Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

20 -- ULTRA HIGH PRESSURE WATER JET BLASTING

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-60427
 
Archive Date
5/7/2010
 
Point of Contact
Ronald Almond, Phone: 410-762-6451, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil
(ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-60427 applies, and is issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective 19 March 2010. (iv) The North American Industry Classification System (NAICS) code is 336611. U.S. Coast Guard Surface Forces Logistics Center intends to award a firm Fixed Price Contract. (v) The USCG Surface Forces Logistics Center has a requirement for the following service: Item 0001: ULTRA HIGH PRESSURE WATER BLASTING. IT IS ESTIMATED THAT EIGHT (8) BUOYS (8X26 LGR) SHALL BE ULTRA HIGH HIGH PRESSURE WATER BLASTED TO ACHIEVE AN SSPC- SP-12/NACE No. 5, WJ-2/L. REFER TO THE PERFORMANCE OF WORK PROVIDED. (vi) PERFORMANCE OF WORK FOR ULTRA HIGH PRESSURE WATER JET BLASTING NOTES AND REQUIREMENTS FOR WATER JET BLASTING APPROXIMATELY 8 BUOYS TO A SSPC-SP 12/NACE No. 5 WJ- 2/L: 1. The Contractor shall provide all services, management, planning, supervision, personnel, tanks, ground containment materials, water pumps, hoses, etc. to satisfy the requirements set forth in this Performance of Work. 2. Work is to begin on or about April 26th and to be completed in conjunction with the Buoy Project of about 2 weeks. 3. Contractor is required to follow 29 CFR 1915 (OSHA Shipyard Industry Standard) while performing works at the Coast Guard Yard. The Contractor shall make their employees aware of the dangers of working in or near a ship yard. The Contractor must have an Occupational and Health and Safety program addressing the requirements as it relates to the removal of paint coatings. The Contractor must provide personal protective equipment for their employees. The Contractor will be required to work closely with the Yard's Environmental Department and Safety Department on any or all environmental and safety requirements. Failure of the Contractor to comply with the above requirements could result in a shutdown of operations. 4. Contractor must use a certified waste disposal site that is approved by our environmental department. Contractor must provide documentation of what waste disposal site being used. The disposal facilities must have a permit to treat the water and dispose of all water, paint chips, solids, and slurry. All water, paint chips, solids, and slurry shall be disposed of at Contractor's cost. The Contractor is required to provide storage tanks for recycling processed water. The storage tanks shall be marked as with company name and a 24 hour phone number. 5. The Contractor must work closely with the paint shop personnel while performing water blasting operations. Normal working hours are from 7:00 am to 3:30 pm. To maintain the schedule provided by the government, work may be required during weekends and outside the normal operating hours at no additional cost to the Government. 6. The Contractor shall set a ground containment area and wind screens to capture all water associated with water blasting operations. The Contractor shall perform inspections of the ground containment area to ensure environmental concerns are met. The Contractor shall filter and separate paint chips and solids from process water to permit disposal of paints and solids. The containment area must be pumped to a dry stage to allow the cleanup of paint and slurry debris at the end of each day. 7. Contractor shall begin work within 2 days of notification by the Contracting Officer. The designation site is U.S. Coast Guard Yard 2401 Hawkins Point Road, Curtis Bay, Baltimore, Maryland 21226. 8. The Government shall provide compressed air, water connection and electrical hook ups. Contractor will provide compatible connection to these hook ups. 9. The Government shall inspect all work to ensure compliance with the requirements set forth in this Statement of Work. (vii) Dates service required: Start Date: April 26, 2010. Completion Date: May 7, 2010. Place of Performance: USCG Yard, Curtis Bay, Baltimore, MD 21226. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number 6) Price and delivery information, 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. (8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - 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. The following factors shall be used to evaluate offers: Delivery, Price, and Past Performance. Delivery is more important than price or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2009) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-28 - Post-Award Small Business Program Rerepresentation (Apr 2009). 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998). 52.222-50 -- Combating Trafficking in Persons (Feb 2009). 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009) (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, and 109-169). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.233-3 -- Protest After Award (Aug. 1996). 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004). 52.222-41 -- Service Contract Act of 1965 (Nov 2007) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiv) N/A (xv) Quotes are due by 22 April 2010, NLT 12:00 PM EST. Quotes may be faxed to (410) 762-6095 or emailed to ronald.almond@uscg.mil. Packages containing quotes must be clearly addressed and identified with the Solicitation Number. In addition, if you have your quote sent by overnight carrier, please request that the carrier deliver the package directly to Ron Almond at the address provided: U. S. Coast Guard, Surface Forces Logistic Center, 2401 Hawkins Point Road, Bldg. 58, 2nd Floor, Attn: Ron Almond, Baltimore, MD 21226-5000 (xvii) Point of Contact: Ron Almond, Contract Specialist, Tele. No. 410-762-6451, email address: ronald.almond@uscg.mil. WD 05-2247 (Rev.-9) was first posted on www.wdol.gov on 06/02/2009 ************************************************************************************ 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.: 2005-2247 Shirley F. Ebbesen Division of | Revision No.: 9 Director Wage Determinations| Date Of Revision: 05/26/2009 _______________________________________|____________________________________________ State: Maryland Area: Maryland Counties of Anne Arundel, Baltimore, Baltimore City, Carroll, Harford, Howard ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.05 01012 - Accounting Clerk II 15.78 01013 - Accounting Clerk III 20.27 01020 - Administrative Assistant 28.55 01040 - Court Reporter 19.95 01051 - Data Entry Operator I 14.38 01052 - Data Entry Operator II 15.69 01060 - Dispatcher, Motor Vehicle 16.94 01070 - Document Preparation Clerk 14.21 01090 - Duplicating Machine Operator 14.21 01111 - General Clerk I 13.92 01112 - General Clerk II 15.31 01113 - General Clerk III 17.19 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 12.18 01191 - Order Clerk I 14.85 01192 - Order Clerk II 16.20 01261 - Personnel Assistant (Employment) I 17.31 01262 - Personnel Assistant (Employment) II 19.36 01263 - Personnel Assistant (Employment) III 21.66 01270 - Production Control Clerk 22.03 01280 - Receptionist 14.12 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 17.49 01311 - Secretary I 17.49 01312 - Secretary II 19.70 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 15.29 01410 - Supply Technician 28.55 01420 - Survey Worker 19.46 01531 - Travel Clerk I 12.33 01532 - Travel Clerk II 13.44 01533 - Travel Clerk III 14.65 01611 - Word Processor I 14.21 01612 - Word Processor II 16.65 01613 - Word Processor III 19.95 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 20.57 05010 - Automotive Electrician 22.48 05040 - Automotive Glass Installer 21.67 05070 - Automotive Worker 21.67 05110 - Mobile Equipment Servicer 19.89 05130 - Motor Equipment Metal Mechanic 23.33 05160 - Motor Equipment Metal Worker 21.67 05190 - Motor Vehicle Mechanic 23.33 05220 - Motor Vehicle Mechanic Helper 18.92 05250 - Motor Vehicle Upholstery Worker 21.81 05280 - Motor Vehicle Wrecker 21.67 05310 - Painter, Automotive 22.44 05340 - Radiator Repair Specialist 21.67 05370 - Tire Repairer 13.77 05400 - Transmission Repair Specialist 23.33 07000 - Food Preparation And Service Occupations 07010 - Baker 13.18 07041 - Cook I 11.97 07042 - Cook II 13.28 07070 - Dishwasher 9.82 07130 - Food Service Worker 10.66 07210 - Meat Cutter 16.11 07260 - Waiter/Waitress 8.22 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 16.48 09040 - Furniture Handler 13.42 09080 - Furniture Refinisher 16.08 09090 - Furniture Refinisher Helper 13.77 09110 - Furniture Repairer, Minor 14.93 09130 - Upholsterer 16.64 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.52 11060 - Elevator Operator 10.52 11090 - Gardener 16.22 11122 - Housekeeping