Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

S -- NONPERSONAL JANITORIAL SERVICES FOR THE NATIONAL WEATHER SERVICE OFFICE (WFO) ATLANTA (PEACHTREE) GEORGIA - WORD VERSION OF RFQ

Notice Date
6/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWP9219-15-04029SRG
 
Archive Date
6/30/2015
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 18 FOR QUOTE PRICING WORD VERSION OF RFQ ***AS A REMINDER, THIS REQUIREMENT IS UNDER THE WHAT USED TO BE THE SERVICE CONTRACT ACT (SCA) AND IS NOW CALLED THE SERVICE CONTRACT LABOR STANDARDS STATUTE (SCLS), WAGE DETERMINATION (WD). THIS WD PROVIDES THAT THE HOURLY RATE FOR SERVICES MINIMUM PAY IS A COMBINATION OF THE HOURLY WAGE RATE PLUS THE HEALTH & WELFARE FOR A TOTAL MINIMUM HOURLY PAY WHICH YOUR COMPANY IS REQUIRED BY LAW TO PAY. COMBINED SYNOPSIS/SOLICITATION NONPERSONAL JANITORIAL SERVICES FOR THE NATIONAL WEATHER SERVICE OFFICE (WFO) ATLANTA (PEACHTREE) GEORGIA (I) This is a 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWP9219-15-04029SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (IV) THIS SOLICITATION IS BEING ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. The associated NAICS code is 561720. The small business size standard is $18.0 MILLION. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - BASE YEAR: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR WFO IN ATLANTA (PEACHTREE) GEORGIA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 1001 - OPTION YEAR I: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR WFO IN ATLANTA (PEACHTREE) GEORGIA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 2001 - OPTION YEAR II: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR WFO IN ATLANTA (PEACHTREE) GEORGIA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 3001 - OPTION YEAR III: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR WFO IN ATLANTA (PEACHTREE) GEORGIA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 4001 - OPTION YEAR IV: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR WFO IN ATLANTA (PEACHTREE) GEORGIA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. (VI) Description of requirements is as follows: SEE ATTACHED STATEMENT OF WORK WHICH APPLIES TO BASE YEAR AND ALL OPTION YEARS 1 THROUGH 4, AND DEPARTMENT OF LABOR WAGE RATES: WD 05-2133, REVISION NO. 14, DATED 12/22/2014, WHICH CAN BE FOUND ON: WWW.WDOL.GOV. (VII) Period of performance shall be: BASE YEAR FOR A TWELVE MONTH PERIOD 9/1/2015 THROUGH 8/31/2016. OPTION PERIOD 1 FOR A TWELVE MONTH PERIOD 9/1/2016 THROUGH 8/31/2017. OPTION PERIOD 2 FOR A TWELVE MONTH PERIOD 9/1/2017 THROUGH 8/31/2018. OPTION PERIOD 3 FOR A TWELVE MONTH PERIOD 9/1/2018 THROUGH 8/31/2019. OPTION PERIOD 4 FOR A TWELVE MONTH PERIOD 9/1/2019 THROUGH 8/31/2020. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30 or provided within the text of the posting. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable (preferred) and can be sent to Suzanne Garrett, email suzanne.garrett@noaa.gov or Faxed to 303-497-3163. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO SUZANNE.GARRETT@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, 6/23/2015. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) To request to be included in a site visit, contact all or one of the following persons and receive an acknowledgement back: • KEITH.STELLMAN@NOAA.GOV 770-486-1133 X222 • DAN.COLLIS@NOAA.GOV 770-486-1133 X271 • REGGINA.CABRERA@NOAA.GOV 770-486-0028 FAR 52.237-1 SITE VISIT (APR 1984) Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) (IX) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price - Lowest Priced Technically Acceptable. 2. Past Performance - Quotes shall include at least two references relevant to the Offeror's performance to provide the service being solicited. References must include the company name and contact person's name, phone number and email. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. The reference will be for janitorial work. References must include the company name and contact person's name, phone number and email. The Contractors past performance evaluation will be based on responsiveness, quality, and customer services. This is a PASS/FAIL. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its quote. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it □ is, □ is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it □ is, □ is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is, □ is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It □ is,□ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It □ is, □ is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It □ is, □ is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It □ has, □ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It □ has developed and has on file, □ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It □ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, orPeruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) □ Are, □ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) □ Have, □ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) □ Are, □ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) □ Have, □ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] □ (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. □ (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) □ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) □ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards(Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] □ (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror □ does □ does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. □ (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror □ does □ does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). □ TIN: ________________________________. □ TIN has been applied for. □ TIN is not required because: □ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; □ Offeror is an agency or instrumentality of a foreign government; □ Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. □ Sole proprietorship; □ Partnership; □ Corporate entity (not tax-exempt); □ Corporate entity (tax-exempt); □ Government entity (Federal, State, or local); □ Foreign government; □ International organization per 26 CFR 1.6049-4; □ Other ________________________________. (5) Common parent. □ Offeror is not owned or controlled by a common parent; □ Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it o has or o does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____________________. Immediate owner legal name: _____________________. (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: □ Yes or □ No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: __________________. Highest-level owner legal name: ___________________. (Do not use a "doing business as" name) (End of provision) Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (25) 52.222-3, Convict Labor (JUN 2003) (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (JAN 2014) (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (40) 52.225-1, Buy American Act-Supplies (MAY 2014) (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (49) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (MAY 2014) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits 37-1011 Bureau of Labor Statistics - http://www.bls.gov/oes/current/oes373011.htm Hourly wage $18.45 - $28.52 plus fringe benefits (End of clause) (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) 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. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998), This contract incorporates on 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 address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional terms and conditions apply: FAR 52.204-7, System for Award Management (JUL 2013) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (JUL 2013) FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (MAY 2014) FAR 52.214-34, Submission of Offers in the English Language (APR 1991) FAR 52.214-35, Submission of Offer in U.S. Currency (APR 1991) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 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 as a result 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 30 days. (End of clause) FAR 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 15 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 5 years. (End of clause) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond 8/31/2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 8/31/2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR 52.223-1, BIOBASED PRODUCT CERTIFICATION (MAY 2012) FAR 52.223-2, AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS. (SEP 2013) FAR 52.223-3, HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) FAR 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) FAR 52.223-10, WASTE REDUCTION PROGRAM (MAY 2011) FAR 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007) FAR 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008) FAR 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.228-5, INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) A COPY OF YOUR CERTIFICATE MUST BE INCLUDED WITH YOUR QUOTE FAR 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.242-15, Stop-Work Order (AUG 1989) FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Commerce Acquisition Regulation (48 CFR Chapter 1352) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of Commerce Acquisition Regulation (48 CFR Chapter 1352) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) RFQ FAR DEVIATION - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (CLASS DEVIATION) (MARCH 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm: CAR 1352.201-70, Contracting Officer's Authority (APRIL 2010) CAR 1352.209-73, Compliance with the Laws (APRIL 2010) CAR 1352.209-74, Organizational Conflict Of Interest (APRIL 2010) CAR 1352.237-71, Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.233-70, Agency Protests (APRIL 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Suzanne A. Romberg-Garrett Contracting Officer NOAA/AGO Western Acquisition Division-Boulder 325 Broadway SOU6 Boulder, CO 80305 FAX: 303-497-5110 (a) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz Senior Procurement Executive and Director, Office of Acquisition Management U.S. Department of Commerce Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington DC 20230 FAX: 202-482-1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) CAR 1352.233-71, GAO and Court of Federal Claims protests (APRIL 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in thecontracting office no later than 4:00 P.M. MST ON 6/29/2015. All quotes must be faxed or emailed (preferred) to the attention of Suzanne Romberg-Garrett. The fax number is 303- 497-3163 and email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Garrett's email address of Suzanne.garrett@noaa.gov. SCOPE STATEMENT OF WORK (SOW) - JANITORIAL DEPARTMENT OF COMMERCE (DOC) NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) NATIONAL WEATHER SERVICE (NWS) NATIONAL WEATHER SERVICE OFFICE (WFO) ATLANTA (PEACHTREE) GEORGIA PURCHASE REQUEST NWWP9219-15-04029 BASE YEAR FOR A TWELVE MONTH PERIOD 9/1/2015 THROUGH 8/31/2016. OPTION PERIOD 1 FOR A TWELVE MONTH PERIOD 9/1/2016 THROUGH 8/31/2017. OPTION PERIOD 2 FOR A TWELVE MONTH PERIOD 9/1/2017 THROUGH 8/31/2018. OPTION PERIOD 3 FOR A TWELVE MONTH PERIOD 9/1/2018 THROUGH 8/31/2019. OPTION PERIOD 4 FOR A TWELVE MONTH PERIOD 9/1/2019 THROUGH 8/31/2020. 1. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified herein at the following location: National Weather Service Office 4 Falcon Drive Peachtree, GA 30269 The NWS Office is a 24 hour 7 day a week operation. All cleaning under this contract is required to meet the quality and performance standards as identified. The majority of the cleaning at this location shall be accomplished between the hours of 5:30 p.m. and 8:30 p.m., Monday through Thursday and Saturday, Federal holidays excluded, unless specifically approved by the Meteorologist in Charge. This time frame provides the least amount of disruption on operational and administration job duties. Total area of facility to be cleaned is approximately 8,500 square feet which contains 47 employees. There is 2,453 square feet of carpeted area. 2. Primary Responsibility The Meteorologist in Charge (MIC) - *The official is referred to throughout the Specifications as the "MIC". There are three MICs. • KEITH.STELLMAN@NOAA.GOV 770-486-1133 X222 • DAN.COLLIS@NOAA.GOV 770-486-1133 X271 • REGGINA.CABRERA@NOAA.GOV 770-486-0028 If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. 3. Equipment, Materials, and Supplies All equipment, materials, and supplies (MSDS for chemicals) shall be furnished by the Contractor and properly stored in the areas designated by the MIC including paper towels, toilet paper, paper toilet seat covers and dispenser, hand soap, waste basket and trash can liners, cleaning supplies, and cleaning equipment. All products used are to be environmentally friendly and a list and Material Safety Data Sheets of these products will be supplied to the MIC for approval. The products are to be non-toxic, biodegradable, and made from renewable sources (not petroleum) to promote a healthy and green cleaning environment. Services performed under this contract shall be performed during hours approved by the MIC. NOTE: All paper products shall be made of recovered materials as per EPA guidelines at the following website: www.epa.gov/epawaste/conserve/tools/cpg/products/tissue.htm. Materials Safety Data Sheets (MSDS) must be provided by the contractor to the MIC or Administrative Assistant (ASA) at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. Recycling is handled by the Government. 4. Security Background Investigations Personnel security investigations are required for all contractors entering the site per CAR clause 1352.237-71 Security Processing Requirements - Low Risk (Apr 2010). Five days prior to the contract start date, the Contractor shall submit, in writing, the name of the Site Manager and an alternate to the Contracting Officer. The Contractor shall supply telephone, cell phone, and/or pager numbers to the MIC for use in contacting the Site Manager. The Site Manager shall conduct overall management coordination and shall be the central point of contact with the Government for performance of all work under this contract. The Site Manager shall be authorized to receive any notices of deficiency in contract performance. The notices may include, but not be limited to, the following: non-performance of work, deficiencies in work performed and notices of proposed payment deductions due to the above. The Site Manager shall be available weekdays, between the hours of 8:00 a.m. and 3:00 p.m., within 2 hours to meet at the facility to discuss problem areas. JANITORIAL SPECIFICATIONS FOR WEATHER SERVICE OFFICE WFO PEACHTREE GEORGIA 5. Conduct of Work Services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified. All equipment, materials and supplies (MSDS for chemicals) shall be furnished by the contractor including paper towels, bathroom tissue, facial tissue, hand soap, hand sanitizer, deodorizer/sprays, cleaning supplies, and cleaning equipment. Bathroom tissue brands will meet EPA recommendations for recovered fiber content. Healthy and environmentally friendly product that are non-toxic, biodegradable and made from renewable sources (not petroleum) shall be used to promote a healthy and green cleaning environment. Inspection and acceptance of work will be done by the MIC or his designated representative. The Contractor must ensure employees are physically able to accomplish the work specified herein. All such employees working on Government premises are subject to all applicable Federal rules and regulations with regard to entering and leaving the building(s). The Contractor must take precautions necessary for the protection against injury of all persons engaged at the site. Applicable Department of Labor and Occupational Safety and Health Standards will be taken into consideration in the performance of this contract. The Contractor will take all reasonable precautions to prevent the escape of fire and to suppress the same. Services under this contract must be performed in such a way that there will be minimal interruption to, or interference with, the normal operation of Government business on the premises. The Contractor should bring any noted defect, disease or insect infestation of the grounds to the attention of the MIC or designate. The Contractor should bring any noted defect, disease or insect infestation of the grounds to the attention of the MIC or designate and services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. 