Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

41 -- HVAC LaGuardia Airport

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS05-13-Q-CKP231
 
Archive Date
8/31/2013
 
Point of Contact
Peter S Larsen, Phone: 202-380-8955
 
E-Mail Address
peter.s.larsen@tsa.dhs.gov
(peter.s.larsen@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotes are being requested and a written solicitation will not be issued. HSTS05-13-Q-CKP231 is issued as a Request for Quote. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-67. The NAICS code is 238220 and the Small Business Standard is $14 million. The Government anticipates awarding a firm fixed price purchase order. 1.0 General requirement information The Transportation Security Administration requires the replacement of four (4) heat pumps for the HVAC system at LaGuardia International Airport on a firm fixed price purchase order. 2.0 Statement of Work This Statement of Work (SOW) defines the requirements for services necessary to fulfill the tasks defined herein. 2.1 Project Description Replacement of Heat Pump Units in the American and Air Canada bag rooms in the Central Terminal Building (Terminal B) at LaGuardia Airport Scope of Work American Airlines Baggage Screening Area: • Disconnect and remove existing heat pump system to include all interconnecting piping and properly dispose of equipment and coolant. • Supply and install two (2) new Mitsubishi 3 ton heat pump systems with 410A refrigerant: • Mitsubishi model PUZA36NHA4 36,000 BTU exterior heat pump • Mitsubishi model PLAA36BA4 36,000 BTU ceiling cassette blower • Install new refrigeration piping as required • Reconnect existing condensate drain plumbing • Supply and install new thermostatic controller • Make mechanical and electrical connections • Test installation for proper operation Air Canada Baggage Screening Area • Disconnect and remove existing heat pump system • Supply and install two (2) new Mitsubishi 2-1/2 ton heat pump systems with 410A refrigerant: • Mitsubishi model PUZA30NHA4 36,000 BTU exterior heat pump • Mitsubishi model PLAA30BA4 36,000 BTU ceiling cassette blower • Install new refrigeration piping as required • Reconnect existing condensate drain plumbing • Supply and install new thermostatic controller • Make mechanical and electrical connections • Test installation for proper operation 2.2 Project Support Project support shall include the work efforts defined in the following sections. 2.21 Management The vendor shall provide all labor, materials, equipment, and support services required for planning, managing, and supervising all items included in this SOW. Services to be provided shall include interfacing with the TSA team, the airport authorities, and other stakeholders as necessary or as directed by the TSA. 2.22 Technical Support Vendor shall provide technical consultations to all associated airport authority representatives regarding diagnosis and repair efforts, as necessary. 2.23 Field Labor Services Vendor shall provide all labor, materials, equipment, and support services needed to: technically diagnose and repair the unit, as needed, in order to bring it to the required operational condition. They shall install all labor, parts, needed to ensure unit is operational. 2.3 LOCATION OF THE WORK The location of the work will be in the American, and Air Canada Airlines baggage screening areas, Terminal B at LaGuardia Airport. The equipment is located in the SIDA area and will require badges or badged escort to complete work. 2.4 PERIOD OF PERFORMANCE The work is to be performed immediately after authorization is provided by the Contracting Officer. 2.5 SPECIAL REQUIREMENTS The vendor shall: • Coordinate with TSA staff and the local authorities to include local TSA, airport authorities, and any other local law enforcement, as needed; and • Identify and obtain all necessary permits, badges, and permissions required to accomplish this work. Site conditions are to include the following: All work being done in operational areas cannot interfere with either the TSA or airlines personnel’s ability to complete their functions. If the work being done can be completed without interfering with airport operations, it may be done during normal working hours with the concurrence of TSA local POC. All major work within operational areas will need to be completed between the hours of 9 PM and 3:30 AM. 2.6 PROJECT COORDINATION CONTACTS Project coordination contact information is listed in the following table. Title Name Contact Information Local TSA Point of Contact (POC) Guy Lainis 718-340-0049 Office of Security Technology (OST) POC 2.7 Requirement Information Name of Requisitioning Office: TSA LaGuardia International Airport Attn: Guy Lainis718-340-0049 Newark, NJ 2.8 Pricing Table Clin No. Item Total Price 00001 American Airlines Baggage Screening area-See Statement of Work 00002 Air Canada Baggage Screening area. See Statement of Work. Grand Total $ Inclusive of all labor, materials, permits etc. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. (Aug 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jul 2013) (31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _X_ (40)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43)._X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (48) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage – Fringe Benefits 23410 - Heating, Ventilation And Air-Conditioning $ 26.97/$9.89 TSA SPECIAL CONTRACT REQUIREMENTS G.5200.243.001 CONTRACTING OFFICER (CO) The Contracting Officer is the only person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested solely in the Contracting Officer. (For further information, the Contracting Officer is a federal government employee who is specifically authorized and appointed in writing under specified agency procedures and granted the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Officers may be assigned: TSA Contracting Officer: NAME: Peter Larsen PHONE NUMBER: 202-380-8955 EMAIL: peter.s.larsen@tsa.dhs.gov G.4202.242.002 “SUBMISSION OF INVOICES - Commercial” Feb 2012 (a) Background: The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 757-413-7314 The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (d) of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 3) Email Invoices: FIN-SMB-TSAInvoices@uscg.mil or www.fincen.uscg.mil (c) Invoice Process: Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer’s Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices back to FinCen. Upon receipt of certified invoices from an Authorized Certifying Official, FinCen will initiate payment of the invoices. Note for discounts offered: Discounts on invoices. If desired, the Contractor should offer discounts directly upon the invoice submitted, clearly specifying the terms of the discount. Contractors can structure discounted amounts for payment for any time period less than the usual thirty day payment period specified under Prompt Payment requirements; however the Contractor should not structure terms for payment of net amounts invoiced any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. Discounts offered after invoice submission. If the Contractor should wish to offer a discount on a specific invoice after its submission for payment, the Contractor should submit a letter to the Finance Center identifying the specific invoice for which a discount is offered and specify the exact terms of the discount offered and what time period the Government should make payment by in order to receive the discount. The Contractor should clearly indicate the contract number, invoice number and date, and the specific terms of the discount offered. Contractors should not structure terms for net amount payments any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. (d) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm (e) Invoice Elements: Invoices will automatically be rejected if the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. The Contractor shall work with the Government to mutually refine the format, content and method of delivery for all invoice submissions during the performance of the Contract. (f) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer’s Technical Representative. Note for “time-and-material” type contracts: The Contractor must submit the following statement with each invoice for labor hours invoiced under a “time-and-materials” type contract, order, or contract line item: “The Contractor hereby certifies in accordance with paragraph (c) of FAR 52.232-7, that each labor hour has been performed by an employee (prime or subcontractor) who meets the contract’s specified requirements for the labor category invoiced.” (g) Additional Invoice Preparation Instructions for Software Development and/or Hardware. The Contractor shall clearly include a separate breakdown (by CLIN) for any software development activities (labor costs, subcontractor costs, etc) in accordance with Federal Accounting Standards Advisory Board Statement of Federal Financial Accounting Standards Number 10 (Preliminary design costs, Development costs and post implementation costs) and cite payment terms. The contractor shall provide make and model descriptions as well as serial numbers for purchases of hardware and software (where applicable.) (h) Frequency of Invoice Submission: Not more frequently than once per week after ticketing takes place. 5.1 H.5200.224.001 Disclosure of Information Information furnished by the Contractor under this contract may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary, or personally-identifiable information must be clearly marked. Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the requirements of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and information and must ensure that all work performed by its Subcontractor(s) shall be under the supervision of the Contractor or the Contractor’s employees. 5.2 H.5200.209.001 Contract’s Responsibility for Assigned Space, Equipment, and Supplies If, due to the fault or neglect of the Contractor, his agents, or employees, damages are caused to any Government property, equipment, stock or supplies, during the performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. The Contractor is responsible for maintaining all assigned space(s) in a clean and orderly fashion during the course of this contract. All telephones are for conducting official Government business only. 5.3 H.5200.205.001 Publicity and Dissemination of Contract Information Publicity releases or commercial advertising in connection with or referring to this contract or effort shall not be made by the Contractor unless prior written approval has been received from the Contracting Officer. The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. A minimum of five full business days’ notice is required for requests made in accordance with this provision. 5.4 H.5200.244.001 Interrelationship of Associate Contractors The TSA may enter into contractual agreements with other Contractors (i.e., “Associate Contractors”) in order to fulfill requirements separate from the work to be performed under this contract, yet having a relationship to performance under this contract. It is expected that contractors working under TSA contracts will have to work together under certain conditions in order to achieve a common solution for TSA. The Contractor may be required to coordinate with other such Contractor(s) through the cognizant Contracting Officer (CO) and/or designated representative in providing suitable, non-conflicting technical and/or management interface and in avoidance of duplication of effort. Information on deliverables provided under separate contracts may, at the discretion of the TSA and/or other Government agencies, be provided to such other Contractor(s) for the purpose of such work. Where the Contractor and an associate Contractor fail to agree upon action to be taken in connection with their respective responsibilities, each Contractor shall promptly bring the matters to the attention of the cognizant CO and furnish the Contractor’s recommendations for a solution. The Contractor shall not be relieved of its obligations to make timely deliveries or be entitled to any other adjustment because of failure of the Contractor and its associate to promptly refer matters to the CO or because of failure to implement CO directions. Where the Contractor and Associate Contractors are required to collaborate to deliver a service; the Government will designate, in writing and prior to the definition of the task, to both Contractors, a “lead Contractor” for the project. In these cases the Associate Contractors shall also be contractually required to coordinate and collaborate with the Contractor. TSA will facilitate the mutual execution of Non-Disclosure Agreements. Compliance with this Special Contract Requirement is included in the contract price and shall not be a basis for equitable adjustment. 5.5 H.5200.237.001 Non-Personal Services “Personal services” are those in which contractor personnel would appear to be, in effect, Government employees via the direct supervision and oversight by Government employees. No personal services shall be performed under this contract. No Contractor employee will be directly supervised by a Government employee. All individual Contractor employee assignments, and daily work direction, shall be given by the applicable employee supervisor of the Contractor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently Governmental actions as defined by FAR 7.500. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications in connection with this contract, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee shall state that they have no authority to in any way change any contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall ensure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this special contract requirement shall limit the Government’s rights in any way under any other term of the contract, including those related to the Government’s right to inspect and accept the services to be performed under this contract. The substance of this special contract requirement shall be included in all subcontracts at any tier. 5.6 H.5200.209.001 Contractor Responsibilities The Contractor shall provide all management, administrative, clerical, and supervisory functions required for the effective and efficient performance of this contract. The Government shall not be liable for any injury to the Contractor’s