Aide 11.25 11150 - Janitor 11.25 11210 - Laborer, Grounds Maintenance 12.47 11240 - Maid or Houseman 11.03 11260 - Pruner 11.76 11270 - Tractor Operator 14.93 11330 - Trail Maintenance Worker 12.47 11360 - Window Cleaner 11.96 12000 - Health Occupations 12010 - Ambulance Driver 17.78 12011 - Breath Alcohol Technician 17.67 12012 - Certified Occupational Therapist Assistant 23.31 12015 - Certified Physical Therapist Assistant 23.03 12020 - Dental Assistant 16.40 12025 - Dental Hygienist 33.48 12030 - EKG Technician 24.34 12035 - Electroneurodiagnostic Technologist 24.34 12040 - Emergency Medical Technician 18.71 12071 - Licensed Practical Nurse I 18.82 12072 - Licensed Practical Nurse II 21.09 12073 - Licensed Practical Nurse III 23.47 12100 - Medical Assistant 14.89 12130 - Medical Laboratory Technician 18.04 12160 - Medical Record Clerk 16.51 12190 - Medical Record Technician 18.47 12195 - Medical Transcriptionist 16.30 12210 - Nuclear Medicine Technologist 35.05 12221 - Nursing Assistant I 10.47 12222 - Nursing Assistant II 11.77 12223 - Nursing Assistant III 13.02 12224 - Nursing Assistant IV 14.62 12235 - Optical Dispenser 15.36 12236 - Optical Technician 14.80 12250 - Pharmacy Technician 16.47 12280 - Phlebotomist 14.62 12305 - Radiologic Technologist 28.28 12311 - Registered Nurse I 26.73 12312 - Registered Nurse II 32.41 12313 - Registered Nurse II, Specialist 32.41 12314 - Registered Nurse III 38.98 12315 - Registered Nurse III, Anesthetist 38.98 12316 - Registered Nurse IV 46.73 12317 - Scheduler (Drug and Alcohol Testing) 19.75 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.98 13012 - Exhibits Specialist II 23.49 13013 - Exhibits Specialist III 28.75 13041 - Illustrator I 19.06 13042 - Illustrator II 23.62 13043 - Illustrator III 28.88 13047 - Librarian 30.80 13050 - Library Aide/Clerk 14.21 13054 - Library Information Technology Systems 27.82 Administrator 13058 - Library Technician 19.89 13061 - Media Specialist I 18.73 13062 - Media Specialist II 20.95 13063 - Media Specialist III 23.36 13071 - Photographer I 14.17 13072 - Photographer II 17.18 13073 - Photographer III 21.29 13074 - Photographer IV 22.85 13075 - Photographer V 27.63 13110 - Video Teleconference Technician 19.35 14000 - Information Technology Occupations 14041 - Computer Operator I 18.54 14042 - Computer Operator II 20.74 14043 - Computer Operator III 23.12 14044 - Computer Operator IV 25.69 14045 - Computer Operator V 28.45 14071 - Computer Programmer I (see 1) 25.22 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.54 14160 - Personal Computer Support Technician 25.69 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 35.71 15020 - Aircrew Training Devices Instructor (Rated) 43.84 15030 - Air Crew Training Devices Instructor (Pilot) 52.55 15050 - Computer Based Training Specialist / Instructor 33.64 15060 - Educational Technologist 28.34 15070 - Flight Instructor (Pilot) 52.55 15080 - Graphic Artist 26.73 15090 - Technical Instructor 21.53 15095 - Technical Instructor/Course Developer 26.33 15110 - Test Proctor 17.61 15120 - Tutor 17.61 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.25 16030 - Counter Attendant 9.25 16040 - Dry Cleaner 12.30 16070 - Finisher, Flatwork, Machine 9.25 16090 - Presser, Hand 9.25 16110 - Presser, Machine, Drycleaning 9.25 16130 - Presser, Machine, Shirts 9.25 16160 - Presser, Machine, Wearing Apparel, Laundry 9.25 16190 - Sewing Machine Operator 13.34 16220 - Tailor 14.33 16250 - Washer, Machine 10.30 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.63 19040 - Tool And Die Maker 22.83 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.90 21030 - Material Coordinator 22.03 21040 - Material Expediter 22.03 21050 - Material Handling Laborer 12.92 21071 - Order Filler 13.13 21080 - Production Line Worker (Food Processing) 17.90 21110 - Shipping Packer 14.40 21130 - Shipping/Receiving Clerk 14.40 21140 - Store Worker I 14.98 21150 - Stock Clerk 17.06 21210 - Tools And Parts Attendant 17.90 21410 - Warehouse Specialist 17.90 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 24.52 23021 - Aircraft Mechanic I 23.35 23022 - Aircraft Mechanic II 24.52 23023 - Aircraft Mechanic III 25.75 23040 - Aircraft Mechanic Helper 18.03 23050 - Aircraft, Painter 19.98 23060 - Aircraft Servicer 19.68 23080 - Aircraft Worker 20.49 23110 - Appliance Mechanic 19.58 23120 - Bicycle Repairer 13.77 23125 - Cable Splicer 25.90 23130 - Carpenter, Maintenance 