Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

S -- Limestone ME Custodial Services

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOACO2RL008
 
Archive Date
10/6/2011
 
Point of Contact
Diane M Hulett, Phone: 614-693-5527
 
E-Mail Address
diane.hulett@dfas.mil
(diane.hulett@dfas.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is Amendment #1 to Solicitation KOACO2RL008. Restatement of intent: It is the intent of the Government to do a Total HUBZone Set-Aside per FAR 19.1305-(a)(1) and FAR 19.1305-(b)(1). The solicitation is for the procurement of CUSTODIAL SERVICES for DFAS, Limestone, Maine. Information was provided concerning HUBZone vendors in the Maine area, and it was determined that there are HUBZone vendors capable of meeting the Government's requirements as set forth in the original Synopsis/Solicitation. Because of this information Amendment 1 will change the sole source solicitation to a Total HUBZone Set-Aside for additional competition. Because of this amendment the following changes are made: 1) The Evaluation factors/ Basis for Selection critera will be added the paragraph 13. 2) Paragraph 6 is no longer applicable. 3) This amendment is posted Thursday, September 8, 2011 and will close on Wednesday, September 21, 2011 at 9:00 a.m. eastern. 3) Clause 52.219-3 is here by added. This is an ALL OR NONE combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-53, effective July 5, 2011. Document # KOACO2RL008 The associated NAICS code is 561720 Small Business standard is $16.5 million Title of Requirement: Custodial Services, Limestone, ME Issue Date: August 31, 2011 Issued by: Point of Contact: Diane Hulett DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-5527 Fax Number: 614-693-1808 E-mail address: diane.hulett@dfas.mil Attachments: I Performance Statement of Work II Performance Requirements Summary III Custodial Square Footages IV Current Custodial Usage Estimates V Quality Assurance Surveillance Plan (QASP) VI Workplace Violence Policy Furnish quotes to this POC on or before the closing time/date of 9:00 A.M. EST on September 9, 2011. Quote is to be valid for a period of 60 days. 1. Description/Intent of Work to be Performed: The Government intends to award a single sole source contract to provide Custodial Services per Attachment I, Performance Work Statement (PWS). Option years are being considered for services. 2. Contract type: Firm Fixed-Price. 3. Anticipated Period of Performance or Delivery Schedule: CLIN 0001 Custodial Services - Base Year as provided in PWS Attachment I: Period of Performance: (FY 12) 1 October 2011 through 30 September 2012 Quantity: 12 Unit of issue: months CLIN 0002 Option Year 1 Custodial Services - Option Year 1 as provided in PWS Attachment I: Period of Performance: (FY 13) 1 October 2012 through 30 September 2013 Quantity: 12 Unit of issue: months CLIN 0003 Option Year 2 Custodial Services - Option Year 2 as provided in PWS Attachment I: Period of Performance: (FY 14) 1 October 2013 through 30 September 2014 Quantity: 12 Unit of issue: months CLIN 0004 Option Year 3 Custodial Services - Option Year 3 as provided in PWS Attachment I: Period of Performance: (FY 15) 1 October 2014 through 30 September 2015 Quantity: 12 Unit of issue: months CLIN 0005 Option Year 4 Custodial Services - Option Year 4 as provided in PWS Attachment I: Period of Performance: (FY 16) 1 October 2015 through 30 September 2016 Quantity: 12 Unit of issue: months 4. Place of Performance: Defense Finance and Accounting Service DFAS-JBD-Limestone 27 Arkansas Road Suite 104 Limestone, Maine 04751-1500 Attn: Michael Stotler(COR) Phone: 207-328-1113 5. Options - The Government will evaluate quotes for award purposes by adding the total price for all CLINs above, including options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Vendor must quote on Base period and all option periods to be considered for award. Failure to submit any information as requested above may result in the offeror being removed from consideration for award. 6.(No Longer Applicable) Basis for Sole Source Requirement: SOLE SOURCE HUBZone in accordance with 15 U.S.C. 657(a), FAR 19.1306-HUBZone Sole Source Awards. 7. Government Facility Entrance: All Contractor personnel or any representative of the Contractor entering any Government facility or Government leased facility shall abide by all security regulations and be subject to security checks. Access to the DFAS - Limestone must be coordinated with the Contracting Officer's Representative (COR) listed in Paragraph 8.0 below. 8. Contracting Officer's Representative (COR): The Contracting Officer's Representative (COR) will act as the on-site technical point of contact for the Government. He will initiate requests and monitor performance. The COR's authority is limited to technical issues and he is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The COR for this contract will be Michael Stotler / 207-328-1113. Address: Defense Finance and Accounting Service, DFAS-JBD-Limestone, 27 Arkansas Road Suite 104, Limestone, Maine 04751-1500. A WAWF acceptor will be assigned at time of award. 9. FOB and Inspection and Acceptance: Destination. Inspection and acceptance of all work completed will be performed by the COR in Paragraph 8 as prescribed by the PWS. After acceptance, a copy of the signed acceptance documentation shall be sent to the Contracting Officer. The Government will notify the Contractor of any service that is unacceptable within seven (7) days. The Contractor will correct any deficiency within fifteen (15) calendar days of notification of an unacceptable service. Upon acceptance of services the COR will carry out payment procedures as described in paragraphs 11 and 12 below. 10. Payment: Payments shall be made monthly upon inspection and acceptance. 11. Invoices: Payment: Payment is to be made using Wide Area Work Flow and invoices shall be submitted to the COR/GPOC or (Acceptor-listed on final contract document) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC or acceptor listed on the final contract document via WAWF, the COR/GPOC or acceptor listed on the final contract document will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 12. List any Acceptance Criteria: Quoter must meet the criteria in the Performance Work Statement (PWS) (Attachment I.) Any exceptions to the PWS must be clearly noted within the quote. Unless a specific exception to PWS is taken, the quote will be deemed to be in complete and in accordance with the PWS as identified in this RFQ. 13. Evaluation factors/ Basis for Selection: Also see below "NEW" The award shall be made based on Price Reasonableness of offer submitted based on prevailing Wage Determination 2005-2241-REV 12 and applicable services charges provided by the HUBZone vendor. "NEW" -Evaluation factors: Evaluation Procedures The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The following factors will be used to evaluate quotes: Past Performance and Price will be equally considered. The Government intends to award without discussions; however, the Government reserves the right to conduct discussions if deemed appropriate. Quoters should address the following factors: 1. PAST PERFORMANCE - Quoter's should demonstrate their ability to meet the requirements set forth in the Performance of Work Statement. The offeror may provide up to a maximum of three performance references of same or similar contracts or projects of comparible size and complexity of work described in the Performance of Work Statement within the past five years. 2. PRICE - The quoter shall submit price(s) for all five years; Base Year plus four (4) option periods. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). To aid evaluation, the quote should be indexed and pages appropriately numbered. Quoters are cautioned that while a professional submission is desired, excessive brochuremanship is neither preferred nor beneficial. The Government will access the strengths and weaknesses of quotes using past performance and price as the evaluation factors submitted. The below three parts are required in order for your quote to be evaluated. These parts should be physically separated and detachable and each part should have the soluicitation title to include the applicable part on it so that it is identifiable. Part 1 - General: Quoters are allowed to submit up to a maximum of two pages; however, this is not required. At a minimum, this part shall contain, (1) name, address, and telephone number of offeror(s) and point of contact (POCs) (2) any cover letters accompanying the proposal shall be contained in this part. Part 2 - Past Performance: Quoters should submit up to three pages of past performance information for previous work experience on similar projects. These pages should be properly identified at the top of each page as Past Performance Support Information. Any documentation in excess of the first three pages, regardless of whether they are title pages, tables of content, etc., may not be evaluated. At a minimum, this part shall address the quoter's understanding of the requirement and its ability to meet all of the requirements set forth in the Performance of Work Statement. Past performance information shall include recent and relevant contracts for the same or similar services and references including contract numbers, points of contact, and current telephone numbers or email addresses. Quoters should submit the following information as part of their past performance submission: (1) Quoters should provide a list containing up to three contract references for contracts with the same or similar services listed in the Performance of Work Statement that were performed in the past five years. The Government will evaluate this for determining how similar or relevant the past experience is toward this requirement and how well the quoter has performed such work. