MODIFICATION
D -- Document Support - Amendment 1
- Notice Date
- 8/26/2013
- Notice Type
- Modification/Amendment
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA33142A001-Document_Support
- Archive Date
- 10/1/2013
- Point of Contact
- Charles Jackson Boyd, Phone: 334-953-4209, Kimberly Knott, Phone: 334-953-8552
- E-Mail Address
-
charles.boyd.5@us.af.mil, kimberly.knott.1@us.af.mil
(charles.boyd.5@us.af.mil, kimberly.knott.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combo - REVISED 26 AUG 13 NOTICE: THIS SOLICITATION REPLACES THE PREVIOUS VERSION POSTED ON 8 AUG 13 AND AMENDMENT 01 POSTED ON 9 AUG 13. IT ALSO REPLACES THE PREVIOUS ATTACHMENT LABELED COMBO/PWS DATED 8 AUG 13. THIS CURRENT VERSION NOW INCLUDES A REQUIREMENT FOR SUBMITTAL OF PAST PERFORMANCE IN THE OFFERERS PROPOSAL AND BASIS FOR AWARD CHANGED TO INCLUDE PRICE AND PAST PERFORMANCE FOR EVALUATION (see paragraphs IV & V). PROPOSAL DUE DATE EXTENDED TO 16 SEP 13: I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for proposal for F2XJA33142A001 - Document Support. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-69 (01 Aug 13) and the DPN 20130710 effective 10 July 13. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 561410, size standard $14.0 Million The Defense Priorities and Allocations System rating is S10. Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. II. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase the below listed services. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 16 September 2013, 12:00 hrs CST. III. SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide the service listed below, which is to be performed on Maxwell, AFB. The Government estimates approximately 1920 hours per CLIN, per year. (Contractor is not bound to this estimate.) CLIN 0001: Documentation support to provide expertise and deliverables to populate the Holm Center, Curriculum Division's curriculum database for ROTC portion in accordance with (PWS). Base Period PoP: 1 October 2013 - 30 September 2014 tiny_mce_marker _________ CLIN 0002: Documentation support to provide expertise and deliverables to populate the Holm Center, Curriculum Division's curriculum database for OTS portion in accordance with (PWS). List hours (if different from Government estimate.) Hours Base Period PoP: 1 October 2013 - 30 September 2014 tiny_mce_marker ________ ________ CLIN 1001 Option Year 1 PoP: 1 October 2014 - 30 September 2015 tiny_mce_marker _________ ________ CLIN 1002 Option Year 1 PoP: 1 October 2014 - 30 September 2015 tiny_mce_marker _________ ________ CLIN 2001 Option Year 2 PoP: 1 October 2015 - 30 September 2016 tiny_mce_marker _________ ________ CLIN 2002 Option Year 2 PoP: 1 October 2015 - 30 September 2016 tiny_mce_marker _________ ________ CLIN 3001 Option Year 3 PoP: 1 October 2016 - 30 September 2017 tiny_mce_marker _________ ________ CLIN 3002 Option Year 3 PoP: 1 October 2016 - 30 September 2017 tiny_mce_marker _________ ________ CLIN 4001 Option Year 4 PoP: 1 October 2017 - 30 September 2018 tiny_mce_marker _________ ________ CLIN 4002 Option Year 4 PoP: 1 October 2017 - 30 September 2018 tiny_mce_marker _________ ________ Total: tiny_mce_marker _________ *All work is to be performed in accordance with (IAW) the attached Performance Work Statement (PWS). IV. PROPOSAL PREPARATION INSTRUCTIONS To assure timely and equitable evaluation of proposals, offerors must comply with the instructions contained herein. Noncompliance may raise doubt regarding an offeror's performance capabilities and may be grounds to eliminate the proposal from consideration for contract award. Proposals must be complete, self-sufficient, and respond directly to the requirement of the RFP. The response shall consist of two sections: (1) Price and (2) Past Performance. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, initial price should contain the offeror's best terms from a price standpoint. Submitted documents must be fully responsive to and consistent with the requirement of this RFP.. (A) Price Proposal: The offeror must provide a price for the each item listed above (0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002); (B) Past Performance: Please submit at least two references that can provide relevant past performance information. Relevant information is the same or a similar type service as described in this combined synopsis/solicitation. Past performance information, must include contract number, points of contact with telephone numbers and other information the offeror deems relevant for same or similar service described in this combined synopsis/solicitation. 1. The offeror must submit dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors may submit proposals by email as responses to this solicitation. E-mail proposals are subject to the same rules as paper proposals. Typing shall be double spaced, in Times New Roman, and not be less than 12 pitch. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 2. If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certfications will render a proposal as non-responsive and it will not be considered. 3. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. 4. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. V. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For proposals determined technically acceptable, a best value selection based on price and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the Performance Work Statement (PWS) and requirements of the RFP. Award will be based on price and past performance. Each offeror's proposed price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for award an offeror must have acceptable past performance based upon information available to the contracting officer and offer a reasonable price. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government's best interest. VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions are included: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors- Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options 252.204-7004 Alt A, System for Award Management 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are included: 52.203-3, Gratuities 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items The following FAR Clauses cited in this clause also applies: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside on Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim. 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act 52.222-17, Non-Displacement of Qualified Workers 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.232-7003, Electronic Submission of Payment Requests 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment By Full Text: Clause 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. Clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Miscellaneous Clerk and Assistance Series GS-0303 Assistant - GS07 Step 1 - $18.59 per hr (End of Clause) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ AFFARS Clauses: 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001, Health and Safety on Government Installations (June 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000, Contractor Access to Air Force Installation (May 1996) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (August 2006) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Special Instruction 45 Required Insurance (June 2001) Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy. c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. Special Instruction 114 Required Posters (February 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Special Instruction 119 Wawf-Electronic Submission Of Invoice (May 2006) Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: Select Type Of Invoice: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. Additional E-Mail Notifications: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: vickie.helms@us.af.mil Contract Specialist: charles.boyd.5@us.af.mil Contracting Officer: kimberly.knott.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) Points of Contact: Charles Boyd Contracting Specialist Phone (334) 953-4209, Fax (334) 953-3527 charles.boyd.5@us.af.mil Kimberly Knott Contracting Officer Phone (334) 953-8552, Fax (334) 953-3527 kimberly.knott.1@us.af.mil VII. PERFORMANCE WORK STATEMENT (Document Support): 1. BACKGROUND 1.1 Holm Center for Officer Accession and Citizen Development (HC): Provides coordinated leadership and policy direction for the Air Force's officer recruiting, training, and commissioning programs at Officer Training School and AFROTC detachments at 145 universities. Manages support and develops curriculum to train tomorrow's Air Force officers. Directs the Air Force's high school citizenship training program for 105,000 students at 869 high schools worldwide. 1.1.2 Curriculum Division Mission & Goals: Brings together curriculum developers and support personnel in order "to provide comprehensive education and training programs, producing motivated leaders for the Air Force and building better citizens for America." 1.1.3 Project Background : The Air Force Officer Training School merged with the Air Force ROTC program in February 1997 to create the Headquarters Air Force Officer Accession and Training Schools (AFOATS). In this merger, the curriculum sections of the two programs were combined to form the AFOATS Curriculum Division (HQ AFOATS/CR). HQ AFOATS/CR became the client of this contract previously held by the Officer Training School. This change effected work volume, workload peaks, and products produced. AFOATS was later re-designated as the Holm Center (HC). As the client, HQ HC/CR requires data entry support mainly to produce training related instructor lesson plans, student readers/workbooks, and graphic products to support auditorium and classroom presentations. Data entry is accomplished via keystroke, scanning and/or data reformatting. 