SOLICITATION NOTICE
S -- Trash Removal Services Lees Summit MO - Package #1
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAR-10-NR-9992
- Archive Date
- 10/8/2010
- Point of Contact
- Kevin Schumacher, Phone: 314-801-0596
- E-Mail Address
-
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis, Solicitation This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being NAR-10-NR-9992 (LEE). This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition requested and a written solicitation will not be issued. The Request for Quotation number is Circular (FAC) 2005-42 effective July 8, 2010. This acquisition is set aside for small business only. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. The period of performance is: From Date of award for 12 months of service. This will be an indefinite quantity fixed price contract. The purpose of this contract is to obtain a indefinite quantity fixed price contract to procure annual trash removal services at the Federal Records Center facility at Lee’s Summit, MO. The business address is located at the National Archives and Records Administration NARA - Federal Records Center, Federal Records Center, 200 Space Center Drive, Lee’s Summit, MO 64064. The award will be made to the Lowest Price Technically Acceptable Small Business Source in accordance with FAR Subpart 13.106-2(b) (i). NAICS code: 52111 or other appropriate codes apply. Due Date for Submissions: Offerors are requested to submit quotes by 4PM EST September 23, 2010. Failure to do so may result in a rejection of the quotation as untimely. Submit to kevin.schumacher@nara.gov or FAX to 314-801-0605. Vendor shall call to confirm receipt of quotes. The government is not responsible for misrouted quotes. 1.0Pricing Table 1. Request for Quote (Open Market) Trash Removal Service Vendor ____________________________________________________________ Contact___________________________________ Phone_________Date_______ Vendor POC email address_____________________________________________ Description: Vendors are to complete the schedule below with their quoted prices. ITEM #DESCRIPTIONQTYUNITEST TOTAL COST 0001Trash removal IAW PWS below 1Job________________ Contracting Officer Technical Representative: Kevin Schumacher Julie Benoit Phone: 314-801-0596 Phone: (816)268-8026 Fax: 314-801-0605 Fax: (816)-268-8038 kevin.schumacher@nara.gov julie.benoit@nara.gov Contract Administration Address: National Archives and Records Administration 9700 Page Avenue St Louis MO 63132 Shipping Address: Federal Records Center, 200 Space Center Drive Lees Summit, MO 64064 Service Contract Act. Wage determination is attached and applies to this order. Contract Award Basis. This is a Request for Quote in accordance with FAR 13. This is offered to vendors on an OPEN MARKET basis under a set-aside for Small Business vendors. NAICS code 52111 or similar industry classification code applies. The government will pay no costs incurred by vendor to prepare quote. Vendors are to prepare proposals in accordance with the instructions below. Quotation Submission. See attached Performance Work Statement. “Tip” charge is a Firm Fixed Price, so pricing should include all associated costs and credits. The government will not evaluate quotes based on per ton added charges or rebates base on credits for the vendor’s recovery of costs. Due Date for Submissions: Offerors are requested to submit quotations by 4 PM EST September 23, 2010 (time, time zone and date). Failure to do so may result in a rejection of the quotation as untimely. Submit quotes to the contracting officer email above. Selection Criteria: Competition for this requirement is among Open Market Vendors. An order will be placed with the vendor whose quotation is the lowest price technically acceptable offer. Central Contract Registry(CCR). All invoices will be paid using information from CCR. Payment will be made to the EFT information that matches the DUNS number. Vendor may invoice after each shipment. Proposals: Vendors shall submit proposals on this form noting any exceptions to the PWS and provide Relevant Past Performance (provide 2 references with POCs). By submitting this form with a quote the vendor agrees to perform all required services as listed on this form. Invoicing: Vendor may invoice no more frequently than monthly Certifications: Offerors are required to complete the following. Failure may result in rejection of the quote. 