Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2015 FBO #4915
MODIFICATION

Q -- Medical Case Management Connecticut Army National Guard

Notice Date
5/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
561330 — Professional Employer Organizations
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-15-R-0003
 
Response Due
5/28/2015
 
Archive Date
7/7/2015
 
Point of Contact
Frank A. Tantillo, 860-524-4873
 
E-Mail Address
USPFO for Connecticut
(frank.a.tantillo.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 0001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91ZRS-15-R-0003-0001 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81. This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The associated NAICS code is 561330 with small business size standard of $27.5 mil. A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). 0001 Medical Case Management - Non personal service 0002 Contractor Manpower Reporting 0003 Medical Case Management - Non personal service 0004 Contractor Manpower Reporting 0005 Medical Case Management - Non personal service 0006 Contractor Manpower Reporting 0007 Medical Case Management - Non personal service 0008 Contractor Manpower Reporting Currently the CTARNG has 2 Case Managers and 4 Administrative Support personnel working on this requirement. The period of performance is 1 Base Year and 3 Option Years. Starting on or about 11 June 2015. Place of Performance Address: Camp Niantic, 38 Smith Street Postal Code: Niantic, CT, 06357 Country: UNITED STATES Award shall be made to the offeror whose proposal is the Lowest Price Technically acceptable. The government will evaluate information based on the following evaluation criteria (1) technical capability w/ sub-factors (2) Price. TECHNICAL PROPOSAL EVALUATION There are three subfactors in this evaluation. A rating will be given for each subfactor and the overall technical proposal. Each will be evaluated on an acceptable or unacceptable basis. If rated unacceptable, an offeror will be eliminated from the competition and not further evaluated, unless the Contracting Officer determines discussions are necessary and it is in the Government's interest to place the offeror in the competitive range and allow a proposal revision after discussions. OR the two subfactors are listed in order of importance. Offerors are cautioned that they must respond to all subfactors regardless of importance. Ratings follow the explanation of the technical rating process. Adequacy of Response. The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation. The proposal will be evaluated to determine the extent to which each requirement of the solicitation has been addressed in the proposal in accordance with the proposal submission section of the solicitation. To be considered effective, the approach will, as a minimum, demonstrate: understanding of the requirements of the RFP. Feasibility of Approach. The proposal will be evaluated to determine whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with an acceptable level of confidence of successful performance of the requirements. An assessment of the degree of confidence provided by the proposed approaches/methods will also be included. Subfactor 1 - Staffing Plan Subfactor 2 - Staffing Certifications/Experience Subfactor 3 - Management/Quality control plan Subfactor 4- Past Performance Please see Proposal instructions for more details. The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation, and the specific evaluation criteria to be included in paragraph (a) of that provision. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The following clauses apply to this acquisition: 52.204-7 System for award management, 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, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR Instructions to Offerors-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, FAR Post-Award Small Business Program Representation, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-41 Service contract Labor Standards, 52.222-55 Minimum Wages Under Executive Order 13658, 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.252-2 Clauses Incorporated by Reference, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7031 Secondary Arab Boycott of Israel, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Work Flow payment instructions, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 252.203-7998 (DEV) Prohibition on Contracting with Entities that require certain internal Confidentiality agreements-Representations, 252.203-7999 (DEV) Prohibition on Contracting with Entities that require certain internal Confidentiality agreements-Representations, 252.209-7992 (DEV)Representation by Corporations regarding an unpaid delinquent Tax Liability or a felony Conviction under any federal law-Fiscal Year 2015, Appropriations. 52.233-2 Service of Protest, 252.222-7007 Representation regarding combating trafficking in persons, 52.209-7 Information regarding responsibility matters, 52.217-5 Evaluation of Options. 52.222-17 Non-displacement of Qualified Workers. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 Registered Nurse I, 12311 25.81 Registered Nurse II, 12312 31.58 Licensed Clinical Social Worker TBD Licensed Practical Nurse I, 12071 19.15 Licensed Practical Nurse II, 12072 21.43 Medical Record Clerk, 12160 16.15 (End of Clause) WD 05-3023 (Rev.-16) was first posted on www.wdol.gov on 12/30/2014 ************************************************************************************ 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.: 2005-3023 Diane C. Koplewski Division of | Revision No.: 16 Director Wage Determinations| Date Of Revision: 12/22/2014 _______________________________________|____________________________________________ Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Service Contract Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ State: Connecticut Area: Connecticut County of New London (Excluding Colchester Town) ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.99 01012 - Accounting Clerk II 16.83 01013 - Accounting Clerk III 19.25 01020 - Administrative Assistant 22.03 01040 - Court Reporter 18.71 01051 - Data Entry Operator I 14.42 01052 - Data Entry Operator II 15.53 01060 - Dispatcher, Motor Vehicle 16.10 01070 - Document Preparation Clerk 14.60 01090 - Duplicating Machine Operator 14.60 01111 - General Clerk I 13.39 01112 - General Clerk II 14.61 01113 - General Clerk III 17.13 01120 - Housing Referral Assistant 20.85 01141 - Messenger Courier 13.55 01191 - Order Clerk I 13.28 01192 - Order Clerk II 14.87 01261 - Personnel Assistant (Employment) I 15.85 01262 - Personnel Assistant (Employment) II 17.73 01263 - Personnel Assistant (Employment) III 19.76 01270 - Production Control Clerk 24.02 01280 - Receptionist 13.13 01290 - Rental Clerk 14.11 01300 - Scheduler, Maintenance 16.72 01311 - Secretary I 16.72 01312 - Secretary II 18.71 01313 - Secretary III 20.85 01320 - Service Order Dispatcher 14.74 01410 - Supply Technician 22.03 01420 - Survey Worker 16.62 01531 - Travel Clerk I 12.40 01532 - Travel Clerk II 13.50 01533 - Travel Clerk III 14.24 01611 - Word Processor I 13.75 01612 - Word Processor II 17.11 01613 - Word Processor III 19.15 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 20.76 05010 - Automotive Electrician 22.22 05040 - Automotive Glass Installer 21.49 05070 - Automotive Worker 21.49 05110 - Mobile Equipment Servicer 20.17 05130 - Motor Equipment Metal Mechanic 22.84 05160 - Motor Equipment Metal Worker 21.49 05190 - Motor Vehicle Mechanic 20.57 05220 - Motor Vehicle Mechanic Helper 19.44 05250 - Motor Vehicle Upholstery Worker 20.87 05280 - Motor Vehicle Wrecker 21.49 05310 - Painter, Automotive 20.00 05340 - Radiator Repair Specialist 19.34 05370 - Tire Repairer 15.94 05400 - Transmission Repair Specialist 20.56 07000 - Food Preparation And Service Occupations 07010 - Baker 12.05 07041 - Cook I 12.70 07042 - Cook II 15.10 07070 - Dishwasher 9.54 07130 - Food Service Worker 11.25 07210 - Meat Cutter 19.06 07260 - Waiter/Waitress 10.42 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 22.22 09040 - Furniture Handler 18.11 09080 - Furniture Refinisher 22.22 09090 - Furniture Refinisher Helper 19.44 09110 - Furniture Repairer, Minor 20.87 09130 - Upholsterer 22.22 