221 - Nursing Assistant I 9.86 12222 - Nursing Assistant II 11.08 12223 - Nursing Assistant III 12.09 12224 - Nursing Assistant IV 13.57 12235 - Optical Dispenser 13.58 12236 - Optical Technician 13.82 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 13.57 12305 - Radiologic Technologist 22.38 12311 - Registered Nurse I 22.79 12312 - Registered Nurse II 27.43 12313 - Registered Nurse II, Specialist 27.43 12314 - Registered Nurse III 33.19 12315 - Registered Nurse III, Anesthetist 33.19 12316 - Registered Nurse IV 39.78 12317 - Scheduler (Drug and Alcohol Testing) 17.64 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.23 13012 - Exhibits Specialist II 21.34 13013 - Exhibits Specialist III 26.11 13041 - Illustrator I 18.47 13042 - Illustrator II 21.26 13043 - Illustrator III 24.20 13047 - Librarian 23.64 13050 - Library Aide/Clerk 10.03 13054 - Library Information Technology Systems Administrator 21.34 13058 - Library Technician 12.75 13061 - Media Specialist I 14.43 13062 - Media Specialist II 16.40 13063 - Media Specialist III 18.04 13071 - Photographer I 12.99 13072 - Photographer II 14.68 13073 - Photographer III 17.20 13074 - Photographer IV 19.58 13075 - Photographer V 23.76 13110 - Video Teleconference Technician 14.91 14000 - Information Technology Occupations 14041 - Computer Operator I 15.30 14042 - Computer Operator II 17.11 14043 - Computer Operator III 19.08 14044 - Computer Operator IV 21.20 14045 - Computer Operator V 23.48 14071 - Computer Programmer I (1) 20.20 14072 - Computer Programmer II (1) 26.14 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 26.31 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 15.30 14160 - Personal Computer Support Technician 21.20 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.31 15020 - Aircrew Training Devices Instructor (Rated) 30.99 15030 - Air Crew Training Devices Instructor (Pilot) 34.58 15050 - Computer Based Training Specialist / Instructor 26.21 15060 - Educational Technologist 24.90 15070 - Flight Instructor (Pilot) 34.58 15080 - Graphic Artist 20.42 15090 - Technical Instructor 18.45 15095 - Technical Instructor/Course Developer 22.56 15110 - Test Proctor 14.89 15120 - Tutor 14.89 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.09 16030 - Counter Attendant 8.09 16040 - Dry Cleaner 9.84 16070 - Finisher, Flatwork, Machine 8.09 16090 - Presser, Hand 8.09 16110 - Presser, Machine, Drycleaning 8.09 16130 - Presser, Machine, Shirts 8.09 16160 - Presser, Machine, Wearing Apparel, Laundry 8.09 16190 - Sewing Machine Operator 10.38 16220 - Tailor 10.90 16250 - Washer, Machine 8.78 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 16.35 19040 - Tool And Die Maker 19.26 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 11.74 21030 - Material Coordinator 17.86 21040 - Material Expediter 17.86 21050 - Material Handling Laborer 10.39 21071 - Order Filler 10.25 21080 - Production Line Worker (Food Processing) 11.74 21110 - Shipping Packer 12.03 21130 - Shipping/Receiving Clerk 12.03 21140 - Store Worker I 9.59 21150 - Stock Clerk 12.79 21210 - Tools And Parts Attendant 11.74 21410 - Warehouse Specialist 11.74 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 20.12 23021 - Aircraft Mechanic I 19.02 23022 - Aircraft Mechanic II 20.12 23023 - Aircraft Mechanic III 21.23 23040 - Aircraft Mechanic Helper 13.34 23050 - Aircraft, Painter 17.07 23060 - Aircraft Servicer 14.94 23080 - Aircraft Worker 15.93 23110 - Appliance Mechanic 15.68 23120 - Bicycle Repairer 11.12 23125 - Cable Splicer 18.36 23130 - Carpenter, Maintenance 15.67 23140 - Carpet Layer 13.67 23160 - Electrician, Maintenance 18.62 23181 - Electronics Technician Maintenance I 19.99 23182 - Electronics Technician Maintenance II 23.33 23183 - Electronics Technician Maintenance III 24.48 23260 - Fabric Worker 13.79 23290 - Fire Alarm System Mechanic 16.85 23310 - Fire Extinguisher