1. Are you on GSA Schedule? Yes:___________ No: _______ Is your quote from your GSA Schedule? Yes:___________ No: _______ Provide your GSA Contract Number. ___________________________ 2. Is your company considered a small business? Yes:___________ No: ________ 3. What is your company’s DUNS number? __________________________ 4. Are you registered in the Central Contract Registry? Yes:________ No:__________ PERFORMANCE WORK STATEMENT Trash Removal Services – ON CALL-LEE’S SUMMIT The National Archives and Records Administration requires trash services: The services are specified as follows: Trash Removal Services for: Federal Records Center, 200 Space Center Drive Lee’s Summit, MO 64064 Vendor shall provide following: containers at the governments location, address above: The following will be provided at no separate cost. Vendor shall bill the government per “tip” per container on an “ON CALL” basis as shown in the table below. Vendor will be paid for actual “tips.” Excess tips above the estimated quantity shall be at the cost per tip in column B and paid based on actual services delivered. There is no minimum guaranteed quantity. The estimated total is the amount expected to be performed under this contract. The NTE quality is the amount this contract may not exceed and is the estimated quantity plus a 10% excess added. PRICING TABLE (VENDOR SHALL COMPLETE) Qty Size Location Estimated Cost Estimated Estimated Frequency per per cost per Annual cost Month “ Tip”month (monthly cost) (A) (B) (A)x(B)=(C) (C)X(12)=(D) 1 40 yard roll off container Outside cave entrance 2 per month ________ _____________ __________ 1 20 yard roll off containerDock 3 2 per month ________ ___________ ________ __ 1 20 yard roll off containerDock 4 2 per month ________ _____________ __________ 1 20 yard cardboard recycling roll off Dock 1 2 per month ________ _____________ ______________ shall be clearly marked. Excess of ________ _____________ ______________ 2 per month Estimated TotalTOTAL________________________________ Add 10% for excess “tip” charges.______________ Not to Exceed total Total ______________ Vendor shall provide containers and containers shall be serviceable and in good repair. Method of ordering: On as needed call basis. Vendor shall dump containers. Vendor shall complete trash removal within 72 hours of governments call for pick-up. Pick up shall be between 7 am and 6 pm M-F. Pickups will not be made on Federal holidays. Person authorized to place call: Julie Benoit or Cynthia Frantsen or others as designated by email to the vendor. Period of performance: October 1, 2010 to September 30, 2011. Government agrees to keep containers unobstructed to allow for trash dumping and removal. Pricing for cardboard removal shall be net of any credit the vendor will receive for the cardboard. 2.0 Selection Criteria Contractor selection to perform this task order will be based on low price technically acceptable. The government reserves the right to make award without discussion or clarification, without entering into negotiations, and without requesting best and final offers. The following will be evaluated for LPTA. A.Relevant Past Performance. The vendor will be evaluated based on the demonstrated quality of performance on previous relevant contracts. The Government reserves the right to fully investigate all relevant past performance information. Vendor shall provide 2 references and POCs. B.Selection of the firm to perform this task order will be based on NARA’s assessment of lowest price technically acceptable to the Government. 