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments, and commercial customers. The list shall include: • contract number and contract type • procuring agency and name of reference point of contact to include telephone number, facsimile number, and email address • description of the effort • dollar value of the contract • period of performance (2) Quoters may provide information on problems encountered on the contracts and subcontracts identified directly above and corrective action taken to resolve these problems. Quoters should not provide general information of their past performance on the identified contracts. General performance information will be obtained from the references. The Government reserves the right to contact sources other than those provided. (3) The Government may contact references other than those identified by the offeror and any information received may be used in the evaluation of the quoter's past performance. PART 3 - PRICE - (restated -same as #2 PRICE Factor) The quoter shall submit price(s) for all five years; Base Year plus four (4) option periods. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 14. Price: DFAS Columbus is seeking price reductions from the service prices. 15. CCR: (FAR 52.204-7) Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the Central Contract Registration (CCR). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov. Offeror Information: This information must be included with your quote. Cage Code: Company Name: Point of Contact: Telephone Number: Email Address: TIN (Taxpayer Identification Number): Business Size/Classification: (Applicable NAICS is 561720) Date: 16. Clauses/Provisions: FAR 52.203-3, Gratuities (APR 1984) FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.209-5, Certification Regarding Responsibility Matters (APR 2010) FAR 52.209-7, Information Regarding Responsibility Matters (Jan 2011) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011) FAR 52.212-1, Instruction to Offers-Commercial (JUN 2008) FAR 52.212-2, Evaluation--Commercial Items (JAN 1999) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.219-3, Notice Of Total HUBZone Set-Aside or Sole Source Award (JAN 2011) FAR 52.219-28, Post-Award Small Business Program Representation (APR 2009) FAR 52.222-50 Employment Eligibility Verification (E-Verify) () FAR 52.222-99, Employee Rights under National Labor Relations Act () FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving () FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-2, Protest after Award FAR 52.233-4, Law for Breach of Claim FAR 52.237-2, Protection Of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7000, Former DoD Officials DFARS 252.203-7002, Whistleblower Rights DFARS 252.204-0001, Line item specific: single funding. DFARS 252.204-7003, Control Of Government Personnel Work Product (APR 1992) DFARS 252.-204-7004, Alt A, Central Contractor Registration ((52.204-7) Alternate A (SEP 2007) DFARS 252.204-7006, Billing Instructions (OCT 2005) DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (MAR 2007) DFARS 252.212-7001, Commercial Item Terms DFARS 252.243-7001, Pricing Of Contract Modifications (DEC 1991) DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998) DFARS 252-232-7010, Levies on Contract Payments DFARS 252.225-7012, Preference For Certain Domestic Commodities (JUN 2004) NOTE: the FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil The following DFAS provisions are included in full text in this solicitation and will be included in any resulting Order. 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 address: http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) (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 this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. (End of clause) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it ( X ) is, ( ) is not a small business concern under NAICS Code 561720- assigned to contract number HQ0423-11-P-________. (Contractor to sign and date and insert authorized signer's name and title). (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Under Category 11000 General Services & Support Occupations: 11150 Janitor -Supervisor for Janitor workforce- (End of clause) 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (SEP 2009) (a) This clause applies to both contracts subject to area prevailing wage determinations and contracts subject to collective bargaining agreements. (b) The Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause. (c) The wage determination, issued under the Service Contract Act of 1965, as amended, (41 U.S.C. 351, et seq.), by the Administrator, Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, current on the anniversary date of a multiple year contract or the beginning of each renewal option period, shall apply to this contract. If no such determination has been made applicable to this contract, then the Federal minimum wage as established by section 6(a)(1) of the Fair Labor Standards Act of 1938, as amended, (29 U.S.C. 206) current on the anniversary date of a multiple year contract or the beginning of each renewal option period, shall apply to this contract. (d) The contract price, contract unit price labor rates, or fixed hourly labor rates will be adjusted to reflect the Contractor's actual increase or decrease in applicable wages and fringe benefits to the extent that the increase is made to comply with or the decrease is voluntarily made by the Contractor as a result of: (1) The Department of Labor wage determination applicable on the anniversary date of the multiple year contract, or at the beginning of the renewal option period. For example, the prior year wage determination required a minimum wage rate of $4.00 per hour. The Contractor chose to pay $4.10. The new wage determination increases the minimum rate to $4.50 per hour. Even if the Contractor voluntarily increases the rate to $4.75 per hour, the allowable price adjustment is $.40 per hour; (2) An increased or decreased wage determination otherwise applied to the contract by operation of law; or (3) An amendment to the Fair Labor Standards Act of 1938 that is enacted after award of this contract, affects the minimum wage, and becomes applicable to this contract under law. (e) Any adjustment will be limited to increases or decreases in wages and fringe benefits as described in paragraph (d) of this clause, and the accompanying increases or decreases in social security and unemployment taxes and workers' compensation insurance, but shall not otherwise include any amount for general and administrative costs, overhead, or profit. (f) The Contractor shall notify the Contracting Officer of any increase claimed under this clause within 30 days after receiving a new wage determination unless this notification period is extended in writing by the Contracting Officer. The Contractor shall promptly notify the Contracting Officer of any decrease under this clause, but nothing in the clause shall preclude the Government from asserting a claim within the period permitted by law. The notice shall contain a statement of the amount claimed and the change in fixed hourly rates (if this is a time-and-materials or labor-hour contract), and any relevant supporting data, including payroll records, that the Contracting Officer may reasonably require. Upon agreement of the parties, the contract price, contract unit price labor rates, or fixed hourly rates shall be modified in writing. The Contractor shall continue performance pending agreement on or determination of any such adjustment and its effective date. (g) The Contracting Officer or an authorized representative shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor until the expiration of 3 years after final payment under the contract. (End of clause) DFAS 252.232-9000 "WIDE AREA WORK FLOW (WAWF) - RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS" (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the "myInvoice" system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo - To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC (Can be found on contract as "Issued By" Code) (2) Admin DoDAAC (Can be found on contract as "Administered By" Code -Usually the same as the "Issued By" Code.). (3) Payment DoDAAC (Can be found on contract as "Payment Will Be Made By" Code) (4) Acceptor DoDAAC (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment. The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDACC for approval.)) (5) Inspected By DoDAAC (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered - generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More E-mail Notification" on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor (2) Contracting Officer Representative (COR) (3) Government Point of Contact (GPOC) (4) Alternate COR (ACOR) or GPOC (AGPOC) (5) Cognizant DCAA Office (END OF CLAUSE) DFAS DCG 204.2, Replacement of Paper Document Distribution Electronic Document Access As of February 1, 2007, the DFAS Contract Services Directorate (Issuing Office) will no longer make paper or email distribution of contract documents. All DFAS contracts and modifications are available on the Electronic Document Access (EDA) website (http://eda.ogden.disa.mil). The website provides access information as well as EDA Help Desk support. DFAS 52.223-9000 "ENVIRONMENTALLY PREFERABLE PRODUCTS" (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government's polices on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors' product/service. (a) When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. 252.201-7000 Contracting Officer's Representative. CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) Definition. "Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) WD 05-2241 (Rev.