20.99 23140 - Carpet Layer 21.27 23160 - Electrician, Maintenance 27.43 23181 - Electronics Technician Maintenance I 22.85 23182 - Electronics Technician Maintenance II 23.70 23183 - Electronics Technician Maintenance III 24.60 23260 - Fabric Worker 20.30 23290 - Fire Alarm System Mechanic 22.19 23310 - Fire Extinguisher Repairer 18.92 23311 - Fuel Distribution System Mechanic 25.38 23312 - Fuel Distribution System Operator 21.21 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 23.35 23381 - Ground Support Equipment Servicer 19.68 23382 - Ground Support Equipment Worker 20.49 23391 - Gunsmith I 19.39 23392 - Gunsmith II 21.13 23393 - Gunsmith III 22.74 23410 - Heating, Ventilation And Air-Conditioning 21.56 Mechanic 23411 - Heating, Ventilation And Air Contditioning 22.33 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 22.74 23440 - Heavy Equipment Operator 21.08 23460 - Instrument Mechanic 23.58 23465 - Laboratory/Shelter Mechanic 21.91 23470 - Laborer 14.27 23510 - Locksmith 21.32 23530 - Machinery Maintenance Mechanic 22.85 23550 - Machinist, Maintenance 19.88 23580 - Maintenance Trades Helper 18.00 23591 - Metrology Technician I 23.58 23592 - Metrology Technician II 24.42 23593 - Metrology Technician III 25.12 23640 - Millwright 24.73 23710 - Office Appliance Repairer 20.46 23760 - Painter, Maintenance 21.91 23790 - Pipefitter, Maintenance 23.64 23810 - Plumber, Maintenance 20.51 23820 - Pneudraulic Systems Mechanic 22.74 23850 - Rigger 24.07 23870 - Scale Mechanic 21.13 23890 - Sheet-Metal Worker, Maintenance 22.74 23910 - Small Engine Mechanic 21.13 23931 - Telecommunications Mechanic I 25.61 23932 - Telecommunications Mechanic II 28.42 23950 - Telephone Lineman 25.61 23960 - Welder, Combination, Maintenance 22.74 23965 - Well Driller 22.81 23970 - Woodcraft Worker 22.78 23980 - Woodworker 19.39 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.73 24580 - Child Care Center Clerk 15.95 24610 - Chore Aide 10.16 24620 - Family Readiness And Support Services 14.24 Coordinator 24630 - Homemaker 17.24 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.04 25040 - Sewage Plant Operator 19.80 25070 - Stationary Engineer 22.04 25190 - Ventilation Equipment Tender 17.46 25210 - Water Treatment Plant Operator 19.80 27000 - Protective Service Occupations 27004 - Alarm Monitor 17.17 27007 - Baggage Inspector 12.66 27008 - Corrections Officer 22.25 27010 - Court Security Officer 23.33 27030 - Detection Dog Handler 17.85 27040 - Detention Officer 22.25 27070 - Firefighter 22.39 27101 - Guard I 12.66 27102 - Guard II 17.85 27131 - Police Officer I 26.14 27132 - Police Officer II 28.99 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.76 28042 - Carnival Equipment Repairer 11.19 28043 - Carnival Equpment Worker 9.24 28210 - Gate Attendant/Gate Tender 13.01 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 14.56 28510 - Recreation Aide/Health Facility Attendant 10.62 28515 - Recreation Specialist 18.04 28630 - Sports Official 11.33 28690 - Swimming Pool Operator 14.75 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.47 29020 - Hatch Tender 21.47 29030 - Line Handler 21.47 29041 - Stevedore I 20.85 29042 - Stevedore II 22.46 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.00 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.21 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.86 30021 - Archeological Technician I 18.00 30022 - Archeological Technician II 21.72 30023 - Archeological Technician III 27.56 30030 - Cartographic Technician 27.56 30040 - Civil Engineering Technician 24.63 30061 - Drafter/CAD Operator I 19.89 30062 - Drafter/CAD Operator II 22.25 30063 - Drafter/CAD Operator III 24.80 30064 - Drafter/CAD Operator IV 30.52 30081 - Engineering Technician I 21.63 30082 - Engineering Technician II 24.29 30083 - Engineering Technician III 27.17 30084 - Engineering Technician IV 33.66 30085 - Engineering Technician V 41.16 30086 - Engineering Technician VI 49.81 30090 - Environmental Technician 24.41 30210 - Laboratory Technician 22.29 30240 - Mathematical Technician 27.56 30361 - Paralegal/Legal Assistant I 19.59 30362 - Paralegal/Legal Assistant II 23.64 30363 - Paralegal/Legal Assistant III 28.90 30364 - Paralegal/Legal Assistant IV 34.97 30390 - Photo-Optics Technician 27.56 30461 - Technical Writer I 21.42 30462 - Technical Writer II 26.20 30463 - Technical Writer III 31.70 30491 - Unexploded Ordnance (UXO) Technician I 