2.0 DESCRIPTION OF SERVICES 2.1 Provide the expertise and deliverables to populate the HQ HC, Curriculum Division's curriculum database. The services include: 2.1.1. Loading, typesetting and verifying data from source documents and files by using equipment and software packages to include Microsoft Office applications and current versions of Adobe In Design, Photoshop Creative Suite, Adobe Acrobat X, or other professional publishing software. 2.1.2. Making necessary updates/changes, typesetting or retyping new master files of multi-page Instructor Lesson Plans, Student Study Guides, corresponding student workbooks, and other designated support material (approximately 75% of the workload). 2.1.3. Coordinating and incorporating graphic products needed to support textbook production and auditorium presentations (which also combine narrative and graphic elements). 2.1.4. Maintaining the master curriculum files in accordance with HC/CR Operating Instruction 36-1 and HC Production Guidelines. 2.1.5. Replicating a predetermined number of copies of functional-area, master curriculum lessons on CD/DVD. 2.1.6. Ensure proper formatting for web based distribution. Provide staff training on publication standards as established by HC/CR curriculum publication guidelines. 2.1.7. Networking, Functional and Subject Matter Skills. Contractor must be highly proficient with computers in the following areas: 2.1.8. Loading data to electronic media - such as CD-ROM, DVDs, or any other form of appropriate media to the organization's shared network drive and appropriate web pages. 2.1.9. Utilizing organization's designated software packages designed for data entry with verification. 2.1.10. Interfacing with other electronic files of various complexity; such as, graphic files, electronic mail, and selectively transferring data from one to the other. 2.1.11. Transactions are considered to be medium to high in complexity, requiring contractor personnel to become familiar with a variety of input/output documents and software programs. 2.2 The user will coordinate work assignments, task operations, and coordinate task requirements. The user will maintain direct communications with individual contractors. 2.3 The user has developed formats for many of the various products/deliverable. User will provide for contractor use. Various graphic products are comprised mainly of slides in electronic format that varies in complexity level from ‘basic text' to ‘text with art.' The yearly volume averages approximately 2.0 to 2.7 million keystrokes or equivalent and work hours average approximately 300 per month. 2.4 COMPLIANCE WITH 508: All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.accessboard.gov/sec508/508standards.htm - Part 1194. 2.5 PROGRESS TRACKING: 2.5.1 Any potential impacts on other scheduled work orders or those in process will be discussed and resolved with the Contracting Officer Representative (COR). Contractor will actively track appropriate progress of each work request, ensuring performance is on schedule and accountability of all work in-progress is maintained. All scheduled tasks will be tracked via the Holm Center/CR Project Management Office and briefed at weekly production meetings. 3.0 GENERAL INFORMATION 3.1 Only the Contracting Officer and COR or their authorized alternate has the authority to inspect, reject or accept deliverables. The contractor task leader shall meet with the COR weekly, or as required by the COR, to review task performance task problems. Additionally, the contractor shall initiate "problem reports", as necessary, and submit them to the COR or the designated alternate. Problem report issues that cannot be resolved by the contractor and COR will be referred to the contracting officer for resolution. 3.2 Final acceptance of all deliverables will be done by the COR or designated alternate. 3.3 Error rate of work accomplished will not exceed 2% of the total data input and shall be delivered within the timeframes established. 3.4 Expertise. The contractor is responsible for providing personnel with expertise in the following areas: 3.5. Networking, Functional and Subject Matter Skills. 3.6. Contractor must be highly proficient with computers in the following areas: 3.6.1. Loading data to electronic media - such as CD-ROM, DVDs, or any other form of appropriate media, and the organization's shared network drive 3.6.2 Utilizing organization's designated/provided software packages designed for data entry with verification 3.6.3 Interfacing with other electronic files of various complexity; such as, graphic files, electronic mail, and selectively transferring data from one to the other. 