Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

R -- SMFS Youth SVCs - Amendment 2 - Amendment 3

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
11057376
 
Archive Date
10/6/2017
 
Point of Contact
Phillip Chik,
 
E-Mail Address
phillip.l.chik2.mil@mail.mil
(phillip.l.chik2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amedment 2 PWS Please acknowledge Amendment 2 Combined Synopsis # 11057376 Amendment 2 Action Code: Combined Synopsis NAICS Code/ PSC Code: 541990/ R-799 Subject: Youth Outreach Services Solicitation Number: 11057376 Posted date: September 14, 2017 Response due Date and Time: September 21, 11:00 AM PST Set Aside: Total Small Business Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P, 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Performance Location: ORARNG Service Family Member Support (SMFS) ANDERSON READINESS CENTER (ARC) 3225 State Street Salem, Or 97309 Information to Offerors All Quotes shall be firm-fixed pricing. If you have any questions or concerns regarding this Request for Quote (RFQ), please contact Phillip Chik at 503-584-3784 or at email: phillip.l.chik2.mil@mail.mil. To ensure receipt of your quote, please send quote to LTC Phillip Chik SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. PRICES QUOTED MUST BE VALID FOR 30 DAYS. PLEASE PRICE IN YOUR QUOTE INTO CLIN 0001-0003 of this Solicitation (Under "Evaluation Factors (Technical)"). Attach separate documentation outlined in the Performance Work Statement (PWS) for technical evaluation as outlined in the PWS. FOB Destination TO: ORARNG 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your Quote Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Period of Performance (POP): The POP is outlined in the PWS attached to the solicitation posting Contractor must be able to provide the below training certificates 3 days before the commencement of work is to start on or before September 26th 2017. Certificates must be provided to the Contracting Officers Representative (COR) along with copies sent to the Contracting Officer and Contract Specialist. AT Level I Training. This provision/clause/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days before contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the Contracting Officer, within 3 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 3 calendar days of the training event start date (NLT 23 September 2017), with the results reported to the COR and KO before contract commencement. Contracting Manpower Recording Act (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in this associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. Information regarding CMR, including contractor user guides, can be obtained at the following website: https://cmra.army.mil/help/glossary.html Unit Identification Code (UIC) for the Requiring Activity: W8BAAA Issuing Office DoDAAC: W912JV Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror meeting all the requirements of the Selection Criteria outlined in the PWS. It is also required that you provide adequate technical documentation as required by the requirements of this solicitation to determine you are capable of providing the services needed. The awarded vendor will provide us with the documents listed below. This will be verified by a government representative that the person is technically acceptable before issuance of award. SELECTION CRITERIA The contractor must produce these documents along with their firm fixed priced quote in order to be considered for selection based on the following criteria, Please Place your technical certifications on a separate document entitled Performance Work Statement (Evaluation Factor Documents) along with your quote pricing listed in the bottom of this section. The price listed at the bottom of this section will be evaluated for price only: Period of Performance: This position for 1 year starting September 26th 2017 and ending September 25th 2018. Evaluation Factors (Technical) In order to meet the Technical Specifications, All quotes must provide documents that meet or exceed the below evaluation factors for meeting technical experience levels. Quotes that do not provide the below documentation can be excluded from award. 1. It is strongly desired that applicants have Bachelor's degree in a related social science degree or can demonstrate practical experience in the area(s) of expertise required by the technical specifications, as well as demonstrate capability in program/project coordination applications, with three years' experience. The Contractor shall have a minimum of 1 year practical experience in Youth Services. Applicant must show documentation to support this with their quote. 