8.0 QUOTATION SUBMISSION INSTRUCTIONS The National Archives and Records Administration (NARA) requires Offerors to provide a written quotation. Please use the format in Paragraph 1 for your submission of quote. Price Quotation. The quotations will be evaluated in accordance with the procedures outlined in FAR Subpart 13.106-2(b)(i) lowest price small business offeror that submits the lowest price technically acceptable offer. Limit your technical description to no more than 1 pageA.The Offeror must provide the following information on the first page of the pricing quotation (submission may be made on this form): (1) RFQ Number; (2) Name and address of Offeror; (3) Name and telephone number of point of contact; (4) Name of contract administration office (if available); (5) Proposed prices per the Schedule of Prices - best prices offered to the government (6) Business Size Description and CCR, DUNS number. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (June 2008); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the offeror that submits the lowest price technically acceptable small business brand name or equal offer; each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009), with the quotation. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JUNE 2010). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (Jun 2003), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act-Supplies, 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration, and 52.233-2 Service of Protest (Sep 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Jon McIver. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. Solicitation must include FAR 52.212-3 Representations and Certifications detailing all company required information. Clause – ORCA Registration or Clause 52.212-5. If not awarded under GSA Schedule, quotes must include ORCA registration or a completed copy of 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Dec 2009) NARA 8.3 STANDARDS OF CONDUCT DEC 2005 (a) The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the task order work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. (b) The Contractor will be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. (c) Where applicable, the requirements of this clause must be expressly incorporated into subcontract(s) and must be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this task order. (d) The Government retains the right to remove permanently any employee of the Contractor from performing duties assigned under this task order at the Federal building should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the Federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all-inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site: (1)Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; (2)Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; (3)Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which interfere with the normal and efficient operations of the Government; (4)Theft, vandalism, immoral conduct, or any other criminal actions; (5)Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; (6)Improper use of official authority or credentials, as a supervisor or employee of the Contractor; (7)Violation of Agency and Contractor security procedures and regulations; and (8)Violation of the rules and regulations governing federal public buildings and grounds set forth in 41 CFR Subpart 102-74 Conduct on Federal Property. (e) Following a recommendation from an agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Contractor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Contractor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Contractor in writing. In the event of a dispute, the Contracting Officer will make a final determination. (f) Upon a determination of the Government that an employee of the Contractor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building must be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee must be immediately surrendered, returned, or delivered to the security officer of the federal building. g. During the course of this contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with confidential documents and confidential information about documents and proposed Federal Agency actions. The Contractor, including