Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

H -- FURNISH ALL EQUIPMENT, MATERIALS, SUPPLIES, PERSONNEL AND LABOR NECESSARY TO COMPLETE FIRE EQUIPMENT INSPECTION - Scope of Work - Bid Schedule

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-16-T-0034
 
Archive Date
8/19/2016
 
Point of Contact
Kelly A. Turcotte, Phone: 6016315379
 
E-Mail Address
Kelly.A.Turcotte@usace.army.mil
(Kelly.A.Turcotte@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid schedule Scope of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W912EE-16-T-0034 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. This solicitation is being issued under a 100% Small Business Set Aside. The NAICS code for this procurement is 561990 - All Other Support Services; with a size standard of $11 Mil. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District, has a requirement to furnish all equipment, materials, supplies, personnel and labor to complete Fire Equipment Inspection for the MAT Sinking Unit, Vicksburg, MS in accordance with the attached scope of work. The delivery and installation will take place in Vicksburg, MS. See date of performance paragraph in the Scope of Work for important information including work completion date. SITE VISIT: Offerors are encouraged to inspect the sites where the services are to be performed to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event, shall failure to inspect the site constitute grounds for a claim after contract award. The site visit Point of Contact is Nathan Jabour. Mr. Jabour can be contacted to schedule a site visit between the hours of 7:00 a.m. CST and 3:30 p.m. CST, Monday through Thursday at (cell) 601-415-0944 or (Office) 601-631-7450, or by email at Nathanael.J.Jabour@usace.army.mil. Offerors shall not solicit advice or assistance from any Government employee pertaining to proposal preparation, scope, or content during the site visit. Also, any advice or assistance provided by a Government employee pertaining to proposal preparation, scope or content shall not, in any way, be binding upon the Government. Oral questions pertaining to the scope of work or other contractual matters will not be entertained during site visits. Any questions concerning this RFQ should immediately be directed to Kelly Turcotte at the following email address: Kelly.A.Turcotte@usace.army.mil or by phone at (601)631-5379. OFFERS MAY BE QUOTED AS FOLLOWS: Provide pricing on the Bidding Schedule attached to this solicitation posting under the "Additional Documentation" link at the bottom of this posting. PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS are posted as an attachment to this solicitation under the "Additional Documentation" link at the bottom of this posting. To access the specification documents click on the "Additional Documentation" link toward the bottom of this posting. The government intends to make one award for one firm fixed price contract. Offers for less than the required delivery will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance, and (3) Price. The government will issue award to the Offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & that demonstrates satisfactory past performance. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical acceptability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine your technical acceptability, satisfactory past performance or price may be cause for rejection of your quote. (1) Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide the specified services in accordance with the project Scope-of-Work, including but not limited to, the capability to provide the services specified, and in accordance with the specified delivery schedule. The contractor shall provide sufficient documentation of their technical capability, by including technical literature, brochures, equipment list, Key Personnel List, Resumes, or any other information to enable the Government to determine the offeror's capability to perform work. (2) Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify their past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. (3) Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any quote that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. All quotes will be evaluated and a determination made of lowest price, from prices presented on the Fully Completed Bidding Schedule, based on the Total of all line items. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-17 Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). FAR 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). FAR 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). FAR 52.223-1 Biobased Product Certification (May 2012) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-4 Recovered Material Certification (May 2008) FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items (May 2008) FAR 52.223-10 Waste Reduction Program FAR 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). FAR 52.237-11 Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). FAR 52.228-5 Insurance-Work on a Government Installation (Jan 1997) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-4 Alterations in Contract. (Apr 1984) FAR 52.252-2 Clauses Incorporated by Reference; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.203-7000 Requirement Relating to compensation of former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Veterans Employment Emphasis for U.S. Army Corps of Engineers Contracts In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs-VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warriors Program- http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans-Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_-_guide_to_hiring_veterans_0.pdf TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 2 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-16-T-0034 The Bidder/Offeror Inquiry Key is: 2XV38A-3RBHKB Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Quotes are due Thursday, August 4, 2016, not later than 1:30 p.m. CST, to U.S. Army Corps of Engineers, ATTN: Kelly A. Turcotte, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Kelly.A.Turcotte@usace.army.mil. For information concerning this solicitation, contact Kelly A. Turcotte at (601) 631-5379; E-mail: Kelly.A.Turcotte@usace.army.mil. • You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. • Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. • Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing time. • Quotes must be clearly identified for Solicitation No W912EE-16-T-0034 to the Attn. of Kelly A. Turcotte, Vicksburg District Contracting Office, CEMVK-CT-S. WAGE DETERMINATIONS WD 15-5173 (Rev.-3) was first posted on www.wdol.gov on 06/21/2016 ************************************************************************************ 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.: 2015-5173 Daniel W. Simms Division of | Revision No.: 3 Director Wage Determinations| Date Of Revision: 06/15/2016 _______________________________________|____________________________________________ 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. ____________________________________________________________________________________ State: Mississippi Area: Mississippi Counties of Adams, Amite, Claiborne, Covington, Franklin, Issaquena, Jefferson, Jefferson Davis, Lawrence, Lincoln, Marion, Pike, Sharkey, Walthall, Warren, Wilkinson, Yazoo ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.16 01012 - Accounting Clerk II 14.77 01013 - Accounting Clerk III 16.68 01020 - Administrative Assistant 19.90 01035 - Court Reporter 17.17 01041 - Customer Service Representative I 11.10 01042 - Customer Service Representative II 12.49 01043 - Customer Service Representative III 13.62 01051 - Data Entry Operator I 11.23 01052 - Data Entry Operator II 12.26 01060 - Dispatcher, Motor Vehicle 17.52 01070 - Document Preparation Clerk 11.65 01090 - Duplicating Machine Operator 11.65 01111 - General Clerk I 10.84 01112 - General Clerk II 11.83 01113 - General Clerk III 13.28 01120 - Housing Referral Assistant 16.76 01141 - Messenger Courier 9.49 01191 - Order Clerk I 11.73 01192 - Order Clerk II 13.84 01261 - Personnel Assistant (Employment) I 14.80 01262 - Personnel Assistant (Employment) II 16.56 01263 - Personnel Assistant (Employment) III 18.47 01270 - Production Control Clerk 19.93 01290 - Rental Clerk 12.00 01300 - Scheduler, Maintenance 13.07 01311 - Secretary I 13.07 01312 - Secretary II 14.64 01313 - Secretary III 16.76 01320 - Service Order Dispatcher 15.36 01410 - Supply Technician 19.90 01420 - Survey Worker 12.43 01460 - Switchboard Operator/Receptionist 11.96 01531 - Travel Clerk I 11.43 01532 - Travel Clerk II 12.05 01533 - Travel Clerk III 12.66 01611 - Word Processor I 12.29 01612 - Word Processor II 13.79 01613 - Word Processor III 15.43 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.56 05010 - Automotive Electrician 17.13 05040 - Automotive Glass Installer 16.21 05070 - Automotive Worker 16.21 05110 - Mobile Equipment Servicer 14.24 05130 - Motor Equipment Metal Mechanic 18.03 05160 - Motor Equipment Metal Worker 16.21 05190 - Motor