Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

X -- Dining & lodging for the USCGC DIAMONDBACK, REEF SHARK, & YELLOWFIN

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-12-Q-P45H78
 
Archive Date
6/6/2012
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number HSCG80-12-Q-P45H78 is issued as a Request for Quotation (RFQ). HSCG80-12-Q-P45H78 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The Small Business Size Standard for NAICS 721110 is $7.0 million. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. This requirement is for a firm-fixed price contract. The anticipated award date is on or about January 25, 2012. The government intends to award from this solicitation to the responsible vendor whose quote conforming to the solicitation provides the best value. The Period of Performance is FORTY-FIVE (45) calendar days as follows: * USCGC DIAMONDBACK - 02/01/2012 thru 03/17/2012 * USCGC REEF SHARK - 04/04/2012 thru 05/19/2012 * USCGC YELLOWFIN - 06/06/2012 thru 07/21/2012 Along with your quote, you must submit a COMPLETE copy of the Dining Menu that will be used for the 45-day period that encompasses ALL Dining Requirements specifically outlined in paragraphs 3.1.2, 3.1.3, and 3.1.4. The vessels will be located at RIVERHAWK MARINE, LLC., 5251 WEST TYSON AVENUE, TAMPA, FL 33611 Refer questions to Louis Romano, Contracting Officer at (757) 628-4651 or Louis.J.Romano@uscg.mil. Quotes must arrive no later than 1:00 p.m. (Eastern Time) January 23, 2012. Quotations may be e-mailed to Louis Romano (Louis.J.Romano@uscg.mil) or faxed to (757) 628-4630 or 628-4676. The Quotes for the following Work Items (including appropriate gratuities for Housekeepers and wait staff) should be broken down and provide unit and extended prices as follows: ITEM 0001(Definite) - USCGC DIAMONDBACK (WPB-87370) 12 Breakfasts at quoted price of _____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Lunches at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Dinners at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 5 Double Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 4 Single Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ For a total job price of: tiny_mce_marker_________ ITEM 0002(Option) - USCGC REEF SHARK (WPB-87371) 12 Breakfasts at quoted price of _____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Lunches at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Dinners at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 5 Double Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 4 Single Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ For a total job price of: tiny_mce_marker_________ ITEM 0003(Option) - USCGC YELLOWFIN (WPB-87371) 12 Breakfasts at quoted price of _____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Lunches at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 12 Dinners at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 5 Double Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ 4 Single Rooms at quoted price of ____ times 44 days equals an amount of: tiny_mce_marker_________ For a total job price of: tiny_mce_marker_________ 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to provide temporary dining and lodging for Coast Guard personnel. 1.2 Government-furnished property. None. 2. APPLICABLE DOCUMENTS COAST GUARD DRAWINGS None. COAST GUARD PUBLICATIONS None. OTHER REFERENCES AAA/CAA -http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Hotel and Motel Fire Safety Act of 1990 (PL101-391) FORBES (formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/ 3. REQUIREMENTS 3.1 Lodging requirements. The Contractor shall provide quality temporary lodging, for 13 Coast Guard personnel within a 15-mile radius of RiverHawk Marine, LLC, 5251 West Tyson Avenue, Tampa, FL 33611. 3.1.1 Occupancy particulars. Provide 05 double occupancy and 04 single occupancy rooms for Coast Guard personnel. 3.1.2 Commencement and completion. Ensure that lodging for the USCGC DIAMONDBACK shall commence 01 Feb 2012, Normal check in time and terminate 17 Mar 2012, at the normal check out time. Ensure that lodging for the USCGC REEF SHARK shall commence 04 Apr 2012, Normal check in time and terminate 19 May 2012, at the normal check out time. Ensure that lodging for the USCGC YELLOWFIN shall commence 06 Jun 2012, Normal check in time and terminate 21 Jul 2012, at the normal check out time. 3.2 Regulations and standards. The Contractor shall ensure that all lodging facilities provided shall meet the following minimum standards: • Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))). • Lodging Facility shall be within 15 miles of the Dry-dock location or Dockside location. • Facility shall meet at a minimum the requirements of either three stars for a Mobil Travel Guide rating, three diamonds for an American Automotive Association (AAA) rating or Cranley Rating Level six (6). • Full indoor laundry facility on premises with 24/7 guest access. • Full access and use of a workout facility or fitness center in designated exercise room w/ dedicated equipment specialized for the use of working out (e.g. treadmill, rowing machine, elliptical machine, weight machine, free weights etc.). Facility shall be either on the lodging facility premises or within walking distance (not to normally exceed ½ mile or 5 minute commute via vehicle). • Access to internet in all rooms. • Full maid service and cleaning. • Iron and Ironing Board in every room • Full Bath • Microwave and refrigerator in every room. • Berthing facility room entrances shall be accessible only by internal hallway(s). The berthing facilities internal hallway(s) shall have locked exterior doors, accessible by key-holding facility guests only. Internal hallway(s) shall be accessible by the berthing facility's lobby. The berthing facilities lobby shall be manned by a front desk attendant 24 hours a day and 7 days a week. 3.3 Parking. The Contractor shall ensure that the lodging facility must have parking available for a minimum of 3 vehicles during the entire duration of the stay. 3.4 Dining requirements. The Contractor shall provide healthy, appetizing, and nutritious dining, including 3 meals a day and wait staff gratuities, for up to 12 Coast Guard personnel within a 5 mile radius of the crew's primary lodging location and within a reasonable distance (not more than 5 mile) of the shipyard location for lunch. 3.4.1 Commencement and completion. Dining for the USCGC DIAMONDBACK shall commence with Lunch on 01 Feb 2012, and end with Breakfast on 17 Mar 2012. Dining for the USCGC REEF SHARK shall commence with Lunch on 04 Apr 2012, and end with Breakfast on 19 May 2012. Dining for the USCGC YELLOWFIN shall commence with Lunch on 06 Jun 2012, and end with Breakfast on 21 Jul 2012. 