-12) was first posted on www.wdol.gov on 06/17/2011 ************************************************************************************ 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.: 2005-2241 Diane C. Koplewski Division of | Revision No.: 12 Director Wage Determinations| Date Of Revision: 06/13/2011 _______________________________________|____________________________________________ State: Maine Area: Maine Statewide ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.90 01012 - Accounting Clerk II 14.49 01013 - Accounting Clerk III 16.20 01020 - Administrative Assistant 19.33 01040 - Court Reporter 18.63 01051 - Data Entry Operator I 12.24 01052 - Data Entry Operator II 13.64 01060 - Dispatcher, Motor Vehicle 16.55 01070 - Document Preparation Clerk 13.51 01090 - Duplicating Machine Operator 13.24 01111 - General Clerk I 12.23 01112 - General Clerk II 13.35 01113 - General Clerk III 14.98 01120 - Housing Referral Assistant 17.87 01141 - Messenger Courier 12.47 01191 - Order Clerk I 11.69 01192 - Order Clerk II 14.38 01261 - Personnel Assistant (Employment) I 13.75 01262 - Personnel Assistant (Employment) II 15.38 01263 - Personnel Assistant (Employment) III 17.15 01270 - Production Control Clerk 19.89 01280 - Receptionist 11.61 01290 - Rental Clerk 11.05 01300 - Scheduler, Maintenance 14.32 01311 - Secretary I 14.32 01312 - Secretary II 16.02 01313 - Secretary III 17.87 01320 - Service Order Dispatcher 12.25 01410 - Supply Technician 19.85 01420 - Survey Worker 12.37 01531 - Travel Clerk I 12.99 01532 - Travel Clerk II 14.07 01533 - Travel Clerk III 15.16 01611 - Word Processor I 13.00 01612 - Word Processor II 14.73 01613 - Word Processor III 16.34 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 16.40 05010 - Automotive Electrician 16.16 05040 - Automotive Glass Installer 15.07 05070 - Automotive Worker 15.07 05110 - Mobile Equipment Servicer 13.79 05130 - Motor Equipment Metal Mechanic 16.22 05160 - Motor Equipment Metal Worker 15.08 05190 - Motor Vehicle Mechanic 16.22 05220 - Motor Vehicle Mechanic Helper 13.74 05250 - Motor Vehicle Upholstery Worker 14.44 05280 - Motor Vehicle Wrecker 15.07 05310 - Painter, Automotive 16.16 05340 - Radiator Repair Specialist 15.07 05370 - Tire Repairer 11.67 05400 - Transmission Repair Specialist 16.22 07000 - Food Preparation And Service Occupations 07010 - Baker 12.43 07041 - Cook I 12.01 07042 - Cook II 13.30 07070 - Dishwasher 8.72 07130 - Food Service Worker 10.11 07210 - Meat Cutter 15.18 07260 - Waiter/Waitress 10.00 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.33 09040 - Furniture Handler 12.99 09080 - Furniture Refinisher 16.03 09090 - Furniture Refinisher Helper 13.66 09110 - Furniture Repairer, Minor 14.95 09130 - Upholsterer 17.57 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.97 11060 - Elevator Operator 10.97 11090 - Gardener 14.40 11122 - Housekeeping Aide 12.17 11150 - Janitor 12.17 11210 - Laborer, Grounds Maintenance 12.41 11240 - Maid or Houseman 10.01 11260 - Pruner 14.10 11270 - Tractor Operator 13.90 11330 - Trail Maintenance Worker 12.41 11360 - Window Cleaner 12.99 12000 - Health Occupations 12010 - Ambulance Driver 13.64 12011 - Breath Alcohol Technician 16.92 12012 - Certified Occupational Therapist Assistant 22.15 12015 - Certified Physical Therapist Assistant 20.14 12020 - Dental Assistant 16.26 12025 - Dental Hygienist 29.04 12030 - EKG Technician 25.37 12035 - Electroneurodiagnostic Technologist 25.37 12040 - Emergency Medical Technician 13.64 12071 - Licensed Practical Nurse I 15.31 12072 - Licensed Practical Nurse II 17.12 12073 - Licensed Practical Nurse III 19.10 12100 - Medical Assistant 13.94 12130 - Medical Laboratory Technician 17.56 12160 - Medical Record Clerk 13.54 12190 - Medical Record Technician 15.14 12195 - Medical Transcriptionist 15.17 12210 - Nuclear Medicine Technologist 32.44 12221 - Nursing Assistant I 10.03 12222 - Nursing Assistant II 11.28 12223 - Nursing Assistant III 12.31 12224 - Nursing Assistant IV 13.81 12235 - Optical Dispenser 15.53 12236 - Optical Technician 13.16 12250 - Pharmacy Technician 12.99 12280 - Phlebotomist 13.81 12305 - Radiologic Technologist 26.94 12311 - Registered Nurse I 23.39 12312 - Registered Nurse II 28.61 12313 - Registered Nurse II, Specialist 28.61 12314 - Registered Nurse III 34.61 12315 - Registered Nurse III, Anesthetist 34.61 12316 - Registered Nurse IV 41.48 12317 - Scheduler (Drug and Alcohol Testing) 20.25 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 16.25 13012 - Exhibits Specialist II 20.11 13013 - Exhibits Specialist III 24.96 13041 - Illustrator I 16.25 13042 - Illustrator II 20.11 13043 - Illustrator III 24.62 13047 - Librarian 20.94 13050 - Library Aide/Clerk 10.82 13054 - Library Information Technology Systems 18.92 Administrator 13058 - Library Technician 13.80 13061 - Media Specialist I 13.64 13062 - Media Specialist II 15.26 13063 - Media Specialist III 17.02 13071 - Photographer I 14.36 13072 - Photographer II 19.74 13073 - Photographer III 24.42 13074 - Photographer IV 29.89 13075 - Photographer V 36.16 13110 - Video Teleconference Technician 17.37 14000 - Information Technology Occupations 14041 - Computer Operator I 15.31 14042 - Computer Operator II 17.13 14043 - Computer Operator III 19.11 14044 - Computer Operator IV 21.64 14045 - Computer Operator V 23.50 14071 - Computer Programmer I (see 1) 18.41 14072 - Computer Programmer II (see 1) 22.82 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 15.31 14160 - Personal Computer Support Technician 25.11 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 25.51 15020 - Aircrew Training Devices Instructor (Rated) 33.68 15030 - Air Crew Training Devices Instructor (Pilot) 37.03 15050 - Computer Based Training Specialist / Instructor 26.00 15060 - Educational Technologist 23.27 15070 - Flight Instructor (Pilot) 37.03 15080 - Graphic Artist 21.34 15090 - Technical Instructor 18.11 15095 - Technical Instructor/Course Developer 22.15 15110 - Test Proctor 14.61 15120 - Tutor 14.61 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.12 16030 - Counter Attendant 10.12 16040 - Dry Cleaner 12.26 16070 - Finisher, Flatwork, Machine 10.12 16090 - Presser, Hand 10.12 16110 - Presser, Machine, Drycleaning 10.12 16130 - Presser, Machine, Shirts 10.12 16160 - Presser, Machine, Wearing Apparel, Laundry 10.12 16190 - Sewing Machine Operator 12.92 16220 - Tailor 13.62 16250 - Washer, Machine 10.84 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.32 19040 - Tool And Die Maker 23.65 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.40 21030 - Material Coordinator 19.89 21040 - Material Expediter 19.89 21050 - Material Handling Laborer 11.87 21071 - Order Filler 10.55 21080 - Production Line Worker (Food Processing) 14.40 21110 - Shipping Packer 13.50 21130 - Shipping/Receiving Clerk 13.50 21140 - Store Worker I 12.70 21150 - Stock Clerk 15.48 21210 - Tools And Parts Attendant 14.40 21410 - Warehouse Specialist 14.40 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 22.19 23021 - Aircraft Mechanic I 21.39 23022 - Aircraft Mechanic II 22.19 23023 - Aircraft Mechanic III 23.00 23040 - Aircraft Mechanic Helper 17.30 23050 - Aircraft, Painter 20.55 23060 - Aircraft Servicer 18.89 23080 - Aircraft Worker 19.72 23110 - Appliance Mechanic 17.30 23120 - Bicycle Repairer 12.57 23125 - Cable Splicer 24.06 23130 - Carpenter, Maintenance 16.95 23140 - Carpet Layer 15.84 23160 - Electrician, Maintenance 21.73 23181 - Electronics Technician Maintenance I 19.64 23182 - Electronics Technician Maintenance II 23.73 23183 - Electronics Technician Maintenance III 25.06 23260 - Fabric Worker 17.71 23290 - Fire Alarm System Mechanic 19.70 23310 - Fire Extinguisher Repairer 16.78 23311 - Fuel Distribution System Mechanic 23.73 23312 - Fuel Distribution System Operator 19.85 23370 - General Maintenance Worker 16.44 23380 - Ground Support Equipment Mechanic 21.39 23381 - Ground Support Equipment Servicer 18.89 23382 - Ground Support Equipment Worker 19.72 23391 - Gunsmith I 16.78 23392 - Gunsmith II 18.59 23393 - Gunsmith III 20.28 23410 - Heating, Ventilation And Air-Conditioning 19.81 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.55 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 18.74 23440 - Heavy Equipment Operator 16.37 23460 - Instrument Mechanic 22.77 23465 - Laboratory/Shelter Mechanic 19.46 23470 - Laborer 11.87 23510 - Locksmith 17.39 23530 - Machinery Maintenance Mechanic 19.80 23550 - Machinist, Maintenance 20.09 23580 - Maintenance Trades Helper 14.01 23591 - Metrology Technician I 22.77 23592 - Metrology Technician II 23.61 23593 - Metrology Technician III 24.52 23640 - Millwright 21.56 23710 - Office Appliance Repairer 18.91 23760 - Painter, Maintenance 16.49 23790 - Pipefitter, Maintenance 19.84 23810 - Plumber, Maintenance 17.51 23820 - Pneudraulic Systems Mechanic 20.28 23850 - Rigger 20.03 23870 - Scale Mechanic 18.59 23890 - Sheet-Metal Worker, Maintenance 17.60 23910 - Small Engine Mechanic 15.58 23931 - Telecommunications Mechanic I 22.81 23932 - Telecommunications Mechanic II 25.46 23950 - Telephone Lineman 25.17 23960 - Welder, Combination, Maintenance 18.40 23965 - Well Driller 18.82 23970 - Woodcraft Worker 20.28 23980 - Woodworker 14.70 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.46 24580 - Child Care Center Clerk 13.98 24610 - Chore Aide 9.76 24620 - Family Readiness And Support Services 12.62 Coordinator 24630 - Homemaker 14.35 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 20.25 25040 - Sewage Plant Operator 18.09 25070 - Stationary Engineer 20.25 25190 - Ventilation Equipment Tender 15.89 25210 - Water Treatment Plant Operator 18.09 27000 - Protective Service Occupations 27004 - Alarm Monitor 16.12 27007 - Baggage Inspector 11.98 27008 - Corrections Officer 19.46 27010 - Court Security Officer 20.42 27030 - Detection Dog Handler 18.98 27040 - Detention Officer 19.46 27070 - Firefighter 19.24 27101 - Guard I 11.98 27102 - Guard II 18.98 27131 - Police Officer I 20.49 27132 - Police Officer II 22.78 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.98 28042 - Carnival Equipment Repairer 12.53 28043 - Carnival Equpment Worker 9.65 28210 - Gate Attendant/Gate Tender 14.87 28310 - Lifeguard 11.01 28350 - Park Attendant (Aide) 16.63 28510 - Recreation Aide/Health Facility Attendant 12.14 28515 - Recreation Specialist 17.78 28630 - Sports Official 13.25 28690 - Swimming Pool Operator 18.70 