Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

S -- Combined Synopsis/Solicitation for Grounds Maintenance- Multiple Schedules- Fort Campbell, KY - Package #1

Notice Date
1/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Campbell, Bldg 2174, 131/2 & Indiana St, Fort Campbell, Kentucky, 42223-1100, United States
 
ZIP Code
42223-1100
 
Solicitation Number
W9124816T0011
 
Archive Date
3/5/2016
 
Point of Contact
Wanda F. Jobe, Phone: 2704122302, Kevin J Day, Phone: 2707987854
 
E-Mail Address
wanda.f.jobe.civ@mail.mil, kevin.j.day.civ@mail.mil
(wanda.f.jobe.civ@mail.mil, kevin.j.day.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Schedule E Map Sabre Schedule E Map CAAF Schedule E Bid Schedule Schedule E QASP Schedule E PWS Schedule C Southern Map Schedule C Northern Map Schedule C Bid Schedule Schedule C QASP Schedule C PWS Combined Synopsis/Solicitation 1. Combined Synopsis/Solicitation for Grounds Maintenance- Multiple Schedules- Fort Campbell, KY Schedule C - Tennessee Cantonment Area and landfills Schedule E- Campbell Army Airfield and Sabre Heliport 2. Solicitation Number: W91248-16-T-0011 3. Classification Code: S208- Landscaping/Grounds Keeping Services 4. Set-Side: 100% Hubzone Set-aside for Small Business Concerns 5. Closing Response Date: 19 February 2016, 2:00 PM CST Restrictions: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-16-T-0011 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, dated 4 December 2015 and as outlined below. The NAICS is 561730; small business size standard is $7,500,000.00; acquisition is 100% Hubzone Small Business Set- Aside, all eligible offeror may submit an offer that will be considered by this agency. The contractor is responsible for providing all labor, supplies, equipment, and supervision required to perform Grounds Maintenance and landscaping in the cantonment, landfills, and airfields as listed in the Performance Work Statement (PWS). It is contemplated that the Period of Performance will be one 12-Month Base Period and Two (2) 12- month Option Periods. The complete Offer Schedule, PWS, Technical Exhibits, Wage Determinations, and associated documents are at the end of this FebBizOpps announcement under Additional Documentation. Offerors shall complete all line items listed on the offer schedule in order to be considered for award. The provision 52.212-1, -Instruction to Offerors-Commerical Items(OCT 2015) is applicable to this solicitation and is tailored as follows: Paragraphs (d), and (i) are deleted. Offerors shall include CAGE Code, DUNS and TIN with their quote. 52.252-1, Solicitation Provisions Incorporated by Reference with fill in as http://farsite.hill.af.mil ; The provision at 52.212-2, Evaluation- Commercial Items (OCT 2014) with evaluations factors as: 1) Past Performance 2), Technical and 3) and Price. To be technically acceptable, the offeror must receive a "Technically Acceptable Rating" for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and two option periods. The government may choose to exercise the Extension of Services at the end of any performance period (Base or option periods), utilizing the rates of that performance period. Specifics regarding the Basis for Contract Award are at the end of this document. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2015), an Offeror's Representations and Certifications may be located at https://www.sam.gov/portal/public/SAM, or perspective offerors can complete Representation and Certification using website https://www.sam.gov/portal/public/SAM, Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The following Contract Clauses are applicable: 52.212-4, Contract Terms and Conditions- Commercial Items (MAY 2015); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2016), The following FAR clauses cited within are applicable : 52.222-50 Combating Trafficking in Persons (MAR 2015); 52.233-3 Protest After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004);52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.203-13-Contractor Code of Business Ethics and Conduct (OCT 2015); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015); 