DOCUMENT
Z -- Ground Maintenance - Solicitation
- Notice Date
- 1/21/2009
- Notice Type
- Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Agriculture, Forest Service, R-4 Geospatial Service & Technology Center, 2222 West 2300 South, Salt Lake City, Utah, 84119
- ZIP Code
- 84119
- Solicitation Number
- AG-84N8-S-09-0011
- Response Due
- 2/19/2009 4:30:00 PM
- Archive Date
- 3/31/2009
- Point of Contact
- Jammie Lindsay,, Phone: 801-975-3444
- E-Mail Address
-
jlindsay@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- COVER SHEET **ATTENTION ALL BIDDERS** In order to be awarded a Federal Government Contract, you must register annually in Central Contractor Registration. See http://www.ccr.gov/handbook.cfm for a template of information necessary for registration. (Please notify us if there are any changes ie: banking information, address changes, etc) As of January 1, 2005 every contractor is required to complete the annual Representations and Certifications electronically. See http://orca.bpn.gov for a template of information necessary to comply with this mandate. RFQ AG-84N8-S-09-0011 GROUNDS MAINTENANCE SERVICE FOR THE BEUS CANYON CENTER IN OGDEN UTAH RETURN SF-1449 (pg 1-2), Schedule of Items (pg 4), Experience Information (pg 5-6), and pages 25-33 to the address in block 9. Please reference RFQ number on the envelope. Or Fax to 801-975-3483. 1. REQUISITION NUMBERPAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 246058 1 -34 2. CONTRACT NO.3. AWARD/EFFECTIVE 4. ORDER NUMBER5. SOLICITATION NUMBER6. SOLICIATION ISSUE DATE AG-84N8-S-09-0011 January 21, 2009 a. NAMEb. TELEPHONE NUMBER(No collect8. OFFER DUE DATE/ 7. FOR SOLICITATION Jammie Lindsay, Contracting Officer Email: jlindsay@fs.fed.us 801-975-3444LOCAL TIME February 19, 2009 INFORMATION CALL: Laura Dunning, COR 801-476-9720 4:30 p.m. MT 9. ISSUED BY CODE 10. THIS ACQUISITON IS Utah Acquisition Support Center/Region 4 0 UNRESTRICTED OR X SET ASIDE: 100 % FOR 2222 West 2300 South/ 2nd Floor X SMALL BUSINESS 0 EMERGING SMALL BUSINESS Salt Lake City, Utah 84119 0 HUBZONE SMALL NAICS: 561730 BUSINESS 0 SERVICE-DISABLED VETERAN- 0 8(A) SIZE STANDARD: $ 7.0 million OWNED SMALL BUSINESS 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED X SEE SCHEDULE12. DISCOUNT TERMS0 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)13b. RATING 14. METHOD OF SOLICITATION x RFQ 0 IFB 0 RFP 15. DELIVER TO CODE Northern USDA Forest Service, Beus Canyon Work Center 4746 South 1900 East Ogden, Utah 16. ADMINISTERED BY CODE Same as Block 9 17a. CONTRACTOR/ CODE FACILITY OFFEROR CODE 18.a. PAYMENT WILL BE MADE BY CODE Same as Block 9 TELEPHONE N0. 0 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW OFFER IS CHECKED 0 SEE ADDENDUM 19.20.21.22.23.24. ITEM N0.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT Ground Maintenance Services for the Forest Health Protection at the Beus Canyon Work Center in Ogden, Utah in accordance with the attached Solicitation AG-84N8-S-09-0011 Site Visit has been scheduled for 02/12/2009. Government Estimate: Less than $50,000 Set-aside: 100% Small Business See attached schedule 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) X27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA XARE 0 ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.2124. FAR 52.212-5 IS ATTACHED. ADDENDA0 ARE 0 ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 0 29. AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY DATED.. YOUR OFFER ON SOLICITATION ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type or print)30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED 32a. QUANTITY IN COLUMN 21 HAS BEEN 0 RECEIVED0 INSPECTED 0 ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ________________________________________ 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE32c. DATE32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELPHONE NUMBER OF AUTHORZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33. SHIP NUMBER34. VOUCHER NUMBER35. AMOUNT VERIFIED CORRECTFOR36. PAYMENT37. CHECK NUMBER |PARTIAL | |FINAL 0 COMPLETE 0 PARTIAL 0 FINAL 38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print) 41 b. SIGNATURE AND TITLE OF CERTIFYING OFFICER41 c. DATE 42b. RECEIVED AT (Location) 42c. DATE RECD (YY/MM/DD)42d. TOTAL CONTAINERS STANDARD FORM 1449 (REV.3/2005) BACK Continuation of SF1449 Continuation of SF1449 Block 27: The full text of a clause or provision may be accessed electronically at www.arnet.gov/far/ (OMB Clearance No. 9000-0142) USDA – Forest Service PART I – THE SCHEDULE SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS ITEM NUMBERDESCRIPTION OF ITEMUNITESTIMATED QUANTITYUNIT PRICETOTAL 1Provides ground maintenance for Forest Health Protection/Beus Canyon Work Center Base YearMarch 1, 2009 to Sept 30, 2009 MO6 Option Year-1October 1, 2009 to Sept 30, 2010 MO12 Option Year - 2October 1, 2010 to Sept 30, 2011 MO12 Option Year- 3 October 1,2011 to Sept 30, 2012MO12 Option Year – 4 October 1, 2012 to Sept 30, 2013MO12 2Misc services such as sprinkler repair, planting, moving snow back with tractor, trucking out excess snow, and salt & sanding of parking lots are not included in base ground maintenance, and would be ordered on a task by task basis. All tasks exceeding $2,500, must be approved by Contracting Officer. These task will be billed monthly at contractors commercial, or better rate. EXPERIENCE AND EQUIPMENT INFORMATION Offeror's shall furnish the following information as it pertains to this Request for Quotation. A.Furnish the following experience information: 1.How many years experience as a prime Contractor do you have? 2.List your contract experience over the past 3 years. Contract AmountType of ProjectDate CompletedReferences: name, address, phone no. & person to contact for project info. B.Furnish the following equipment information: 1.List below the major equipment that will be utilized full-time on this project: NumberEquipment TypeDescription, Size, Capacity, etc.ConditionOwned or Rented Organization and work that will be available for this project: a.(1) Minimum number of employees: and a (2) Maximum number of employees: b.Are employees regularly on your payroll: Yes No c.Estimate rate of progress below (such as 2.0 acre/man/day): (1) Minimum progress rate: and (2) Maximum progress rate:. NOTE: Failure to complete and submit the above information may cause your quote to be classified as non-responsive. CONTRACT CLAUSES FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (DEC 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] X (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). X (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (18) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). X (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (26)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (29) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (30)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (31) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (32) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (35) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (36) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (37) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (38) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (39) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (40) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (41)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph 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 (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 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. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. Incorporated by reference: 52.232-19Availability of Funds for the Next Fiscal Year AGAR 452.228-71Insurance Coverage CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Specifications Wage Determination # 2005-2531 (Rev.-6) Maps (2 ea/Location & Detailed) (uploaded as pdf.doc) SPECIFICATIONS GROUNDS MAINTENANCE 1.SCOPE OF CONTRACT Contractor shall furnish all necessary labor, equipment, and supplies to provide year-round ground maintenance services at the USDA Forest Service, Beus Canyon Work Center, 4746 South 1900 East, Ogden, Utah in accordance with the following specifications: All work will be performed under the oversight of the Contracting Officer Representative (COR). PRUNING OF TREES AND SHRUBS Prune any tree or shrub located in landscape areas bordering parking lots(front and back) and main administration sites. Remove the dead, dying or broken branches on tree or shrub in landscape areas. Including removal of any branches touching the buildings. All pruning of plants shall be performed in a manner that retains the natural shape of the tree or shrub. Pruning shall be completed two times a year, preferably late winter and early spring, before leaf emergence. B.Cutting ground vegetation Cutting ground vegetation that impedes vision of the parking lot exits/entrances and hauling it away. It would include the outside areas of the driveway (20 feet), the area between the north and south entrance (198 feet) and from the west