SOLICITATION NOTICE
63 -- Closed Circuit Television (CCTV) System Upgrade
- Notice Date
- 6/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6THCC1145AG01
- Response Due
- 6/21/2011
- Archive Date
- 8/20/2011
- Point of Contact
- Matthew Richard, 509-247-7223
- E-Mail Address
-
141 ARW/MSC
(matthew.richard@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference number F6THCC1145AG01. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-51 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20110511. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small business; the associated NAICS code is 334220 and small business size standard is 750 Employees. The date, time and request for quote offers are due by: 9:00 AM Pacific time on 21 June 2011 to Matthew.Richard@us.af.mil This requirement is for the following services: Provide upgrades to the existing Advantor Closed Circuit Television (CCTV) System for WADS at Joint Base Lewis McChord, WA. Funds are not presently available for this solicitation, however the Gov anticipates funds for this service very soon. Reference clause 52.232-18. SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS), QUALITY ASSURANCE PLAN (QASP), AND CAMERA LAYOUT FOR FULL DETAILS. APPLICABLE WAGE RATE APPLIES. SITE VISIT: Site visit is scheduled for 14 June at 9:00 AM. We will meet 852 Lincoln BLVD (WADS Facility) at Joint Base Lewis McChord, WA. NAMES OF ALL ATTENDEES ARE DUE TO MATT RICHARD BY 2:00 pm PACIFIC TIME ON 13 June 2011. SEE CONTACT INFO ABOVE. STATEMENT OF WORK Western Air Defense Sector (WADS) Closed Circuit Television (CCTV) System Upgrade For Joint Base Lewis McChord AFB, WA Performance Work Statement (PWS) dated 16 May 2011 1. GENERAL: This is a non-personnel services contract to provide upgrades to the existing Advantor surveillance system. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor to design, engineer, furnish, deliver, install, and test a new Closed Circuit Television (CCTV) system upgrade (herein after referred to as "system") to ensure it is fully operating and free of engineering, installation, system operation and Original Equipment Manufacturer (OEM) defects that provides a "turnkey" installation and must integrate to the existing WADS CCTV system DVR and the 627th AW/SF Law Enforcement Desk. The goal is to provide 360 degree camera visibility around WADS Bldg 852. This requirement will support WADS anti-terrorism and physical security requirements for Joint Base Lewis McChord AFB, WA. The contractor shall provide all associated cabling to support these camera locations. All equipment/supplies provided shall be new. The contractor shall warrant all equipment, cable, terminations and work performed for a period of 1 year after completion of installation. 1.2 Background: The current system was installed in 2004 to fulfill the AF security requirements for PL-3 facilities. Currently there are "dead spots" along the fence line and in between buildings that need to be addressed. 1.3 Objectives: The contractor shall perform the tasks stated herein to support development and delivery of deliverables for the closed-circuit television system as described in this PWS for WADS McChord AFB, WA. The contractor shall provide all services, equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to EFI&T the requirements as stated in this SOW. The contractor shall install the outside plant fiber cables and associated termination equipment. All equipment, supplies, and materials provided shall be new and not refurbished 1.4 Scope: Design, engineer, furnish, deliver, install and test a Closed Circuit Television (CCTV) system upgrade to provide 360 degree camera visibility around WADS Bldg 852. 1.5 Period of Performance: The period of performance shall be between 1 July 2011 to 20 July 2011. 1.6 General Information: 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Quality Control Plan shall be delivered to the COTR within ten (10) calendar days from date of contract award. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The Contractor shall not perform work during the following Federal holidays. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The Contractor shall perform all work during normal working hours (typically 0800 to 1700), Monday through Friday, exclusive of Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Bldg 852, Joint Base Lewis McChord AFB, WA. 1.6.6 Type of Contract: The government will award a Firm Fixed Price contract for these services 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have background checks performed before contract initiation. 1.6.7.1 Base Requirements: Installation team members will be required to provide their full name, date of birth, and drivers' license number and state of issue. All Privacy Act information will be protected accordingly. Information is required for background checks due to the anti-terrorism/force protection initiatives currently in place. The Government will provide the Contractor access to facilities from the commencement of the contract until task completion. Contractor personnel shall comply with all AFB rules, regulations and security requirements. These rules, regulations and security requirements include, but are not limited to, the following: presenting valid identification for base entrance, obtaining and using vehicle passes for all contractor-owned and/or privately owned vehicles, obeying all posted directives, and providing strict adherence to Security Forces direction in instances where Security Forces have dispatched to a particular location. 1.6.7.2 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial Off the Shelf DODDepartment of Defense PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will acquire any required permits that may be necessary for work performed under this proposal. Arrange access into all applicable facilities in conformance with the installation schedule 3.2 Facilities: The Government will provide secure indoor storage space/staging area for materials and an operating space with telephone capability for the installer or installation team. 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment and services required to perform work under this contract that are not listed under Section 3 of this PWS. 5. SPECIFIC TASKS: 5.1 Provide and install ten (10) additional cameras and two (2) additional monitors. 5.1.1 Four (4) interior PTZ cameras mounted in a manner to monitor in the 3rd Floor Ring. 5.1.2 Two (2) exterior PTZ cameras will be located on the corners of Bldg 852 roof level and facing out to parking lot. 5.1.3 One (1) interior PTZ camera mounted in a manner to monitor Bldg 852 West ECP entrance. 5.1.4 One (1) exterior fixed camera will be mounted in a manner to monitor the south door to Building 852. 5.1.5 Two (2) exterior fixed cameras will be mounted in a manner to monitor the north and south doors to Building 853. 5.1.6 Two (2) monitors will be installed (Bldg 853 and Bldg 852 3rd floor) to monitor all cameras tied to the WADS matrix switch either at once in a matrix view or each camera individually. Provide CCTV keyboard for the ability to select multiple camera views from those locations. 5.1.7 Re-locate Bldg 853 exterior camera to Southeast corner in a manner to monitor the gated entrance. 5.2 Integrate new cameras into the WADS CCTV system DVR and the 627th AW/SF Law Enforcement Desk. This is to include camera re-organization and re-numbering. 5.3 Install fiber between the CCTV communications room of Building 852 and the CCTV monitoring location in Building 853. 5.4 Replace the existing 6-monitor output matrix switch with a 16-output matrix switch to allow for the expansion of the additional monitors. 5.5 Install " metal conduit from third floor panel to (4) first floor AECS door. Install 8x8x6 boxes at each AECS door to support wiring. 