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.00 29020 - Hatch Tender 20.00 29030 - Line Handler 19.80 29041 - Stevedore I 17.60 29042 - Stevedore II 20.97 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.67 30022 - Archeological Technician II 18.40 30023 - Archeological Technician III 22.49 30030 - Cartographic Technician 22.49 30040 - Civil Engineering Technician 22.13 30061 - Drafter/CAD Operator I 16.22 30062 - Drafter/CAD Operator II 18.15 30063 - Drafter/CAD Operator III 20.24 30064 - Drafter/CAD Operator IV 24.90 30081 - Engineering Technician I 15.49 30082 - Engineering Technician II 17.38 30083 - Engineering Technician III 19.45 30084 - Engineering Technician IV 24.10 30085 - Engineering Technician V 29.48 30086 - Engineering Technician VI 35.66 30090 - Environmental Technician 17.86 30210 - Laboratory Technician 17.74 30240 - Mathematical Technician 23.34 30361 - Paralegal/Legal Assistant I 20.12 30362 - Paralegal/Legal Assistant II 24.94 30363 - Paralegal/Legal Assistant III 30.50 30364 - Paralegal/Legal Assistant IV 36.90 30390 - Photo-Optics Technician 22.49 30461 - Technical Writer I 22.53 30462 - Technical Writer II 27.56 30463 - Technical Writer III 33.34 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 3) 20.24 Surface Programs 30621 - Weather Observer, Senior (see 3) 22.49 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.21 31030 - Bus Driver 15.33 31043 - Driver Courier 14.03 31260 - Parking and Lot Attendant 10.22 31290 - Shuttle Bus Driver 14.80 31310 - Taxi Driver 10.25 31361 - Truckdriver, Light 14.80 31362 - Truckdriver, Medium 15.62 31363 - Truckdriver, Heavy 16.15 31364 - Truckdriver, Tractor-Trailer 16.15 99000 - Miscellaneous Occupations 99030 - Cashier 8.92 99050 - Desk Clerk 10.51 99095 - Embalmer 24.30 99251 - Laboratory Animal Caretaker I 12.46 99252 - Laboratory Animal Caretaker II 13.14 99310 - Mortician 24.30 99410 - Pest Controller 16.17 99510 - Photofinishing Worker 14.91 99710 - Recycling Laborer 13.16 99711 - Recycling Specialist 14.85 99730 - Refuse Collector 12.33 99810 - Sales Clerk 12.44 99820 - School Crossing Guard 9.38 99830 - Survey Party Chief 19.27 99831 - Surveying Aide 13.14 99832 - Surveying Technician 17.52 99840 - Vending Machine Attendant 11.32 99841 - Vending Machine Repairer 15.52 99842 - Vending Machine Repairer Helper 11.33 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.59 per hour or $143.60 per week or $622.27 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years, and 4 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) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay. 3) 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. ATTACHMENT I DFAS Limestone CUSTODIAL CONTRACT Performance Work Statement 1. SCOPE OF THE CONTRACT The Contractor shall provide all personnel, equipment, materials, tools, supervision, and transportation necessary to adequately provide the required custodial services for the Defense Finance Accounting Service (DFAS), Limestone, 27 Arkansas Rd., Limestone, ME 04751-6216, according to this PWS, including Attachments 1 through 4 and Technical Exhibits 1 through 3. 2. PERSONNEL 2.1. The Contractor's employees shall not pose an actual or potential threat or risk to security to the mission of DFAS, or to the health and safety of their workforces. The Government has an inherent right under law, practice, and regulation to restrict and control access to its facilities. The Government's exercise of its right to grant and revoke access by particular individuals to its facilities shall not constitute a breech or change to this contract regardless of whether said individual(s) are employed by the Contractor, and regardless of whether said individual(s) are thereby precluded from performing work under this contract. 2.1.1. Supervisor. The Contractor shall provide a supervisory person who shall be responsible for overseeing the performance of work. The supervisor shall have full authority to act for the Contractor on all contract matters relating to daily operations. The supervisor shall be responsible for assigning duties to contractor employees. Contractor employees shall not be tasked by government personnel to perform any duties. All custodial matters shall be reported to the supervisor. 2.1.2. Alternate Supervisor. In the event the supervisor is absent due to leave, illness or official business, all responsibilities and functions assigned to the supervisor shall be the responsibility of the alternate supervisor. 2.1.3. The supervisor shall be available Monday through Saturday 6:30 a.m. to 3:00 p.m., Eastern Standard Time, to meet with the Contracting Officer Representative (COR), or alternate COR, to discuss contract issues. The supervisor does not have to be available in person but may be available through a telephone answering system, pager service, or cell phone which will enable the COR to access the supervisor. 2.1.4. The supervisor and alternate supervisor shall be able to read, write, speak, and understand the English language. 2.1.5. RESERVED 2.1.6. The Government may undertake or award contracts for additional work at or near the site of work under this contract. The Contractor shall fully cooperate with the other Contractors and with Government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding the direction provided by the Contracting Officer. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other Contractor or by Government employees. 3. SECURITY REQUIREMENTS. 3.1. For the safety and security of DFAS employees the contractor and their employees shall be required to sign and abide by DFAS Workplace Violence Prevention Policy, Attachment 2. Upon award, access by the Contractor will be controlled by DFAS Limestone Security office personnel. Prior to visiting the site, the Contractor shall provide a list of employees to the COR to aid in contractor ID verification. The Contractor shall notify the COR in writing, 24 hours prior to any changes in personnel. The Contractor shall be required to present proper identification (valid pictured identification) to the Security office to be issued a visitor/contractor badge. The contractor shall then be instructed to: a. Safeguard the visitor/contractor badge at all times. b. Ensure it is worn in the proper manner. c. Follow all instructions regarding facility escort requirements. d. Promptly report loss of the visitor/contractor badge to the Security Office. e. Upon termination of employment return any visitor/contractor badge issued. 3.2. Privacy Act Statement - The Contractor is responsible for securing and disposal of recyclable materials containing personal data so as to prevent inadvertent compromise. When disposing of or transporting recyclables to the containers on the loading dock, care must be exercised to ensure the materials are maintained so as to prevent them from being lost or blown away. The Contractor is responsible for reasonable care from the point of pickup to the disposal container. The Contractor shall immediately retrieve any fallen or blown away materials and ensure they are placed in the proper container. 3.3. Contractor personnel shall present a neat appearance and be easily recognized. This shall be accomplished by wearing distinctive clothing bearing the name of the company and the Employee. This may be accomplished by pin on or embroidery identification. 3.4 Building Security: All contractor personnel requiring unescorted access to the DFAS Limestone facility will need to complete a National Agency Check (NAC). An SF 85P will be required and hand delivered to the local security office and at such time the security officer will complete the fingerprint process. The employee may begin work once the NAC has been reviewed, initiated and there is no derogatory information. The COR will notify the contractor when his/her employees have been approved for access to the facility and will request contractor badges. 4. QUALITY CONTROL 4.l. The Contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure that the requirements of the contract are provided as specified. One copy of the Contractor's QCP shall be provided to the Contracting Officer and the COR at the post award conference. An updated copy of the QCP shall be provided to the Contracting Officer and the COR at start of performance, and as changes occur. 4.2. One copy of on-site records of inspection conducted by the Contractor shall be done no less than weekly. The necessary corrective action to be taken will be recorded with the date corrective action shall occur, and shall be provided to the COR throughout the term of the contract. These records shall be filed for reference and provided upon request for discussion purposes. 4.3. The Contractor shall be responsible for scheduling all services required under this contract and shall notify the COR in writing of all periodic maintenance at least two weeks prior to starting. 5. QUALITY ASSURANCE 5.1. The Government shall evaluate the Contractor's performance under this contract using the method of surveillance specified below. Surveillance observations shall be recorded by the Government. When an observation indicates defective performance, the COR shall request the Contractor Supervisor to initial the observed write-up. 5.2. The Government shall use a variety of surveillance methods to evaluate the Contractor's performance. The methods of surveillance that shall be used are: a. Periodic surveillance of output items (daily, weekly, monthly, quarterly, semi-annually) as determined necessary to ensure a sufficient evaluation of Contractor performance under Section 14 of this PWS. b. Customer complaints. Customer complaints are from DFAS employees through documentation provided to the COR, for review, prior to being presented to the Contractor. 6. LOST AND FOUND PROPERTY 6.1. Lost and Found Property. It is the responsibility of the Contractor to ensure that all items of personal or monetary value found by the Contractor's employees, are turned in to the COR, Alternate COR, or Security Officer at DFAS-Limestone. 