fence to the road (8 feet); the cutting height shall be no more than 4 inches in height from the ground. Cutting shall be completed two times a year spring and mid summer. All other cutting shall be performed at the request of the COR with additional costs added to the base monthly charge. C.Lawn Fertilizing Fertilize lawn with a weed inhibitor to be applied as a spring application, in addition to a subsequent fall application. D.Mowing Mow lawn areas north and south of administrative building, east of the light green office building and the small area outside of north gate. Upright grasses shall be mowed in a height of 2 to 2.5 inches in warm weather to foster photosynthesis and root development. In cooler weather (early spring and late fall), the mowing height shall be lower to 1.5 to 2 inches to promote drying which will minimize lawn diseases. Mowing shall be completed once a week during the growing season. E.Lawn edging and trimming grass/weeds Lawn edging will be performed weekly during the growing season, north and south of the administrative building, east and north of the light green office building and along entrances to the property. Grass and weeds will be trimmed once a month from April thru October in the area bordering the south parking lot. Trimming will also include the area west and south of the red storage shed and east of the greenhouse area around the swamp coolers. All additional trimming shall be done upon request by the COR and added to the cost of the contract. F.Weeding Weeding of shrub and flowerbeds shall be done once a month during the growing season on each side of the entrance to the administrative building. G.Sprinkler System Adjust, clean and replace all sprinkler heads as needed. Labor and parts required to repair damaged components will be at an additional cost to the Government unless the damaged is caused by snowplowing or mowing over sprinkler heads by contractor. Sprinkler system shall be checked each spring for any winter damage to the system’s components and sprinkler operation. Then each fall winterize system to prevent freeze damage to the sprinkler lines and heads. H.Fall Leaf Removal Rake, blow or vacuum leaves in lawn areas north and south of administrative building, east of the library, the small area outside the north gate and in both parking lots weekly during the fall season. Fall leaf removal shall be performed as necessary. I.Snow Plowing Snowplowing the front and back parking lots shall occur whenever snowfall amounts exceed 2 inches in depth or if temperatures will not allow snow less than 2 inches to melt over a 48-hour period. Snow will be removed before 6:00 a.m. of the next workday (Monday through Friday). J.Snow Removal and Piling Snow will be piled with a front end loader when there isn’t room to push it. Removing the excess snow shall be done in north and south parking lots if determined necessary by the COR. Snow removal and the piling of snow in the parking lots shall be performed by COR request and at an additional cost added to the base monthly charge. K.Salting and Sanding Light salting or sanding shall be done in front and back parking lots at the time of snow removal if determined necessary by the COR with the additional cost added to the base monthly charge. 2.SUPERVISION All work will be performed under the direction of the COR, who will review all work for completeness and adherence to contract specifications. 3.EVALUATION FACTORS FOR AWARD Award will be made to the successful offer or whose quote will be most advantageous to the Government. Cost, experience, performance (references) and other factors will be evaluated. Bidders should submit a separate sheet documenting experience related to the work to be performed. Submit experience over the past 3 years with name of firm, contact name and phone number, and a list of equipment available to do the work required. 4.CONTRACT TIME The contract time will begin March 1, 2009 and continue through September 30, 2009, with a Government option to extend the contract an additional 4 years; in accordance with FAR Clause 52.217-9 “Option to Extend the Term of the Contract” as follows: 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MARCH 2000) i.The Government may extend the term of this contract by written notice to the contractor within 30 days provided that the Government shall give the contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. ii.If the Government exercises this option, the extended contract shall be considered to include this option provision. iii.The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Non-Performance The contract can be terminated by the COR if written warnings regarding non-compliance are not addressed by the contractor within 15 days following the written warning of non-compliance. WD 05-2531 (Rev.