2. A National Agency Check with Inquiries (CNACI) is required, and a favorable completion of FBI fingerprint History Check must be completed. This is a required DoD mandate and must be provided, or quote will be excluded. 3. "Past Performance" Prime Vendor or sub-contracted vendor must show two (2) but no more than five (5) jobs working with the government related in scope to this requirement as part of the Technical Evaluation Criteria. NOTE: Please provide pricing on the Solicitation form for CLIN 0001 1 JOB Youth Outreach Services Coordinator CLIN 0001 1 JOB Youth Outreach Services Coordinator TOTAL tiny_mce_marker __________________ CLIN 0002 Travel (See 5.9.3 in the PWS) TOTAL tiny_mce_marker __________________ CLIN 0003: Army Contractor Manpower Reporting Requirement (yearly requirement). See individual Line Item PWS. Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker _______________ TOTAL CLIN 0001 - 0003 TOTAL tiny_mce_marker ________________ WAGE DETERMINATION: WD 15-5574 (Rev.-3) was first posted on www.wdol.gov on 08/08/2017 ************************************************************************************ 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.: 2015-5574 Daniel W. Simms Division of | Revision No.: 3 Director Wage Determinations| Date Of Revision: 08/03/2017 |_ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any 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 $10.20 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 2017. 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: Oregon Area: Oregon Counties of Marion, Polk **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.91 01012 - Accounting Clerk II 16.74 01013 - Accounting Clerk III 19.91 01020 - Administrative Assistant 22.35 01035 - Court Reporter 19.88 01041 - Customer Service Representative I 12.52 01042 - Customer Service Representative II 14.07 01043 - Customer Service Representative III 15.35 01051 - Data Entry Operator I 13.02 01052 - Data Entry Operator II 14.28 01060 - Dispatcher, Motor Vehicle 20.74 01070 - Document Preparation Clerk 15.13 01090 - Duplicating Machine Operator 15.13 01111 - General Clerk I 12.82 01112 - General Clerk II 13.99 01113 - General Clerk III 17.33 01120 - Housing Referral Assistant 20.42 01141 - Messenger Courier 15.70 01191 - Order Clerk I 14.89 01192 - Order Clerk II 16.25 01261 - Personnel Assistant (Employment) I 15.71 01262 - Personnel Assistant (Employment) II 19.59 01263 - Personnel Assistant (Employment) III 20.55 01270 - Production Control Clerk 20.55 01290 - Rental Clerk 15.98 01300 - Scheduler, Maintenance 16.38 01311 - Secretary I 16.38 01312 - Secretary II 18.32 01313 - Secretary III 20.42 01320 - Service Order Dispatcher 18.54 01410 - Supply Technician 22.62 01420 - Survey Worker 19.88 01460 - Switchboard Operator/Receptionist 14.41 01531 - Travel Clerk I 13.60 01532 - Travel Clerk II 14.80 01533 - Travel Clerk III 15.93 01611 - Word Processor I 14.12 01612 - Word Processor II 15.86 01613 - Word Processor III 19.59 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 21.95 05010 - Automotive Electrician 19.85 05040 - Automotive Glass Installer 18.97 05070 - Automotive Worker 18.97 05110 - Mobile Equipment Servicer 17.05 05130 - Motor Equipment Metal Mechanic 19.95 05160 - Motor Equipment Metal Worker 18.97 05190 - Motor Vehicle Mechanic 19.95 05220 - Motor Vehicle Mechanic Helper 16.04 05250 - Motor Vehicle Upholstery Worker 18.04 05280 - Motor Vehicle Wrecker 18.97 05310 - Painter, Automotive 19.85 05340 - Radiator Repair Specialist 18.97 05370 - Tire Repairer 13.76 05400 - Transmission Repair Specialist 19.95 07000 - Food Preparation And Service Occupations 07010 - Baker 13.87 07041 - Cook I 12.86 07042 - Cook II 14.31 07070 - Dishwasher 10.54 07130 - Food Service Worker 10.57 07210 - Meat Cutter 16.87 07260 - Waiter/Waitress 10.67 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 16.62 09040 - Furniture Handler 11.96 09080 - Furniture Refinisher 17.34 09090 - Furniture Refinisher Helper 13.62 09110 - Furniture Repairer, Minor 15.36 09130 - Upholsterer 18.24 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.31 11060 - Elevator Operator 13.31 11090 - Gardener 15.89 11122 - Housekeeping Aide 13.31 11150 - Janitor 13.31 11210 - Laborer, Grounds Maintenance 12.58 11240 - Maid or Houseman 11.62 11260 - Pruner 11.49 11270 - Tractor Operator 14.79 11330 - Trail Maintenance Worker 12.58 11360 - Window Cleaner 14.58 12000 - Health Occupations 12010 - Ambulance Driver 19.04 12011 - Breath Alcohol Technician 20.96 12012 - Certified