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.20 11060 - Elevator Operator 12.20 11090 - Gardener 15.27 11122 - Housekeeping Aide 13.40 11150 - Janitor 14.16 11210 - Laborer, Grounds Maintenance 13.51 11240 - Maid or Houseman 10.96 11260 - Pruner 12.66 11270 - Tractor Operator 15.57 11330 - Trail Maintenance Worker 13.51 11360 - Window Cleaner 14.75 12000 - Health Occupations 12010 - Ambulance Driver 15.73 12011 - Breath Alcohol Technician 17.24 12012 - Certified Occupational Therapist Assistant 24.68 12015 - Certified Physical Therapist Assistant 24.04 12020 - Dental Assistant 17.74 12025 - Dental Hygienist 33.89 12030 - EKG Technician 25.36 12035 - Electroneurodiagnostic Technologist 25.36 12040 - Emergency Medical Technician 15.73 12071 - Licensed Practical Nurse I 19.15 12072 - Licensed Practical Nurse II 21.43 12073 - Licensed Practical Nurse III 23.88 12100 - Medical Assistant 14.45 12130 - Medical Laboratory Technician 20.53 12160 - Medical Record Clerk 16.15 12190 - Medical Record Technician 18.10 12195 - Medical Transcriptionist 17.76 12210 - Nuclear Medicine Technologist 41.13 12221 - Nursing Assistant I 11.15 12222 - Nursing Assistant II 12.54 12223 - Nursing Assistant III 13.68 12224 - Nursing Assistant IV 15.37 12235 - Optical Dispenser 21.43 12236 - Optical Technician 16.95 12250 - Pharmacy Technician 14.32 12280 - Phlebotomist 15.37 12305 - Radiologic Technologist 27.63 12311 - Registered Nurse I 25.81 12312 - Registered Nurse II 31.58 12313 - Registered Nurse II, Specialist 31.58 12314 - Registered Nurse III 38.21 12315 - Registered Nurse III, Anesthetist 38.21 12316 - Registered Nurse IV 45.33 12317 - Scheduler (Drug and Alcohol Testing) 24.60 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.39 13012 - Exhibits Specialist II 24.04 13013 - Exhibits Specialist III 29.38 13041 - Illustrator I 19.39 13042 - Illustrator II 24.04 13043 - Illustrator III 29.37 13047 - Librarian 26.60 13050 - Library Aide/Clerk 13.41 13054 - Library Information Technology Systems 24.09 Administrator 13058 - Library Technician 17.70 13061 - Media Specialist I 17.31 13062 - Media Specialist II 19.37 13063 - Media Specialist III 21.59 13071 - Photographer I 15.98 13072 - Photographer II 19.01 13073 - Photographer III 23.53 13074 - Photographer IV 28.81 13075 - Photographer V 34.85 13110 - Video Teleconference Technician 17.74 14000 - Information Technology Occupations 14041 - Computer Operator I 15.69 14042 - Computer Operator II 17.56 14043 - Computer Operator III 19.63 14044 - Computer Operator IV 21.93 14045 - Computer Operator V 24.29 14071 - Computer Programmer I (see 1) 27.32 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 15.69 14160 - Personal Computer Support Technician 24.12 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 32.96 15020 - Aircrew Training Devices Instructor (Rated) 39.87 15030 - Air Crew Training Devices Instructor (Pilot) 42.01 15050 - Computer Based Training Specialist / Instructor 32.96 15060 - Educational Technologist 31.14 15070 - Flight Instructor (Pilot) 42.01 15080 - Graphic Artist 22.12 15090 - Technical Instructor 21.01 15095 - Technical Instructor/Course Developer 26.19 15110 - Test Proctor 16.95 15120 - Tutor 16.95 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.18 16030 - Counter Attendant 10.18 16040 - Dry Cleaner 12.48 16070 - Finisher, Flatwork, Machine 10.18 16090 - Presser, Hand 10.18 16110 - Presser, Machine, Drycleaning 10.18 16130 - Presser, Machine, Shirts 10.18 16160 - Presser, Machine, Wearing Apparel, Laundry 10.18 16190 - Sewing Machine Operator 13.28 16220 - Tailor 14.18 16250 - Washer, Machine 10.76 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 23.10 19040 - Tool And Die Maker 25.87 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.37 21030 - Material Coordinator 21.97 21040 - Material Expediter 22.39 21050 - Material Handling Laborer 13.77 21071 - Order Filler 12.31 21080 - Production Line Worker (Food Processing) 15.37 21110 - Shipping Packer 16.90 21130 - Shipping/Receiving Clerk 14.82 21140 - Store Worker I 14.50 21150 - Stock Clerk 17.54 21210 - Tools And Parts Attendant 15.37 21410 - Warehouse Specialist 16.42 