-6) was first posted on www.wdol.gov on 06/24/2008 ****************************************************************************** ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2531 Shirley F. Ebbesen Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 06/18/2008 _______________________________________|_______________________________________ State: Utah Area: Utah Statewide _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.13 01012 - Accounting Clerk II 13.62 01013 - Accounting Clerk III 15.24 01020 - Administrative Assistant 18.43 01040 - Court Reporter 17.73 01051 - Data Entry Operator I 11.48 01052 - Data Entry Operator II 12.53 01060 - Dispatcher, Motor Vehicle 16.80 01070 - Document Preparation Clerk 12.69 01090 - Duplicating Machine Operator 12.69 01111 - General Clerk I 10.80 01112 - General Clerk II 11.79 01113 - General Clerk III 13.23 01120 - Housing Referral Assistant 15.85 01141 - Messenger Courier 10.11 01191 - Order Clerk I 11.97 01192 - Order Clerk II 13.64 01261 - Personnel Assistant (Employment) I 14.11 01262 - Personnel Assistant (Employment) II 15.78 01263 - Personnel Assistant (Employment) III 17.24 01270 - Production Control Clerk 16.35 01280 - Receptionist 10.23 01290 - Rental Clerk 10.76 01300 - Scheduler, Maintenance 12.71 01311 - Secretary I 12.71 01312 - Secretary II 14.22 01313 - Secretary III 15.85 01320 - Service Order Dispatcher 14.95 01410 - Supply Technician 18.43 01420 - Survey Worker 12.10 01531 - Travel Clerk I 11.66 01532 - Travel Clerk II 12.37 01533 - Travel Clerk III 12.97 01611 - Word Processor I 13.94 01612 - Word Processor II 15.88 01613 - Word Processor III 17.61 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.56 05010 - Automotive Electrician 16.94 05040 - Automotive Glass Installer 16.08 05070 - Automotive Worker 16.05 05110 - Mobile Equipment Servicer 14.28 05130 - Motor Equipment Metal Mechanic 17.63 05160 - Motor Equipment Metal Worker 16.05 05190 - Motor Vehicle Mechanic 16.69 05220 - Motor Vehicle Mechanic Helper 13.21 05250 - Motor Vehicle Upholstery Worker 15.16 05280 - Motor Vehicle Wrecker 16.05 05310 - Painter, Automotive 16.94 05340 - Radiator Repair Specialist 16.05 05370 - Tire Repairer 12.41 05400 - Transmission Repair Specialist 17.29 07000 - Food Preparation And Service Occupations 07010 - Baker 11.41 07041 - Cook I 10.09 07042 - Cook II 11.42 07070 - Dishwasher 7.36 07130 - Food Service Worker 7.82 07210 - Meat Cutter 12.97 07260 - Waiter/Waitress 8.61 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 15.76 09040 - Furniture Handler 11.34 09080 - Furniture Refinisher 15.76 09090 - Furniture Refinisher Helper 11.89 09110 - Furniture Repairer, Minor 13.64 09130 - Upholsterer 15.76 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 8.63 11060 - Elevator Operator 8.63 11090 - Gardener 13.23 11122 - Housekeeping Aide 9.34 11150 - Janitor 9.51 11210 - Laborer, Grounds Maintenance 10.22 11240 - Maid or Houseman 8.06 11260 - Pruner 10.07 11270 - Tractor Operator 11.90 11330 - Trail Maintenance Worker 10.22 11360 - Window Cleaner 9.81 12000 - Health Occupations 12010 - Ambulance Driver 13.11 12011 - Breath Alcohol Technician 14.55 12012 - Certified Occupational Therapist Assistant 19.58 12015 - Certified Physical Therapist Assistant 17.45 12020 - Dental Assistant 12.45 12025 - Dental Hygienist 29.61 12030 - EKG Technician 21.58 12035 - Electroneurodiagnostic Technologist 21.58 12040 - Emergency Medical Technician 13.11 12071 - Licensed Practical Nurse I 13.48 12072 - Licensed Practical Nurse II 15.09 12073 - Licensed Practical Nurse III 16.82 12100 - Medical Assistant 11.61 12130 - Medical Laboratory Technician 13.23 12160 - Medical Record Clerk 12.61 12190 - Medical Record Technician 14.89 12195 - Medical Transcriptionist 13.50 12210 - Nuclear Medicine Technologist 31.97 12221 - Nursing Assistant I 9.68 12222 - Nursing Assistant II 10.88 12223 - Nursing Assistant III 11.89 12224 - Nursing Assistant IV 13.33 12235 - Optical Dispenser 13.16 12236 - Optical Technician 12.73 12250 - Pharmacy Technician 14.72 12280 - Phlebotomist 13.33 12305 - Radiologic Technologist 21.51 12311 - Registered Nurse I 21.45 12312 - Registered Nurse II 26.24 12313 - Registered Nurse II, Specialist 26.24 12314 - Registered Nurse III 33.61 12315 - Registered Nurse III, Anesthetist 33.61 12316 - Registered Nurse IV 38.06 12317 - Scheduler (Drug and Alcohol Testing) 18.69 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 15.01 13012 - Exhibits Specialist II 18.27 13013 - Exhibits Specialist III 22.28 13041 - Illustrator I 17.33 13042 - Illustrator II 21.09 13043 - Illustrator III 25.73 13047 - Librarian 20.78 13050 - Library Aide/Clerk 9.75 13054 - Library Information Technology Systems Administrator 20.49 13058 - Library Technician 11.65 13061 - Media Specialist I 12.54 13062 - Media Specialist II 14.03 13063 - Media Specialist III 15.64 13071 - Photographer I 15.07 13072 - Photographer II 17.59 13073 - Photographer III 21.42 13074 - Photographer IV 26.13 13075 - Photographer V 31.70 13110 - Video Teleconference Technician 14.82 14000 - Information Technology Occupations 14041 - Computer Operator I 13.80 14042 - Computer Operator II 16.90 14043 - Computer Operator III 19.95 14044 - Computer Operator IV 21.75 14045 - Computer Operator V 24.10 14071 - Computer Programmer I (1) 21.64 14072 - Computer Programmer II (1) 26.81 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 13.80 14160 - Personal Computer Support Technician 21.75 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 30.81 15020 - Aircrew Training Devices Instructor (Rated) 35.31 15030 - Air Crew Training Devices Instructor (Pilot) 38.84 15050 - Computer Based Training Specialist / Instructor 29.78 15060 - Educational Technologist 22.56 15070 - Flight Instructor (Pilot) 38.84 15080 - Graphic Artist 19.47 15090 - Technical Instructor 18.23 15095 - Technical Instructor/Course Developer 22.30 15110 - Test Proctor 14.71 15120 - Tutor 14.71 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.57 16030 - Counter Attendant 8.57 16040 - Dry Cleaner 11.40 16070 - Finisher, Flatwork, Machine 8.57 16090 - Presser, Hand 8.57 16110 - Presser, Machine, Drycleaning 8.57 16130 - Presser, Machine, Shirts 8.57 16160 - Presser, Machine, Wearing Apparel, Laundry 8.57 16190 - Sewing Machine Operator 12.23 16220 - Tailor 12.97 16250 - Washer, Machine 9.57 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.68 19040 - Tool And Die Maker 21.10 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.02 21030 - Material Coordinator 17.18 21040 - Material Expediter 17.18 21050 - Material Handling Laborer 11.67 21071 - Order Filler 10.58 21080 - Production Line Worker (Food Processing) 13.03 21110 - Shipping Packer 12.12 21130 - Shipping/Receiving Clerk 12.12 21140 - Store Worker I 10.15 21150 - Stock Clerk 14.12 21210 - Tools And Parts Attendant 13.03 21410 - Warehouse Specialist 13.03 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 24.13 23021 - Aircraft Mechanic I 22.76 23022 - Aircraft Mechanic II 24.13 23023 - Aircraft Mechanic III 25.05 23040 - Aircraft Mechanic Helper 15.68 23050 - Aircraft, Painter 21.19 23060 - Aircraft Servicer 18.08 23080 - Aircraft Worker 19.29 23110 - Appliance Mechanic 16.78 23120 - Bicycle Repairer 12.41 23125 - Cable Splicer 23.63 23130 - Carpenter, Maintenance 17.15 23140 - Carpet Layer 16.82 23160 - Electrician, Maintenance 18.98 23181 - Electronics Technician Maintenance I 17.88 23182 - Electronics Technician Maintenance II 23.20 23183 - Electronics Technician Maintenance III 25.14 23260 - Fabric Worker 15.66 23290 - Fire Alarm System Mechanic 19.11 23310 - Fire Extinguisher Repairer 14.52 23311 - Fuel Distribution System Mechanic 21.44 23312 - Fuel Distribution System Operator 16.30 23370 - General Maintenance Worker 16.62 23380 - Ground Support Equipment Mechanic 22.76 23381 - Ground Support Equipment Servicer 18.08 23382 - Ground Support Equipment Worker 19.29 23391 - Gunsmith I 14.52 23392 - Gunsmith II 16.82 23393 - Gunsmith III 19.11 23410 - Heating, Ventilation And Air-Conditioning Mechanic 19.11 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 19.96 23430 - Heavy Equipment Mechanic 20.76 23440 - Heavy Equipment Operator 18.92 23460 - Instrument Mechanic 20.90 23465 - Laboratory/Shelter Mechanic 17.96 23470 - Laborer 10.53 23510 - Locksmith 16.75 23530 - Machinery Maintenance Mechanic 20.45 23550 - Machinist, Maintenance 18.03 23580 - Maintenance Trades Helper 13.08 23591 - Metrology Technician I 20.90 23592 - Metrology Technician II 22.15 23593 - Metrology Technician III 23.00 23640 - Millwright 19.11 23710 - Office Appliance Repairer 18.35 23760 - Painter, Maintenance 16.75 23790 - Pipefitter, Maintenance 20.45 23810 - Plumber, Maintenance 19.64 23820 - Pneudraulic Systems Mechanic 19.11 23850 - Rigger 19.11 23870 - Scale Mechanic 16.82 23890 - Sheet-Metal Worker, Maintenance 19.05 23910 - Small