Occupational Therapist Assistant 27.26 12015 - Certified Physical Therapist Assistant 26.14 12020 - Dental Assistant 18.44 12025 - Dental Hygienist 37.09 12030 - EKG Technician 31.75 12035 - Electroneurodiagnostic Technologist 31.75 12040 - Emergency Medical Technician 19.04 12071 - Licensed Practical Nurse I 18.74 12072 - Licensed Practical Nurse II 20.96 12073 - Licensed Practical Nurse III 23.38 12100 - Medical Assistant 17.29 12130 - Medical Laboratory Technician 21.58 12160 - Medical Record Clerk 17.33 12190 - Medical Record Technician 19.38 12195 - Medical Transcriptionist 18.16 12210 - Nuclear Medicine Technologist 46.05 12221 - Nursing Assistant I 11.39 12222 - Nursing Assistant II 12.79 12223 - Nursing Assistant III 13.95 12224 - Nursing Assistant IV 15.68 12235 - Optical Dispenser 17.85 12236 - Optical Technician 18.26 12250 - Pharmacy Technician 18.59 12280 - Phlebotomist 15.68 12305 - Radiologic Technologist 31.44 12311 - Registered Nurse I 29.04 12312 - Registered Nurse II 35.53 12313 - Registered Nurse II, Specialist 35.53 12314 - Registered Nurse III 42.99 12315 - Registered Nurse III, Anesthetist 42.99 12316 - Registered Nurse IV 51.52 12317 - Scheduler (Drug and Alcohol Testing) 25.96 12320 - Substance Abuse Treatment Counselor 22.29 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 23.08 13012 - Exhibits Specialist II 28.60 13013 - Exhibits Specialist III 34.68 13041 - Illustrator I 22.21 13042 - Illustrator II 27.51 13043 - Illustrator III 33.65 13047 - Librarian 31.63 13050 - Library Aide/Clerk 13.53 13054 - Library Information Technology Systems 28.56 Administrator 13058 - Library Technician 17.44 13061 - Media Specialist I 20.61 13062 - Media Specialist II 23.07 13063 - Media Specialist III 25.70 13071 - Photographer I 16.64 13072 - Photographer II 18.61 13073 - Photographer III 23.06 13074 - Photographer IV 28.20 13075 - Photographer V 34.12 13090 - Technical Order Library Clerk 16.92 13110 - Video Teleconference Technician 20.64 14000 - Information Technology Occupations 14041 - Computer Operator I 16.61 14042 - Computer Operator II 18.58 14043 - Computer Operator III 20.71 14044 - Computer Operator IV 23.01 14045 - Computer Operator V 25.49 14071 - Computer Programmer I (see 1) 21.58 14072 - Computer Programmer II (see 1) 26.73 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 16.61 14160 - Personal Computer Support Technician 23.01 14170 - System Support Specialist 29.68 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.55 15020 - Aircrew Training Devices Instructor (Rated) 34.31 15030 - Air Crew Training Devices Instructor (Pilot) 41.12 15050 - Computer Based Training Specialist / Instructor 28.55 15060 - Educational Technologist 37.24 15070 - Flight Instructor (Pilot) 41.12 15080 - Graphic Artist 21.45 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 38.53 15086 - Maintenance Test Pilot, Rotary Wing 38.53 15088 - Non-Maintenance Test/Co-Pilot 38.53 15090 - Technical Instructor 21.83 15095 - Technical Instructor/Course Developer 26.69 15110 - Test Proctor 17.79 15120 - Tutor 17.79 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.95 16030 - Counter Attendant 11.95 16040 - Dry Cleaner 14.08 16070 - Finisher, Flatwork, Machine 11.95 16090 - Presser, Hand 11.95 16110 - Presser, Machine, Drycleaning 11.95 16130 - Presser, Machine, Shirts 11.95 16160 - Presser, Machine, Wearing Apparel, Laundry 11.95 16190 - Sewing Machine Operator 14.67 16220 - Tailor 15.26 16250 - Washer, Machine 12.90 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 23.54 19040 - Tool And Die Maker 29.50 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.89 21030 - Material Coordinator 20.40 21040 - Material Expediter 20.40 21050 - Material Handling Laborer 13.22 21071 - Order Filler 13.60 21080 - Production Line Worker (Food Processing) 14.89 21110 - Shipping Packer 14.79 21130 - Shipping/Receiving Clerk 14.79 21140 - Store Worker I 13.72 21150 - Stock Clerk 18.05 21210 - Tools And Parts Attendant 14.89 21410 - Warehouse Specialist 14.89 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 28.39 23019 - Aircraft Logs and Records Technician 24.27 23021 - Aircraft Mechanic I 26.93 23022 - Aircraft Mechanic II 28.39 23023 - Aircraft Mechanic III 29.84 23040 - Aircraft Mechanic Helper 21.12 23050 - Aircraft, Painter 24.87 23060 - Aircraft Servicer 24.27 23070 - Aircraft Survival Flight Equipment Technician 24.87 23080 - Aircraft Worker 25.60 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 25.60 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 26.93 II 23110 - Appliance Mechanic 21.15 23120 - Bicycle Repairer 16.65 23125 - Cable Splicer 