5.6 Provide additional multiplexer, surge units and DVR expander to support the additional cameras. The multiplexer and surge devices will be installed in the existing camera rack located in the camera communications room of Building 852. 5.7 Provide the 120VAC electrical circuit and the conduit between the breaker panel and the Infraguard panel. 5.8 Perform a contractor verification test and provide a written report of the test results. 5.9 Provide an updated As-Built CCTV to reflect the additions\changes to the existing CCTV system. 6. APPLICABLE PUBLICATIONS: 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures: Electronic Industries Alliance / Telecommunications Industry Association (EIT/TIA) 568B NFPA 70 National Electrical Code NESC National Electrical Safety Code 7. KEY PERSONNEL: 7.1 Government Points of Contact: MSgt Robert Lane, WADS/SCX 852 Lincoln Blvd McChord AFB, WA 98438 Phone: (253) 982-4551 MSgt Andy Watts, WADS/SCX 852 Lincoln Blvd McChord AFB, WA 98438 Phone: (253) 982-4526 TSgt Edward Riefle, WADS/SF 852 Lincoln Blvd McChord AFB, WA 98438 Phone: (253) 982-4422 MSgt Barry Arzberger, WADS/CE 852 Lincoln Blvd McChord AFB, WA 98438 Phone: (253) 982-4765 QUALITY ASSURANCE PLAN: QUALITY ASSURANCE PLAN FOR Closed Circuit Television (CCTV) System Upgrade Western Air Defense Sector (WADS) 16 MAY 2011 1. PURPOSE This QASP has been developed and will be implemented in accordance with, Performance-Based Services Contracts (PBSC) guidelines. This plan will be used by Contracting Officer Representative (COR) to ensure contractor compliance on the Scenario Script Writing contract. 2. OBJECTIVE This PP is designed to provide the COR an effective systematic surveillance method for each item listed on the Statement of Work (SOW). The premise of commercial contracting is for the Contractor to assume responsibility for the work they produce. The government will also rely on the Contractor's submitted Quality Control Plan for ensuring contractual requirements are met. 3. RESULTS The results in managing this acquisition through this PP are to provide the Western Air Defense Sector (WADS) installation services which are acceptable and timely while protecting government resources. 4. MULTI-FUNCTIONAL TEAM ROLES & RESPONSIBILITIES The following government officials will participate in performance management of the contractor. Their roles and responsibilities are described as follows: 4.1. COR: Responsible for monitoring, assessing, recording and reporting on contractor compliance with the terms and conditions of the contract. These individuals will have primary responsibility for completing quality assurance monitoring forms that will be used to document the inspection and evaluation of the contractor's performance. The COR will maintain surveillance documentation, notify the Contracting Officer (CO) of any significant performance deficiencies and recommend improvements to the PP and Statement of Work (SOW) throughout the life of the acquisition. 4.2. The Contracting Officer (CO): Has overall responsibility for overseeing the contractor's performance. The CO will also be responsible for the day-to-day monitoring of the contractor's performance in the areas of contract compliance, contract administration, cost control, and property control; reviewing the COR assessment of the contractor's performance; and resolving all differences between the COR version and the contractor's version of events. The CO is the only person with the authority to direct the contractor in the performance of his duties under the contract and to make interpretations of and changes to the contract. 5. COR APPOINTMENT AND TRAINING 5.1. A primary and alternate COR will be appointed for this contract. The CO is the designating authority. 5.2. Each COR will be available to receive training provided before they can perform contractor surveillance. 