SOLICITATION NOTICE
V -- Lodging in Hartford, CT
- Notice Date
- 5/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-T-5065
- Response Due
- 5/21/2013
- Archive Date
- 7/5/2013
- Point of Contact
- Jake Perrotta, (609) 562-2703
- E-Mail Address
-
ACC - New Jersey
(jake.r.perrotta.civ@mail.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. Solicitation Number: W15QKN-13-T-5065; the solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, February 28, 2013. (i) This solicitation document is issued as a Request for Quote (RFQ) for Lodging-In-Kind (LIK) in Concord, CA. SEE ATTACHED LINKED, quote mark Additional Documentation quote mark found at the bottom of the posting, FOR SCHEDULE B AND THE STATEMENT OF WORK (SOW) (ii) Notice of 100% Total Small Set-Aside Solicitation. The associated NAICS code is 721110, with size standard of $30.0M. (iii) The requirement shall be Firm Fixed Price (FFP). THE GOVERNMENT IS TAX EXEMPT. Third Party Criteria: 1. The contractor must provide Point of Contact (POC) at the facility from Commencement to conclusion of the event. The name of the POC and telephone number must be submitted with their quote/offer. POC: _______________________________ Telephone No.______________________ 2. The contractor must demonstrate the financial capabilities to fulfill the proposed event. 3. The contractor must submit the Federal Emergency Management Agency (FEMA) Certification of the proposed facility for the event with their offer/quote. 4. The contractor must submit all subcontracting agreements with their offer/quote. (iv) All representations and certifications to include provision of Dun & Bradstreet number are to be returned with the quote. Dun and Bradstreet information can be found by calling (800)-333-0505. A contractor that is receiving an award resulting from this request for quotation must be registered in the System for Award Management (SAM) prior to request for payment. To register, offerors may log onto: https://www.sam.gov/portal/public/SAM/. a.Dun and Bradstreet #__________________________ b.CAGE(commercial and government entity)code___________________ c.Federal Tax ID __________________ (v) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: Paragraphs (d), (e), (h), and (i) are hereby deleted from the above referenced provision. Paragraph (c) Period for acceptance of offers is hereby changed from 30 calendar days to 60 calendar days (vi) Provision at FAR 52.212-2, full text Evaluation Commercial Items, applies to this acquisition and or Basis of Award. Technical (CONFORMANCE TO THE PWS - Please submit a capabilities statement on how you will meet the SOW requirements and a short background/description of your company. Site visit may be accomplished, by the requiring activity, for a facility assessment consisting of cleanliness, security, amenities, and conformance with Statement of Work (SOW)), Past Performance (UTILIZATION OF THE PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM), and Price (Pricing must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price.) Descending importance: 1.Past Performance 2.Technical 3.Price Evaluation factors: Past Performance and Technical combined are slightly more important than 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. (vii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy). The contractor shall be registered in the System for Award Management (SAM) at https://www.sam.gov. DFAR provisions: 252.203-7005/ 252.204-7011/ 252.209-7999 (viii) Invoicing and Payments (Wide Area Work Flow (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (ix) The following FAR clauses apply to this acquisition: 52.204-7, Central Contractor Registration; FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (n), (o), and (p). FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.204-13 Central Contractor Registration Maintenance; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on contracting with inverted domestic corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-37, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employee; 52.223-2 Affirmative procurement of biobased products under service and construction contracts; 52.223-5, Pollution prevention and right-to-know information; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-06; Payment under communication service contracts with common carriers; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; (x) The following DFARS clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform employees of whistleblower rights; 252.204-7003 Control of government personnel work product; 252.204-7004, Alternate A Central Contractor Registration; 252.209-7001, Disclosure of ownership or control by the government of a terrorist country; 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials; DFARS 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on interrogation of detainees by contractor personnel; 252.243-7001 Pricing of contract modification; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submissions of Payment Requests; 252.204-7004 AltA, Central Contractor Registration; 252.247-7023, Transportation of Supplies by Sea with Alternate III. (xi) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: CONTRACTORS: CLAUSE 252.209-7999 IS A FILLIN CLAUSE THAT NEEDS TO BE COMPLETED AND SUBMITTED IN YOUR QUOTE. FAILUR TO COMPLETE THE CLAUSE MAY DEEM YOUR QUOTE AS INCOMPLETE. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.000-4002 LEVEL 1 ANTI TERRORIST AWARENESS TRAINING OCT/2010 REQUIREMENTS FOR CONTRACTOR EMPLOYEES (a) All contractor employees requiring access to any Federally-controlled facility and logical access to Federally controlled information systems except for quote mark national security systems quote mark as defined by 44 U.S.C. 3542(b)(2), should be certified in Level 1 Anti Terrorism Training. The training is accessible from any computer with access to the World Wide Web and is available at https:/atlevel1.dtic.mil/at. The contractor is responsible for ensuring that the training has been satisfactorily completed and that valid certificates of completion have been submitted to the Contracting Officers Representative (COR) with a copy furnished to the Contracting Officer. The Certificates are valid for one year, therefore, training shall be completed every year for the duration of the contract. (b) The term Federally-controlled facility is defined as: (1) Federally-owned buildings or leased space, whether for single or multi-tenant occupancy, and its grounds and approaches, all or any portion of which is under the jurisdiction, custody or control of a department or agency; (2) Federally-controlled commercial space shared with non-government tenants. For example, if a department or agency leased the 10th floor of a commercial building, the Directive applies to the 10th floor only; (3) Government-owned, contractor-operated facilities, including laboratories engaged in national defense research and production activities; and (4) Facilities under a management and operating contract, such as for the operation, maintenance, or support of a Government-owned or Government-controlled research, development, special production, or testing establishment. (c) The term quote mark Federally-controlled information system quote mark means an information system (44 U.S.C. 3502(8) used or operated by a Federal agency, or a contractor or other organization on behalf of the agency (44 U.S.C. 3544(a) (d) The term quote mark contractor employee quote mark includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. 52.233-4000 HQ AMC-LEVEL PROTEST PROGRAM OCT/2011 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Address: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 52.232-4004 ARMY ELECTRONIC INVOICING INSTRUCTIONS NOV/2011 Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [XX] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Indianapolis through the DFAS Centralized Customer Service number 888-332-7366 (select option 2) or faxed to (877) 701-5069. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Indianapolis 1-888-332-7366 or (317)212-0300 at DFAS-IN.97.VPIS@DFAS.MIL less than mailto:DFAS-IN.97.VPIS@DFAS.MIL greater than or faxed to 877-869-6304 (Indy Defense Agencies). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor less than http://www.dfas.mil/money/vendor greater than. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [XX] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique quote mark part identifier quote mark containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: W15QKN ADMIN BY DODAAC: W15QKN INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Montalvo, Ines Margarita CIV USARMY 102 DIV (MS) (US) 860-570-7108 ines.m.montalvo.civ@mail.mil Pinkerton, Rosie SFC USARMY 80 TNG CMD (US) 804-271-5827 rosie.pinkerton1.mil@mail.mil ACCEPTOR: Montalvo, Ines Margarita CIV USARMY 102 DIV (MS) (US) 860-570-7108 ines.m.montalvo.civ@mail.mil Pinkerton, Rosie SFC USARMY 80 TNG CMD (US) 804-271-5827 rosie.pinkerton1.mil@mail.mil RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: Jake R. Perrotta 609-562-2703 Jake.r.perrotta.civ@mail.mil CONTRACTING OFFICER: Demetra Lynardakis 609-562-5014 demetra.h.lynardakis.civ@mail.mil ADDITIONAL CONTACT: Montalvo, Ines Margarita CIV USARMY 102 DIV (MS) (US) 860-570-7108 ines.m.montalvo.civ@mail.mil Pinkerton, Rosie SFC USARMY 80 TNG CMD (US) 804-271-5827 rosie.pinkerton1.mil@mail.mil For more information contact: Jake R. Perrotta 609-562-2703 Jake.r.perrotta.civ@mail.mil (xi) Service Contract Act Wage Determination: WD 96-0239 (Rev.