Repairer 13.77 23311 - Fuel Distribution System Mechanic 16.62 23312 - Fuel Distribution System Operator 13.10 23370 - General Maintenance Worker 14.66 23380 - Ground Support Equipment Mechanic 19.02 23381 - Ground Support Equipment Servicer 14.94 23382 - Ground Support Equipment Worker 15.93 23391 - Gunsmith I 12.23 23392 - Gunsmith II 14.76 23393 - Gunsmith III 16.62 23410 - Heating, Ventilation And Air-Conditioning Mechanic 17.27 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 18.28 23430 - Heavy Equipment Mechanic 16.40 23440 - Heavy Equipment Operator 16.62 23460 - Instrument Mechanic 16.62 23465 - Laboratory/Shelter Mechanic 15.67 23470 - Laborer 9.69 23510 - Locksmith 14.07 23530 - Machinery Maintenance Mechanic 16.62 23550 - Machinist, Maintenance 16.62 23580 - Maintenance Trades Helper 11.10 23591 - Metrology Technician I 16.62 23592 - Metrology Technician II 17.59 23593 - Metrology Technician III 18.55 23640 - Millwright 19.02 23710 - Office Appliance Repairer 16.39 23760 - Painter, Maintenance 15.67 23790 - Pipefitter, Maintenance 16.89 23810 - Plumber, Maintenance 16.65 23820 - Pneudraulic Systems Mechanic 16.62 23850 - Rigger 16.62 23870 - Scale Mechanic 14.76 23890 - Sheet-Metal Worker, Maintenance 17.13 23910 - Small Engine Mechanic 14.20 23931 - Telecommunications Mechanic I 20.01 23932 - Telecommunications Mechanic II 21.07 23950 - Telephone Lineman 19.28 23960 - Welder, Combination, Maintenance 16.62 23965 - Well Driller 15.70 23970 - Woodcraft Worker 16.62 23980 - Woodworker 12.23 24000 - Personal Needs Occupations 24570 - Child Care Attendant 9.45 24580 - Child Care Center Clerk 12.07 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services Coordinator 8.89 24630 - Homemaker 13.69 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 18.19 25040 - Sewage Plant Operator 16.46 25070 - Stationary Engineer 18.19 25190 - Ventilation Equipment Tender 12.13 25210 - Water Treatment Plant Operator 16.46 27000 - Protective Service Occupations 27004 - Alarm Monitor 13.85 27007 - Baggage Inspector 10.21 27008 - Corrections Officer 21.15 27010 - Court Security Officer 21.15 27030 - Detection Dog Handler 13.85 27040 - Detention Officer 21.15 27070 - Firefighter 20.36 27101 - Guard I 10.21 27102 - Guard II 13.85 27131 - Police Officer I 23.14 27132 - Police Officer II 25.77 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.64 28042 - Carnival Equipment Repairer 10.13 28043 - Carnival Equpment Worker 8.04 28210 - Gate Attendant/Gate Tender 12.36 28310 - Lifeguard 10.82 28350 - Park Attendant (Aide) 13.58 28510 - Recreation Aide/Health Facility Attendant 10.09 28515 - Recreation Specialist 13.42 28630 - Sports Official 11.01 28690 - Swimming Pool Operator 12.62 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 16.83 29020 - Hatch Tender 16.83 29030 - Line Handler 16.83 29041 - Stevedore I 15.27 29042 - Stevedore II 17.33 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (2) 33.96 30011 - Air Traffic Control Specialist, Station (HFO) (2) 23.42 30012 - Air Traffic Control Specialist, Terminal (HFO) (2) 25.88 30021 - Archeological Technician I 13.96 30022 - Archeological Technician II 15.62 30023 - Archeological Technician III 19.34 30030 - Cartographic Technician 22.58 30040 - Civil Engineering Technician 18.37 30061 - Drafter/CAD Operator I 14.61 30062 - Drafter/CAD Operator II 17.66 30063 - Drafter/CAD Operator III 18.47 30064 - Drafter/CAD Operator IV 22.24 30081 - Engineering Technician I 14.46 30082 - Engineering Technician II 16.24 30083 - Engineering Technician III 18.16 30084 - Engineering Technician IV 22.50 30085 - Engineering Technician V 27.52 30086 - Engineering Technician VI 33.30 30090 - Environmental Technician 17.66 30210 - Laboratory Technician 17.15 30240 - Mathematical Technician 22.58 30361 - Paralegal/Legal Assistant I 15.11 30362 - Paralegal/Legal Assistant II 19.84 30363 - Paralegal/Legal