personnel or damage to the Contractor’s property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to another Federal statutory authority. A smooth and orderly transition between the Contractor and a predecessor or successor Contractor is necessary to ensure minimum disruption to vital Government business. The Contractor shall cooperate fully in the transition. The Contractor shall adhere to the same professional and ethical standards of conduct required of Government personnel. The Contractor shall not: • Discuss with unauthorized persons any information obtained in the performance of work under this contract. • Conduct business not directly related to this contract on Government premises. • Use computer systems and/or other Government facilities for company or personal business other than work related; or • Recruit on Government premises or otherwise act to disrupt official Government business. 5.7 H.5200.203.001 Qualifications of Employees The Contracting Officer may require dismissal from work under this contract and/or removal of access to government facilities, property, information and/or information systems of those employees which the Contracting Officer deems contrary to the public interest or inconsistent with the best interest of national security. 5.8 H.5200.209.002 Non-Disclosure Agreements Non-Disclosure Agreements are required to be signed by all Contractor personnel when their role requires them to come into contact with Sensitive But Unclassified, Government procurement sensitive information, and/or other sensitive information, or proprietary business information from other Contractors (e.g., cost data, plans, and strategies). The recipient certifies in writing that they will take the necessary steps to prevent the unauthorized disclosure and use of information. The Contracting Officer will provide the prescribed non-disclosure forms as necessary to the Contractor when circumstances warrant. 5.9 H.5200.237.002 Observance of Legal Holidays, Other Absences, and Necessary Contract Performance Offsite The Government observes the following holidays: New Year’s Day Martin Luther King Birthday President’s Day Memorial Day Independence Day Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas Day Inauguration Day (Washington, DC metropolitan area) In addition to the days designated as holidays, the Government observes also the following days: • Any other day designated by Federal Statute, and • Any other day designated by Executive Order, and • Any other day designated by President’s Proclamation, such as extreme weather conditions. When the Government grants excused absence to its employees in a specific location, assigned Contractor personnel at that same location may also be dismissed. The Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the Contracting Officer’s Technical Representative. Observance of such holidays by Government personnel shall not be a reason for the Contractor to request an extension of the period of performance, or entitlement of compensation except as set forth within the contract. In the event the Contractor’s personnel work during the holiday or other excused absences, they may be compensated by the Contractor, however, no form of holiday or other premium compensation will be considered either as a direct or indirect cost, other than their normal compensation for the time worked. For cost reimbursable and time and material (T&M) contracts, the government will only consider as direct and/or indirect costs those efforts actually performed during the holiday or excused absences in the event contractor personnel are not dismissed. This provision does not preclude reimbursement for authorized overtime work if applicable to this contract. Otherwise, the management responsibility for contractor functions approved by the Contracting Officer for offsite work, in the event of inaccessibility of federal workplaces are the sole responsibility of the contractor. The contractor may propose telework or other solutions when critical work is required, however, the Contractor is solely responsible for any cost differential in performance, all liabilities that may be due to performance at an alternate location and all resources necessary to complete such performance. In the event of an actual emergency, the Contracting Officer may direct the contractor to change work hours or locations or institute telework, utilize personal protective equipment or other mandated items. 5.10 H.5200.237.003 Security Requirements For Contractor Employees Performing At Or In Airport Locations Contractor employees are required to meet all airport security screening requirements which include criminal history, background and fingerprint check. Contractor employees working in this facility will be required to obtain, possess and display a Secure Identification Display Area (SIDA) badge in accordance with the airport’s physical and personnel security requirements. The Contractor is responsible for any fees associated with lost badges. For further information regarding Security Requirements, please contact Orlando Airport. 