7. PERFORMANCE PERIOD 7.1. The normal performance period shall be Monday through Friday from 6:00 p.m. to 5:00 a.m., except as stated in Paragraph 7.2. and 7.3. The Contractor shall arrange its employees schedule to enable them to perform the required services during the period stated above. Each employee's work schedule shall not exceed 40 hours a week. A tentative schedule of the work schedule shall be part of the quality control plan and provided at the post award conference. 7.2. The Contractor shall provide one or more contract employees, not necessarily the same employee found in paragraphs 2.1.3. and 7.3., during the hours of 6:30a.m. to 3:00 p.m., Monday through Friday. This employee shall be responsible for mopping entry ways and hallways as needed, empting all recyclable paper and cardboard, re-supplying restroom supplies, empty restroom trash receptacles, perform grounds cleaning and empty all outside receptacles, as needed, according to requirements in Paragraphs 10.3.2., 10.3.5, 10.3.11, 10.3.14, and 10.3.15. This employee will also need to respond to cleaning day to day urgent needs, such as toilet overflows, leaks, and spills. 7.3. The Security/Emergency Operation Center (EOC), Warehouse (Records/Mail/Break Rms), Print/PC Support Rooms, Disbursing Area, Health Center, and misc. secured offices/rooms, will require the Contractor to perform cleaning of these areas according to the requirements found in Attachment 1, Performance Requirement Summary, during the hours of 7:00a.m. to 2:00 p.m. The Contractor shall coordinate this requirement with the COR per paragraphs 10.2.1. and 10.2.2. 7.4. Recognized Holidays. The Contractor shall not provide service on the following recognized holidays: New Years Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Martin Luther King's Birthday (observed) When the holiday falls on Monday, Tuesday, Wednesday, or Thursday, scheduled custodial services shall be performed on the following day. When the holiday falls on Friday, scheduled custodial services shall be done on the preceding day. 7.5. Emergency Service. The Contractor shall respond to an emergency service call within two (2) hours after being contacted by the COR. Emergency service calls are not separately billable and limited to no more than three (3) calls per contract year without contractual adjustment. The Contractor shall establish and maintain a telephone answering system, pager service, or cell phone which will enable the COR access to the supervisor. An example of such service is assistance in clean-up of a broken water line at a break station. This provision applies only to emergencies and not for normal urgent clean-up duties covered in day to day requirements. Examples of urgent responsibilities are clean-up of overflow toilets and stopped up sinks. 8. CONSERVATION OF UTILITIES. 8.l. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of utilities as follows: a. Lights shall be used in areas where and when work is actually being performed and turned off upon completion. b. Mechanical equipment controls for heating, ventilation, and air-conditioning systems shall not be adjusted by employees of the Contractor. c. Water faucets or valves shall be turned off after the required usage. 9. GOVERNMENT FURNISHED PROPERTY AND SERVICES 9.1. The Government will provide electricity, water, sewage, and cooling/heat used by the Contractor during the work performance. 9.2. The Government will provide the Contractor a 180 sq.ft. Custodial office/break room and 64 sq. ft. storage room, desk, four chairs, and misc. janitorial closets (see Section 17, Definitions) located throughout the facility to enable the Contractor to conduct business related to this contract on-site. Contractor shall store all cleaning supplies, chemicals, and janitorial equipment in the above space provided. The Contractor shall maintain the area furnished by the Government in a clean and reasonable manner. Security of the supplies and equipment are the responsibility of the Contractor. 9.3. The Government will be responsible for dumpsite refuse disposal, and insect and rodent control. 9.4. Safety, security and fire inspection will be provided by the government and the Contractor shall abide by all applicable findings. In case of incidents involving safety, security, or fire, the Contractor shall contact the COR. In emergency cases the Contractor shall contact DFAS-Limestone Security Office at 328-1116 and for fire, call 9-911. 10. GENERAL REQUIREMENTS 10.1. All custodial services shall be performed in accordance with the current city, state, and federal regulations. The intent and purpose of the Performance Requirements Summary (Attachment 1), is to outline the task and frequency of services, allowable surveillance, performance requirements, and payment computations, but is not all inclusive of custodial work required to keep areas in a neat, clean, and orderly appearance. 10.1.1. The Contractor shall take all necessary precautions to ensure against damage to existing structures that are in place. The Contractor shall immediately notify the COR of damage to structures (Government facilities and equipment) occurring in performance of the contract. The Contractor is responsible for the replacement or repair of damaged structures to the satisfaction of the contracting officer, and that the Contractor will not replace or repair structures before obtaining approval from the contracting officer through the COR. 10.2. The Contractor shall accomplish all cleaning tasks to meet the completeness, quality, frequency, and degree of professionalism to comply with the requirements set forth in the PWS. The Contractor, in the performance of the requirements of this contract, shall only take breaks outside the facility nearest the custodial office or in the Government provided Custodial break room specified in Paragraph 9.2. 10.2.1. In such cases where a room or office is locked, it shall be the responsibility of the room or office occupant to contact the COR and schedule a time with the Contractor to meet this PWS. 10.2.2. In the event the Contractor is unable to clean a room or area due to meetings, personnel request, or other reasons beyond the control of the Contractor, the Contractor shall submit a list in writing to the COR prior to leaving the facility. The development and submittal of list of tasks that the contractor was unable to perform is a requirement that is in addition to the other requirements for coordination of custodial services that are called for under other provisions of the contract. 10.2.3. Contractor personnel shall wear appropriate protective equipment while performing custodial tasks in restrooms and on spills that could contain chemical or biohazards. It is the Contractor's responsibility in providing all personnel protective equipment to insure safe working environment for contractor employees. 10.2.4. All Contractor personnel shall be trained on the proper procedures on how to clean spills in accordance with 29 CFR 1910.1030, Blood Borne Pathogen Standard. The Contractor shall provide the COR with current certified copies of all training certificates at the post award conference. 10.2.5. The Contractor shall display caution signs when cleaning floors to warn personnel before entering the area being cleaned. The signs shall be removed when the area is safe and work is completed. 10.2.6. In an effort to limit the least amount of dust exposure in the facility and to employees the Contractor shall use Commercial, bag type, filter vacuum cleaners while performing all vacuuming within the facility. 10.2.7. The Contractor shall comply with applicable Federal, State, and DOD SOH (safety, occupational and health) policies. Contractor employees shall report work related injuries to their employer or appropriate contracting point of contact, who will report them to the Site Safety Manager (SSM) and COR. The Contractor is not covered by the Federal Employee Compensation Act (FECA) and each Contractor is responsible for their employees' workers compensation entitlements. 10.3. SPECIFIC TASKS 10.3.1. The Contractor shall sweep and/or vacuum all floor surfaces, including corners, so that after cleaning they are free of visible litter, dust, and foreign debris. The Contractor shall move all chairs, trash receptacles, rolling file cabinets, and easily movable items to clean underneath and return movable items to their original positions. 10.3.2. The Contractor shall mop (sweep first if necessary) all accessible areas, including corners so that they have a uniform appearance and are free of streaks, swirl marks, detergent residue, or any evidence of soil, stains, film, debris, or standing water. The Contractor shall remove all splash marks or mop streaks on furniture, walls, baseboards, etc., and mop strands remaining in the area. The Contractor shall move all chairs, trash receptacles, and easily moveable items to mop underneath and return them to their original positions. 10.3.3. The Contractor shall strip, wax, and buff the floors during the month of May. The Contractor shall apply a uniform coating of nonskid floor finish so that the floors have a glossy appearance and are free of scuff marks, heel marks, and other stains and discoloration. The Contractor shall remove floor finish solutions from baseboards, furniture, trash receptacles, etc. The Contractor shall move all chairs, tables, trash receptacles, refrigerators, and easily moveable items and return moved items to their original positions upon completion. The Contractor shall not apply floor finish to surfaces that have not been cleaned. 10.3.4. The Contractor shall vacuum all carpeted surfaces, including corners, to remove soil, grit, litter, dust, and foreign debris to restore resiliency of the carpet pile. The Contractor shall move all chairs, trash receptacles, rolling file cabinets, and easily movable items to clean underneath and return movable items to their original positions. The Contractor shall sweep, vacuum, or hose-down rubber or polyester carpeted mats to remove soil and grit, and then return them to their normal location. 