52.209-6, Protecting the Government's Interest when subcontracting with contractors debarred, suspended or proposed for debarment (OCT 2015); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015); 52.219-6, Notice of HUBZone Set -Aside or Sole Source Award (NOV 2011); 52.219-8 Utilization of Small Business Concerns (OCT 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2016); 52.222-21, Prohibition of Segregation Facilities (APR 2015); 52.222-26, Equal Opportunity (APR 2015);52.222-35 Equal Opportunity for Veterans (OCT 2015); 52.222-36 Equal Opportunity for Workers With Disabilities (JUL 2014); 52.222-37 Employment Reports on Veterans (OCT 2015);52.222-40 Notification of Employees Rights Under the National Labor Relations Act (DEC 2010); 52.222-54 Employment Eligibility Verification (OCT 2015); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011): 52.225-1 Buy American - Supplies (MAY 2014); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (011090- Gardner/011210- Laberor/011270 Tractor Operator); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014). Other applicable clauses for this requirement are 52.204-7- System for Award Management (JUL 2013); 52.216-1 Type of Contract (APR 1984) Fixed Price; 52.216-19 Order Limitations (OCT 1995) fill in as (a) $100.00 (b) (1) $5,000.00 (2) $5,000.00; or (3) 3 and (d) 5; 52.216-21 Requirements (OCT 1995) fill in as after the period of performance has been reached; 52.217-8 Option To Extend Services (Nov 1999) fill in as period of performance of the last delivery order; 52.217-9 Option to Extend the Term of the Contract (MAR 2000) fill ins are 30; 60; and Three (3) Years; 52.228-5 Insurance- Work on a Government Installation (JAN 1997); 52.232-18- Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) fill in 30 September 2016and 30 September 2016; 52.232-40 Providing Accelerated payments to Small Business Subcontractors (DEC 2013) ; The following DFARS clauses are applicable: 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (SEP 2013); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Alternate A, System for Award Management (FEB 2014); 252.216-7006 Ordering (MAY 2011) fill in (a) 1 March 2016, 28 February 2019; 252.232-7003- Electronic Submission of Payment Requests (JUN 2012); 252.232-7010, Levies on Contract Payments(Dec 2006); 252.244-7000- Subcontracts for Commercial Items & Commercial Components (JUN 2013); 5152.209-4000 DOD Anti-Terrorism (AT) Standards (FEB 2009) and 5152.233-4000, HQ AMC - Level Protest Program (FEB 2014) Additional applicable provisions are located on the next page. All offers are due no later than 19 February 2016 at 2:00 PM CST. All responsible sources may submit an offer. In accordance with 52.212-1 Instructions to Offerors, paragraph (f), all quotes received AFTER the closing date will be viewed as LATE, and therefore will not be considered. Offerors may be submitted via email (the preferred method) to the individual below. If there are ANY questions concerning this solicitation, please send the question to the email listed below. Wanda Jobe270-412-2302wanda.f.jobe.civ@mail.mil or Or via mail to the following address: MICC- Fort Campbell ATTN: Ms Wanda Jobe Bldg 6923, 38th & Desert Storm Fort Campbell, KY 42223-5355 SPECIAL PROVISIONS SCHEDULE OF INSURANCE. a. The Contractor shall, at their own expense, provide and maintain during the entire performance period of this contract the minimum types, and amounts of insurance required below: Workmen's Compensation and Employer's Liability$100,000.00 Insurance General Liability Insurance for Bodily Injury Liability Minimum Per Occurrence$500,000.00 Automobile Liability Insurance: Minimum Per Person$200,000.00 Minimum Per Occurrence for Bodily Injury$500,000.00 Minimum Per Occurrence for Property$ 20,000.00 Damage b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed or prescribed and (2) until 30 days after the insurer or the Contracting gives written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause, entitled "Insurance - Work on a Government Installation (FAR 52.228-05)," in subcontracts under this contract that require work on a Government installation and shall required subcontractors to provide and maintain the insurance required above. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (FEB 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mb.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) BASIS FOR CONTRACT AWARD: This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). For an offer's submission to be determined "Technically Acceptable" and receive consideration for award based upon lowest price submitted, the offer must receive a rating of "Acceptable" for each technical acceptability standard and past performance factor. The Government will award the contract to the offer that meets all the evaluation criteria with an "Acceptability" rating. Trade-offs between cost/price and non-cost/price factors are not permitted. A price analysis of the offer received will be in accordance with the techniques of FAR Part 15.404. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option period, second option period, and one-half of the second period. Offerors are required to only price the base and two options. Offerors shall not submit a price for the potential one-half year extension of services period. In the event of an unacceptable past performance evaluation rating for an otherwise technically acceptable low price offeror, the Small Business Administration (SBA) will be contacted for a Certificate of Competency (COC) determination in accordance with procedures in FAR 19.601. In the event an offeror receives a rating of "unacceptable" for both the Technical Acceptability Factor and Past Performance Factor, a COC determination will not be requested as the offeror would remain "Unacceptable" based on the evaluation of the Technical Acceptability Factor. Discussions or Negotiations: The offeror's initial offer should contain its best terms from a price and technical standpoint. Discussions, if any, will be conducted in accordance with FAR 12.602 and final offers will be evaluated in accordance with factors as were initial offers. Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Bid Schedule will be considered non- responsive. a. Evaluation Criteria. (1) Evaluation criteria consist of factors and elements as listed below. The offers will be evaluated under three (3) evaluation factors: Factor I: Technical Acceptability Acceptability Standard 1: Experience Acceptability Standard 2: Capability Factor II: Past Performance Within the Past Performance (Quality of Products/ Services, Timeliness of Performance, and Business Relations will be evaluated). Factor III: Price (2) Factor I -Technical Acceptability: The Technical Acceptability Factor evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. Acceptability Standard 1: Experience: The offeror demonstrates experience in performing work comparable to the magnitude identified in the PWS. The offeror shall submit a list of recent (within the past 3 years) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the solicitation. Specifically, the orders/contracts should demonstrate three years' experience in grounds maintenance and landscaping. Key Personnel, as identified in paragraph 2.1.12.1, qualifications will be evaluated to ensure the ability of the offeror to produce candidates who meet or exceed position requirements outlined in the PWS. Acceptability Standard 2: Capability: Offeror shall provide official documentation to support and confirm qualifications/experience as outlined in the PWS, paragraph 6.1.1.17. This standard will be evaluated by assessing the offeror's proposal and its ability to demonstrate the following: offeror's ability to schedule the work, ensure adequate staffing, and supplies/materials to execute the work, ensure inspection services to ensure grounds maintenance standards are met, and procedures to ensure proper handling of hazardous materials, herbicides and pesticides. The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined below. The individual standards will not receive an adjectival rating. Table 