5.11 H.5200.236.001 Permit Requirements For Contractor Work At Airports The contractor shall obtain all necessary permits and approvals from regulatory authorities at the airport location(s) to allow for the timely completion of the work required under the contract. For further information regarding Permitting Requirements, please contact Orlando City Government at 407-246-2271. 5.12 H.5200.228.001 Insurance For Contractor Performance At The Airport The Contractor must have approved insurance on file with Orlando Airport. The Contractor is required to procure at its own expense, and keep in effect at all times during the term of the contract HSTS05-13-P-MCO001, the types and amounts of insurance specified. Typically, companies whose work is performed within buildings and terminals are required to have a minimum of (Contracting Officer: Enter the amount of insurance, if known) of liability insurance. Companies who require tools and/or equipment, and airfield access must have a minimum of (Contracting Officer: Enter the amount of insurance, if known) of liability insurance. Air Carrier Operating Permits and Leases will have additional insurance coverage requirements. The actual types and amounts ofinsurance required will be set on an individual basis by the Orlando City Government based upon the company’s scope of work and airport access required. For further information regarding Insurance Requirements, please contact Orlando City Government at 407-246-2271. 5.13 H.5200.205.002 Advertising of Award The contractor shall not refer to contract awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. 5.14 H.5200.204.001 Major Breach of Safety or Security (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to TSA and compliance with safety standards and practices is a material part of this contract. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of safety must be related directly to the work on the agreement. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality, serious injury, or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any 'willful' or 'repeat' violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan. (b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the agreement. A major breach of security is an act or omission by the Contractor that results in compromise of classified information or sensitive security information or sensitive but unclassified information, including contractor proprietary information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000. NOTE: Breach of Security for the purposes of this definition should not be confused with breach of security in screening operations. (c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted. 5.15 H.5200.237.004 Contractor Staff Training The contractor shall provide fully trained and experienced personnel. Training of contractor personnel shall be performed by the contractor at its expense, except as directed by the Government through written authorization by the Contracting Officer to meet special requirements peculiar to the contract. Training includes attendance at seminars, symposia or user group conferences. Training will not be authorized for the purpose of keeping contractor personnel abreast of advances in the state-of-the-art or for training contractor employees on equipment, computer languages and computer operating systems that are available on the commercial market or required by a contract. This includes training to obtain or increase proficiency in word processing, spreadsheets, presentations, and electronic mail. 5.16 H.5200.209.003 Employee Termination The contractor shall notify the Contracting Officer and the Contracting Officer’s Technical Representative within 48 hours when an employee performing work under this contract who has been granted access to government information, information systems, property, or government facilities access terminates employment, no longer is assigned to the contract, or no longer requires such access. The contractor shall be responsible for returning, or ensuring that employees return, all DHS/TSA -issued contractor/employee identification, all other TSA or DHS property, and any security access cards to Government offices issued by a landlord of commercial space. 