6. Square Footage/Site Conditions and Cleaning Guidelines The area covered by this contract consists of approximately 8,500 square feet. All rooms in the Weather Service Office main building will be cleaned as per the scope of work SOW: A. Windows/Glass/Mirror surfaces and coverings shall be clean and free of obvious dirt, dust streaks and smudges. As needed on a daily basis, clean the interior of all windows in the main entryway of the facility. Windows are located in the WFO. Glass doors shall be cleaned daily around push bars and remove hand and/or finger prints. Janitor shall wash both sides of all interior and exterior building windows, including spandrel glass over and in exterior and vestibule doors, and all plate glass around entrances, lobbies and vestibules. Washed glass shall be clean and free of dirt, grime, streaks and excessive moisture. The Contractor shall clean all windows. Due to the numerous sizes, shapes, and types of windows, involved, no further information is provided in these specifications as to the number or size of windows. Please refer to heading "Itemized Services Requirement" table. B. Furniture and all surfaces fewer than 70 inches shall be free of obvious dust and dirt. C. Dusting: All horizontal, vertical, light fixture and furniture surfaces shall be cleaned of obvious dust, including all tables in operations areas and behind monitors general dusting with a treated dust cloth, to remove cobwebs along ceiling, baseboards, corners, floor corners, and windows is required. All other window sills shall be periodically cleaned to ensure a dust-free appearance, sofas, chairs, and the tables in the reception area of WFO shall be cleaned and dusted as needed to ensure dust free appearance. Fabric covered sofas and chairs in the reception areas should be vacuumed monthly. Main lobbies and high public use areas shall be free of all paper, trash, empty bottles and other discarded material. Wall hung and floor type trash receptacles shall be neat and presentable. There shall be no evidence of wads of gum, spots of tar or wet areas of any foreign substances. D. All carpets shall be clean and free of dirt, debris and obvious spots and stains. Carpet spotting should be accomplished as needed. • Vacuum all carpets and floors, extending the vacuuming to remove obvious dirt from, around, and under furniture. It may be necessary to move some furniture in order to vacuum or an appropriate attachment to the cleaner may serve this purpose. For the purpose of this contract, whenever the term carpet or carpeting is used, it is intended to include wall -to-wall carpeting as well as room size rugs and area rugs located in walkways and foyers. Carpet surfaces, including comers, shall be clean and free from dust balls, dirt and other debris; nap on carpets shall lie in one direction upon completion of the vacuuming task. Main lobbies and high public use areas shall be free from all loose soil, sand, mud, footprints, and present a neat appearance at all times. Because these are high usage areas, contractor should be aware that it will be necessary to vacuum these areas up to once a day. These areas should be inspected each day to ensure they are presentable and neat in appearance. • All areas accessible to the vacuum cleaner shall be vacuumed. Chairs, trash receptacles, and easily removable items shall be moved to maintain floors underneath. • Spot Carpet Cleaning - Excessive buildup or crusted material shall be removed along with spots, smears and stains. There shall be no evidence of fuzzing caused by harsh rubbing or brushing. Cleaned areas shall blend with adjacent areas of carpeting. Spots and stains which cannot be removed and appear to be permanent must be called immediately to the COTR's attention. Additional cleaning of these areas may be required under Utility Staff-Hours. o All tears, burns, and raveling shall be brought to the immediate attention of the MIC. Every effort shall be made to ensure that furniture and baseboards are not struck with equipment any marks on such, shall be immediately removed by the Contractor. Contractor shall provide adequate clean vacuum bags to keep dust to a minimum. o Some carpet areas in the WFO are "raised floor areas" and these areas are covered with carpet and/or floor tile and the contractor must take extra precaution when cleaning these areas to ensure that no water whatsoever is allowed to enter the sub-flooring area. The sub-flooring area contains computer and electrical wiring and must be protected from all water or other cleaning materials. No cleaning is required under these floor areas and the space under these floors is not covered under this contract. • Carpet Shampooing - Shampoo carpets in all offices, hallways/foyers, and all other areas where carpets exist. No residue is to remain in/on the carpet. All spots and high traffic areas are to be pre-treated to provide for even cleaning. All walls, baseboards, furniture, and other surfaces shall be free of any residue and marks from the equipment. All nap is to lie in one direction upon completion of the task. The Contractor will be allowed access to the Government facility if necessary on a scheduled weekend