3.6.4 Transactions are considered to be medium to high in complexity, requiring contractor personnel to become familiar with a variety of input/output documents. 3.7. Place of Performance. Work will be performed on-site at the HQ HC Curriculum Division located at Maxwell AFB, Alabama. 3.8. Hours of Work. Monday thru Friday, beginning at 7:30 am to 4:30 pm. Performance will not be required on federal holidays or 42d ABW/AETC family days. 4.0 SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 4.1. Contractor Notification Responsibilities: The contractor shall notify the 42d Air Base Wing Information Protection Office within 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 4.2. Security Manager Appointment: The contractor shall appoint a security manager for on-base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoDM 5200.01, DoD Information Security Program, Volume 3, Enclosure 5, and AFI 31-401, Information Security Program Management. The contractor will provide 42d Air Base Wing Information Protection Office with name and telephone number of the security manager. 4.3. Visit Request: Contractors participating in the National Industrial Security Program are authorized to use Joint Personnel Adjudication System (JPAS) in lieu of sending Visitor Authorization Letters (VALs) for classified visit to Department of Defense facilities and military installations. VALs are only required if the contractor isn't using JPAS or if contractor personnel whom access level and affiliation are not accurately reflected in JPAS. However, some agencies may still require VALs to be submitted for access to their facilities. 4.4. Obtaining and Retrieving Identification Media: As prescribed by the AFFARS 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. c. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 4.5. Pass and Identification Items: The service shall ensure the following pass and identification items required for service performance are obtained for employees: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. DoD Common Access Card (CAC), (AFI 36-3026). c. DBIDS card/pass (AF Form 75 may be used only if DBIDS is inoperable). d. AF Form 1199, USAF Restricted Area Badge, or locally developed badge, if required. 4.6. Computer and Network Access Requirements: Contractor personnel that required access to unclassified government computers and operations systems (Automated Information Systems - AIS) will be designated as AIS-III - Nonsensitive Positions. Contractor personnel must submit a National Agency Check with Inquiries (NACI) and the NACI be favorability adjudicated before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Air Force Messaging, requirements, AFMAN 33-282, Computer Security; AFSSI 7700, Emission Security (EMSEC) Program; and applicable AFKAGs, AFIs, and AFSSIs for Communications Security (COMSEC); and AFI 10-701, Operations Security (OPSEC) Instructions. 4.7. Unescorted Entry to Restricted Areas: Contractor personnel requiring unescorted entry to restricted areas designated by the installation commander shall comply with base access requirements; AFI 31-101, Integrated Defense, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably adjudicated National Agency Check with Inquiries (NACI) investigation to qualify for unescorted entry to a restricted area. The Air Force shall submit NACI investigations for contractor employees at no additional cost to the contractor. Contractor personnel must contact the unit security manager to obtain the required paperwork for NACI and restricted area badges. 4.8. Entry Procedures to Controlled/Restricted Areas: The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 4.9. Freedom Of Information Act Program (FOIA): The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, section 8013. The contractor shall maintain records in accordance Air Force manual (AFMAN) 33-363, Management of Records; and disposed of in accordance with Air Force Records Information Management System (AFRIMS) Records Disposition Schedule (RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/. 4.10. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Air Base Wing Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 4.11. Physical Security: Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 4.12. Internal Operating Instructions: The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 4.13. Key Control: The contractor will adhere to the Air Force activity operating instructions control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government issued keys will be turned at the end of employment or contract. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 4.14. Government Authorization: The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 4.15. Access Lock Combinations: Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 4.16. Security Alarm Access Codes: Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given contractors employees who required entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. Contractor will not record alarm access codes without written approval by the government functional director. 4.17. Traffic Laws: The contractor and their employees shall comply with base traffic regulations. 4.18. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. 4.19. Security Education and Training: The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to Advance Distributed Learning Service (ADLS) web site. Contractor personnel will complete Information Protection and DoD Information Assurance computer base training and other security related training as directed at the ADLS web site. 5.0 Service Summary Performance Objective PWS Para Performance Threshold Load, typeset and verify data from source documents Para 1.4.1 All products to be produced with less than a 5% error rate Provide necessary updates/changes, typesetting or retyping new master files. Para 1.4.1 All products to be produced with less than a 5% error rate Coordinate and incorporate graphic products. Para 1.4.1 All products to be produced with less than a 5% error rate Maintain the master curriculum files cabinet and file plan. Para 1.4.1 Master files will be maintained with 100% accuracy Replicate a predetermined number of copies of curriculum lessons on CD-ROM. Para 1.4.2 All products to be produced with less than a 2% error rate Load data to electronic media. Para 2.4.1.1 All products to be produced with less than a 2% error rate Utilize software packages. Para 2.4.1.1 Contractor will obtain and maintain competencies needed to perform all tasking with no more than 2 complaints per quarter Interface with other electronic files of various complexity. Para 2.4.1.1 Contractor will obtain and maintain competencies needed to perform all tasking with no more than 2 complaints per quarter 6.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 6.1 Government Provided Hardware. Two (2) computers, one (1) printer, one (1) scanner compatible with the organization's network, CD replicating machinery and other equipment adequate for task requirements. 6.2 Government Provided Software. Microsoft Office applications and current version of Adobe In Design, Photoshop Creative Suite, Adobe Acrobat X, or other professional publishing software. 6.3 Facility. Office space will be provided as applicable to other assigned military and federal civilian personnel. 7.0 APPENDIX(S) APPENDIX A Publications and Forms Publications and forms applicable to this Performance Work Statement (PWS) are listed below. The government has coded publications as mandatory (M) or advisory (A). The contractor shall follow those publications coded as mandatory to the extent (that is, the specific procedure in a paragraph, section, chapter or volume) specified in the PWS. The contractor shall be guided by those coded advisory to the extent necessary to meet requirements in this PWS. At the start of the contract, the government will provide access to the web site for all publications and forms listed. The government may issue supplements or amendments to listed publications from any organizational level during the life of the contract. It is the responsibility to use the most current version of all publications. The contractor shall immediately implement those changes in publications that result in a decrease or no change in the contract price. Before implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the Contracting Officer (CO) a price proposal for approval. Price proposals shall be submitted within 30 calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. The government will consider changes in the contract price due to supplements and amendments shall be considered under the FAR 52.212-4 "Contract Terms and Conditions-Commercial Items" clause. The government will continue to supply the government forms needed for daily operations. Upon completion of the contract, the contractor shall return to the government all issued publications and unused forms. Number Title Mandatory/ Advisory Date PUBLICATIONS AFI 10-701 Operations Security (OPSEC) M 8 June 2011 AFI 31-101, AETC Sup 1 Integrated Defense M 1 May 2012 AFI 31-401 Information Security Program Management M 1 Nov 2005 AFI 31-501 Personnel Security Program Management M 27 Jan 2005 AFI 33-200 Information Assurance Management M 17 Dec 2009 AFI 33-332 Air Force Privacy Act Program M 16 May 2011 AFI 36-3026V1_IP Identification Cards for Members of the Uniformed Services, their Family Members, and Other Eligible Personnel M 17 Jun 2009 AFI 33-364 Records Disposition - Procedures and Responsibilities M 22 Dec 2006 AFI 71-101, Vol I Criminal Investigations Program M 8 Apr 2011 AFI 71-101, Vol II Protective Service Matters M 17 May 2011 DoD 5200.01-R Information Security Program M 24 Feb 2012 DoD 5200.02-R Personnel Security Program M Jan 1987 DoD 5400.07-R Freedom of Information Act Program M 2 Jan 2008 AFMAN 31-116 Air Force Motor Vehicle Traffic Supervisor M 9 Mar 2007 AFMAN 33-152 User Responsibilities and Guidance for Information Systems M 1 June 2012 FORMS AF Form 75, Visitor/Vehicle Pass M 1 June 2002 AF Form 1199 USAF Restricted Area Badge M 1 Nov 1986 AETC Form 58 Civilian Identification Card M 1 Aug 1997 DD Form 577 Appointment/Termination Record-Authorized Signature M Feb 2011 DD Form 1172-2 Application for Uniform Services Identification Card M Apr 2012 7.1. ATTACHMENTS: Attachment 1. Wage Determination (WDOL) WD 05-2011 (Rev.