Contractor’s personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (End of Clause) NARA 8.4PERMITS AND LICENSES SEP 1998 In performance of work under this contract, the Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. (End of Clause) NARA 8.9 INSURANCE REQUIREMENTS SEP 1998 a. In accordance with the clause of this contract entitled “INSURANCE--WORK ON A GOVERNMENT INSTALLATION” (FAR 52.228-5), the Contractor shall acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum amounts set forth below. TYPES OF INSURANCEMINIMUM AMOUNT Workmen's Compensation and all$100,000, except as provided occupational disease for in FAR 28.307(a) Employee's Liability Insurance and all$100,000 per accident occupational disease when not covered by Workmen's Compensation above General Liability Insurance (Comprehensive) Bodily Injury per occurrence$500,000 Property Damage per occurrence$100,000 Vehicle Liability Insurance (Comprehensive) Bodily Injury per person$200,000 Bodily Injury per accident$500,000 Property Damage per accident$100,000 b. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Clause) NARA 8.10 OVERTIME SEP 1998 All overtime cost is included in the contract price. The Contractor is obligated, at no additional compensation, to meet all requirements of this contract. The Contractor shall pay overtime premiums to all employees as required by the terms and conditions of this contract, and all applicable State and Federal laws at no increase in the contract fixed price and no additional expense to the Government. (End of Clause) NARA 8.11 COOPERATION WITH OTHER ON-SITE CONTRACTORS SEP 1998 a. When the Government undertakes or awards other contracts for additional work at the facilities, the Contractor shall: (1) fully cooperate with the other Contractors and Government employees and (2) carefully fit its own work to such other additional contracted work as may be directed by the Contracting Officer’s Representative (COR). The Contractor shall not commit or permit any act which will interfere with the performance of work awarded to another Contractor or with the performance of other Government employees. b. In any case where, in the course of fulfilling the contract requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor shall restore such disturbed work to a condition satisfactory to the COR and guarantee such restored work to the same extent as it was guaranteed under the other contract. (End of Clause) WD 05-2307 (Rev.-10) was first posted on www.wdol.gov on 06/22/2010 ************************************************************************************ 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.: 2005-2307 Shirley F. Ebbesen Division of | Revision No.: 10 Director Wage Determinations| Date Of Revision: 06/15/2010 _______________________________________|____________________________________________ States: Kansas, Missouri Area: Kansas Counties of Anderson, Atchison, Doniphan, Douglas, Franklin, Johnson, Leavenworth, Linn, Miami, Wyandotte Missouri Counties of Adair, Andrew, Atchison, Bates, Buchanan, Caldwell, Carroll, Cass, Chariton, Clay, Clinton, Cooper, Daviess, De Kalb, Gentry, Grundy, Harrison, Henry, Holt, Howard, Jackson, Johnson, Lafayette, Linn, Livingston, Macon, Mercer, Nodaway, Pettis, Platte, Putnam, Ray, Saline, Schuyler, Sullivan, Worth ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.97 01012 - Accounting Clerk II 15.69 01013 - Accounting Clerk III 17.77 01020 - Administrative Assistant 21.80 01040 - Court Reporter 18.32 01051 - Data Entry Operator I 12.33 01052 - Data Entry Operator II 14.14 01060 - Dispatcher, Motor Vehicle 18.55 01070 - Document Preparation Clerk 13.03 01090 - Duplicating Machine Operator 13.03 01111 - General Clerk I 12.50 01112 - General Clerk II 14.03 01113 - General Clerk III 15.79 01120 - Housing Referral Assistant 20.79 01141 - Messenger Courier 10.97 01191 - Order Clerk I 12.73 01192 - Order Clerk II 15.29 01261 - Personnel Assistant (Employment) I 16.17 01262 - Personnel Assistant (Employment) II 17.97 01263 - Personnel Assistant (Employment) III 19.80 01270 - Production Control