5.17 H.5200.203.002 Standards of Conduct and Restrictions The contractor shall adhere to the same professional and ethical standards of conduct required of Government personnel. Personnel performing work under this contract shall not: a) Solicit new business while performing work under the contract; b) Conduct business other than that which is covered by this contract during periods paid by the Government; c) Conduct business not directly related to this contract on Government premises; d) Use Government computer systems or networks, and/or other Government facilities for company or personal business; e) Recruit on Government premises or otherwise act to disrupt official Government business. INSTRUCTIONS TO OFFERORS Contractors shall complete the pricing table outlined in Section B, or a similar format, as long as all required information is provided. Quotes shall be submitted to Peter.S.Larsen@tsa.dhs.gov no later than Friday August 16, 2013 at 3:30 PM. Questions regarding this solicitation shall be directed to Peter.S.Larsen, 202-380-8955, Peter.S.Larsen@tsa.dhs.gov. EVALUATION OF QUOTATIONS Award will be made based on the lowest technically acceptable quotation based on the following evaluation criteria: • Technical acceptability (adherence to specifications in Statement of Work) • Price WD 05-2353 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013 ************************************************************************************ 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.: 2005-2353 Diane C. Koplewski Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: New Jersey Area: New Jersey Counties of Essex, Hudson, Morris, Sussex, Union ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.11 01012 - Accounting Clerk II 19.61 01013 - Accounting Clerk III 21.89 01020 - Administrative Assistant 30.93 01040 - Court Reporter 21.64 01051 - Data Entry Operator I 14.71 01052 - Data Entry Operator II 16.05 01060 - Dispatcher, Motor Vehicle 25.79 01070 - Document Preparation Clerk 15.56 01090 - Duplicating Machine Operator 15.56 01111 - General Clerk I 14.82 01112 - General Clerk II 17.49 01113 - General Clerk III 19.01 01120 - Housing Referral Assistant 26.92 01141 - Messenger Courier 12.87 01191 - Order Clerk I 16.49 01192 - Order Clerk II 21.31 01261 - Personnel Assistant (Employment) I 18.96 01262 - Personnel Assistant (Employment) II 21.22 01263 - Personnel Assistant (Employment) III 23.66 01270 - Production Control Clerk 23.51 01280 - Receptionist 15.67 01290 - Rental Clerk 18.04 01300 - Scheduler, Maintenance 21.57 01311 - Secretary I 21.57 01312 - Secretary II 24.82 01313 - Secretary III 26.92 01320 - Service Order Dispatcher 20.50 01410 - Supply Technician 30.93 01420 - Survey Worker 21.64 01531 - Travel Clerk I 15.98 01532 - Travel Clerk II 17.31 01533 - Travel Clerk III 18.79 01611 - Word Processor I 17.62 01612 - Word Processor II 19.79 01613 - Word Processor III 22.13 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 28.43 05010 - Automotive Electrician 28.50 05040 - Automotive Glass Installer 27.31 05070 - Automotive Worker 27.31 05110 - Mobile Equipment Servicer 24.42 05130 - Motor Equipment Metal Mechanic 29.68 05160 - Motor Equipment Metal Worker 27.31 05190 - Motor Vehicle Mechanic 29.68 05220 - Motor Vehicle Mechanic Helper 23.15 05250 - Motor Vehicle Upholstery Worker 26.12 05280 - Motor Vehicle Wrecker 27.31 05310 - Painter, Automotive 28.50 05340 - Radiator Repair Specialist 27.31 05370 - Tire Repairer 17.92 05400 - Transmission Repair Specialist 29.68 07000 - Food Preparation And Service Occupations 07010 - Baker 17.64 07041 - Cook I 15.07 07042 - Cook II 16.80 07070 - Dishwasher 9.45 07130 - Food Service Worker 12.58 07210 - Meat Cutter 19.20 07260 - Waiter/Waitress 12.67 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 22.00 09040 - Furniture Handler 16.73 09080 - Furniture Refinisher 22.00 09090 - Furniture Refinisher Helper 18.56 09110 - Furniture Repairer, Minor 20.16 09130 - Upholsterer 22.00 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.85 11060 - Elevator Operator 12.85 11090 - Gardener 19.39 11122 - Housekeeping Aide 15.70 11150 - Janitor 15.70 11210 - Laborer, Grounds Maintenance 15.89 11240 - Maid or Houseman 13.34 11260 - Pruner 14.75 11270 - Tractor Operator 19.39 11330 - Trail Maintenance Worker 15.89 11360 - Window Cleaner 16.86 12000 - Health Occupations 12010 - Ambulance Driver 22.53 12011 - Breath Alcohol Technician 22.61 12012 - Certified Occupational Therapist Assistant 24.12 12015 - Certified Physical Therapist Assistant 22.28 12020 - Dental Assistant 16.75 12025 - Dental Hygienist 35.31 12030 - EKG Technician 28.65 12035 - Electroneurodiagnostic Technologist 28.65 12040 - Emergency Medical Technician 22.53 12071 - Licensed Practical Nurse I 20.52 12072 - Licensed Practical Nurse II 24.34 12073 - Licensed Practical Nurse III 24.48 12100 - Medical Assistant 16.66 12130 - Medical Laboratory Technician 20.63 12160 - Medical Record Clerk 18.00 12190 - Medical Record Technician 20.55 12195 - Medical Transcriptionist 19.09 12210 - Nuclear Medicine Technologist 36.93 12221 - Nursing Assistant I 12.37 12222 - Nursing Assistant II 13.91 12223 - Nursing Assistant III 15.82 12224 - Nursing Assistant IV 16.79 12235 - Optical Dispenser 24.64 12236 - Optical Technician 16.64 12250 - Pharmacy Technician 14.58 12280 - Phlebotomist 16.79 12305 - Radiologic Technologist 28.08 12311 - Registered Nurse I 32.76 12312 - Registered Nurse II 38.41 12313 - Registered Nurse II, Specialist 38.41 12314 - Registered Nurse III 49.39 12315 - Registered Nurse III, Anesthetist 49.39 12316 - Registered Nurse IV 59.22 12317 - Scheduler (Drug and Alcohol Testing) 26.17 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 27.03 13012 - Exhibits Specialist II 33.49 13013 - Exhibits Specialist III 40.95 13041 - Illustrator I 26.51 13042 - Illustrator II 33.23 13043 - Illustrator III 40.60 13047 - Librarian 36.42 13050 - Library Aide/Clerk 15.79 13054 - Library Information Technology Systems 32.65 Administrator 13058 - Library Technician 25.62 13061 - Media Specialist I 23.57 13062 - Media Specialist II 26.35 13063 - Media Specialist III 29.39 13071 - Photographer I 21.29 13072 - Photographer II 24.10 13073 - Photographer III 32.88 13074 - Photographer IV 41.88 13075 - Photographer V 50.02 13110 - Video Teleconference Technician 24.33 14000 - Information Technology Occupations 14041 - Computer Operator I 19.00 14042 - Computer Operator II 21.26 14043 - Computer Operator III 23.71 14044 - Computer Operator IV 26.35 14045 - Computer Operator V 29.17 14071 - Computer Programmer I (see 1) 27.56 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 19.00 14160 - Personal Computer Support Technician 26.35 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 39.54 15020 - Aircrew Training Devices Instructor (Rated) 43.75 15030 - Air Crew Training Devices Instructor (Pilot) 52.46 15050 - Computer Based Training Specialist / Instructor 39.54 15060 - Educational Technologist 35.73 15070 - Flight Instructor (Pilot) 52.46 15080 - Graphic Artist 31.85 15090 - Technical Instructor 30.07 15095 - Technical Instructor/Course Developer 36.67 15110 - Test Proctor 23.24 15120 - Tutor 23.24 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.62 16030 - Counter Attendant 11.62 16040 - Dry Cleaner 14.30 16070 - Finisher, Flatwork, Machine 11.62 16090 - Presser, Hand 11.62 16110 - Presser, Machine, Drycleaning 11.62 16130 - Presser, Machine, Shirts 11.62 16160 - Presser, Machine, Wearing Apparel, Laundry 11.62 16190 - Sewing Machine Operator 15.19 16220 - Tailor 16.04 16250 - Washer, Machine 12.60 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.89 19040 - Tool And Die Maker 30.07 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.28 21030 - Material Coordinator 23.51 21040 - Material Expediter 23.51 21050 - Material Handling Laborer 13.57 21071 - Order Filler 14.92 21080 - Production Line Worker (Food Processing) 17.28 21110 - Shipping Packer 15.28 21130 - Shipping/Receiving Clerk 15.28 21140 - Store Worker I 15.06 21150 - Stock Clerk 18.88 21210 - Tools And Parts Attendant 18.10 21410 - Warehouse Specialist 18.10 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 29.79 23021 - Aircraft Mechanic I 27.11 23022 - Aircraft Mechanic II 29.58 23023 - Aircraft Mechanic III 30.66 23040 - Aircraft Mechanic Helper 22.98 23050 - Aircraft, Painter 26.03 23060 - Aircraft Servicer 24.93 23080 - Aircraft Worker 26.07 23110 - Appliance Mechanic 23.37 23120 - Bicycle Repairer 17.92 23125 - Cable Splicer 36.53 23130 - Carpenter, Maintenance 29.89 23140 - Carpet Layer 27.98 23160 - Electrician, Maintenance 37.18 23181 - Electronics Technician Maintenance I 24.19 23182 - Electronics Technician Maintenance II 25.36 23183 - Electronics Technician Maintenance III 26.40 23260 - Fabric Worker 28.00 23290 - Fire Alarm System Mechanic 23.94 23310 - Fire Extinguisher Repairer 22.51 23311 - Fuel Distribution System Mechanic 29.00 23312 - Fuel Distribution System Operator 26.13 23370 - General Maintenance Worker 23.69 23380 - Ground Support Equipment Mechanic 27.11 23381 - Ground Support Equipment Servicer 24.93 23382 - Ground Support Equipment Worker 26.07 23391 - Gunsmith I 22.51 23392 - Gunsmith II 25.12 23393 - Gunsmith III 27.25 23410 - Heating, Ventilation And Air-Conditioning 26.97 Mechanic 23411 - Heating, Ventilation And Air Contditioning 28.93 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 26.10 23440 - Heavy Equipment Operator 34.30 23460 - Instrument Mechanic 30.35 23465 - Laboratory/Shelter Mechanic 26.21 23470 - Laborer 13.74 23510 - Locksmith 20.95 23530 - Machinery Maintenance Mechanic 23.76 23550 - Machinist, Maintenance 19.79 23580 - Maintenance Trades Helper 15.09 23591 - Metrology Technician I 30.35 23592 - Metrology Technician II 31.54 23593 - Metrology Technician III 32.68 23640 - Millwright 30.87 23710 - Office Appliance Repairer 22.91 23760 - Painter, Maintenance 26.50 23790 - Pipefitter, Maintenance 31.12 