24.15 30492 - Unexploded Ordnance (UXO) Technician II 29.22 30493 - Unexploded Ordnance (UXO) Technician III 35.03 30494 - Unexploded (UXO) Safety Escort 24.15 30495 - Unexploded (UXO) Sweep Personnel 24.15 30620 - Weather Observer, Combined Upper Air Or (see 2) 24.80 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.56 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 15.46 31030 - Bus Driver 18.95 31043 - Driver Courier 13.97 31260 - Parking and Lot Attendant 10.80 31290 - Shuttle Bus Driver 14.69 31310 - Taxi Driver 11.14 31361 - Truckdriver, Light 14.69 31362 - Truckdriver, Medium 17.70 31363 - Truckdriver, Heavy 19.30 31364 - Truckdriver, Tractor-Trailer 19.30 99000 - Miscellaneous Occupations 99030 - Cashier 10.03 99050 - Desk Clerk 11.11 99095 - Embalmer 23.05 99251 - Laboratory Animal Caretaker I 11.07 99252 - Laboratory Animal Caretaker II 11.64 99310 - Mortician 27.73 99410 - Pest Controller 17.59 99510 - Photofinishing Worker 12.58 99710 - Recycling Laborer 14.70 99711 - Recycling Specialist 16.37 99730 - Refuse Collector 13.87 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 12.73 99830 - Survey Party Chief 19.93 99831 - Surveying Aide 10.86 99832 - Surveying Technician 16.57 99840 - Vending Machine Attendant 14.42 99841 - Vending Machine Repairer 16.23 99842 - Vending Machine Repairer Helper 14.42 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.35 per hour or $134.00 per week or $580.66 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 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 NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: 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(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), 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. U.S. Department of Labor The purpose of the discussion below is to advise contractors which are subject to the Walsh-Healey Public Contracts Act or the Service Contract Act of the principal provisions of these acts. Walsh-Healey Public Contracts Act General Provisions - This act applies to contracts which exceed or may exceed $10,000 entered into by any agency or instrumentality of the United States for the manufacture or furnishing of materials, supplies, articles, or equipment. The act establishes minimum wage, maximum hours, and safety and health standards for work on such contracts, and prohibits the employment on contract work of convict labor (unless certain conditions are met) and children under 16 years of age. The employment of homeworkers (except homeworkers with disabilities employed under the provisions of Regulations, 29 CFR Part 525) on a covered contract is not permitted. In addition to its coverage of prime contractors, the act under certain circumstances applies to secondary contractors performing work under contracts awarded by the Government prime contractor. All provisions of the act except the safety and health requirements are administered by the Wage and Hour Division. Minimum Wage - Covered employees must currently be paid not less than the Federal minimum wage established in section 6(a)(1) of the Fair Labor Standards Act. Overtime - Covered workers must be paid at least one and one-half times their basic rate of pay for all hours worked in excess of 40 a week. Overtime is due on the basis of the total hours spent in all work, Government and non-Government, performed by the employee in any week in which covered work is performed. Child Labor - Employers may protect themselves against unintentional child labor violations by obtaining certificates of age. State employment or age certificates are acceptable. Safety and Health - No covered work may be performed in plants, factories, buildings, or surroundings or under work conditions that are unsanitary or hazardous or dangerous to the health and safety of the employees engaged in the performance of the contract. The safety and health provisions of the Walsh-Healey Public Contracts Act are administered by the Occupational Safety and Health Administration. Posting - During the period that covered work is being performed on a contract subject to the act, the contractor must post copies of Notice to Employees Working on Government Contracts in a sufficient number of places to permit employees to observe a copy on the way to or from their place of employment. Responsibility for Secondary Contractors - Prime contractors are liable for violations of the act committed