Clerk 19.03 01280 - Receptionist 13.77 01290 - Rental Clerk 14.97 01300 - Scheduler, Maintenance 15.41 01311 - Secretary I 15.41 01312 - Secretary II 17.90 01313 - Secretary III 20.79 01320 - Service Order Dispatcher 21.18 01410 - Supply Technician 23.09 01420 - Survey Worker 17.02 01531 - Travel Clerk I 12.70 01532 - Travel Clerk II 13.71 01533 - Travel Clerk III 14.72 01611 - Word Processor I 12.92 01612 - Word Processor II 15.11 01613 - Word Processor III 16.44 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 21.43 05010 - Automotive Electrician 19.32 05040 - Automotive Glass Installer 18.59 05070 - Automotive Worker 18.59 05110 - Mobile Equipment Servicer 16.51 05130 - Motor Equipment Metal Mechanic 20.03 05160 - Motor Equipment Metal Worker 18.59 05190 - Motor Vehicle Mechanic 21.70 05220 - Motor Vehicle Mechanic Helper 15.47 05250 - Motor Vehicle Upholstery Worker 17.54 05280 - Motor Vehicle Wrecker 18.59 05310 - Painter, Automotive 19.32 05340 - Radiator Repair Specialist 18.59 05370 - Tire Repairer 15.18 05400 - Transmission Repair Specialist 20.03 07000 - Food Preparation And Service Occupations 07010 - Baker 13.20 07041 - Cook I 10.54 07042 - Cook II 11.88 07070 - Dishwasher 8.73 07130 - Food Service Worker 10.31 07210 - Meat Cutter 15.22 07260 - Waiter/Waitress 8.84 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.30 09040 - Furniture Handler 14.32 09080 - Furniture Refinisher 19.30 09090 - Furniture Refinisher Helper 15.46 09110 - Furniture Repairer, Minor 17.52 09130 - Upholsterer 11.33 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.83 11060 - Elevator Operator 11.75 11090 - Gardener 14.55 11122 - Housekeeping Aide 11.75 11150 - Janitor 11.75 11210 - Laborer, Grounds Maintenance 12.13 11240 - Maid or Houseman 9.63 11260 - Pruner 11.75 11270 - Tractor Operator 13.97 11330 - Trail Maintenance Worker 12.13 11360 - Window Cleaner 12.12 12000 - Health Occupations 12010 - Ambulance Driver 15.90 12011 - Breath Alcohol Technician 16.31 12012 - Certified Occupational Therapist Assistant 19.38 12015 - Certified Physical Therapist Assistant 20.79 12020 - Dental Assistant 16.10 12025 - Dental Hygienist 33.91 12030 - EKG Technician 24.23 12035 - Electroneurodiagnostic Technologist 24.23 12040 - Emergency Medical Technician 15.90 12071 - Licensed Practical Nurse I 14.58 12072 - Licensed Practical Nurse II 16.31 12073 - Licensed Practical Nurse III 18.19 12100 - Medical Assistant 13.67 12130 - Medical Laboratory Technician 14.97 12160 - Medical Record Clerk 13.38 12190 - Medical Record Technician 15.06 12195 - Medical Transcriptionist 15.29 12210 - Nuclear Medicine Technologist 31.54 12221 - Nursing Assistant I 9.93 12222 - Nursing Assistant II 11.18 12223 - Nursing Assistant III 12.18 12224 - Nursing Assistant IV 13.68 12235 - Optical Dispenser 14.12 12236 - Optical Technician 13.59 12250 - Pharmacy Technician 14.84 12280 - Phlebotomist 13.68 12305 - Radiologic Technologist 23.92 12311 - Registered Nurse I 23.68 12312 - Registered Nurse II 27.20 12313 - Registered Nurse II, Specialist 27.20 12314 - Registered Nurse III 33.15 12315 - Registered Nurse III, Anesthetist 33.15 12316 - Registered Nurse IV 39.45 12317 - Scheduler (Drug and Alcohol Testing) 20.20 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.11 13012 - Exhibits Specialist II 27.35 13013 - Exhibits Specialist III 29.94 13041 - Illustrator I 18.65 13042 - Illustrator II 22.33 13043 - Illustrator III 27.90 13047 - Librarian 30.95 13050 - Library Aide/Clerk 10.37 13054 - Library Information Technology Systems 22.53 Administrator 13058 - Library Technician 13.47 13061 - Media Specialist I 17.03 13062 - Media Specialist II 19.04 13063 - Media Specialist III 21.24 13071 - Photographer I 16.73 13072 - Photographer II 19.05 13073 - Photographer III 23.18 13074 - Photographer IV 28.36 13075 - Photographer V 34.32 13110 - Video Teleconference Technician 17.91 14000 - Information Technology Occupations 14041 - Computer Operator I 16.03 14042 - Computer Operator II 17.93 14043 - Computer Operator III 19.99 14044 - Computer Operator IV 23.48 14045 - Computer Operator V 24.61 