-16) 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.: 2005-2011 Diane C. Koplewski Division of | Revision No.: 16 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: Alabama Area: Alabama Counties of Autauga, Bullock, Butler, Chilton, Coosa, Crenshaw, Dallas, Elmore, Lowndes, Macon, Montgomery, Pike, Tallapoosa, Wilcox ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.68 01012 - Accounting Clerk II 15.38 01013 - Accounting Clerk III 16.87 01020 - Administrative Assistant 20.69 01040 - Court Reporter 19.67 01051 - Data Entry Operator I 11.70 01052 - Data Entry Operator II 12.77 01060 - Dispatcher, Motor Vehicle 16.40 01070 - Document Preparation Clerk 11.61 01090 - Duplicating Machine Operator 11.61 01111 - General Clerk I 10.33 01112 - General Clerk II 11.52 01113 - General Clerk III 12.65 01120 - Housing Referral Assistant 17.13 01141 - Messenger Courier 10.12 01191 - Order Clerk I 11.31 01192 - Order Clerk II 12.34 01261 - Personnel Assistant (Employment) I 16.90 01262 - Personnel Assistant (Employment) II 20.67 01263 - Personnel Assistant (Employment) III 24.58 01270 - Production Control Clerk 20.17 01280 - Receptionist 10.47 01290 - Rental Clerk 11.08 01300 - Scheduler, Maintenance 13.73 01311 - Secretary I 13.73 01312 - Secretary II 15.36 01313 - Secretary III 17.13 01320 - Service Order Dispatcher 14.91 01410 - Supply Technician 20.69 01420 - Survey Worker 15.86 01531 - Travel Clerk I 11.62 01532 - Travel Clerk II 12.40 01533 - Travel Clerk III 13.07 01611 - Word Processor I 12.51 01612 - Word Processor II 14.04 01613 - Word Processor III 15.70 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.78 05010 - Automotive Electrician 15.84 05040 - Automotive Glass Installer 16.78 05070 - Automotive Worker 14.94 05110 - Mobile Equipment Servicer 13.08 05130 - Motor Equipment Metal Mechanic 16.76 05160 - Motor Equipment Metal Worker 14.94 05190 - Motor Vehicle Mechanic 16.76 05220 - Motor Vehicle Mechanic Helper 12.51 05250 - Motor Vehicle Upholstery Worker 14.05 05280 - Motor Vehicle Wrecker 14.94 05310 - Painter, Automotive 15.84 05340 - Radiator Repair Specialist 14.94 05370 - Tire Repairer 10.52 05400 - Transmission Repair Specialist 16.76 07000 - Food Preparation And Service Occupations 07010 - Baker 12.41 07041 - Cook I 8.43 07042 - Cook II 9.86 07070 - Dishwasher 7.99 07130 - Food Service Worker 7.98 07210 - Meat Cutter 13.59 07260 - Waiter/Waitress 7.98 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 13.58 09040 - Furniture Handler 9.80 09080 - Furniture Refinisher 13.65 09090 - Furniture Refinisher Helper 11.14 09110 - Furniture Repairer, Minor 12.40 09130 - Upholsterer 13.72 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 8.22 11060 - Elevator Operator 8.22 11090 - Gardener 11.64 11122 - Housekeeping Aide 8.90 11150 - Janitor 8.90 11210 - Laborer, Grounds Maintenance 10.13 11240 - Maid or Houseman 7.63 11260 - Pruner 9.41 11270 - Tractor Operator 11.26 11330 - Trail Maintenance Worker 10.13 11360 - Window Cleaner 9.58 12000 - Health Occupations 12010 - Ambulance Driver 14.75 12011 - Breath Alcohol Technician 14.75 12012 - Certified Occupational Therapist Assistant 20.24 12015 - Certified Physical Therapist Assistant 21.50 12020 - Dental Assistant 12.50 12025 - Dental Hygienist 27.88 12030 - EKG Technician 19.67 12035 - Electroneurodiagnostic Technologist 19.67 12040 - Emergency Medical Technician 14.75 12071 - Licensed Practical Nurse I 13.19 12072 - Licensed Practical Nurse II 14.75 12073 - Licensed Practical Nurse III 16.45 12100 - Medical Assistant 11.90 12130 - Medical Laboratory Technician 13.47 12160 - Medical Record Clerk 11.08 12190 - Medical Record Technician 13.54 12195 - Medical Transcriptionist 14.26 12210 - Nuclear Medicine Technologist 31.38 12221 - Nursing Assistant I 9.68 12222 - Nursing Assistant II 10.88 12223 - Nursing Assistant III 11.88 12224 - Nursing Assistant IV 13.33 12235 - Optical Dispenser 17.08 12236 - Optical Technician 14.51 12250 - Pharmacy Technician 13.41 12280 - Phlebotomist 13.33 12305 - Radiologic Technologist 20.45 12311 - Registered Nurse I 23.18 12312 - Registered Nurse II 28.35 12313 - Registered Nurse II, Specialist 