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.16 23021 - Aircraft Mechanic I 26.31 23022 - Aircraft Mechanic II 27.16 23023 - Aircraft Mechanic III 27.87 23040 - Aircraft Mechanic Helper 22.40 23050 - Aircraft, Painter 25.59 23060 - Aircraft Servicer 24.04 23080 - Aircraft Worker 24.76 23110 - Appliance Mechanic 21.66 23120 - Bicycle Repairer 18.66 23125 - Cable Splicer 29.74 23130 - Carpenter, Maintenance 23.47 23140 - Carpet Layer 22.36 23160 - Electrician, Maintenance 25.16 23181 - Electronics Technician Maintenance I 24.54 23182 - Electronics Technician Maintenance II 25.35 23183 - Electronics Technician Maintenance III 26.07 23260 - Fabric Worker 21.69 23290 - Fire Alarm System Mechanic 23.75 23310 - Fire Extinguisher Repairer 23.00 23311 - Fuel Distribution System Mechanic 23.75 23312 - Fuel Distribution System Operator 23.18 23370 - General Maintenance Worker 21.49 23380 - Ground Support Equipment Mechanic 26.31 23381 - Ground Support Equipment Servicer 24.04 23382 - Ground Support Equipment Worker 24.76 23391 - Gunsmith I 20.91 23392 - Gunsmith II 22.36 23393 - Gunsmith III 23.75 23410 - Heating, Ventilation And Air-Conditioning 22.70 Mechanic 23411 - Heating, Ventilation And Air Contditioning 23.43 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 23.75 23440 - Heavy Equipment Operator 24.12 23460 - Instrument Mechanic 23.75 23465 - Laboratory/Shelter Mechanic 23.10 23470 - Laborer 13.79 23510 - Locksmith 23.10 23530 - Machinery Maintenance Mechanic 26.96 23550 - Machinist, Maintenance 23.00 23580 - Maintenance Trades Helper 19.38 23591 - Metrology Technician I 23.75 23592 - Metrology Technician II 24.52 23593 - Metrology Technician III 25.16 23640 - Millwright 23.75 23710 - Office Appliance Repairer 23.10 23760 - Painter, Maintenance 21.14 23790 - Pipefitter, Maintenance 26.19 23810 - Plumber, Maintenance 21.76 23820 - Pneudraulic Systems Mechanic 23.75 23850 - Rigger 23.75 23870 - Scale Mechanic 22.36 23890 - Sheet-Metal Worker, Maintenance 26.87 23910 - Small Engine Mechanic 21.21 23931 - Telecommunications Mechanic I 23.75 23932 - Telecommunications Mechanic II 24.52 23950 - Telephone Lineman 23.75 23960 - Welder, Combination, Maintenance 23.00 23965 - Well Driller 23.75 23970 - Woodcraft Worker 23.75 23980 - Woodworker 20.91 24000 - Personal Needs Occupations 24570 - Child Care Attendant 13.29 24580 - Child Care Center Clerk 16.58 24610 - Chore Aide 12.84 24620 - Family Readiness And Support Services 17.98 Coordinator 24630 - Homemaker 22.77 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.68 25040 - Sewage Plant Operator 23.51 25070 - Stationary Engineer 22.68 25190 - Ventilation Equipment Tender 19.32 25210 - Water Treatment Plant Operator 23.51 27000 - Protective Service Occupations 27004 - Alarm Monitor 20.00 27007 - Baggage Inspector 13.95 27008 - Corrections Officer 23.84 27010 - Court Security Officer 23.84 27030 - Detection Dog Handler 20.07 27040 - Detention Officer 23.84 27070 - Firefighter 21.70 27101 - Guard I 13.95 27102 - Guard II 20.07 27131 - Police Officer I 26.07 27132 - Police Officer II 28.97 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.56 28042 - Carnival Equipment Repairer 11.14 28043 - Carnival Equpment Worker 10.38 28210 - Gate Attendant/Gate Tender 14.96 28310 - Lifeguard 11.01 28350 - Park Attendant (Aide) 16.73 28510 - Recreation Aide/Health Facility Attendant 12.21 28515 - Recreation Specialist 20.27 28630 - Sports Official 13.32 28690 - Swimming Pool Operator 16.57 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.82 29020 - Hatch Tender 23.82 29030 - Line Handler 23.82 29041 - Stevedore I 21.65 29042 - Stevedore II 26.52 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.43 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.18 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.94 30021 - Archeological Technician I 18.72 30022 - Archeological Technician II 20.95 30023 - Archeological Technician III 25.94 30030 - Cartographic Technician 25.96 30040 - Civil Engineering Technician 27.77 30061 - Drafter/CAD Operator I 18.72 30062 - Drafter/CAD Operator II 20.95 30063 - Drafter/CAD Operator III 23.34 30064 - Drafter/CAD