5.3. Each COR will be available to receive annual refresher training provided by ACES. The COR will contact ACES for the annual training dates. 6. GENERAL Government surveillance will be conducted by inspections that mirror the SDS sheet in the SOW. All documentation of this surveillance plan will be marked, "For Official Use Only". 6.1 PERFORMANCE MEASURES. The following standards and measures will be used to evaluate Contractor performance and compliance under the contract. This information will be used to prepare past performance evaluations. SCENARIO SCRIPT WRITING PERFORMANCE PLAN (PP) SERVICE DELIVERY SUMMARY Performance ObjectivePWS Para.Performance ThresholdMethod of Surveillance 1. The contractor to design, engineer, furnish, deliver, install, and test a new Closed Circuit Television (CCTV) system upgrade1.1, 1.3, 1.4Subjected to review by Project Officer.Weekly meetings conducted and performance briefed. 2. The contractor shall develop and maintain an effective quality control program.1.2.7, 4.2, 4.3Submit a weekly status report. Weekly meetings and tracking of when reports are received. 3. The contractor shall comply with period and hours of performance.1.6.3, 1.6.4Contractor is available during hours of performance with 100% accuracy.Random monitoring. 4. The contractor shall be responsible for safeguarding, government equipment, information and property.1.6.7.2This requirement is met through weekly meetings and reports, and is subject to review by Project Officer.Continuous monitoring. 5. Ensure all additional camera equipment and existing equipment are fully operational. 5.1-5.7Requirement met through operational testing throughout install.Contractor and end user testing. 6. Provide an updated As-Built CCTV to reflect the additions\changes to the existing CCTV system. 5.8, 5.9Test results submitted post install and drawings delivered <30days post-install.COR to track deliverable. WAGE RATE: WD WD 05-2567 (Rev.-14) was first posted on www.wdol.gov on 08/24/2010 ************************************************************************************ 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.: 2005-2567 Shirley F. Ebbesen Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 08/17/2010 _______________________________________|____________________________________________ State: Washington Area: Washington Counties of Lewis, Pierce, Thurston ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.56 01012 - Accounting Clerk II 17.47 01013 - Accounting Clerk III 19.54 01020 - Administrative Assistant 23.72 01040 - Court Reporter 19.01 01051 - Data Entry Operator I 14.37 01052 - Data Entry Operator II 15.69 01060 - Dispatcher, Motor Vehicle 22.39 01070 - Document Preparation Clerk 13.60 01090 - Duplicating Machine Operator 13.60 01111 - General Clerk I 12.68 01112 - General Clerk II 14.80 01113 - General Clerk III 16.82 01120 - Housing Referral Assistant 21.81 01141 - Messenger Courier 13.25 01191 - Order Clerk I 14.60 01192 - Order Clerk II 15.94 01261 - Personnel Assistant (Employment) I 16.87 01262 - Personnel Assistant (Employment) II 18.88 01263 - Personnel Assistant (Employment) III 21.05 01270 - Production Control Clerk 21.10 01280 - Receptionist 14.47 01290 - Rental Clerk 16.18 01300 - Scheduler, Maintenance 17.49 01311 - Secretary I 17.49 01312 - Secretary II 19.57 01313 - Secretary III 21.81 01320 - Service Order Dispatcher 17.13 01410 - Supply Technician 23.37 01420 - Survey Worker 19.01 01531 - Travel Clerk I 13.37 01532 - Travel Clerk II 14.50 01533 - Travel Clerk III 15.60 01611 - Word Processor I 17.01 01612 - Word Processor II 19.09 01613 - Word Processor III 21.35 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.34 05010 - Automotive Electrician 22.06 05040 - Automotive Glass Installer 19.83 05070 - Automotive Worker 21.36 05110 - Mobile Equipment Servicer 19.93 05130 - Motor Equipment Metal Mechanic 22.82 05160 - Motor Equipment Metal Worker 21.36 05190 - Motor Vehicle Mechanic 22.78 