28.35 12314 - Registered Nurse III 34.30 12315 - Registered Nurse III, Anesthetist 34.30 12316 - Registered Nurse IV 41.10 12317 - Scheduler (Drug and Alcohol Testing) 18.28 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.64 13012 - Exhibits Specialist II 21.91 13013 - Exhibits Specialist III 26.80 13041 - Illustrator I 17.64 13042 - Illustrator II 21.91 13043 - Illustrator III 26.80 13047 - Librarian 24.25 13050 - Library Aide/Clerk 9.20 13054 - Library Information Technology Systems 21.91 Administrator 13058 - Library Technician 14.14 13061 - Media Specialist I 15.08 13062 - Media Specialist II 16.86 13063 - Media Specialist III 18.82 13071 - Photographer I 12.89 13072 - Photographer II 15.77 13073 - Photographer III 18.72 13074 - Photographer IV 22.90 13075 - Photographer V 27.71 13110 - Video Teleconference Technician 14.50 14000 - Information Technology Occupations 14041 - Computer Operator I 15.17 14042 - Computer Operator II 16.97 14043 - Computer Operator III 18.92 14044 - Computer Operator IV 21.02 14045 - Computer Operator V 23.28 14071 - Computer Programmer I (see 1) 21.65 14072 - Computer Programmer II (see 1) 27.62 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 15.17 14160 - Personal Computer Support Technician 21.80 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.18 15020 - Aircrew Training Devices Instructor (Rated) 34.10 15030 - Air Crew Training Devices Instructor (Pilot) 40.44 15050 - Computer Based Training Specialist / Instructor 28.18 15060 - Educational Technologist 31.14 15070 - Flight Instructor (Pilot) 40.44 15080 - Graphic Artist 20.72 15090 - Technical Instructor 18.94 15095 - Technical Instructor/Course Developer 25.49 15110 - Test Proctor 15.29 15120 - Tutor 15.29 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.48 16030 - Counter Attendant 8.48 16040 - Dry Cleaner 10.28 16070 - Finisher, Flatwork, Machine 8.48 16090 - Presser, Hand 8.48 16110 - Presser, Machine, Drycleaning 8.48 16130 - Presser, Machine, Shirts 8.48 16160 - Presser, Machine, Wearing Apparel, Laundry 8.48 16190 - Sewing Machine Operator 10.88 16220 - Tailor 11.50 16250 - Washer, Machine 9.08 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 16.30 19040 - Tool And Die Maker 21.60 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.53 21030 - Material Coordinator 19.21 21040 - Material Expediter 19.21 21050 - Material Handling Laborer 11.22 21071 - Order Filler 11.98 21080 - Production Line Worker (Food Processing) 13.53 21110 - Shipping Packer 12.87 21130 - Shipping/Receiving Clerk 12.87 21140 - Store Worker I 12.34 21150 - Stock Clerk 15.26 21210 - Tools And Parts Attendant 13.53 21410 - Warehouse Specialist 13.53 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 22.86 23021 - Aircraft Mechanic I 21.88 23022 - Aircraft Mechanic II 22.86 23023 - Aircraft Mechanic III 23.81 23040 - Aircraft Mechanic Helper 16.71 23050 - Aircraft, Painter 20.61 23060 - Aircraft Servicer 18.67 23080 - Aircraft Worker 19.64 23110 - Appliance Mechanic 17.34 23120 - Bicycle Repairer 10.20 23125 - Cable Splicer 25.19 23130 - Carpenter, Maintenance 14.38 23140 - Carpet Layer 16.55 23160 - Electrician, Maintenance 17.52 23181 - Electronics Technician Maintenance I 20.40 23182 - Electronics Technician Maintenance II 21.36 23183 - Electronics Technician Maintenance III 22.50 23260 - Fabric Worker 15.74 23290 - Fire Alarm System Mechanic 15.30 23310 - Fire Extinguisher Repairer 14.86 23311- Fuel Distribution System Mechanic 18.35 23312 - Fuel Distribution System Operator 15.12 23370 - General Maintenance Worker 17.04 23380 - Ground Support Equipment Mechanic 21.88 23381 - Ground Support Equipment Servicer 18.67 23382 - Ground Support Equipment Worker 19.64 23391 - Gunsmith I 14.96 23392 - Gunsmith II 16.55 23393 - Gunsmith III 18.15 23410 - Heating, Ventilation And Air-Conditioning 17.49 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.25 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 19.91 23440 - Heavy Equipment Operator 15.73 23460 - Instrument Mechanic 20.72 23465 - Laboratory/Shelter Mechanic 17.34 23470 - Laborer 10.59 23510 - Locksmith 17.34 23530 - Machinery Maintenance Mechanic 18.38 23550 - Machinist, Maintenance 15.50 23580 - Maintenance Trades Helper 11.10 23591 - Metrology Technician I 20.72 23592 - Metrology Technician II 21.62 23593 - Metrology Technician III 22.52 23640 - Millwright 18.15 23710 - Office Appliance Repairer 19.55 23760 - Painter, Maintenance 13.60 23790 - Pipefitter, Maintenance 18.82 23810 - Plumber, Maintenance 16.80 23820 - Pneudraulic Systems Mechanic 18.15 23850 - Rigger 18.15 23870 - Scale Mechanic 16.55 23890 - Sheet-Metal Worker, Maintenance 16.48 23910 - Small Engine Mechanic 15.10 23931 - Telecommunications Mechanic I 20.41 23932 - Telecommunications Mechanic II 22.58 23950 - Telephone Lineman 18.81 23960 - Welder, Combination, Maintenance 