Assistant III 24.25 30364 - Paralegal/Legal Assistant IV 29.32 30390 - Photo-Optics Technician 22.58 30461 - Technical Writer I 23.10 30462 - Technical Writer II 28.24 30463 - Technical Writer III 31.06 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) 18.62 30621 - Weather Observer, Senior (2) 20.52 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.77 31030 - Bus Driver 13.90 31043 - Driver Courier 11.97 31260 - Parking and Lot Attendant 9.18 31290 - Shuttle Bus Driver 12.89 31310 - Taxi Driver 10.81 31361 - Truckdriver, Light 12.89 31362 - Truckdriver, Medium 13.70 31363 - Truckdriver, Heavy 16.02 31364 - Truckdriver, Tractor-Trailer 16.02 99000 - Miscellaneous Occupations 99030 - Cashier 8.58 99050 - Desk Clerk 8.80 99095 - Embalmer 17.09 99251 - Laboratory Animal Caretaker I 9.59 99252 - Laboratory Animal Caretaker II 10.32 99310 - Mortician 22.43 99410 - Pest Controller 14.42 99510 - Photofinishing Worker 11.34 99710 - Recycling Laborer 11.33 99711 - Recycling Specialist 12.25 99730 - Refuse Collector 10.30 99810 - Sales Clerk 10.73 99820 - School Crossing Guard 10.65 99830 - Survey Party Chief 17.58 99831 - Surveying Aide 12.26 99832 - Surveying Technician 14.64 99840 - Vending Machine Attendant 9.77 99841 - Vending Machine Repairer 11.64 99842 - Vending Machine Repairer Helper 9.77 ________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.24 per hour or $129.60 per week or $561.60 per month 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 ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, 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 4174) 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) Website 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.   Attachment 4 Provide a list of not less than one (1) and not more than three (3) of the most relevant contracts performed for Federal or commercial agencies within the last three (3) years and have the client provide a complete questionnaire for each contract. Questionnaires shall be submitted to the 12th Contracting Squadron no later than the RFQ closing date and time. A neutral rating shall be used in the offeror certifies that no relevant past performance information exists. INSTRUCTIONS FOR THE PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY CONTRACTOR INFORMATION A. Contractor Name: B. Contractor's Address: C. Point of Contact: CONTRACT INFORMATION: IN ORDER TO DETERMINE RELEVANCY, AND RECENCY THE FOLLOWING DATA IS REQUIRED. FAILURE TO PROVIDE THIS INFORMANTION MAY RENDER THE PROPOSAL UNRESPONSIVE. A. CONTRACT NUMBER: B. CONTRACT TYPE: C. WAS THE CONTRACT REFERENCED ABOVE GOVERNMENT OR COMMERICIAL? D. AWARD DATE: E. PERIOD OF PERFORMANCE: F. TOTAL CONTRACT DOLLAR AMOUNT INCLUDING OPTIONS, IF APPLICABLE: G. SCOPE: INCLUDE A BRIEF DESCRIPTION OF THE SERVICES PERFORMED TO INCLUDE THE SKILLS AND TECHNICAL QUALIFICATIONS UTILIZED TO DETERMINE SIMILARITY OF SCOPE. PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY 1. Please complete this questionnaire based on the following guidance: a. For each question please circle one rating as defined below. Circle "N/A" if you are unable to provide a rating for an area. Assessments should reflect only contractor liable performance. The following is a definition of the scoring levels: Rating Definition Exceptional (E) High Confidence Based on the offeror's performance record, essentially no doubt exists that the offeror will successfully perform the required effort. Very Good (VG) Significant Confidence Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort. Satisfactory (S) Confidence Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort. Neutral (N) Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Marginal (M) Little Confidence Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror's existing processes may be necessary in order to achieve contract requirements. Unsatisfactory (U) No Confidence Based on the offeror's performance record, extreme doubt exists that the offeror will successfully perform the required effort. b. Handwritten remarks are encouraged. Space is provided at the end of the survey. If more space is needed, please provide information of a separate sheet of paper. c. You are urged to supplement your own knowledge of the contractor's performance with the judgment of others in your organization. In addition to completing the attached questionnaire for the identified program, we solicit your comments on other contracts/programs that your activity has with this offeror. 2. Please return completed questionnaire to: 12CONS/LGCB Attn: Ms Dawn Melchione 395 B Street West Suite 2 Randolph AFB TX 78150 Fax to: (210) 652-2759 EMAIL IS THE PREFERRED METHOD: dawn.melchione@randolph.af.mil   PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY QUALITY OF SERVICE 1. Contractor's compliance with contractual terms and conditions. E VG S N M U N/A 2. Quality of contractor furnished reports/deliverables. E VG S N M U N/A 3. Overall rating of contractor's standard of workmanship. E VG S N M U N/A 4. Contractors ability to meet standards specified for performance. E VG S N M U N/A 5. Overall rating of contractor's quality of service. E VG S N M U N/A TIMELINESS OF PERFORMANCE 1. Contractor's ability to meet specific response times and scheduled E VG S N M U N/A time frames for completion of specific tasks. 2. Contractor's responsiveness/timeliness for providing administrative E VG S N M U N/A reports/documents required by the contract. 3. Contractor's timeliness in responding to emergency service requirements. E VG S N M U N/A 4. Overall rating of contractor's responsiveness/timeliness. E VG S N M U N/A BUSINESS RELATIONS 1. Contractor's ability to identify problems and potential problems and E VG S N M U N/A promptly notify the Contracting Officer. 2. Contractor's ability to correct problems and prevent or mitigate potential E VG S N M U N/A problems in a timely manner. 3. Contractor's willingness to improve and correct noncompliance issues E VG S N M U N/A or concerns. 4. Extent to which the contractor has demonstrated reasonable and cooperative E VG S N M U N/A behavior. 5. Contractor's ability to use effective approaches and provide technical E VG S N M U N/A expertise and resources to solve contract problems. 6. Contractor's working relationship with the Contracting Officer, E VG S N M U N/A quality assurance personnel and customers. 7. Contractor's flexibility in satisfying the requirements of its customers. E VG S N M U N/A 8. Extent to which the contractor provided prompt and courteous E VG S N M U N/A service when responding to customer complaint. 9. Overall rating of customer satisfaction. E VG S N M U NIA 10. Overall rating of business relations. E VG S N M U N/A MANAGEMENT OF KEY PERSONNEL 1. Contractor's ability to select and retain cooperative and effective E VG S N M U N/A key personnel, such as the contract manager and quality control personnel. 2. Extent key personnel were knowledgeable about contractual E VG S N M U N/A requirements. 3. Contractor's ability to meet appropriate staffing levels with qualified E VG S N M U N/A personnel in order to provide required services. 4. Contractor's ability to effectively manage subcontracts. E VG S N M U N/A 5. Overall rating of contractor's management of key personnel. E VG S N M U N/A REMARKS __________________________ Name: Title: Date:
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46749b9e2967ad743484e19803b8ba88&tab=core&_cview=1)
 
Place of Performance
Address: Henry B. Gonzales Convention Center, 200 E. Market, San Antonio TX 78205, San Antonio, Texas, 78205, United States
Zip Code: 78205
 
Record
SN01721925-W 20081221/081219214951-91b990c559cd65896c3e8977a5999f17 (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.