10.3.5. The Contractor shall empty and return to their initial location all interior waste basket and other trash containers within the area. The interior and exterior surfaces of trash cans located in restrooms shall be washed and disinfected. Contractor shall supply plastic liners according to paragraph 11.1.2. to all trash receptacles and shall replace them daily. The Contractor shall pick up any trash that may fall in or around the facility or grounds during the removal of collected trash. The Contractor shall deposit all trash at the facilities outside trash collection point. There are approximately seven-hundred 700 trash receptacle (excluding recycling containers) located throughout building. Trash removal efforts shall be performed by the Contractor separately from the recyclable requirements found in section 10.3.15. 10.3.6. The Contractor shall perform dusting in all common areas so that after dusting, all dust, lint, litter, and dry soil shall be removed from wall and ceiling vents, blinds, furniture, tables, desks, and chairs. Dusting of the workstations by the Contractor is limited to the tops of the filing and flipper cabinet units. The Contractor shall perform dusting in all offices, hallways, restrooms, stairwells, elevators, and main lobby entrance area's so that after dusting, all dust, lint, litter, and dry soil shall be removed from all surfaces, ledges, window sills, vents, track/drop/wall lighting, hand rails, break area counter tops and walls. The Contractor shall perform all dusting with a damp cloth in order to ensure that all dust and lint is collected and removed from all surfaces. 10.3.7. The Contractor shall clean all glass partitions, all interior and exterior glass doors, all display cases and directory boards, all draft shields on windows, all types of mirrors and adjacent trim so that after cleaning the glass, there shall be no traces of film, dirt, smudges, water, or other foreign matter. The Contractor shall also perform glass cleaning duties on the balcony and stairway glass according to specifications above. The Contractor shall perform the Interior / Exterior glass cleaning during the months of May and October. Interior/Exterior glass cleaning includes the four surfaces of the outside wall window panes, with one special surface as specified in 10.3.20. and the store front windows at the front and to the west of the facility. 10.3.8. The Contractor shall clean all drinking fountains and ice machines to include disinfecting and polishing all metal surfaces, including the orifices and drains, so that the entire unit is free from streaks, stains, spots, smudges, scale, dirt, dust, and obvious soil. 10.3.9. Floors shall be waxed and buffed after sweeping and damp mopped with a wax restorer. The Contractor shall perform spray buffing to remove traffic marks, heavy soil, etc. If loose residue is produced by buffing, it shall be removed without destroying the gloss produced by buffing. Spray buffing shall not be done as part of the annual floor maintenance service. The Contractor shall perform the annual floor maintenance service requirement three (3) times a year during the months of November, January, and July for areas identified in Attachment 1(d). 10.3.10. The Contractor shall perform spot cleaning by removing smudges, visible fingerprints, marks, streaks, spills, etc., from all surfaces of floors, walls, partitions, glass, door frames, and doors. The Contractor shall also spot-clean the furniture, desks, tables, and chairs in the common areas. The Contractor shall use a germicidal detergent to spot clean in restrooms, break areas, drinking fountains, ice machines, and the entrance lobby areas. After spot cleaning by the Contractor, the surface shall have a clean, uniform appearance, free of streaks, stains, spots, and other evidence of soil. 10.3.11. The Contractor shall perform ground cleaning to grounds and sidewalks, parking areas, and three designated smoking areas that are within 100 feet of the building to ensure that they are free of trash and debris. The Contractor shall empty and return to the initial location, all cigarette butt receptacles (ash trash, butt cans, etc.,) and trash containers within the area. The Contractor shall use plastic trash receptacle liners per paragraph 11.1.2. and replace them as needed. All interior and exterior surfaces of trash / cigarette receptacles shall be cleaned if soiled. The Contractor shall remove ashes and debris from cigarette butt receptacles and place them in a nonflammable container for disposal. The Contractor shall pick up any trash that may fall in or around the facility or grounds during the removal of collected trash. The Contractor shall deposit all trash at the facilities outside trash collection point. Trash with private or personal information shall be disposed of according to paragraph 3.2., Privacy Act Statement. 10.3.12. The Contractor shall clean and disinfect, with a germicidal detergent, stall walls, partitions, doors, commodes, urinals, floors, sinks / basins, mirrors, soap dispensers, air-dryers, toilet seat dispensers, and showers in restrooms and countertops, sinks, ice machines, refrigerator exterior, and microwave ovens in the break and dining areas. 10.3.13. The Contractor shall descale all restrooms and custodial closet toilets, urinals, sinks / basins, showers, and service sinks. After descaling, the entire surface shall be free of streaks, stains, scum, scale deposits and rust stains. 10.3.14. The Contractor shall ensure that all restrooms are sufficiently supplied so that supplies do not run out before the next scheduled service, to include weekends and holidays. 10.3.15. The Contractor shall gather all recyclable paper from the building and place it in the staging area in the warehouse. The Contractor shall break down / flatten and remove all cardboard from the building and place it in the Recyclable bin located next to the loading dock. The Government provided containers in various areas of the facility (no more than 30) are for recyclable paper and are provided for the contractors use as central collection points. The Contractor is not responsible for emptying individual workstation recyclable paper or cardboard. The Contractor shall break down or flatten all cardboard boxes prior to placing them in the recyclable bin. Recyclable efforts shall be performed by the Contractor separately from the Trash removal requirements found in section 10.3.5. 10.3.16. The Contractor shall scrub rest room floors and walls with a scrub brush by hand or a machine brushing piece of equipment. The Contractor shall remove from the restroom floors and walls all scuff marks, stains, and discoloration from the tile and grout surfaces. The Contractor shall remove cleaning materials from base boards, trash receptacles, toilets, lockers, and urinals, and return all moved items to the proper positions after cleaning. In order to provide both Contractor and Government employees with "working" rest room facilities, no more than two (2) rest rooms shall be cleaned, as specified in this paragraph, at the same time. The Contractor shall perform this requirement four (4) times a year during the months of October, January, April and July. 10.3.17. The Contractor shall remove graffiti from all interior building surfaces. 10.3.18. The Contractor shall clean all interior light fixtures and covers. After cleaning, light fixtures shall be free of bugs, dust, dirt, dust, grease, or other foreign matter. 10.3.19. The Contractor shall shampoo all carpets and carpet tiled areas so that after shampooing the carpeted areas shall be uniform in appearance and be free of all stains and discoloration. The carpet shall be cleaned to its base, removing dirt and foreign matter from the whole carpet. The Contractor shall remove items such as chairs, tables, trash receptacles and easily moveable items, to shampoo carpets underneath, and return all moved items to their original location when complete. The Contractor shall perform the Semi-Annual carpet shampooing in the Offices during the months of October and May. 10.3.20. All inside windows facing the outside of the facility are treated with a blast film protectant. The Contractor shall use only common washing solutions and synthetic sponges, squeegees, or soft cloths in cleaning these surfaces. The Contractor shall be responsible for repairs and replacement of damage due to cleaning of this protectant film. 11. CONTRACTOR FURNISHED ITEMS 11.1. General. The Contractor shall furnish all equipment, supplies, materials and tools necessary to properly perform the work defined in this contract. All equipment shall have bumpers and guards to prevent marking or scratching of fixtures, furnishings or building surfaces. The Contractor shall be responsible for repairing damage to facility caused by Contractor equipment. Throughout the performance of this contract, the maximum building usage is estimated at 650 personnel/visitors daily. Past usage information and facility square footage estimates found in Attachment 4 and Technical Exhibit 3a,b,c are provided for informational purposes only. 11.1.1. Commercial, bag type, vacuum cleaners shall be used on all carpeted floors. Back-pack or portable, bag type, vacuums shall be used in areas inaccessible with the commercial type vacuum. 11.1.2. The Contractor shall furnish unprinted, unscented, bottom seal, polyethylene, trash can liners to contain trash at all times. 11.1.3. The Contractor shall be responsible for supplying and maintaining a full inventory in the five sanitary napkin/tampon dispensers. The individual price is fixed at no more than seventy-five cents (75¢) and the Contractor is solely responsible for money generated. The Contractor will be given a key to the dispensers. 