Vehicle Mechanic 17.35 05220 - Motor Vehicle Mechanic Helper 13.16 05250 - Motor Vehicle Upholstery Worker 15.14 05280 - Motor Vehicle Wrecker 16.21 05310 - Painter, Automotive 17.13 05340 - Radiator Repair Specialist 16.21 05370 - Tire Repairer 12.92 05400 - Transmission Repair Specialist 18.03 07000 - Food Preparation And Service Occupations 07010 - Baker 10.90 07041 - Cook I 8.61 07042 - Cook II 10.14 07070 - Dishwasher 8.28 07130 - Food Service Worker 8.44 07210 - Meat Cutter 12.48 07260 - Waiter/Waitress 8.32 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.04 09040 - Furniture Handler 9.97 09080 - Furniture Refinisher 17.04 09090 - Furniture Refinisher Helper 12.39 09110 - Furniture Repairer, Minor 14.81 09130 - Upholsterer 17.04 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.42 11060 - Elevator Operator 9.42 11090 - Gardener 14.95 11122 - Housekeeping Aide 9.55 11150 - Janitor 9.55 11210 - Laborer, Grounds Maintenance 10.19 11240 - Maid or Houseman 8.29 11260 - Pruner 8.96 11270 - Tractor Operator 13.53 11330 - Trail Maintenance Worker 10.19 11360 - Window Cleaner 10.85 12000 - Health Occupations 12010 - Ambulance Driver 13.24 12011 - Breath Alcohol Technician 17.03 12012 - Certified Occupational Therapist Assistant 20.71 12015 - Certified Physical Therapist Assistant 18.74 12020 - Dental Assistant 15.24 12025 - Dental Hygienist 30.04 12030 - EKG Technician 21.41 12035 - Electroneurodiagnostic Technologist 21.41 12040 - Emergency Medical Technician 13.24 12071 - Licensed Practical Nurse I 15.22 12072 - Licensed Practical Nurse II 17.03 12073 - Licensed Practical Nurse III 17.99 12100 - Medical Assistant 12.52 12130 - Medical Laboratory Technician 15.86 12160 - Medical Record Clerk 12.68 12190 - Medical Record Technician 14.18 12195 - Medical Transcriptionist 15.22 12210 - Nuclear Medicine Technologist 32.69 12221 - Nursing Assistant I 9.99 12222 - Nursing Assistant II 11.24 12223 - Nursing Assistant III 12.27 12224 - Nursing Assistant IV 13.77 12235 - Optical Dispenser 15.92 12236 - Optical Technician 15.22 12250 - Pharmacy Technician 13.41 12280 - Phlebotomist 13.84 12305 - Radiologic Technologist 22.41 12311 - Registered Nurse I 23.01 12312 - Registered Nurse II 28.15 12313 - Registered Nurse II, Specialist 28.15 12314 - Registered Nurse III 34.05 12315 - Registered Nurse III, Anesthetist 34.05 12316 - Registered Nurse IV 40.81 12317 - Scheduler (Drug and Alcohol Testing) 20.01 12320 - Substance Abuse Treatment Counselor 12.59 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 15.97 13012 - Exhibits Specialist II 19.79 13013 - Exhibits Specialist III 23.91 13041 - Illustrator I 15.97 13042 - Illustrator II 19.79 13043 - Illustrator III 23.91 13047 - Librarian 21.91 13050 - Library Aide/Clerk 10.39 13054 - Library Information Technology Systems 19.79 Administrator 13058 - Library Technician 12.56 13061 - Media Specialist I 14.28 13062 - Media Specialist II 15.97 13063 - Media Specialist III 17.81 13071 - Photographer I 14.50 13072 - Photographer II 16.21 13073 - Photographer III 20.10 13074 - Photographer IV 24.59 13075 - Photographer V 29.73 13090 - Technical Order Library Clerk 13.05 13110 - Video Teleconference Technician 16.44 14000 - Information Technology Occupations 14041 - Computer Operator I 16.58 14042 - Computer Operator II 18.55 14043 - Computer Operator III 21.14 14044 - Computer Operator IV 27.01 14045 - Computer Operator V 27.20 14071 - Computer Programmer I (see 1) 20.08 14072 - Computer Programmer II (see 1) 24.87 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 16.58 14160 - Personal Computer Support Technician 27.01 14170 - System Support Specialist 21.50 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.72 15020 - Aircrew Training Devices Instructor (Rated) 34.74 15030 - Air Crew Training Devices Instructor (Pilot) 41.64 15050 - Computer Based Training Specialist / Instructor 28.72 15060 - Educational Technologist 24.19 15070 - Flight Instructor (Pilot) 41.64 15080 - Graphic Artist 20.31 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 38.19 15086 - Maintenance Test Pilot, Rotary Wing 38.19 15088 - Non-Maintenance Test/Co-Pilot 38.19 15090 - Technical Instructor 20.13 15095 - Technical Instructor/Course Developer 24.61 15110 - Test Proctor 16.27 15120 - Tutor 16.27 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.29 16030 - Counter Attendant 8.29 16040 - Dry Cleaner 9.67 16070 - Finisher, Flatwork, Machine 8.29 16090 - Presser, Hand 8.29 16110 - Presser, Machine, Drycleaning 8.29 16130 - Presser, Machine, Shirts 8.29 16160 - Presser, Machine, Wearing