1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableOffer clearly meets the minimum requirements of the solicitation. UnacceptableOffer does not clearly meet the minimum requirements of the solicitation. (3) Factor II - Past Performance: The offeror shall submit a list of recent and relevant past contracts/subcontracts as defined below. The past performance evaluation will assess the offeror's probability of meeting the solicitation's requirements as indicated by that offeror's record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror's recent past performance and focusing on past performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's submission and data obtained from other sources, such as the Contractor Past Performance Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. Past performance areas of evaluation include: - Business Relations - Quality of Service - Schedule - Customer Satisfaction Each offeror will receive a past performance rating of acceptable or unacceptable based on the Offeror's recent past performance, focusing on performance that is relevant to the contract requirements. (a) Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (b) Relevancy Assessment: To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services being procured under this solicitation. A relevancy determination of the offeror's (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror's contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the offer and obtained from other sources will be used to establish the relevancy of past performance. The Past Performance Evaluation Team will review past performance information and determine the quality and usefulness as it applies to past performance rating. Assigning Ratings. The Past Performance Factor will be assigned one (1) of the rating defined below. Table 2: Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered acceptable. (4) Factor III: Price: The Price factor will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. (a) Options. Pricing submitted for the Offeror Schedule, will be evaluated for price reasonableness. The Government will evaluate the Offeror's total price, to include the base period, first option period, second option period, and one-half of the final option period, using price analysis techniques (See FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price.. Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award. The Government will award a single contract to the offeror whose offer represents the best value. All evaluation factors other than cost or price when combined are equally as important as cost or price. (b) Unbalanced Pricing. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices.   WD 05-2187 (Rev.-17) was first posted on www.wdol.gov on 01/05/2016 ***************************************************************************** ******* 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.: 2005-2187 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 12/29/2015 _______________________________________|_____________________________________ _______ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If This contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. _____________________________________________________________________________ _______ States: Indiana, Kentucky, Tennessee Area: Indiana Counties of Perry, Posey, Spencer, Vanderburgh, Warrick Kentucky Counties of Butler, Caldwell, Christian, Crittenden, Daviess, Hancock, Henderson, Hopkins, Livingston, Logan, Lyon, McLean, Muhlenberg, Ohio, Todd, Trigg, Union, Warren, Webster Tennessee Counties of Montgomery, Stewart _____________________________________________________________________________ _______ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.35 01012 - Accounting Clerk II 13.86 01013 - Accounting Clerk III 15.50 01020 - Administrative Assistant 15.65 01040 - Court Reporter 13.03 01051 - Data Entry Operator I 11.55 01052 - Data Entry Operator II 12.60 01060 - Dispatcher, Motor Vehicle 15.64 01070 - Document Preparation Clerk 11.00 01090 - Duplicating Machine Operator 11.00 01111 - General