Engine Mechanic 15.87 23931 - Telecommunications Mechanic I 23.23 23932 - Telecommunications Mechanic II 24.15 23950 - Telephone Lineman 19.20 23960 - Welder, Combination, Maintenance 17.45 23965 - Well Driller 18.34 23970 - Woodcraft Worker 19.11 23980 - Woodworker 14.12 24000 - Personal Needs Occupations 24570 - Child Care Attendant 9.74 24580 - Child Care Center Clerk 12.16 24610 - Chore Aide 9.17 24620 - Family Readiness And Support Services Coordinator 10.47 24630 - Homemaker 13.46 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 24.22 25040 - Sewage Plant Operator 19.53 25070 - Stationary Engineer 24.22 25190 - Ventilation Equipment Tender 16.66 25210 - Water Treatment Plant Operator 19.53 27000 - Protective Service Occupations 27004 - Alarm Monitor 14.77 27007 - Baggage Inspector 11.72 27008 - Corrections Officer 19.80 27010 - Court Security Officer 19.30 27030 - Detection Dog Handler 17.75 27040 - Detention Officer 19.80 27070 - Firefighter 18.02 27101 - Guard I 11.72 27102 - Guard II 17.75 27131 - Police Officer I 21.39 27132 - Police Officer II 22.46 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.80 28042 - Carnival Equipment Repairer 10.49 28043 - Carnival Equpment Worker 7.72 28210 - Gate Attendant/Gate Tender 12.76 28310 - Lifeguard 11.17 28350 - Park Attendant (Aide) 14.28 28510 - Recreation Aide/Health Facility Attendant 10.42 28515 - Recreation Specialist 13.46 28630 - Sports Official 11.37 28690 - Swimming Pool Operator 15.88 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.47 29020 - Hatch Tender 20.47 29030 - Line Handler 20.47 29041 - Stevedore I 19.07 29042 - Stevedore II 21.86 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (2) 33.96 30011 - Air Traffic Control Specialist, Station (HFO) (2) 23.42 30012 - Air Traffic Control Specialist, Terminal (HFO) (2) 25.79 30021 - Archeological Technician I 16.36 30022 - Archeological Technician II 18.37 30023 - Archeological Technician III 22.75 30030 - Cartographic Technician 22.75 30040 - Civil Engineering Technician 18.51 30061 - Drafter/CAD Operator I 16.36 30062 - Drafter/CAD Operator II 18.37 30063 - Drafter/CAD Operator III 20.48 30064 - Drafter/CAD Operator IV 24.29 30081 - Engineering Technician I 14.26 30082 - Engineering Technician II 16.01 30083 - Engineering Technician III 17.91 30084 - Engineering Technician IV 22.48 30085 - Engineering Technician V 27.15 30086 - Engineering Technician VI 32.84 30090 - Environmental Technician 19.07 30210 - Laboratory Technician 17.27 30240 - Mathematical Technician 22.75 30361 - Paralegal/Legal Assistant I 16.29 30362 - Paralegal/Legal Assistant II 20.18 30363 - Paralegal/Legal Assistant III 23.55 30364 - Paralegal/Legal Assistant IV 29.87 30390 - Photo-Optics Technician 22.75 30461 - Technical Writer I 19.53 30462 - Technical Writer II 23.89 30463 - Technical Writer III 28.90 30491 - Unexploded Ordnance (UXO) Technician I 21.58 30492 - Unexploded Ordnance (UXO) Technician II 26.11 30493 - Unexploded Ordnance (UXO) Technician III 31.30 30494 - Unexploded (UXO) Safety Escort 21.58 30495 - Unexploded (UXO) Sweep Personnel 21.58 30620 - Weather Observer, Combined Upper Air Or Surface Programs (2) 20.48 30621 - Weather Observer, Senior (2) 22.75 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 9.89 31030 - Bus Driver 14.51 31043 - Driver Courier 11.38 31260 - Parking and Lot Attendant 8.40 31290 - Shuttle Bus Driver 12.36 31310 - Taxi Driver 10.50 31361 - Truckdriver, Light 12.36 31362 - Truckdriver, Medium 16.84 31363 - Truckdriver, Heavy 18.92 31364 - Truckdriver, Tractor-Trailer 18.92 99000 - Miscellaneous Occupations 99030 - Cashier 8.33 99050 - Desk Clerk 8.86 99095 - Embalmer 25.48 99251 - Laboratory Animal Caretaker I 10.19 99252 - Laboratory Animal Caretaker II 10.67 99310 - Mortician 28.03 99410 - Pest Controller 13.92 99510 - Photofinishing Worker 11.57 99710 - Recycling Laborer 14.34 99711 - Recycling Specialist 16.69 99730 - Refuse Collector 12.85 99810 - Sales Clerk 11.38 99820 - School Crossing Guard 8.35 99830 - Survey Party Chief 17.66 99831 - Surveying Aide 12.58 99832 - Surveying Technician 16.05 99840 - Vending Machine Attendant 13.76 99841 - Vending Machine Repairer 16.64 99842 - Vending Machine Repairer Helper 13.76 ________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.24 per hour or $129.60 per week or $561.60 per month 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 eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, 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 PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) and computes a proposed rate). 