by their covered secondary contractors. Service Contract Act General Provisions - The Service Contract Act applies to every contract entered into by the United States or the District of Columbia, the principal purpose of which is to furnish services in the United States through the use of service employees. Contractors and subcontractors performing on such Federal contracts must observe minimum wage and safety and health standards, and must maintain certain records, unless a specific exemption applies. Wages and Fringe Benefits - Every service employee performing any of the Government contract work under a service contract in excess of $2,500 must be paid not less than the monetary wages, and must be furnished the fringe benefits, which the Secretary of Labor has determined to be prevailing in the locality for the classification in which the employee is working or the wage rates and fringe benefits (including any accrued or prospective wage rates and fringe benefits) contained in a predecessor contractor's collective bargaining agreement. The wage rates and fringe benefits required are usually specified in the contract but in no case may employees doing work necessary for the performance of the contract be paid less than the minimum wage established in section 6(a)(1) of the Fair Labor Standards Act. Service contracts which do not exceed $2,500 are not subject to prevailing rate determinations or to the safety and health requirements of the act. However, the act does require that employees performing work on such contracts be paid not less than the minimum wage rate established in section 6(a)(1) of the Fair Labor Standards Act. Overtime - The Fair Labor Standards Act and the Contract Work Hours Safety Standards Act may require the payment of overtime at time and one-half the regular rate of pay for all hours work on the contract in excess of 40 a week. The Contract Work Hours Safety Standards Act is more limited in scope than the Fair Labor Standards Act and generally applies to Government contracts in excess of $100,000 that require or involve the employment of laborers, mechanics, guards, watchmen. Safety and Health - The act provides that no part of the services in contracts in excess of $2,500 may be performed in buildings or surroundings or under working conditions, provided by or under the control or supervision of the contractor or subcontractor, which are unsanitary or hazardous or dangerous to the health or safety of service employees engaged to furnish the services. The safety and health provisions of the Service Contract Act are administered by the Occupational Safety and Health Administration. Notice to Employees - On the date a service employee commences work on a contract in excess of $2,500, the contractor (or subcontractor) must provide the employee with a notice of the compensation required by the act. The posting of the notice (including any applicable wage determination) contained on the reverse in a location where it may be seen by all employees performing on the contract will satisfy this requirement. Notice in Subcontracts - The contractor is required to insert in all subcontracts the labor standards clauses specified by the regulations in 29 CFR Part 4 for Federal service contracts exceeding $2,500. Responsibility for Secondary Contractors - Prime contractors are liable for violations of the act committed by their covered secondary contractors. Other Obligations - Observance of the labor standards of these acts does not relieve the employer of any obligation he may have under any other laws or agreements providing for higher labor standards. Additional Information - Additional Information and copies of the acts and applicable regulations and interpretations may be obtained from the nearest office of the Wage and Hour Division or the National Office in Washington D.C. Information pertaining to safety and health standards may be obtained from the nearest office of the Occupational Safety and Health Administration or the National Office in Washington, D.C. U.S. Department of Labor Employment Standards Administration Wage and Hour Division U.S. GOVERNMENT PRINTING OFFICE: 1996 - 421-004/59075 Washington, D.C. 20210
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60427/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02125964-W 20100421/100419234943-26c4c1a5fc4e88cb0a668efe265cae03 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.