05220 - Motor Vehicle Mechanic Helper 19.20 05250 - Motor Vehicle Upholstery Worker 20.65 05280 - Motor Vehicle Wrecker 21.36 05310 - Painter, Automotive 22.06 05340 - Radiator Repair Specialist 21.36 05370 - Tire Repairer 14.81 05400 - Transmission Repair Specialist 22.82 07000 - Food Preparation And Service Occupations 07010 - Baker 15.16 07041 - Cook I 13.11 07042 - Cook II 15.75 07070 - Dishwasher 9.68 07130 - Food Service Worker 11.19 07210 - Meat Cutter 21.24 07260 - Waiter/Waitress 12.34 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.20 09040 - Furniture Handler 16.86 09080 - Furniture Refinisher 19.20 09090 - Furniture Refinisher Helper 16.86 09110 - Furniture Repairer, Minor 18.01 09130 - Upholsterer 19.86 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.98 11060 - Elevator Operator 11.98 11090 - Gardener 18.28 11122 - Housekeeping Aide 14.53 11150 - Janitor 15.32 11210 - Laborer, Grounds Maintenance 15.07 11240 - Maid or Houseman 11.48 11260 - Pruner 13.84 11270 - Tractor Operator 17.43 11330 - Trail Maintenance Worker 15.07 11360 - Window Cleaner 16.44 12000 - Health Occupations 12010 - Ambulance Driver 21.63 12011 - Breath Alcohol Technician 20.83 12012 - Certified Occupational Therapist Assistant 24.67 12015 - Certified Physical Therapist Assistant 23.12 12020 - Dental Assistant 18.72 12025 - Dental Hygienist 45.08 12030 - EKG Technician 29.94 12035 - Electroneurodiagnostic Technologist 29.94 12040 - Emergency Medical Technician 21.26 12071 - Licensed Practical Nurse I 18.57 12072 - Licensed Practical Nurse II 20.78 12073 - Licensed Practical Nurse III 23.17 12100 - Medical Assistant 16.54 12130 - Medical Laboratory Technician 20.78 12160 - Medical Record Clerk 16.33 12190 - Medical Record Technician 18.27 12195 - Medical Transcriptionist 19.48 12210 - Nuclear Medicine Technologist 39.01 12221 - Nursing Assistant I 12.06 12222 - Nursing Assistant II 13.58 12223 - Nursing Assistant III 14.80 12224 - Nursing Assistant IV 16.61 12235 - Optical Dispenser 19.98 12236 - Optical Technician 18.57 12250 - Pharmacy Technician 18.96 12280 - Phlebotomist 16.61 12305 - Radiologic Technologist 32.53 12311 - Registered Nurse I 29.46 12312 - Registered Nurse II 36.05 12313 - Registered Nurse II, Specialist 36.05 12314 - Registered Nurse III 43.61 12315 - Registered Nurse III, Anesthetist 43.61 12316 - Registered Nurse IV 52.28 12317 - Scheduler (Drug and Alcohol Testing) 25.80 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.17 13012 - Exhibits Specialist II 26.22 13013 - Exhibits Specialist III 32.07 13041 - Illustrator I 20.46 13042 - Illustrator II 25.34 13043 - Illustrator III 31.00 13047 - Librarian 31.19 13050 - Library Aide/Clerk 13.60 13054 - Library Information Technology Systems 26.06 Administrator 13058 - Library Technician 18.78 13061 - Media Specialist I 18.32 13062 - Media Specialist II 20.53 13063 - Media Specialist III 22.87 13071 - Photographer I 20.35 13072 - Photographer II 22.76 13073 - Photographer III 28.20 13074 - Photographer IV 34.50 13075 - Photographer V 41.74 13110 - Video Teleconference Technician 20.43 14000 - Information Technology Occupations 14041 - Computer Operator I 18.22 14042 - Computer Operator II 20.39 14043 - Computer Operator III 22.73 14044 - Computer Operator IV 25.25 14045 - Computer Operator V 27.97 14071 - Computer Programmer I (see 1) 24.47 14072 - Computer Programmer II (see 1) 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 18.22 14160 - Personal Computer Support Technician 25.25 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.20 15020 - Aircrew Training Devices Instructor (Rated) 41.38 15030 - Air Crew Training Devices Instructor (Pilot) 49.60 15050 - Computer Based Training Specialist / Instructor 34.20 15060 - Educational Technologist 30.07 15070 - Flight Instructor (Pilot) 49.60 15080 - Graphic Artist 25.73 15090 - Technical Instructor 26.41 15095 - Technical Instructor/Course Developer 