38.21 23130 - Carpenter, Maintenance 20.28 23140 - Carpet Layer 22.94 23160 - Electrician, Maintenance 29.99 23181 - Electronics Technician Maintenance I 25.99 23182 - Electronics Technician Maintenance II 29.10 23183 - Electronics Technician Maintenance III 30.76 23260 - Fabric Worker 21.81 23290 - Fire Alarm System Mechanic 27.05 23310 - Fire Extinguisher Repairer 20.39 23311 - Fuel Distribution System Mechanic 26.02 23312 - Fuel Distribution System Operator 20.39 23370 - General Maintenance Worker 19.18 23380 - Ground Support Equipment Mechanic 26.93 23381 - Ground Support Equipment Servicer 24.27 23382 - Ground Support Equipment Worker 25.60 23391 - Gunsmith I 20.39 23392 - Gunsmith II 23.17 23393 - Gunsmith III 26.02 23410 - Heating, Ventilation And Air-Conditioning 21.29 Mechanic 23411 - Heating, Ventilation And Air Contidioning 22.45 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 26.42 23440 - Heavy Equipment Operator 23.49 23460 - Instrument Mechanic 27.58 23465 - Laboratory/Shelter Mechanic 24.62 23470 - Laborer 12.87 23510 - Locksmith 22.07 23530 - Machinery Maintenance Mechanic 23.55 23550 - Machinist, Maintenance 25.12 23580 - Maintenance Trades Helper 14.74 23591 - Metrology Technician I 27.58 23592 - Metrology Technician II 29.06 23593 - Metrology Technician III 30.56 23640 - Millwright 28.28 23710 - Office Appliance Repairer 20.53 23760 - Painter, Maintenance 18.24 23790 - Pipefitter, Maintenance 30.95 23810 - Plumber, Maintenance 28.20 23820 - Pneudraulic Systems Mechanic 26.02 23850 - Rigger 26.02 23870 - Scale Mechanic 23.17 23890 - Sheet-Metal Worker, Maintenance 24.87 23910 - Small Engine Mechanic 18.73 23931 - Telecommunications Mechanic I 28.57 23932 - Telecommunications Mechanic II 30.12 23950 - Telephone Lineman 28.32 23960 - Welder, Combination, Maintenance 21.08 23965 - Well Driller 25.76 23970 - Woodcraft Worker 26.15 23980 - Woodworker 17.67 24000 - Personal Needs Occupations 24550 - Case Manager 16.95 24570 - Child Care Attendant 10.95 24580 - Child Care Center Clerk 14.34 24610 - Chore Aide 11.52 24620 - Family Readiness And Support Services 16.95 Coordinator 24630 - Homemaker 16.95 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 26.09 25040 - Sewage Plant Operator 26.41 25070 - Stationary Engineer 26.09 25190 - Ventilation Equipment Tender 19.07 25210 - Water Treatment Plant Operator 26.41 27000 - Protective Service Occupations 27004 - Alarm Monitor 25.77 27007 - Baggage Inspector 13.41 27008 - Corrections Officer 26.42 27010 - Court Security Officer 28.80 27030 - Detection Dog Handler 16.79 27040 - Detention Officer 26.42 27070 - Firefighter 28.92 27101 - Guard I 13.41 27102 - Guard II 16.79 27131 - Police Officer I 32.00 27132 - Police Officer II 35.56 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.25 28042 - Carnival Equipment Repairer 14.24 28043 - Carnival Worker 10.29 28210 - Gate Attendant/Gate Tender 16.43 28310 - Lifeguard 12.65 28350 - Park Attendant (Aide) 18.38 28510 - Recreation Aide/Health Facility Attendant 13.42 28515 - Recreation Specialist 22.73 28630 - Sports Official 14.63 28690 - Swimming Pool Operator 19.18 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.60 29020 - Hatch Tender 24.60 29030 - Line Handler 24.60 29041 - Stevedore I 23.15 29042 - Stevedore II 26.13 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.76 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.43 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.20 30021 - Archeological Technician I 16.73 30022 - Archeological Technician II 18.72 30023 - Archeological Technician III 23.18 30030 - Cartographic Technician 23.18 30040 - Civil Engineering Technician 30.40 30051 - Cryogenic Technician I 24.96 30052 - Cryogenic Technician II 27.57 30061 - Drafter/CAD Operator I 16.73 30062 - Drafter/CAD Operator II 18.72 30063 - Drafter/CAD Operator III 20.86 30064 - Drafter/CAD Operator IV 25.68 30081 - Engineering Technician I 16.14 30082 - Engineering Technician II 18.13 30083 - Engineering Technician III 20.29 30084 - Engineering Technician IV 25.76 30085 - Engineering Technician V 31.76 30086 - Engineering Technician VI 37.19 30090 - Environmental Technician 22.54 30095 - Evidence Control Specialist 22.54 30210 - Laboratory Technician 20.28 30221 - Latent Fingerprint Technician I 24.96 30222 - Latent Fingerprint Technician II 27.57 30240 - Mathematical Technician 22.54 30361 - Paralegal/Legal Assistant I 19.90 30362 - Paralegal/Legal Assistant II 24.66 30363 - Paralegal/Legal Assistant III 30.15 30364 - Paralegal/Legal Assistant IV 36.49 30375 - Petroleum Supply Specialist 27.57 30390 - Photo-Optics Technician 23.18 30395 - Radiation Control Technician 27.57 30461 - Technical Writer I 22.54 30462 - Technical Writer II 27.71 30463 - Technical Writer III 33.35 30491 - Unexploded Ordnance (UXO) Technician I 25.27 30492 - Unexploded Ordnance (UXO) Technician II 30.58 30493 - Unexploded Ordnance (UXO) Technician III 36.65 30494 - Unexploded (UXO) Safety Escort 25.27 30495 - Unexploded (UXO) Sweep Personnel 25.27 30501 - Weather Forecaster I 24.96 30502 - Weather Forecaster II 30.36 30620 - Weather Observer, Combined Upper Air Or (see 2) 20.86 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.18 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 30.58 31020 - Bus Aide 13.17 31030 - Bus Driver 17.89 31043 - Driver Courier 14.29 31260 - Parking and Lot Attendant 11.53 31290 - Shuttle Bus Driver 15.36 31310 - Taxi Driver 11.85 31361 - Truckdriver, Light 15.29 31362 - Truckdriver, Medium 18.77 31363 - Truckdriver, Heavy 20.76 31364 - Truckdriver, Tractor-Trailer 20.76 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.91 99030 - Cashier 12.12 99050 - Desk Clerk 11.50 99095 - Embalmer 27.05 99130 - Flight Follower 25.27 99251 - Laboratory Animal Caretaker I 13.54 99252 - Laboratory Animal Caretaker II 14.53 99260 - Marketing Analyst 30.16 99310 - Mortician 27.05 99410 - Pest Controller 18.99 99510 - Photofinishing Worker 14.81 99710 - Recycling Laborer 23.46 99711 - Recycling Specialist 27.50 99730 - Refuse Collector 21.37 99810 - Sales Clerk 13.43 99820 - School Crossing Guard 14.42 99830 - Survey Party Chief 30.65 99831 - Surveying Aide 18.08 99832 - Surveying Technician 24.75 99840 - Vending Machine Attendant 19.51 99841 - Vending Machine Repairer 23.76 99842 - Vending Machine Repairer Helper 19.51 Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $4.41 per hour computed on the basis of all hours worked by service employees employed on the contract. HEALTH & WELFARE EO 13706: Minimum employer contributions costing an average of $4. 13 per hour computed on the basis of all hours worked by service employees employed on the covered contracts. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 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 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.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)). Provisions and Clauses NOTE: These are Required Informal Solicitation provisions and clauses, additional ones may be added at award pertaining to the individual contract. FAR 52.204-7, Systems for Award Management. FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 -- Evaluation -- Commercial Items FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post Award Small Business Representation. FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55, Minimum Wages Under Executive Order 13658. FAR 52.223-5 Pollution Prevention and Right to Know Information. FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for breach of Contract Claim. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation. FAR 52.245-1, Government Property FAR 52.245-9, Usage and Charges FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-225.7001, BAA - Balance of Payments Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C.3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71,Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include -- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer- System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt Payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period at fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the SAM database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End Use License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Employee Class Monetary Wage -- Fringe Benefits 24620 Family Readiness and Support Services Coordinator GS 7 equivalent or $20.25 (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Sep 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 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.) (xiii) 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) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. (a) The use in this solicitation or contract of any Federal Acquisition Regulation FAR (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date and time to: Phillip Chik at phillip.l.chik2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/11057376 /listing.html)
 
Place of Performance
Address: ANDERSON READINESS CENTER (ARC), 3225 State Street, Salem, Oregon, 97309, United States
Zip Code: 97309
 
Record
SN04679498-W 20170917/170915231237-561b07220877c4d80dc9f7840d610339 (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.