Operator IV 28.74 30081 - Engineering Technician I 16.70 30082 - Engineering Technician II 18.76 30083 - Engineering Technician III 21.33 30084 - Engineering Technician IV 26.00 30085 - Engineering Technician V 31.78 30086 - Engineering Technician VI 38.47 30090 - Environmental Technician 26.25 30210 - Laboratory Technician 22.92 30240 - Mathematical Technician 25.96 30361 - Paralegal/Legal Assistant I 18.90 30362 - Paralegal/Legal Assistant II 25.78 30363 - Paralegal/Legal Assistant III 31.55 30364 - Paralegal/Legal Assistant IV 38.16 30390 - Photo-Optics Technician 25.40 30461 - Technical Writer I 25.94 30462 - Technical Writer II 31.74 30463 - Technical Writer III 38.40 30491 - Unexploded Ordnance (UXO) Technician I 25.06 30492 - Unexploded Ordnance (UXO) Technician II 30.32 30493 - Unexploded Ordnance (UXO) Technician III 36.34 30494 - Unexploded (UXO) Safety Escort 25.06 30495 - Unexploded (UXO) Sweep Personnel 25.06 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.34 Surface Programs 30621 - Weather Observer, Senior (see 2) 25.55 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.84 31030 - Bus Driver 14.96 31043 - Driver Courier 15.91 31260 - Parking and Lot Attendant 12.46 31290 - Shuttle Bus Driver 16.50 31310 - Taxi Driver 14.54 31361 - Truckdriver, Light 16.50 31362 - Truckdriver, Medium 17.73 31363 - Truckdriver, Heavy 18.96 31364 - Truckdriver, Tractor-Trailer 18.96 99000 - Miscellaneous Occupations 99030 - Cashier 10.17 99050 - Desk Clerk 12.08 99095 - Embalmer 27.39 99251 - Laboratory Animal Caretaker I 12.27 99252 - Laboratory Animal Caretaker II 12.73 99310 - Mortician 27.39 99410 - Pest Controller 19.03 99510 - Photofinishing Worker 13.17 99710 - Recycling Laborer 17.20 99711 - Recycling Specialist 19.52 99730 - Refuse Collector 16.69 99810 - Sales Clerk 12.58 99820 - School Crossing Guard 11.72 99830 - Survey Party Chief 22.92 99831 - Surveying Aide 14.38 99832 - Surveying Technician 21.38 99840 - Vending Machine Attendant 16.21 99841 - Vending Machine Repairer 18.24 99842 - Vending Machine Repairer Helper 16.21 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 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 instanceswhere the uniforms furnished are made of quote mark wash and wear quote mark materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the quote mark Service Contract Act Directory of Occupations quote mark (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. The duties of employees under job titles listed are those described in the quote mark Service Contract Act Directory of Occupations quote mark, Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. In order to provide timely responses to all questions, no questions/RFIs will be accepted after 14 May 2015. Closing date has been extended to 28 May 2015. INSTRUCTIONS PROPOSAL INSTRUCTIONS 1. Pre-Bid Meeting. The government does not anticipate a requirement for a pre-bid meeting. 2. Proposal Submittal. Contractors shall submit a firm fixed price proposal as set forth below. All information shall be confined to the appropriate section to facilitate independent evaluation. Proposals submitted failing to include the minimum information requested or not complying with the format specified may be eliminated from further consideration for award. Contractors are solely responsible for ensuring submission of proposals which meet all requirements of this solicitation. 2.1 Each offeror shall submit its proposal in digital format via email to frank.a.tantillo.mil@mail.mil no later than the time and date specified in FedBizOps. In order to accommodate email file sizes, each Volume shall be submitted via separate email. The contractor is responsible for ensuring email is received prior to the closing date and time 2.2 The Government does not expect to engage in discussions or negotiations in association with this solicitation. HARD COPY NOR FACSIMILE PROPOSALS WILL BE ACCEPTED. PROPOSAL SUBMISSION 1. INTRODUCTION The offeror's proposal shall be submitted in digital format. The offeror's proposal shall consist of four (2) volumes. The Volumes are I - Technical, II-Price Files shall not contain classified data. The use of hyperlinks in proposals is prohibited. Offerors are cautioned that quote mark parroting quote mark of the Technical requirements of the PWS with a statement of intent to perform does not reflect an understanding of the requirement or capability to perform. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. 2. PROPOSAL SUBMISSION REQUIREMENTS a. Each volume shall be submitted via separate email. Changes as a result of proposal revisions shall be identified via track changes, including a vertical line on the left margin of the page and date of change. Digital files shall be in Microsoft Word, Excel (viewable in 2007 version) and/or.pdf only. b. Printing should be single spaced. Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. Arial or New Times Roman fonts are required. Tables and illustrations may use a reduced font size no less than 8-point and may be landscape. c. The following volumes of material shall be submitted: VOLUME TITLE COPIES PAGES I - Technical 1- 50* II - Cost and Price- NA *NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. 3. PROPOSAL FILES a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and RFP number in the header and/or footer. A Table of Contents should be created using the Table of Content feature in MS Word. MS Word (doc) files shall use the following page setup parameters: Margins - Top, Bottom, Left, Right - 1 quote mark Gutter - 0 quote mark From Edge - Header, Footer 0.5 quote mark Page Size, Width - 8.5 quote mark Page Size, Height - 11 quote mark NOTE: 11X17 quote mark pages are acceptable for tables/graphic representations; however, each 11X17 quote mark page counts as two pages. The following additional restrictions apply: b. File Packaging. To aide in the cost/price evaluation, all price breakdown information shall be submitted in Microsoft Office Excel Read/Write format and viewable in Microsoft Excel 2007. c. Content Requirement. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section, and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: COVER LETTER. The cover letter submitting the offeror's proposal shall be signed by an officer of the offeror's company authorized to commit the company; shall indicate the proposal is valid for 120 calendar days; shall identify by name, title, phone number and email any person authorized to negotiate on the offeror's behalf and should express the extent to the offeror's commitment to achieve the objectives of the solicitation and comply with the terms and conditions of the contract. Any significant deviations to the contract should be indicated, including one's reasons. (i) VOLUME I - Technical. quote mark Technical quote mark should contain sufficient information to clearly convey to the Government the offeror's understanding of the contract requirements. The offeror shall address each requirement identified below in sufficient detail to explain its understanding of the objectives of this solicitation, the work to be performed, and pertinent terms of the contract. Submission of the PWS is not sufficient as a submittal of understanding of scope. The proposal is to address each section individually and succinctly. Section I shall be limited to 50 pages, i.e. 25 double sided sheets and will be organized as follows: Section 1 - Staffing Plan Section 2 - Staffing Certifications/Experience Section 3 - Management/Quality control plan Section 4- Past Performance (1) Section 1 - Subfactor 1. The offeror's proposed Staffing Plan. The offeror should identify all staff proposed to be used to support the contract. The offeror should provide sufficient information to allow the Government to evaluate the effectiveness of the staffing plan to support open cases and meet a minimum overall medical readiness of 75% of service members. This section shall include all worker classifications and the number of personnel per classification proposed to provide required services. (2) Section 2 - Subfactor 2. This subfactor evaluates the offeror's Staffing Certifications/Experience. The offeror shall provide sufficient information to allow the Government to evaluate the proposed staff meets minimum certification