Clerk I 10.83 01112 - General Clerk II 11.82 01113 - General Clerk III 13.26 01120 - Housing Referral Assistant 14.53 01141 - Messenger Courier 9.22 01191 - Order Clerk I 11.10 01192 - Order Clerk II 12.33 01261 - Personnel Assistant (Employment) I 14.43 01262 - Personnel Assistant (Employment) II 16.14 01263 - Personnel Assistant (Employment) III 18.00 01270 - Production Control Clerk 19.18 01280 - Receptionist 10.38 01290 - Rental Clerk 9.95 01300 - Scheduler, Maintenance 11.65 01311 - Secretary I 11.65 01312 - Secretary II 13.03 01313 - Secretary III 14.53 01320 - Service Order Dispatcher 14.35 01410 - Supply Technician 16.15 01420 - Survey Worker 11.93 01531 - Travel Clerk I 12.44 01532 - Travel Clerk II 13.21 01533 - Travel Clerk III 13.92 01611 - Word Processor I 11.98 01612 - Word Processor II 13.44 01613 - Word Processor III 15.03 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 17.91 05010 - Automotive Electrician 17.11 05040 - Automotive Glass Installer 16.28 05070 - Automotive Worker 16.28 05110 - Mobile Equipment Servicer 14.59 05130 - Motor Equipment Metal Mechanic 17.91 05160 - Motor Equipment Metal Worker 16.28 05190 - Motor Vehicle Mechanic 17.91 05220 - Motor Vehicle Mechanic Helper 13.73 05250 - Motor Vehicle Upholstery Worker 15.45 05280 - Motor Vehicle Wrecker 16.28 05310 - Painter, Automotive 17.11 05340 - Radiator Repair Specialist 16.28 05370 - Tire Repairer 12.86 05400 - Transmission Repair Specialist 17.19 07000 - Food Preparation And Service Occupations 07010 - Baker 13.37 07041 - Cook I 10.90 07042 - Cook II 12.15 07070 - Dishwasher 8.49 07130 - Food Service Worker 8.48 07210 - Meat Cutter 13.12 07260 - Waiter/Waitress 8.97 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.17 09040 - Furniture Handler 11.82 09080 - Furniture Refinisher 17.17 09090 - Furniture Refinisher Helper 13.82 09110 - Furniture Repairer, Minor 15.50 09130 - Upholsterer 17.17 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 8.73 11060 - Elevator Operator 9.93 11090 - Gardener 12.49 11122 - Housekeeping Aide 9.38 11150 - Janitor 9.95 11210 - Laborer, Grounds Maintenance 9.93 11240 - Maid or Houseman 7.90 11260 - Pruner 9.42 11270 - Tractor Operator 11.68 11330 - Trail Maintenance Worker 9.93 11360 - Window Cleaner 10.70 12000 - Health Occupations 12010 - Ambulance Driver 13.86 12011 - Breath Alcohol Technician 15.41 12012 - Certified Occupational Therapist Assistant 21.53 12015 - Certified Physical Therapist Assistant 22.48 12020 - Dental Assistant 14.05 12025 - Dental Hygienist 25.70 12030 - EKG Technician 20.58 12035 - Electroneurodiagnostic Technologist 20.58 12040 - Emergency Medical Technician 13.68 12071 - Licensed Practical Nurse I 14.93 12072 - Licensed Practical Nurse II 16.69 12073 - Licensed Practical Nurse III 18.61 12100 - Medical Assistant 11.37 12130 - Medical Laboratory Technician 16.90 12160 - Medical Record Clerk 12.26 12190 - Medical Record Technician 13.71 12195 - Medical Transcriptionist 13.40 12210 - Nuclear Medicine Technologist 27.88 12221 - Nursing Assistant I 10.15 12222 - Nursing Assistant II 11.41 12223 - Nursing Assistant III 12.45 12224 - Nursing Assistant IV 13.98 12235 - Optical Dispenser 16.90 12236 - Optical Technician 13.99 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 13.98 12305 - Radiologic Technologist 21.61 12311 - Registered Nurse I 21.17 12312 - Registered Nurse II 25.89 12313 - Registered Nurse II, Specialist 25.89 12314 - Registered Nurse III 31.32 12315 - Registered Nurse III, Anesthetist 31.32 12316 - Registered Nurse IV 37.54 12317 - Scheduler (Drug and Alcohol Testing) 19.08 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 16.88 13012 - Exhibits Specialist II 20.92 13013 - Exhibits Specialist III 25.91 13041 - Illustrator I 16.88 13042 - Illustrator II 20.92 13043 - Illustrator III 25.91 13047 - Librarian 23.16 13050 - Library Aide/Clerk 9.39 13054 - Library Information Technology Systems 20.92 Administrator 13058 - Library Technician 13.35 13061 - Media Specialist I 15.09 13062 - Media Specialist II 16.88 13063 - Media Specialist III 18.83 13071 - Photographer I 13.29 13072 - Photographer II 14.87 13073 - Photographer III 18.42 13074 - Photographer IV 21.08 13075 - Photographer V 22.87 13110 - Video Teleconference Technician 15.09 14000 - Information Technology Occupations 14041 - Computer Operator I 14.13 14042 - Computer Operator II 16.01 14043 - Computer Operator III 17.85 14044 - Computer Operator IV 19.84 14045 - Computer Operator V 21.98 14071 - Computer Programmer I (see 1) 20.94 14072 - Computer Programmer II (see 1) 25.96 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 14.13 14160 - Personal Computer Support Technician 21.98 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 29.95 15020 - Aircrew Training Devices Instructor (Rated) 36.23 15030 - Air Crew Training Devices Instructor (Pilot) 39.68 15050 - Computer Based Training Specialist / Instructor 27.36 15060 - Educational Technologist 27.18 15070 - Flight Instructor (Pilot) 39.68 15080 - Graphic Artist 19.39 15090 - Technical Instructor 18.54 15095 - Technical Instructor/Course Developer 22.68 15110 - Test Proctor 14.96 15120 - Tutor 14.96 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.96 16030 - Counter Attendant 8.96 16040 - Dry Cleaner 11.16 16070 - Finisher, Flatwork, Machine 8.96 16090 - Presser, Hand 8.96 16110 - Presser, Machine, Drycleaning 8.96 16130 - Presser, Machine, Shirts 8.96 16160 - Presser, Machine, Wearing Apparel, Laundry 8.96 16190 - Sewing Machine Operator 11.86 16220 - Tailor 12.51 16250 - Washer, Machine 9.76 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.35 19040 - Tool And Die Maker 22.22 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.85 21030 - Material Coordinator 19.18 21040 - Material Expediter 19.18 21050 - Material Handling Laborer 12.75 21071 - Order Filler 11.70 21080 - Production Line Worker (Food Processing) 13.85 21110 - Shipping Packer 14.07 21130 - Shipping/Receiving Clerk 14.07 21140 - Store Worker I 12.19 21150 - Stock Clerk 16.22 21210 - Tools And Parts Attendant 13.85 21410 - Warehouse Specialist 13.85 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 22.08 23021 - Aircraft Mechanic I 21.05 23022 - Aircraft Mechanic II 22.08 23023 - Aircraft Mechanic III 23.09 23040 - Aircraft Mechanic Helper 15.70 23050 - Aircraft, Painter 19.48 23060 - Aircraft Servicer 17.86 23080 - Aircraft Worker 18.98 23110 - Appliance Mechanic 17.18 23120 - Bicycle Repairer 12.87 23125 - Cable Splicer 22.66 23130 - Carpenter, Maintenance 15.78 23140 - Carpet Layer 16.86 23160 - Electrician, Maintenance 19.65 23181 - Electronics Technician Maintenance I 21.98 23182 - Electronics Technician Maintenance II 23.23 23183 - Electronics Technician Maintenance III 26.91 23260 - Fabric Worker 15.85 23290 - Fire Alarm System Mechanic 18.23 23310 - Fire Extinguisher Repairer 14.90 23311 - Fuel Distribution System Mechanic 20.41 23312 - Fuel Distribution System Operator 19.33 23370 - General Maintenance Worker 15.76 23380 - Ground Support Equipment Mechanic 21.05 23381 - Ground Support Equipment Servicer 17.86 23382 - Ground Support Equipment Worker 18.53 23391 - Gunsmith I 14.90 23392 - Gunsmith II 16.86 23393 - Gunsmith III 18.78 23410 - Heating, Ventilation And Air-Conditioning 17.97 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.88 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 18.04 23440 - Heavy Equipment Operator 18.62 23460 - Instrument Mechanic 22.75 23465 - Laboratory/Shelter Mechanic 17.81 23470 - Laborer 11.20 23510 - Locksmith 17.80 23530 - Machinery Maintenance Mechanic 21.46 23550 - Machinist, Maintenance 17.80 23580 - Maintenance Trades Helper 13.82 23591 - Metrology Technician I 22.75 23592 - Metrology Technician II 23.79 23593 - Metrology Technician III 24.89 23640 - Millwright 23.03 23710 - Office Appliance Repairer 17.33 23760 - Painter, Maintenance 15.61 23790 - Pipefitter, Maintenance 21.57 23810 - Plumber, Maintenance 21.51 23820 - Pneudraulic Systems Mechanic 18.80 23850 - Rigger 18.78 23870 - Scale Mechanic 16.86 23890 - Sheet-Metal Worker, Maintenance 19.63 23910 - Small Engine Mechanic 14.85 23931 - Telecommunications Mechanic I 23.85 23932 - Telecommunications Mechanic II 