3.4.2 Breakfast. Each breakfast shall include: • A choice of two whole fresh fruits. • A choice of three fruit juices. • A choice of whole or low fat milk. • A choice of two cereals. • Eggs cooked to order. • Pancakes, French toast or waffles. • Bacon or another breakfast meat. • A choice of potatoes or grits. • A choice of toast or pastry. • A choice of coffee or tea. • Butter, margarine, syrup and jelly or jam. 3.4.4 Lunch and dinner. Each lunch and dinner shall include a choice of three different hot entrées. Entrée choices shall vary in a manner not to repeat within a 3-day period. Daily entrée choices shall include the following;  Poultry (baked and grilled options shall be available upon request, in lieu of battered and/or fried).  Beef or pork  Fish or shellfish (baked and grilled options shall be available upon request, in lieu of battered and/or fried).  A choice of soup or salad, with crackers & regular &/or low fat dressing. Soup choices shall not repeat within a 3-day period.  A choice of potatoes or pasta with accompanying sauces.  A choice of two vegetables.  Water and a choice of beverages.  A choice of breads; and a choice of butter or margarine.  A choice of three different desserts or whole fresh fruit. 3.4.5 Take-out meals. The Contractor shall substitute carry-out meals for up to 12 Coast Guard personnel, for breakfast, lunch and dinner, when designated by the COTR. The Contractor shall coordinate pick up times and location with the COTR. Lunch carry-out meals shall include either hot meals as detailed in paragraph 3.1.4 or a box lunch which shall include: • A choice of sandwiches with three different options of deli meat on a choice of breads or wraps (including choice of condiments). • A bag of chips. • Potato, pasta or garden salad with dressing. • A choice of two desserts including fresh whole fruit as one option. • A choice of beverages to include soda, diet soda, bottled water & juices. 3.5 Dining Facility. The Contractor shall provide a dining area that is used solely for the purpose of dining, and shall be available to the crew for no less then 3 hours per meal. 3.6 Commercial Dining Standard. Meet, at a minimum, the requirements of three stars () for a Forbes (formerly Mobil) Travel Guide rating or three diamonds () for an American Automobile Association (AAA) rating. 4. NOTES 4.1 Hotel and Motel Fire Safety Act of 1990 (PL101-391). Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/. 4.2 Rating criteria. Rating criteria can be found at the following websites: • AAA/CAA - http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Select "Diamond Ratings." • FORBES (formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/ CONTRACT CLAUSES (1) FAR 52.252-2, Clauses Incorporated by Reference (Feb1998) 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 the full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/. (2) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. (3) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. (4) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2011) (5) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition. (6) FAR 52.232-18, Availability of Funds (Apr 1984) (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2012) a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, 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)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _X_ (7) 52.209-9, Updates of Publically Available Information Regarding responsibility Matter (Jan 2012) (41 U.S.C. 2313) ___(8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] X (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). ¬¬¬__ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Nov 2011). __ (25) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Nov 2011). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (41) 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 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.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination 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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) 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 Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (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) (8) FAR 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 07041 - Cook I $16.33 - See below* 07042 - Cook II $19.00 - See below* 07070 - Dishwasher $11.04 - See below* 07260 - Waiter/Waitress $12.38 - See below* 11240 - Maid or Houseman $ 9.70 - See below* 99050 - Desk Clerk $13.40 - See below* 99030 - Cashier $10.95 - See below* * Fringes are as follows: 1. Holidays: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and Inauguration Day (when applicable). 2. Annual Leave: Two hours of annual leave each week for an employee with less than three years service; three hours of annual leave each week for an employee with three but less than fifteen years of service; and four hours of annual leave each week for an employee with fifteen or more years of service. 3. Sick Leave: Two hours of sick leave each week for all employees. 4. Life insurance, health insurance, workers' compensation, and Federal Insurance Compensation Act (for temporary employees) at 7 percent of basic hourly rate. 5. Retirement: 7.0 percent of basic hourly rates for employees hired through December 31, 1985. Retirement at 0.8 percent for employees hired on January 1, 1986, or after. 6. Medicare: 1.45 percent of basic hourly rates for all employees. 7. Social Security: 6.2 percent of basic hourly rates for employees hired on or after January 1, 1986, up to a maximum gross annual salary of $80,400. (End of clause) Department of Labor, Employment Standards Administration, Wage and Hours Division, Washington, D.C. 20210, Register of Wage Determinations Under the Service Contract Act, by direction of the Secretary of Labor, Division of Wage Determinations, Wage Determination No: 1995-0831, Revision No: 25, Date of Revision: 06/13/2011 State: Florida: Florida Counties of Charlotte, De Soto, Hardee, Hernando, Highlands, Hillsborough, Lee, Manatee, Pasco, Pinellas, Polk, Sarasota. Copies of this Wage Determination will be provided upon request. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45H78/listing.html)
 
Place of Performance
Address: Within a 15 mile radius of RiverHawk Marine, LLC. facility at 5251 West Tyson Avenue., Tampa, Florida, 33611, United States
Zip Code: 33611
 
Record
SN02656429-W 20120120/120118234651-31e778d870a14c013b936f06eb740268 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.