15.12 23965 - Well Driller 18.15 23970 - Woodcraft Worker 18.15 23980 - Woodworker 11.36 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.31 24580 - Child Care Center Clerk 13.33 24610 - Chore Aide 9.03 24620 - Family Readiness And Support Services 12.97 Coordinator 24630 - Homemaker 16.50 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 17.44 25040 - Sewage Plant Operator 16.66 25070 - Stationary Engineer 17.44 25190 - Ventilation Equipment Tender 13.59 25210 - Water Treatment Plant Operator 16.66 27000 - Protective Service Occupations 27004 - Alarm Monitor 13.71 27007 - Baggage Inspector 9.36 27008 - Corrections Officer 16.99 27010 - Court Security Officer 17.70 27030 - Detection Dog Handler 11.61 27040 - Detention Officer 16.99 27070 - Firefighter 17.70 27101 - Guard I 9.36 27102 - Guard II 11.61 27131 - Police Officer I 18.83 27132 - Police Officer II 20.91 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.27 28042 - Carnival Equipment Repairer 10.43 28043 - Carnival Equipment Worker 8.07 28210 - Gate Attendant/Gate Tender 14.46 28310 - Lifeguard 11.40 28350 - Park Attendant (Aide) 16.18 28510 - Recreation Aide/Health Facility Attendant 11.81 28515 - Recreation Specialist 16.12 28630 - Sports Official 12.89 28690 - Swimming Pool Operator 11.61 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 16.55 29020 - Hatch Tender 16.55 29030 - Line Handler 16.55 29041 - Stevedore I 15.74 29042 - Stevedore II 17.34 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 16.38 30022 - Archeological Technician II 18.32 30023 - Archeological Technician III 24.92 30030 - Cartographic Technician 24.92 30040 - Civil Engineering Technician 19.05 30061 - Drafter/CAD Operator I 16.38 30062 - Drafter/CAD Operator II 18.32 30063 - Drafter/CAD Operator III 22.44 30064 - Drafter/CAD Operator IV 27.61 30081 - Engineering Technician I 15.18 30082 - Engineering Technician II 17.04 30083 - Engineering Technician III 20.74 30084 - Engineering Technician IV 23.61 30085 - Engineering Technician V 28.89 30086 - Engineering Technician VI 34.95 30090 - Environmental Technician 23.33 30210 - Laboratory Technician 21.46 30240 - Mathematical Technician 24.92 30361 - Paralegal/Legal Assistant I 17.89 30362 - Paralegal/Legal Assistant II 23.06 30363 - Paralegal/Legal Assistant III 28.20 30364 - Paralegal/Legal Assistant IV 34.12 30390 - Photo-Optics Technician 24.92 30461 - Technical Writer I 19.50 30462 - Technical Writer II 23.84 30463 - Technical Writer III 28.38 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 22.44 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.96 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.71 31030 - Bus Driver 13.44 31043 - Driver Courier 12.25 31260 - Parking and Lot Attendant 10.01 31290 - Shuttle Bus Driver 12.95 31310 - Taxi Driver 9.90 31361 - Truckdriver, Light 12.95 31362 - Truckdriver, Medium 15.42 31363 - Truckdriver, Heavy 18.91 31364 - Truckdriver, Tractor-Trailer 18.91 99000 - Miscellaneous Occupations 99030 - Cashier 7.67 99050 - Desk Clerk 9.36 99095 - Embalmer 24.22 99251 - Laboratory Animal Caretaker I 9.60 99252 - Laboratory Animal Caretaker II 10.15 99310 - Mortician 24.48 99410 - Pest Controller 12.83 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 13.21 99711 - Recycling Specialist 15.48 99730 - Refuse Collector 12.39 99810 - Sales Clerk 12.37 99820 - School Crossing Guard 11.45 99830 - Survey Party Chief 14.38 99831 - Surveying Aide 9.56 99832 - Surveying Technician 13.08 99840 - Vending Machine Attendant 10.66 99841 - Vending Machine Repairer 13.05 99842 - Vending Machine Repairer Helper 10.26 ____________________________________________________________________________________ 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 10 years, and 4 after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther, King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 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 ordnance, 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 ordnance, (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 ordnance, 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 ordnance, 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, http://www.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. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-08-09 11:26:52">Aug 09, 2013 11:26 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-08-26 14:36:49">Aug 26, 2013 2:36 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA33142A001-Document_Support/listing.html)
- Place of Performance
- Address: 42nd Contracting Squadron, LGCB-2 Services Flight, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL 36112, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN03162391-W 20130828/130826235407-def057263e7b2a9af652ac9ae410578f (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 |