14071 - Computer Programmer I (see 1) 22.38 14072 - Computer Programmer II (see 1) 26.04 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 16.03 14160 - Personal Computer Support Technician 23.48 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.57 15020 - Aircrew Training Devices Instructor (Rated) 32.15 15030 - Air Crew Training Devices Instructor (Pilot) 38.54 15050 - Computer Based Training Specialist / Instructor 27.62 15060 - Educational Technologist 24.22 15070 - Flight Instructor (Pilot) 38.54 15080 - Graphic Artist 23.00 15090 - Technical Instructor 20.74 15095 - Technical Instructor/Course Developer 25.38 15110 - Test Proctor 17.30 15120 - Tutor 17.30 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.00 16030 - Counter Attendant 9.00 16040 - Dry Cleaner 11.61 16070 - Finisher, Flatwork, Machine 9.00 16090 - Presser, Hand 9.00 16110 - Presser, Machine, Drycleaning 9.00 16130 - Presser, Machine, Shirts 9.00 16160 - Presser, Machine, Wearing Apparel, Laundry 9.00 16190 - Sewing Machine Operator 12.47 16220 - Tailor 13.33 16250 - Washer, Machine 9.90 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.30 19040 - Tool And Die Maker 26.12 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.49 21030 - Material Coordinator 19.16 21040 - Material Expediter 19.16 21050 - Material Handling Laborer 14.72 21071 - Order Filler 12.29 21080 - Production Line Worker (Food Processing) 17.49 21110 - Shipping Packer 14.15 21130 - Shipping/Receiving Clerk 15.57 21140 - Store Worker I 13.03 21150 - Stock Clerk 17.87 21210 - Tools And Parts Attendant 17.49 21410 - Warehouse Specialist 17.49 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.87 23021 - Aircraft Mechanic I 24.88 23022 - Aircraft Mechanic II 25.87 23023 - Aircraft Mechanic III 26.77 23040 - Aircraft Mechanic Helper 19.23 23050 - Aircraft, Painter 23.93 23060 - Aircraft Servicer 21.78 23080 - Aircraft Worker 23.09 23110 - Appliance Mechanic 19.30 23120 - Bicycle Repairer 15.18 23125 - Cable Splicer 26.38 23130 - Carpenter, Maintenance 22.76 23140 - Carpet Layer 23.44 23160 - Electrician, Maintenance 29.98 23181 - Electronics Technician Maintenance I 21.13 23182 - Electronics Technician Maintenance II 26.65 23183 - Electronics Technician Maintenance III 27.20 23260 - Fabric Worker 18.48 23290 - Fire Alarm System Mechanic 20.01 23310 - Fire Extinguisher Repairer 17.17 23311 - Fuel Distribution System Mechanic 24.67 23312 - Fuel Distribution System Operator 19.32 23370 - General Maintenance Worker 18.57 23380 - Ground Support Equipment Mechanic 24.88 23381 - Ground Support Equipment Servicer 21.78 23382 - Ground Support Equipment Worker 23.09 23391 - Gunsmith I 17.17 23392 - Gunsmith II 19.77 23393 - Gunsmith III 21.88 23410 - Heating, Ventilation And Air-Conditioning 21.97 Mechanic 23411 - Heating, Ventilation And Air Contditioning 22.84 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.96 23440 - Heavy Equipment Operator 22.20 23460 - Instrument Mechanic 20.56 23465 - Laboratory/Shelter Mechanic 20.95 23470 - Laborer 13.10 23510 - Locksmith 21.75 23530 - Machinery Maintenance Mechanic 20.60 23550 - Machinist, Maintenance 20.01 23580 - Maintenance Trades Helper 15.46 23591 - Metrology Technician I 20.56 23592 - Metrology Technician II 21.25 23593 - Metrology Technician III 21.99 23640 - Millwright 25.45 23710 - Office Appliance Repairer 19.67 23760 - Painter, Maintenance 19.30 23790 - Pipefitter, Maintenance 27.67 23810 - Plumber, Maintenance 24.62 23820 - Pneudraulic Systems Mechanic 21.88 23850 - Rigger 22.01 23870 - Scale Mechanic 19.77 23890 - Sheet-Metal Worker, Maintenance 26.89 23910 - Small Engine Mechanic 21.10 23931 - Telecommunications Mechanic I 23.21 23932 - Telecommunications Mechanic II 23.95 23950 - Telephone Lineman 23.29 23960 - Welder, Combination, Maintenance 20.01 23965 - Well Driller 21.20 23970 - Woodcraft Worker 21.88 23980 - Woodworker 16.50 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.63 24580 - Child Care Center Clerk 14.51 24610 - Chore Aide 9.30 24620 - Family Readiness And Support Services 13.01 Coordinator 24630 - Homemaker 16.12 