-27) was first posted on www.wdol.gov on 06/19/2012 FL/HH/MS ********************************************************************************** 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 | | Diane C. Koplewski Division of Wage | Wage Determination No: 1996-0239 Director Determinations | Revision No: 27 | Date Of Revision: 06/13/2012 ---------------------------------------------------------------------------------- RATES APPLICABLE IN THE STATE OF CONNECTICUT HARTFORD STANDARD METROPOLITIAN STATISTICAL AREA AS DEFINED BELOW: HARTFORD COUNTY - Avon Town, Bloomfield Town, Canton Town, East Granby Town, East Hartford Town, East Windsor Town, Enfield Town, Farmington Town, Glastonbury Town, Granby Town, Hartford City, Manchester Town, Marlborough Town, Newington Town, Rocky Hill Town, Simsbury Town, South Windsor Town, Suffield Town, West Hartford Town, Wethersfield Town, Windsor Town, Windsor Locks Town LITCHFIELD COUNTY - New Hartford Town MIDDLESEX COUNTY - Cromwell Town, East Hampton Town, Portland Town NEW LONDON COUNTY - Colchester Town TOLLAND COUNTY - Andover City, Bolton City, Columbia Town, Coventry City, Ellington City, Hebron Town, Stafford Town, Tolland Town, Vernon City, Willington Town ---------------------------------------------------------------------------------- **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE Food & Lodging: 07041 - Cook I 13.13 07042 - Cook II 16.64 07070 - Dishwasher 9.48 07130 - Food Service Worker 10.30 07260 - Waiter/Waitress 9.48 11060 - Elevator Operator 9.48 11210 - Laborer, Grounds Maintenance 10.30 11240 - Maid or Houseman 10.30 99030 - Cashier 10.30 99050 - Desk Clerk (see 1) 10.30 Halfway House & Residential Community Treatment: 01011 - Accounting Clerk I 12.29 01012 - Accounting Clerk II 13.48 01111 - General Clerk I 11.46 01311 - Secretary I 14.69 01611 - Word Processor I 11.46 07041 - Cook I 13.13 07042 - Cook II 16.64 07070 - Dishwasher 9.48 07130 - Food Service Worker 10.30 11150 - Janitor 10.30 11210 - Laborer, Grounds Maintenance 10.30 11240 - Maid or Houseman 10.30 23370 - General Maintenance Worker 14.32 27101 - Guard I 11.50 27102 - Guard II 12.21 99050 - Desk Clerk (see 1) 11.21 Moving & Storage: 21020 - Forklift Operator 13.14 21050 - Material Handling Laborer 11.21 21110 - Shipping Packer 13.14 21410 - Warehouse Specialist 13.14 31361 - Truckdriver, Light 13.14 31362 - Truckdriver, Medium 14.34 31363 - Truckdriver, Heavy 15.48 31364 - Truckdriver, Tractor-Trailer 16.64 __________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 15 years, and 5 weeks after 25 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 NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) Rates are applicable only under the appropriate occupational category. ** 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 quote mark wash and wear quote mark 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. ** NOTES APPLYING TO THIS WAGE DETERMINATION ** Under the policy and guidance contained in All Agency Memorandum No. 159, the Wage and Hour Division does not recognize, for section 4(c) purposes, prospective wage rates and fringe benefit provisions that are effective only upon such contingencies as quote mark approval of Wage and Hour, issuance of a wage determination, incorporation of the wage determination in the contract, adjusting the contract price, etc. quote mark (The relevant CBA section) in the collective bargaining agreement between (the parties) contains contingency language that Wage and Hour does not recognize as reflecting quote mark arm's length negotiation quote mark under section 4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage determination therefore reflects the actual CBA wage rates and fringe benefits paid under the predecessor contract. The duties of employees under job titles listed are those described in the quote mark Service Contract Act Directory of Occupations quote mark, 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 quote mark Service Contract Act Directory of Occupations quote mark (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. REQUIRED RESPONSE DATE: Quotes MUST be received by 1000EST Tuesday, May 21st 2013. Electronic submissions via email or facsimile (fax) will be accepted. If you An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Jake Perrotta, Contract Specialist, via email at jake.r.perrotta.civ@mail.mil. All questions or inquiries must be submitted in writing/e-mail. Submission of quote, through alternative electronic points of entry, will be deemed unacceptable. The quote will need to be completed and sent via electronic email or fax to the Contracting Specialist; either to jake.r.perrotta.civ@mail.mil or fax # (609) 562-3625.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b318e68073a294572fcad00fe795d6d7)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03054026-W 20130508/130506235606-b318e68073a294572fcad00fe795d6d7 (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 |