30.26 15110 - Test Proctor 21.33 15120 - Tutor 21.33 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.87 16030 - Counter Attendant 9.87 16040 - Dry Cleaner 12.41 16070 - Finisher, Flatwork, Machine 9.87 16090 - Presser, Hand 9.87 16110 - Presser, Machine, Drycleaning 9.87 16130 - Presser, Machine, Shirts 9.87 16160 - Presser, Machine, Wearing Apparel, Laundry 9.87 16190 - Sewing Machine Operator 13.23 16220 - Tailor 14.04 16250 - Washer, Machine 10.81 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 25.86 19040 - Tool And Die Maker 29.25 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.87 21030 - Material Coordinator 21.10 21040 - Material Expediter 21.10 21050 - Material Handling Laborer 15.41 21071 - Order Filler 14.20 21080 - Production Line Worker (Food Processing) 19.87 21110 - Shipping Packer 18.13 21130 - Shipping/Receiving Clerk 18.13 21140 - Store Worker I 15.39 21150 - Stock Clerk 19.42 21210 - Tools And Parts Attendant 19.87 21410 - Warehouse Specialist 19.87 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 29.37 23021 - Aircraft Mechanic I 28.50 23022 - Aircraft Mechanic II 29.37 23023 - Aircraft Mechanic III 30.25 23040 - Aircraft Mechanic Helper 22.11 23050 - Aircraft, Painter 27.52 23060 - Aircraft Servicer 24.97 23080 - Aircraft Worker 26.38 23110 - Appliance Mechanic 24.65 23120 - Bicycle Repairer 14.81 23125 - Cable Splicer 31.68 23130 - Carpenter, Maintenance 27.65 23140 - Carpet Layer 24.79 23160 - Electrician, Maintenance 28.34 23181 - Electronics Technician Maintenance I 28.33 23182 - Electronics Technician Maintenance II 29.58 23183 - Electronics Technician Maintenance III 30.61 23260 - Fabric Worker 23.47 23290 - Fire Alarm System Mechanic 26.78 23310 - Fire Extinguisher Repairer 22.12 23311 - Fuel Distribution System Mechanic 26.36 23312 - Fuel Distribution System Operator 24.00 23370 - General Maintenance Worker 24.19 23380 - Ground Support Equipment Mechanic 28.50 23381 - Ground Support Equipment Servicer 24.97 23382 - Ground Support Equipment Worker 26.38 23391 - Gunsmith I 22.12 23392 - Gunsmith II 24.79 23393 - Gunsmith III 26.78 23410 - Heating, Ventilation And Air-Conditioning 27.43 Mechanic 23411 - Heating, Ventilation And Air Contditioning 28.31 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 27.81 23440 - Heavy Equipment Operator 30.74 23460 - Instrument Mechanic 29.28 23465 - Laboratory/Shelter Mechanic 25.88 23470 - Laborer 14.21 23510 - Locksmith 25.61 23530 - Machinery Maintenance Mechanic 27.15 23550 - Machinist, Maintenance 24.25 23580 - Maintenance Trades Helper 16.29 23591 - Metrology Technician I 29.28 23592 - Metrology Technician II 30.22 23593 - Metrology Technician III 31.11 23640 - Millwright 27.73 23710 - Office Appliance Repairer 25.88 23760 - Painter, Maintenance 25.88 23790 - Pipefitter, Maintenance 29.77 23810 - Plumber, Maintenance 27.42 23820 - Pneudraulic Systems Mechanic 26.78 23850 - Rigger 26.78 23870 - Scale Mechanic 24.79 23890 - Sheet-Metal Worker, Maintenance 29.27 23910 - Small Engine Mechanic 23.95 23931 - Telecommunications Mechanic I 27.36 23932 - Telecommunications Mechanic II 28.25 23950 - Telephone Lineman 24.51 23960 - Welder, Combination, Maintenance 26.32 23965 - Well Driller 32.28 23970 - Woodcraft Worker 26.78 23980 - Woodworker 22.12 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.29 24580 - Child Care Center Clerk 15.32 24610 - Chore Aide 10.74 24620 - Family Readiness And Support Services 14.74 Coordinator 24630 - Homemaker 18.02 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 26.38 25040 - Sewage Plant Operator 28.22 25070 - Stationary Engineer 26.38 25190 - Ventilation Equipment Tender 20.48 25210 - Water Treatment Plant Operator 28.22 27000 - Protective Service Occupations 27004 - Alarm Monitor 22.98 27007 - Baggage Inspector 13.73 27008 - Corrections Officer 23.46 27010 - Court Security Officer 29.42 27030 - Detection Dog Handler 15.36 27040 - Detention Officer 23.51 27070 - Firefighter 31.09 27101 - Guard I 13.73 27102 - Guard II 22.54 27131 - Police Officer I 33.70 27132 - Police Officer II 37.44 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.43 28042 - Carnival Equipment Repairer 13.23 28043 - Carnival Equpment Worker 10.02 28210 - Gate Attendant/Gate Tender 14.84 28310 - Lifeguard 12.47 28350 - Park Attendant (Aide) 16.01 28510 - Recreation Aide/Health Facility Attendant 11.98 28515 - Recreation Specialist 18.46 28630 - Sports Official 12.53 28690 - Swimming Pool Operator 15.27 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 29.78 29020 - Hatch Tender 29.78 29030 - Line Handler 29.78 29041 - Stevedore I 28.19 29042 - Stevedore II 31.09 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.17 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.32 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.99 30021 - Archeological Technician I 22.27 30022 - Archeological Technician II 24.91 30023 - Archeological Technician III 30.86 30030 - Cartographic Technician 30.86 30040 - Civil Engineering Technician 28.02 30061 - Drafter/CAD Operator I 22.27 30062 - Drafter/CAD Operator II 24.91 30063 - Drafter/CAD Operator III 27.78 30064 - Drafter/CAD Operator IV 34.17 30081 - Engineering Technician I 20.07 30082 - Engineering Technician II 22.53 30083 - Engineering Technician III 25.20 30084 - Engineering Technician IV 31.22 30085 - Engineering Technician V 38.19 30086 - Engineering Technician VI 46.21 30090 - Environmental Technician 28.91 30210 - Laboratory Technician 25.04 30240 - Mathematical Technician 30.86 30361 - Paralegal/Legal Assistant I 22.87 30362 - Paralegal/Legal Assistant II 28.34 30363 - Paralegal/Legal Assistant III 32.99 30364 - Paralegal/Legal Assistant IV 35.62 30390 - Photo-Optics Technician 30.86 30461 - Technical Writer I 26.15 30462 - Technical Writer II 31.99 30463 - Technical Writer III 38.71 30491 - Unexploded Ordnance (UXO) Technician I 24.26 30492 - Unexploded Ordnance (UXO) Technician II 29.35 30493 - Unexploded Ordnance (UXO) Technician III 35.18 30494 - Unexploded (UXO) Safety Escort 24.26 30495 - Unexploded (UXO) Sweep Personnel 24.26 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.99 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.77 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 15.18 31030 - Bus Driver 19.68 31043 - Driver Courier 17.32 31260 - Parking and Lot Attendant 11.13 31290 - Shuttle Bus Driver 18.43 31310 - Taxi Driver 13.29 31361 - Truckdriver, Light 18.43 31362 - Truckdriver, Medium 21.42 31363 - Truckdriver, Heavy 22.63 31364 - Truckdriver, Tractor-Trailer 22.63 99000 - Miscellaneous Occupations 99030 - Cashier 12.33 99050 - Desk Clerk 10.88 99095 - Embalmer 26.13 99251 - Laboratory Animal Caretaker I 12.24 99252 - Laboratory Animal Caretaker II 13.02 99310 - Mortician 28.38 99410 - Pest Controller 20.11 99510 - Photofinishing Worker 13.73 99710 - Recycling Laborer 21.32 99711 - Recycling Specialist 24.48 99730 - Refuse Collector 19.73 99810 - Sales Clerk 13.82 99820 - School Crossing Guard 15.61 99830 - Survey Party Chief 28.70 99831 - Surveying Aide 16.46 99832 - Surveying Technician 22.56 99840 - Vending Machine Attendant 15.97 99841 - Vending Machine Repairer 19.80 99842 - Vending Machine Repairer Helper 17.44 ____________________________________________________________________________________ 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 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 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). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-18 - Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC1145AG01/listing.html)
- Place of Performance
- Address: WADS 852 Lincoln BLVD Joint Base Lewis McC WA
- Zip Code: 98438
- Zip Code: 98438
- Record
- SN02464453-W 20110606/110604233033-d70f42d28d7ae74f9fad172dc79873ec (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 |