11.1.4. The Contractor shall furnish the following supplies over and above the general cleaning supplies required to meet the specifications of this PWS. Samples of materials shall be submitted to the COR for approval within five (5) days after award of the order/contract, and prior to product changes. For example, the following serves as a sample list of supplies to be furnished: ITEM Trash Bags (misc sizes) Single fold, Narrow Multi Fold Towels Sanitary Napkins & Tampons Liquid Hand Soap Toilet tissue, 2-ply, White, Unscented Toilet seat covers 11.1.5. The Contractor shall provide biodegradable custodial cleaning type materials. The Contractor shall provide the COR with a sample of all proposed materials and Material Safety Data Sheet for each type of material used. The Contractor shall not use abrasive cleaners and harsh alkaline materials/cleaners without written approval of the COR. 12. RESERVED 13. PAYMENT 13.1. The contractor shall accomplish all requirements to meet the completeness, quality, and degree of professionalism to comply with the requirements set forth in this PWS. Upon completion of each month's service, the Contractor shall submit a 2n1 invoice via the internet using the government provided Wide Area Work Flow Receiving/Acceptance System (WAWF). Information on this system will be provided by the COR. It is the Contractor's responsibility to register in the WAWF System in order to insure prompt payment. Once invoice (2n1) is received by DFAS Limestone via WAWF, an acceptor will review the document and, if correct, accept it electronically and forward for payment. This payment method is a mandatory requirement of this contract. 14. PERFORMANCE REQUIREMENTS SUMMARY (PRS) 14.1. Work performance shall be evaluated as shown under the PRS (Attachment 1). Instructions on how the evaluation criteria will be established are provided below: 14.1.1. Column 1/Required Services (RS). List those performance work statement requirements which are paid on the basis of a payment computation system found at the bottom of the PRS. The absence of an item from the PRS of any contract requirement does not detract from its enforceability or limit the rights or remedies of the government under any other provision of this contract, including the clauses entitled "Inspection of Services" and "Default." 14.1.2. Column 2/Performance Requirement (PR). Define the required performance of each listed service. Performance requirement shall occur before the government will invoke the payment computation formula resulting in a payment of less than 100 percent of the maximum payment for the month. 14.1.3. Column 3/Standard Frequency (SF). Number of times performance is required. 14.1.4. Column 4/Method/Allowable Surveillance (MAS). Shows the number of times surveillance will be documented for computation purposes. 14.1.5. Column 5/Indifferent Quality Level (IQL). Shows the percentage that will be deducted based on the defects documented according to column 4. For example, Remove Trash will be done on a daily basis. The COR will document surveillance of this task four (4) times a month. Each time a defect is found, a deduction of.5% shall occur. 14.1.6. Column 6/Performance Requirement (PP). This shows the maximum percentage that will be deducted for defects on a monthly basis, and the percentage of the contract price that each listed contract requirement represents. 15. CRITERIA FOR EVALUATING PERFORMANCE 15.1. Performance of a listed service will be accepted and paid for at the maximum payment percentage specified in column 6 of the PRS, less deduction if applicable. When the performance requirements are not met, the COR will give the contractor an Inspection Discrepancy Report (IDR) and be given a courtesy walkthrough, if requested. The Contractor shall explain, in writing, why performance was unacceptable, how performance will be returned to acceptable levels, and how recurrence of the problem will be prevented in the future. The Contractor's payment for services rendered shall be calculated as indicated at the bottom of the Performance Requirement Summary (Attachment 1). The government reserves the right to make a temporary or partial payment for services performed, prior to receipt and evaluation of the Contractor's response to the IDR. Failure of the Contractor providing equipment stated in the Contractors final Proposal will result in an additional one percent (1%) deduction per month for non-compliance. 15.2. When the method of surveillance by period inspection or customer complaint, if more than 3 defects are reported by either of the stated methods, an additional three percent (3%) will be deducted from the total monthly price. 15.3. Acceptance of performance or late performance: Rework or late performance is an exception rather than a rule in a Performance Work Statement. The Contractor is expected to ensure performance to standard through his/her quality control plan. 15.3.1. Except as otherwise provided by this section, the services required by this contract are of such a nature that defective or incomplete performance disclosed by government inspection is not subject to correction by rework or late performance. The Contractor shall not be required or entitled to rework or otherwise correct defective services for the purpose of improving an existing inspection rating or avoiding a reduction in the full contract price. 15.3.2. At the sole election of the government and upon notification to the Contractor, the Contractor shall be required to rework, or perform late, any or all defective work disclosed by the Government inspection including defective and incomplete performance. Where the government elects, the Contractor shall be notified promptly after inspection that specified defective services will be reworked or performed late and complete within four hours. The Government shall re-inspect work designated for rework or late performance, and the Contractor shall be held liable for any damages sustained by the Government, including costs associated with re-inspection. 16. STANDARD DEFINITIONS. Contracting Officers Representative (COR). A government person that is on site or available and responsible for surveillance of the Contractor performance. For the purpose of this contract, COR and Alternate COR shall be used to mean the same. Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary. Inspection Discrepancy Report (IDR). A report given to the contractor identifying discrepancies found during inspections. Performance Requirement. The point that divides acceptable and unacceptable performance. When the method is random sampling, the performance requirement is the number of defective or maximum percent defective in the lot before the government will affect the process computation system IAW the PRS and the Inspection of Services Clause. Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the government to assure contract performance standards are met by the contractor. Performance Work Statement (PWS). A statement of work. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Standards (PWS). Quality Control. Those actions taken by the Contractor to control the production of goods or services so that they meet the requirements of the PWS. 17. TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. As Needed. When the task needs to be performed at a level which is considered normally reasonable to meet the needs and requirement of the PWS. As Required. When the task needs to be performed to restore the surface to the condition required in the specification. All Glass. Includes all glass on display cabinets, doors, walls, partitions, pictures, vending machines, balcony, atrium, stairwell, all four surfaces of windows, and both sides of store front glass. Basic Cleaning. Tasks normally done together on a weekly or more frequent basis. Contaminated Waste. A material of liquid, solid, or gaseous composition which must be disposed of due to degradation of materials during use or from a determination that a new material does not meet specifications. Material considered for disposal must be evaluated by the government for possible classification as hazardous waste. Hazardous waste, although contaminated, requires special handling during collection, storage, transportation, and disposal. Contractor Custodial Office/Storage Room. Custodial supplies, chemicals, and janitorial equipment will be secured in the designated Contractor Custodial office/storage room. Two keys will be provided for this room. Floor Maintenance. Floor maintenance tasks include the techniques of dry buffing, stripping, and waxing. Garbage. Animal and vegetable waste (and containers thereof) resulting from handling, preparation, cooking, and consumption of foods. Hazardous Waste. Any material identified in the 40 CFR, Part 261.30. Inspection Unit. A building, or portion of a building, which requires cleaning and constitutes a single inspection area. Janitorial Closets. The janitorial closets include a wash basin that are utilized by both the Government and the Contractor. The closets shall not be locked at anytime. The janitorial closets are to be used only during daytime hours, with no overnight storage of supplies, chemicals, or equipment. Janitorial closets are signified by a "J" on Technical Exhibits 1 and 2. Periodic Cleaning. Tasks done less frequently than weekly intervals. Refuse. All garbage, ashes, debris, rubbish, and all items intended for disposal that may normally be generated in conjunction with the activities in the areas covered by this contract. Refuse Collection. A system of transporting refuse, including non-accountable salvage, from pick-up stations to points of disposal. It includes hauling garbage to the transfer station when required by the terms of the salvage contract. Rubbish. Any non-salvageable waste material, other than rock or dirt, either combustible or noncombustible, which is not used in preparing or dispensing food. This includes, but is not limited to, metal, paper, glass, cardboard, crockery, floor sweepings, cartons, and similar articles. Runs. Used to describe continuous lengths of drop or wall lighting of various lengths. Sanitary Landfill. A site where refuse is disposed using an engineered method in a manner that protects the environment by spreading waste in thin layers, compacting it to the smallest particle volume, covering it with dry soil by the end of each working day, and which meets the criteria of 42 U.S.C.6903. Solid Waste. Refuse, sludge, and other discarded solid waste materials resulting from industrial and commercial operations and from community activities. It does not includes solids or dissolved materials in domestic sewage or other significant pollutants in water resources, such as silt, dissolved or suspended solids in industrial waste, water effluents, dissolved materials in irrigation return flow, or other common water pollutants. Vents. Heating, ventilating and air-conditioning ceiling diffusers and baseboard heating grills. 