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 24.65 25040 - Sewage Plant Operator 19.36 25070 - Stationary Engineer 24.65 25190 - Ventilation Equipment Tender 15.46 25210 - Water Treatment Plant Operator 19.30 27000 - Protective Service Occupations 27004 - Alarm Monitor 17.02 27007 - Baggage Inspector 13.19 27008 - Corrections Officer 17.29 27010 - Court Security Officer 20.41 27030 - Detection Dog Handler 16.62 27040 - Detention Officer 17.29 27070 - Firefighter 21.13 27101 - Guard I 13.19 27102 - Guard II 16.62 27131 - Police Officer I 22.07 27132 - Police Officer II 24.51 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.03 28042 - Carnival Equipment Repairer 11.77 28043 - Carnival Equpment Worker 8.92 28210 - Gate Attendant/Gate Tender 14.00 28310 - Lifeguard 12.47 28350 - Park Attendant (Aide) 15.66 28510 - Recreation Aide/Health Facility Attendant 12.21 28515 - Recreation Specialist 17.66 28630 - Sports Official 12.47 28690 - Swimming Pool Operator 19.20 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.29 29020 - Hatch Tender 22.29 29030 - Line Handler 22.29 29041 - Stevedore I 21.46 29042 - Stevedore II 23.63 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.15 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.24 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 26.69 30021 - Archeological Technician I 16.25 30022 - Archeological Technician II 18.17 30023 - Archeological Technician III 22.51 30030 - Cartographic Technician 23.94 30040 - Civil Engineering Technician 24.18 30061 - Drafter/CAD Operator I 17.27 30062 - Drafter/CAD Operator II 19.48 30063 - Drafter/CAD Operator III 21.28 30064 - Drafter/CAD Operator IV 25.78 30081 - Engineering Technician I 15.54 30082 - Engineering Technician II 19.08 30083 - Engineering Technician III 21.95 30084 - Engineering Technician IV 24.41 30085 - Engineering Technician V 29.54 30086 - Engineering Technician VI 36.00 30090 - Environmental Technician 20.48 30210 - Laboratory Technician 20.04 30240 - Mathematical Technician 23.94 30361 - Paralegal/Legal Assistant I 17.19 30362 - Paralegal/Legal Assistant II 21.79 30363 - Paralegal/Legal Assistant III 26.66 30364 - Paralegal/Legal Assistant IV 32.25 30390 - Photo-Optics Technician 23.94 30461 - Technical Writer I 19.76 30462 - Technical Writer II 24.16 30463 - Technical Writer III 29.23 30491 - Unexploded Ordnance (UXO) Technician I 22.34 30492 - Unexploded Ordnance (UXO) Technician II 27.03 30493 - Unexploded Ordnance (UXO) Technician III 32.40 30494 - Unexploded (UXO) Safety Escort 22.34 30495 - Unexploded (UXO) Sweep Personnel 22.34 30620 - Weather Observer, Combined Upper Air Or (see 2) 20.92 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.97 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.37 31030 - Bus Driver 17.28 31043 - Driver Courier 13.25 31260 - Parking and Lot Attendant 10.97 31290 - Shuttle Bus Driver 14.34 31310 - Taxi Driver 11.26 31361 - Truckdriver, Light 14.34 31362 - Truckdriver, Medium 19.23 31363 - Truckdriver, Heavy 19.58 31364 - Truckdriver, Tractor-Trailer 19.58 99000 - Miscellaneous Occupations 99030 - Cashier 9.26 99050 - Desk Clerk 9.27 99095 - Embalmer 20.21 99251 - Laboratory Animal Caretaker I 9.92 99252 - Laboratory Animal Caretaker II 10.65 99310 - Mortician 27.49 99410 - Pest Controller 17.98 99510 - Photofinishing Worker 12.19 99710 - Recycling Laborer 15.79 99711 - Recycling Specialist 18.79 99730 - Refuse Collector 14.15 99810 - Sales Clerk 11.80 99820 - School Crossing Guard 10.08 99830 - Survey Party Chief 21.44 99831 - Surveying Aide 13.33 99832 - Surveying Technician 18.25 99840 - Vending Machine Attendant 13.19 99841 - Vending Machine Repairer 15.86 99842 - Vending Machine Repairer Helper 13.19 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAR-10-NR-9992 /listing.html)
- Place of Performance
- Address: Federal Records Center, 200 Space Center Drive, Lees Summit, Missouri, 64064, United States
- Zip Code: 64064
- Zip Code: 64064
- Record
- SN02286699-W 20100919/100917235516-cf6e3e605f2ff191a30c74ed41fc5519 (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 |