Apparel, Laundry 8.29 16190 - Sewing Machine Operator 10.15 16220 - Tailor 10.63 16250 - Washer, Machine 8.74 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.39 19040 - Tool And Die Maker 24.71 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 12.59 21030 - Material Coordinator 19.93 21040 - Material Expediter 19.93 21050 - Material Handling Laborer 11.88 21071 - Order Filler 11.27 21080 - Production Line Worker (Food Processing) 12.59 21110 - Shipping Packer 13.74 21130 - Shipping/Receiving Clerk 13.74 21140 - Store Worker I 9.70 21150 - Stock Clerk 14.34 21210 - Tools And Parts Attendant 13.37 21410 - Warehouse Specialist 12.59 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 21.06 23019 - Aircraft Logs and Records Technician 16.78 23021 - Aircraft Mechanic I 19.98 23022 - Aircraft Mechanic II 21.06 23023 - Aircraft Mechanic III 22.06 23040 - Aircraft Mechanic Helper 14.58 23050 - Aircraft, Painter 18.15 23060 - Aircraft Servicer 16.78 23070 - Aircraft Survival Flight Equipment Technician 18.15 23080 - Aircraft Worker 17.98 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 17.98 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 19.98 II 23110 - Appliance Mechanic 17.58 23120 - Bicycle Repairer 13.55 23125 - Cable Splicer 21.97 23130 - Carpenter, Maintenance 15.70 23140 - Carpet Layer 16.02 23160 - Electrician, Maintenance 22.67 23181 - Electronics Technician Maintenance I 16.91 23182 - Electronics Technician Maintenance II 17.78 23183 - Electronics Technician Maintenance III 18.75 23260 - Fabric Worker 14.81 23290 - Fire Alarm System Mechanic 17.75 23310 - Fire Extinguisher Repairer 13.61 23311 - Fuel Distribution System Mechanic 16.59 23312 - Fuel Distribution System Operator 13.99 23370 - General Maintenance Worker 14.93 23380 - Ground Support Equipment Mechanic 19.98 23381 - Ground Support Equipment Servicer 16.78 23382 - Ground Support Equipment Worker 17.98 23391 - Gunsmith I 13.61 23392 - Gunsmith II 16.02 23393 - Gunsmith III 18.17 23410 - Heating, Ventilation And Air-Conditioning 17.93 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.90 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 19.01 23440 - Heavy Equipment Operator 17.75 23460 - Instrument Mechanic 18.17 23465 - Laboratory/Shelter Mechanic 17.03 23470 - Laborer 11.56 23510 - Locksmith 17.03 23530 - Machinery Maintenance Mechanic 21.48 23550 - Machinist, Maintenance 18.13 23580 - Maintenance Trades Helper 11.84 23591 - Metrology Technician I 18.17 23592 - Metrology Technician II 19.17 23593 - Metrology Technician III 20.08 23640 - Millwright 19.53 23710 - Office Appliance Repairer 19.75 23760 - Painter, Maintenance 15.33 23790 - Pipefitter, Maintenance 17.28 23810 - Plumber, Maintenance 16.19 23820 - Pneudraulic Systems Mechanic 18.17 23850 - Rigger 18.17 23870 - Scale Mechanic 16.02 23890 - Sheet-Metal Worker, Maintenance 16.14 23910 - Small Engine Mechanic 16.02 23931 - Telecommunications Mechanic I 26.70 23932 - Telecommunications Mechanic II 28.02 23950 - Telephone Lineman 18.17 23960 - Welder, Combination, Maintenance 17.75 23965 - Well Driller 18.17 23970 - Woodcraft Worker 18.17 23980 - Woodworker 13.97 24000 - Personal Needs Occupations 24550 - Case Manager 12.47 24570 - Child Care Attendant 8.68 24580 - Child Care Center Clerk 11.19 24610 - Chore Aide 9.91 24620 - Family Readiness And Support Services 12.47 Coordinator 24630 - Homemaker 12.47 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 18.47 25040 - Sewage Plant Operator 16.05 25070 - Stationary Engineer 18.47 25190 - Ventilation Equipment Tender 12.58 25210 - Water Treatment Plant Operator 16.05 27000 - Protective Service Occupations 27004 - Alarm Monitor 12.19 27007 - Baggage Inspector 9.34 27008 - Corrections Officer 13.8627010 - Court Security Officer 15.34 27030 - Detection Dog Handler 12.03 27040 - Detention Officer 13.86 27070 - Firefighter 16.94 27101 - Guard I 9.34 27102 - Guard II 12.03 27131 - Police Officer I 16.87 27132 - Police Officer II 18.75 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.46 28042 - Carnival Equipment Repairer 14.55 28043 - Carnival Worker 9.92 28210 - Gate Attendant/Gate Tender 13.81 28310 - Lifeguard 11.01 28350 - Park Attendant (Aide) 15.45 28510 - Recreation Aide/Health Facility Attendant 11.28 28515 - Recreation Specialist 16.57 28630 - Sports Official 12.31 28690 - Swimming Pool Operator 18.14 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 16.86 29020 - Hatch Tender 16.86 29030 - Line Handler 16.86 29041 - Stevedore I 15.59 29042 - Stevedore II 17.93 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 