23810 - Plumber, Maintenance 31.90 23820 - Pneudraulic Systems Mechanic 27.25 23850 - Rigger 25.59 23870 - Scale Mechanic 25.12 23890 - Sheet-Metal Worker, Maintenance 29.46 23910 - Small Engine Mechanic 20.07 23931 - Telecommunications Mechanic I 30.91 23932 - Telecommunications Mechanic II 32.20 23950 - Telephone Lineman 32.90 23960 - Welder, Combination, Maintenance 22.17 23965 - Well Driller 25.11 23970 - Woodcraft Worker 27.25 23980 - Woodworker 20.41 24000 - Personal Needs Occupations 24570 - Child Care Attendant 13.05 24580 - Child Care Center Clerk 16.41 24610 - Chore Aide 10.32 24620 - Family Readiness And Support Services 14.59 Coordinator 24630 - Homemaker 20.13 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 29.03 25040 - Sewage Plant Operator 25.19 25070 - Stationary Engineer 29.03 25190 - Ventilation Equipment Tender 23.71 25210 - Water Treatment Plant Operator 25.36 27000 - Protective Service Occupations 27004 - Alarm Monitor 19.12 27007 - Baggage Inspector 17.98 27008 - Corrections Officer 30.97 27010 - Court Security Officer 30.66 27030 - Detection Dog Handler 20.36 27040 - Detention Officer 30.97 27070 - Firefighter 31.42 27101 - Guard I 17.98 27102 - Guard II 20.36 27131 - Police Officer I 32.37 27132 - Police Officer II 35.94 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.27 28042 - Carnival Equipment Repairer 13.85 28043 - Carnival Equpment Worker 10.96 28210 - Gate Attendant/Gate Tender 16.49 28310 - Lifeguard 13.40 28350 - Park Attendant (Aide) 18.46 28510 - Recreation Aide/Health Facility Attendant 18.95 28515 - Recreation Specialist 22.88 28630 - Sports Official 14.69 28690 - Swimming Pool Operator 20.05 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 29.08 29020 - Hatch Tender 29.08 29030 - Line Handler 29.08 29041 - Stevedore I 27.56 29042 - Stevedore II 32.96 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 40.33 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.82 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.63 30021 - Archeological Technician I 19.69 30022 - Archeological Technician II 22.02 30023 - Archeological Technician III 27.27 30030 - Cartographic Technician 27.27 30040 - Civil Engineering Technician 25.21 30061 - Drafter/CAD Operator I 19.69 30062 - Drafter/CAD Operator II 22.02 30063 - Drafter/CAD Operator III 24.55 30064 - Drafter/CAD Operator IV 30.20 30081 - Engineering Technician I 19.98 30082 - Engineering Technician II 22.47 30083 - Engineering Technician III 25.28 30084 - Engineering Technician IV 31.22 30085 - Engineering Technician V 38.08 30086 - Engineering Technician VI 46.20 30090 - Environmental Technician 21.65 30210 - Laboratory Technician 21.37 30240 - Mathematical Technician 27.04 30361 - Paralegal/Legal Assistant I 23.36 30362 - Paralegal/Legal Assistant II 28.94 30363 - Paralegal/Legal Assistant III 35.39 30364 - Paralegal/Legal Assistant IV 42.84 30390 - Photo-Optics Technician 27.27 30461 - Technical Writer I 26.41 30462 - Technical Writer II 32.29 30463 - Technical Writer III 39.16 30491 - Unexploded Ordnance (UXO) Technician I 25.63 30492 - Unexploded Ordnance (UXO) Technician II 31.02 30493 - Unexploded Ordnance (UXO) Technician III 37.18 30494 - Unexploded (UXO) Safety Escort 25.63 30495 - Unexploded (UXO) Sweep Personnel 25.63 30620 - Weather Observer, Combined Upper Air Or (see 2) 24.55 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.27 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 16.40 31030 - Bus Driver 21.88 31043 - Driver Courier 18.39 31260 - Parking and Lot Attendant 10.05 31290 - Shuttle Bus Driver 17.81 31310 - Taxi Driver 13.23 31361 - Truckdriver, Light 19.53 31362 - Truckdriver, Medium 20.63 31363 - Truckdriver, Heavy 24.52 31364 - Truckdriver, Tractor-Trailer 24.52 99000 - Miscellaneous Occupations 99030 - Cashier 10.53 99050 - Desk Clerk 13.34 99095 - Embalmer 30.19 99251 - Laboratory Animal Caretaker I 12.33 99252 - Laboratory Animal Caretaker II 13.11 99310 - Mortician 34.82 99410 - Pest Controller 17.08 99510 - Photofinishing Worker 16.23 99710 - Recycling Laborer 19.78 99711 - Recycling Specialist 22.59 99730 - Refuse Collector 18.36 99810 - Sales Clerk 14.70 99820 - School Crossing Guard 14.08 99830 - Survey Party Chief 22.53 99831 - Surveying Aide 16.33 99832 - Surveying Technician 20.42 99840 - Vending Machine Attendant 19.31 99841 - Vending Machine Repairer 22.06 99842 - Vending Machine Repairer Helper 19.31 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 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) 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/DHS/TSA/HQTSA/HSTS05-13-Q-CKP231/listing.html)
 
Place of Performance
Address: LaGuardia Airport, Newark, New Jersey, United States
 
Record
SN03138640-W 20130808/130806235632-871dbaed28717c33b7023023a2e439c9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.