25.02 23950 - Telephone Lineman 23.22 23960 - Welder, Combination, Maintenance 17.97 23965 - Well Driller 18.78 23970 - Woodcraft Worker 18.78 23980 - Woodworker 13.32 24000 - Personal Needs Occupations 24570 - Child Care Attendant 8.22 24580 - Child Care Center Clerk 12.43 24610 - Chore Aide 9.83 24620 - Family Readiness And Support Services 12.20 Coordinator 24630 - Homemaker 13.11 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 19.84 25040 - Sewage Plant Operator 17.69 25070 - Stationary Engineer 20.67 25190 - Ventilation Equipment Tender 15.33 25210 - Water Treatment Plant Operator 17.69 27000 - Protective Service Occupations 27004 - Alarm Monitor 14.21 27007 - Baggage Inspector 11.06 27008 - Corrections Officer 15.64 27010 - Court Security Officer 16.68 27030 - Detection Dog Handler 13.60 27040 - Detention Officer 15.64 27070 - Firefighter 18.17 27101 - Guard I 11.06 27102 - Guard II 13.60 27131 - Police Officer I 18.21 27132 - Police Officer II 20.24 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.33 28042 - Carnival Equipment Repairer 14.17 28043 - Carnival Equpment Worker 9.87 28210 - Gate Attendant/Gate Tender 12.36 28310 - Lifeguard 11.74 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 10.09 28515 - Recreation Specialist 12.54 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 16.81 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.57 29020 - Hatch Tender 18.57 29030 - Line Handler 18.57 29041 - Stevedore I 18.05 29042 - Stevedore II 19.63 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) 27.10 30021 - Archeological Technician I 17.66 30022 - Archeological Technician II 19.75 30023 - Archeological Technician III 24.48 30030 - Cartographic Technician 24.48 30040 - Civil Engineering Technician 24.86 30061 - Drafter/CAD Operator I 17.66 30062 - Drafter/CAD Operator II 19.75 30063 - Drafter/CAD Operator III 22.03 30064 - Drafter/CAD Operator IV 27.10 30081 - Engineering Technician I 15.52 30082 - Engineering Technician II 17.41 30083 - Engineering Technician III 19.48 30084 - Engineering Technician IV 24.14 30085 - Engineering Technician V 29.66 30086 - Engineering Technician VI 35.90 30090 - Environmental Technician 23.02 30210 - Laboratory Technician 21.43 30240 - Mathematical Technician 24.48 30361 - Paralegal/Legal Assistant I 15.98 30362 - Paralegal/Legal Assistant II 18.90 30363 - Paralegal/Legal Assistant III 23.12 30364 - Paralegal/Legal Assistant IV 27.95 30390 - Photo-Optics Technician 24.48 30461 - Technical Writer I 24.48 30462 - Technical Writer II 29.45 30463 - Technical Writer III 32.79 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 2) 22.03 Surface Programs 30621 - Weather Observer, Senior (see 2) 24.48 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.51 31030 - Bus Driver 14.07 31043 - Driver Courier 12.36 31260 - Parking and Lot Attendant 10.06 31290 - Shuttle Bus Driver 13.21 31310 - Taxi Driver 10.59 31361 - Truckdriver, Light 13.21 31362 - Truckdriver, Medium 14.07 31363 - Truckdriver, Heavy 15.07 31364 - Truckdriver, Tractor-Trailer 15.07 99000 - Miscellaneous Occupations 99030 - Cashier 7.88 99050 - Desk Clerk 8.22 99095 - Embalmer 22.29 99251 - Laboratory Animal Caretaker I 9.65 99252 - Laboratory Animal Caretaker II 10.31 99310 - Mortician 22.29 99410 - Pest Controller 13.39 99510 - Photofinishing Worker 12.74 99710 - Recycling Laborer 14.53 99711 - Recycling Specialist 17.02 99730 - Refuse Collector 13.30 99810 - Sales Clerk 10.75 99820 - School Crossing Guard 13.56 99830 - Survey Party Chief 18.67 99831 - Surveying Aide 11.09 99832 - Surveying Technician 16.97 99840 - Vending Machine Attendant 10.81 99841 - Vending Machine Repairer 12.82 99842 - Vending Machine Repairer Helper 10.81 _____________________________________________________________________________ _______ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d4b3e86bdb2f1fdf339465361f6b8b47)
 
Place of Performance
Address: Fort Campbell, Kentucky, 42223, United States
Zip Code: 42223
 
Record
SN04001080-W 20160128/160126234310-d4b3e86bdb2f1fdf339465361f6b8b47 (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.