36.49 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.17 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.71 30021 - Archeological Technician I 16.60 30022 - Archeological Technician II 18.28 30023 - Archeological Technician III 22.65 30030 - Cartographic Technician 23.21 30040 - Civil Engineering Technician 18.16 30051 - Cryogenic Technician I 23.66 30052 - Cryogenic Technician II 26.13 30061 - Drafter/CAD Operator I 16.65 30062 - Drafter/CAD Operator II 19.14 30063 - Drafter/CAD Operator III 21.92 30064 - Drafter/CAD Operator IV 25.70 30081 - Engineering Technician I 15.04 30082 - Engineering Technician II 16.88 30083 - Engineering Technician III 18.88 30084 - Engineering Technician IV 23.40 30085 - Engineering Technician V 28.82 30086 - Engineering Technician VI 34.63 30090 - Environmental Technician 23.21 30095 - Evidence Control Specialist 21.36 30210 - Laboratory Technician 20.89 30221 - Latent Fingerprint Technician I 23.66 30222 - Latent Fingerprint Technician II 26.13 30240 - Mathematical Technician 23.21 30361 - Paralegal/Legal Assistant I 18.76 30362 - Paralegal/Legal Assistant II 23.25 30363 - Paralegal/Legal Assistant III 28.44 30364 - Paralegal/Legal Assistant IV 33.85 30375 - Petroleum Supply Specialist 26.13 30390 - Photo-Optics Technician 23.21 30395 - Radiation Control Technician 26.13 30461 - Technical Writer I 22.85 30462 - Technical Writer II 27.94 30463 - Technical Writer III 33.80 30491 - Unexploded Ordnance (UXO) Technician I 23.19 30492 - Unexploded Ordnance (UXO) Technician II 28.06 30493 - Unexploded Ordnance (UXO) Technician III 33.63 30494 - Unexploded (UXO) Safety Escort 23.19 30495 - Unexploded (UXO) Sweep Personnel 23.19 30501 - Weather Forecaster I 23.66 30502 - Weather Forecaster II 28.77 30620 - Weather Observer, Combined Upper Air Or (see 2) 21.92 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.21 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 28.06 31020 - Bus Aide 9.28 31030 - Bus Driver 13.76 31043 - Driver Courier 12.60 31260 - Parking and Lot Attendant 9.40 31290 - Shuttle Bus Driver 13.84 31310 - Taxi Driver 10.24 31361 - Truckdriver, Light 13.84 31362 - Truckdriver, Medium 15.12 31363 - Truckdriver, Heavy 18.54 31364 - Truckdriver, Tractor-Trailer 18.54 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 13.68 99030 - Cashier 8.72 99050 - Desk Clerk 8.61 99095 - Embalmer 22.79 99130 - Flight Follower 23.19 99251 - Laboratory Animal Caretaker I 10.67 99252 - Laboratory Animal Caretaker II 11.72 99260 - Marketing Analyst 17.87 99310 - Mortician 22.79 99410 - Pest Controller 16.93 99510 - Photofinishing Worker 12.19 99710 - Recycling Laborer 12.69 99711 - Recycling Specialist 15.76 99730 - Refuse Collector 11.15 99810 - Sales Clerk 11.98 99820 - School Crossing Guard 10.96 99830 - Survey Party Chief 18.14 99831 - Surveying Aide 13.20 99832 - Surveying Technician 16.49 99840 - Vending Machine Attendant 12.31 99841 - Vending Machine Repairer 15.11 99842 - Vending Machine Repairer Helper 12.31 ____________________________________________________________________________________ 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 20 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 4.174) 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 ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, 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 re-grading 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 ordnance, (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 ordnance, 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 ordnance, 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. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** 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 (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). 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 the 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 U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 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 Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). 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" should be used to compare job definitions to ensure 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 (See 29 CFR 4.152(c)(1)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-16-T-0034/listing.html)
 
Place of Performance
Address: 2449 Haining Road, Vicksburg, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN04200086-W 20160730/160728235113-2122fb17a52182939a40adf7585e9a6e (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.