2) After contract award, the contractor prepares a written report listing in order proposed classification title), a Federal grade equivalency (FGE) for each proposed classification), job description), and rationale for proposed wage rate), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. SOLICITATION PROVISIONS FAR 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: •Past Experience – with custodian services or similar services. •Past Performance – how well have you performed? Performance records. Including: Conforming to specifications and standards of compliance. Adherence to schedules and reliability. Reputation for business like, reasonable and cooperative behavior. •Price Past Experience and Past Performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (JUNE 2008) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision— “Emerging small business” means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (1) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (m) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).] The offeror represents as part of its offer that it o is, o is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).] Offeror represents as follows: (A) Offeror’s number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror’s average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross Revenues __ 50 or fewer __ $1 million or less __ 51–100 __ $1,000,001–$2 million __ 101–250 __ $2,000,001–$3.5 million __ 251–500 __ $3,500,001–$5 million __ 501–750 __ $5,000,001–$10 million (9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either— (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act—Supplies.” (2) Foreign End Products: (list as necessary) Line Item No. Country of Origin ______________ _________________ ______________ _________________ (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian or Moroccan end product,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: (list as necessary) Line Item No. Country of Origin ______________ _________________ ______________ _________________ (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: (list as necessary) Line Item No. Country of Origin ______________ _________________ ______________ _________________ (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: (list as necessary) Line Item No. _______________________________________ _______________________________________ (3) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: (list as necessary) Line Item No. Country of Origin ______________ _________________ ______________ _________________ (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.” (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: (list as necessary) Line Item No. Country of Origin ______________ _________________ ______________ _________________ (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN). (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________.. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan. AGAR 452.237-71 Pre-Bid/Pre-Proposal Conference (FEB 1988) (a) The Government is planning a pre-bid/pre-proposal conference, during which potential Offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to or during the conference. However, Offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) In order to facilitate conference preparations, it is requested that the person named on the Standard Form 33 of this solicitation be contacted and advised of the number of persons who will attend. (d) The Government assumes no responsibility for any expense incurred by an Offeror prior to contract award. (e) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the Offeror to seek clarification prior to submitting an offer. (f) The conference will be held: Date: February 12, 2009 Time: 1 p.m. Location: Beus Canyon Work Center, 4746 South 1900 East, Ogden, Utah
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ed22a05bfa092755bc466a66116f0ef&tab=core&_cview=1)
- Document(s)
- Solicitation
- File Name: Map Location (beus.pdf)
- Link: https://www.fbo.gov//utils/view?id=200b146b7bdba1d0d3a720357caa6fe3
- Bytes: 138.83 Kb
- File Name: Map Detailed (bues.site.pdf)
- Link: https://www.fbo.gov//utils/view?id=33162ee41db47eb076adc7d89f0df419
- Bytes: 414.74 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Map Location (beus.pdf)
- Place of Performance
- Address: Beus Canyon Work Center, Ogden, Utah, United States
- Record
- SN01735246-W 20090123/090121214827-5ed22a05bfa092755bc466a66116f0ef (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 |