and experience requirements necessary to meet the tasks identified in the Performance Work Statement (PWS). The offeror shall include resumes of proposed staffing to include required licenses/certifications and experience. The offerors shall address existing background checks, vetting, and security levels for each proposed staff member. If proposed staff member(s) does not have existing background checks, etc. the offeror shall address the plan to meet required access requirements. (3) Section 3 - Subfactor 3. This sub-factor evaluates the offeror's Management. The offeror shall provide sufficient information to allow the Government to evaluate the anticipated effectiveness of the offeror's organization, teaming relationships, key personnel and professional employee compensation. The offeror should discuss its organizational structure and how it will interface with the CTARNG (e.g. KO, COR, etc), roles and responsibilities of key organizations anticipated to support the contract and its subcontracting approach and teaming relationships, if any (identify key subcontractors to be used). Offerors shall provide an outline of how the effort required by the RFP will be assigned for performance within the offeror's corporate entity and among the proposed subcontractors. The information provided for the prime offeror and each proposed major subcontractor must include the entire company name, company address, CAGE Code, DUNS Number and type of work to be performed by citing the applicable Government PWS subparagraph number. This includes all subcontractors who will be providing services for more than 10% of the total proposed cost/price.The offeror should address measures that will be taken to ensure a smooth transition or continuation of services at the beginning and end of the contract term. The offer will provide information to address how customer assistance will be available during the required time periods to include continuity of services in the event of staffing changes and coverage at special events (i.e. PHAs). This section shall identify key personnel offered to support the requirement and include professional employee compensation information as required by FAR Clause 52.222-46. (4) Section 4 - Subfactor 4. Past Performance. This section shall contain past performance information regarding similar contracts. For the purposes of this solicitation, no specific past performance information is required of the contractor as part of the proposal. The Government will evaluate the quality, timeliness, and management of the offeror's past performance considering currency, relevancy, sources, context, and trends on recent (within the last three (3) years) projects performed. Also, evaluations from any Agency available through the Past Performance (PPIRS) System may be used. Acceptability Ratings: To be deemed acceptable : Based on the offeror's recent/relevant performance record, the government has a reasonable expectation that the offeror will successfully perform the required effort or No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.. To be deemed unacceptable Based on the offeror's recent/relevant performance record, the government has little or no expectation that the offeror will be able to successfully perform the required effort. (iii) VOLUME II- Price. All information, required to support proposed monthly prices. (1) The offeror shall provide a monthly unit price. (3) Pricing shall support and reflect the staffing plan proposed in Volume I. Offers shall be received not later than 12:00 pm EST on May 28, 2015. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Proposals will only be accepted via email, no fax or hard copies will be accepted all proposals will be emailed to Frank A. Tantillo at frank.a.tantillo.mil@mail.mil. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Frank A. Tantillo, frank.a.tantillo.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-15-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street Hartford CT
Zip Code: 06105-3795
 
Record
SN03725444-W 20150510/150508235115-00dba1f9a93c76de30e39ca912a044f4 (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.