18. ABBREVIATIONS AND MEANING. ABBREVIATIONS PERFORMED AR AS REQUIRED DA DAILY WK ONCE A WEEK 2-WK TWICE A WEEK 3-WK THREE TIMES WEEK MO ONCE A MONTH QT QUARTERLY (FOUR TIMES A YEAR) 3-YR THREE TIMES A YEAR SA SEMI-ANNUALLY (TWICE YEARLY) AN ANNUALLY (ONCE YEARLY) End of Attachment I ATTACHMENT II PERFORMANCE REQUIREMENTS SUMMARY Required Service RS Performance Requirement PR Standard Frequency SF Indeferent Quality Level IQL Method/Allowable MAS Payment Performance PP Surveillance RS PR SF MAS IQL PP (# of times in a surveillance period that will be documented) a) Main Entrances & Halls, Lobby, Stairwell, & Elevators Sweep and Vacuum 10.3.1. and 4. DA 10/MO.5% 5% Damp Mop 10.3.2. DA 10/MO.5% 5% Spot Clean 10.3.10. and 17. AR 4/MO.5% 2% Sweep/Damp Mop/ Spray Wax/Buff 10.3.9. WK 1/MO 2% 2% Remove Trash 10.3.5. DA 4/MO.5% 2% Dusting 10.3.6. WK 1/MO 1% 1% Annual Floor Maint. 10.3.3. AN 1/YR 8% 8% Shampoo Carpets 10.3.19. SA 2/YR 4% 8% Clean Glass 10.3.7. and 20. 3-WK 4/MO 5% 2% b) Common Areas Sweep and Vacuum 10.3.l. and 4. DA 3/MO 1% 3% Damp Mop 10.3.2. 2-WK 1/MO 1% 1% Clean / Spot Clean 10.3.10., 12., 2-WK 4/MO.5% 2% 17. and 20. Remove Trash 10.3.5. DA 4/MO.5% 2% Dusting 10.3.6. MO 1/MO 1% 1% Clean Glass 10.3.7. and 20. AR 4/MO.5% 2% Annual Floor Maint. 10.3.3. AN 1/YR 8% 8% Shampoo Carpets 10.3.19. SA 2/YR 5% 10% c) Security/EOC, Warehouse, etc. (Ref. Paragraph 7.3.) Sweep 10.3.l. WK 1/MO.5%.5% Damp Mop 10.3.2. WK 1/MO.5%.5% Spot Clean 10.3.10. and 17. WK 1/MO 5%.5% Remove Trash 10.3.5. DA 1/MO.5%.5% Annual Floor Maint. 10.3.3. and 19. AN 1/YR 2% 2% ATTACHMENT II (CONTINUED) PERFORMANCE REQUIREMENTS SUMMARY RS PR SF MAS IQL PP d) Special Areas & Rooms Restock Supplies 10.3.14. DA 4/MO.5% 2% Clean and Disinfect 10.3.12 and 13. DA 4/MO.5% 2% Sweep and Vacuum 10.3.1 and 4. DA 2/MO.5% 1% Remove Trash / Dis. 10.3.5. DA 4/MO.5% 2% Damp Mop 10.3.2. DA 4/MO.5% 2% Spot Cleaning 10.3.10., 17., 20. AR 2/MO.5% 1% Dusting 10.3.6. DA 2/MO.5% 1% Scrub Floor 10.3.16. QT 4/YR 1% 4% Spray Wax/Buff 10.3.9. QT 4/YR 1% 3% Annual Floor Maint. 10.3.3. AN 1/YR 2% 2% e) Interior/Exterior Glass Clean Glass 10.3.7. and 20. SA 2/YR 3% 6% f) Grounds Cleaning Empty Trash / Butt 10.3.11. 2-WK 2/MO.5% 1% Cans / Pick-Up Trash g) Light Fixtures / Covers Clean 10.3.18. SA 2/YR.5% 1% h) Drinking Fountains and Ice Machines Clean 10.3.8. DA 2/MO.5% 1% i) Recyclable's 10.3.15. DA 2/MO.5% 1% j) Conservation of Utilities 8.1. DA 2/Defects.5% 1% k) Response Time 7.5. AR6 Calls/YR.5% 1% 2/HR Response Example of Payment Computation 1. Maximum payment per month according to Contract CLIN (Example) $10,000.00 2. Less any deductions (MAS x IQL = PP) 10x.5% =5% - 5% $9,500.00 End of Attachment II. ATTACHMENT III Limestone DFAS Custodial Square Footages The square footage's provided are to be considered estimates of the general conditions of the facility and not exact dimensions. Allow approximately five percent (5%) variance, plus or minus written estimates. First Floor Second Floor Floor Surfaces = 65,510sq.ft. Floor Surfaces = 48,473sq.ft. Window Glass = 13,852sq.ft. Window Glass = 4,293sq.ft. Light Fixtures = 810 each Light Fixtures = 550 each Bathrooms = 7 each Bathrooms = 8 each Water Faucets = 4 each Water Faucets = 2 each Commodes = 13 each Commodes = 14 each Urinals = 6 each Urinals = 4 each Sinks / Basins = 9 each Sinks / Basins = 8 each Mirrors = 7 each Mirrors = 8 each Janitor Closets = 2 each Janitor Closets = 3 each Ice Machines = 3 each Ice Machines = 1 each Shower Rooms = 2 each Total Floor Surfaces = 113,983 Window Glass = 18,145sq.ft. Light Fixtures = 1,360 each Bathrooms = 15 each Water Faucets = 6 each Commodes = 27 each Urinals = 10 each Sinks / Basins = 17 each Mirrors = 15 each Janitor Closets = 5 each Ice Machines = 4 each Shower Rooms = 2 each End of Attachment III ATTACHMENT IV Limestone DFAS Current Custodial Usage Estimates The government furnishes these 2010 annual estimates (provided as a courtesy by the current custodial contractor) based on current contractors use with approximately 600 employees. The Contractor shall provide for up to 650 employees as part of their quoted price for this PWS. Item Est. Annual Use Brown multi/fold Paper Towels 2,016,000 each Liquid Foam Hand Soap 300 each Toilet Tissue Single 2-Ply 18,432 each Lg. Rolls (new) 1,200 each Trash Bags Small(10-16 gal.) 120,000 each Medium(33 gal.) 25,000 each Large (45-55 gal.) 75,000 each Note: DFAS just completed a renovation of the restroom on May 2011 and have significantly decreased the number of trash receptacles, paper towel dispensers, and soap dispensers in the restrooms. End of Attachment IV ATTACHMENT V Quality Assurance Surveillance Plan (QASP) This plan is based on comprehensive work descriptions found in the Performance Work Statement (PWS) and is derived from Attachment I of the PWS. Required Service Performance Requirement Standard Frequency Documented Surveillance Period (COR) Indeferent Quality Level Payment Performance a) Main Entrances & Halls, Lobby, Stairwell, & Elevators Derived from the PWS Derived from the PWS Derived from the PWS Sweep and Vacuum 10.3.1 and 4 DA 10/MO 0.5% 5% Damp Mop 10.3.2 DA 10/MO 0.5% 5% Spot Clean 10.3.10 and 17 AR 4/MO 0.5% 2% Sweep/Damp Mop/ Spray Wax/Buff 10.3.9 WK 1/MO 2% 2% Remove Trash 10.3.5 DA 4/MO 0.5% 2% Dusting 10.3.6 WK 1/MO 1% 1% Annual Floor Maint. 10.3.3 AN 1/YR 8% 8% Shampoo Carpets 10.3.19 SA 2/YR 4% 8% Clean Glass 10.3.7 and 20 3-WK 4/MO 0.5% 2% b) Common Areas Sweep and Vacuum 10.3.l and 4 DA 3/MO 1% 3% Damp Mop 10.3.2 2-WK 1/MO 1% 1% Clean / Spot Clean 10.3.10, 12,17 and 20 2-WK 4/MO 0.5% 2% Remove Trash 10.3.5 DA 4/MO 0.5% 2% Dusting 10.3.6 MO 1/MO 1% 1% b)continued Clean Glass 10.3.7 and 20 AR 4/MO 0.5% 2% Annual Floor Maint. 10.3.3 AN 1/YR 8% 8% Shampoo Carpets 10.3.19 SA 2/YR 5% 10% c) Security/EOC, Warehouse, etc. (Ref. Paragraph 7.3.) Sweep 10.3.l WK 1/MO 0.5% 0.5% Damp Mop 10.3.2 WK 1/MO 0.5% 0.5% Spot Clean 10.3.10 and 17 WK 1/MO 5% 0.5% Remove Trash 10.3.5 DA 1/MO 0.5% 0.5% Annual Floor Maint. 10.3.3 and 19 AN 1/YR 2% 2% d) Special Areas & Rooms Restock Supplies 10.3.14 DA 4/MO 0.5% 2% Clean and Disinfect 10.3.12 and 13 DA 4/MO 0.5% 2% Sweep and Vacuum 10.3.1 and 4 DA 2/MO 0.5% 1% Remove Trash / Dis. 10.3.5 DA 4/MO 0.5% 2% Damp Mop 10.3.2 DA 4/MO 0.5% 2% Spot Cleaning 10.3.10, 17, 20 AR 2/MO 0.5% 1% Dusting 10.3.6 DA 2/MO 0.5% 1% Scrub Floor 10.3.16 QT 4/YR 1% 4% Spray Wax/Buff 10.3.9 QT 4/YR 1% 3% Annual Floor Maint. 10.3.3 AN 1/YR 2% 2% e) Interior/Exterior Glass Clean Glass 10.3.7 and 20 SA 2/YR 3% 6% f) Grounds Cleaning Empty Trash / Butt Cans / Pick-Up Trash 10.3.11 2-WK 2/MO 0.5% 1% g) Light Fixtures / Covers Clean 10.3.18 SA 2/YR 0.5% 1% h) Drinking Fountains and Ice Machines Clean 10.3.8 DA 2/MO 0.5% 1% i) Recyclables 10.3.15 DA 2/MO 0.5% 1% j) Conservation of Utilities 8.1 DA 2/Defects 0.5% 1% k) Response Time 7.5 AR6 Calls/YR 2/HR Response 0.5% 1% Example of Payment Computation 1. Maximum payment per month according to Contract CLIN (Example) $10,000.00 $10,000.00 2. Less any deductions (MAS x IQL = PP) 10x.5% =5% - 5% $9,500.00 End of Attachment V Quality Assurance Surveillance Plan (QASP) ATTACHMENT VI WORKPLACE VIOLENCE PREVENTION POLICY CRISIS ACTION PLAN CERTIFICATION I hereby certify that I have received a copy of the DFAS Limestone Workplace Violence/Crisis Action Plan. I understand that exhibiting violent behavior, issuing threats, or otherwise indicting intent to harm someone, is prohibited. I understand that violating this policy may result in disciplinary/administrative action up to, and including, termination of employment, and the possibility of criminal prosecution. I acknowledge responsibility to notify either my supervisor, security manager, or COR, regarding threats, potential threats, or acts of violence against DFAS Limestone employees and/or property. I realize that reported allegations must be made in a good-faith effort to protect employees and property. I understand that deliberate, unwarranted allegations will be viewed as an attempt to disrupt agency operations and disciplinary action may be taken against me. I acknowledge that I cannot bring anything onto DFAS Limestone property in my vehicle or on my person that can be construed or used as a dangerous weapon. I realize that DFAS Limestone has the right to search my vehicle, work area, personal possessions, or person for items that can be used or construed as a dangerous weapon. DFAS Limestone may seize any dangerous item deemed necessary under this policy. _______________________________________ Company Name _______________________________________ Printed Name of Employee/Contractor ______________ _______________________________________ Date Signature of Employee ______________ _______________________________________ Date Signature of Security Officer End of Attachment VI
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACO2RL008/listing.html)
 
Place of Performance
Address: DFAS-JBD-Limestone, 27 Arkansas Road Suite 104, Attn: Michael Stotler, Limestone, Maine 04751-1500, Limestone, Maine, 04751, United States
Zip Code: 04751
 
Record
SN02567256-W 20110910/110909000058-0b4442d84a9a6e9434aa91d9209a9207 (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.