in order to accomplish the shampooing to assure minimum disruption of work by employees at the site. The date shall be agreed upon by the COTR, and the Contractor in advance. Carpet spotting shall be accomplished as needed to meet the quality standard. E. Vacuuming: Vacuum all carpets and floors, extending the vacuuming to remove obvious dirt from, around, and under furniture. It may be necessary to move some furniture in order to vacuum or an appropriate attachment to the cleaner may serve this purpose. For the purpose of this contract, whenever the term carpet or carpeting is used, it is intended to include wall -to-wall carpeting as well as room size rugs and area rugs located in walkways and foyers. Carpet surfaces, including comers, shall be clean and free from dust balls, dirt and other debris; nap on carpets shall lie in one direction upon completion of the vacuuming task. F. Resilient flooring shall be maintained at a high level of luster, free of all types of marks. (buffing, stripping and waxing are included in the cost of this contract) G. Floor Waxing: All resilient floors shall be cleaned and waxed once a year during the month of January. Spot cleaning and waxing shall be performed after that as needed. Electronic Shop, COOP room, and Harden Space have tile floors for which require periodic waxing. The following shall apply: Tile floors are to be swept, and then mopped with a cleansing solution before the floor is stripped and two coats of floor finish are applied. All old finish or wax shall be removed. There shall be no evidence of gum, rust, burns or scuff marks. Black floor staining from chair wheels at work stations must be removed before new wax is applied. There shall be no build up in corners or crevices. Walls, baseboards and other surfaces shall be free of finish residue and marks from the equipment. Floors shall be free of streaks, mop strand marks, and skipped areas. Sealant must adhere to the floor. All floor areas must be evenly coated. Spots and strains shall be eliminated. • All areas accessible to floor cleaning equipment shall be swept, mopped, and waxed. Chairs, trash receptacles, and easily movable items shall be moved to maintain floors underneath. • Some carpet areas in the WFO are "raised floor areas." These areas are covered with carpet and/or floor tile and the contractor must take extra precaution when cleaning these areas to ensure that no water whatsoever is allowed to enter the sub-flooring area. The sub-flooring area contains computer and electrical wiring and must be protected from all water or other cleaning materials. No cleaning is required under these floor areas and the space under these floors is not covered under this contract. H. ADP flooring shall be free of dirt, debris and foreign matter, and damp mopped as the only method of wet cleaning. I. Drinking fountains and water dispensers shall be cleaned and free of water marks and any other debris or encrustation. Drinking fountains shall be maintained at a high level of sanitation. J. All trash shall be collected from work areas and removed to an outside location designated by the MIC. Trash and recycling containers shall be lined and kept relatively free of dirt, stains, and debris. All trash removed from the facility shall be disposed of in accordance with Federal, State, and Local jurisdictional laws and regulations governing solid waste disposal, recycling, and landfill operations. • Trash Pick-up: Trash can liners are to be provided by the Contractor and shall be replaced a minimum of once a week and/or when torn. Liners in kitchen and restroom areas shall be replaced at each pick-up. All surrounding areas shall be free of all paper, trash, empty bottles, and other discarded material. Waste baskets shall be free of dust, debris, and residue. Each trashcan shall be returned to its original place after each pick up. 7. Cleaning and Quality Requirements A. Restrooms: The following lists of restrooms are to be cleaned in accordance with the quality requirements stated below - 2 Restrooms: 5 commodes, 1 urinal, 1 water fountain, and 5 sinks. B. Kitchen(s): The following appliances are to be cleaned in accordance with the quality requirements stated below: 1 Sink, 2 Refrigerators/Freezers, 2 Microwaves. C. Restroom • Clean all fixtures including chrome surfaces (commodes, urinals, shower, sinks, mirrors, waste receptacles, shelving, dispensers, and wall and floor surfaces) utilizing cleaner disinfectant. • Fixtures and surfaces (sinks, urinals, commodes, shower, etc.) shall be clean and bright; there shall be no dust, or water spots, stains, rust, mold, encrustation, or excess moisture. Mirrors shall be clean and free of dirt, dust, streaks, and spots. In the event of a clogged commode or sink drain, the Contractor shall clear the stoppage 'With a Government supplied plunger and notify the Contracting Officer Representative (COTR) for permanent repair. • In order to keep drain trap filled, a gallon of water needs to be poured in restroom floor drain daily. • Ensure soap dispensers are filled. • Contractor shall wipe and clean the full surface area of all bathroom stall partitions, doors, window frames, sills, and wastepaper receptacles utilizing a multi-purpose disinfectant-deodorizer. All dirt, dust, water stains, spots, streaks, and smudges shall be removed from the surfaces. • Floor surfaces shall be swept, mopped, and disinfected. Floors, including corners and areas behind commodes shall be clean and free of dirt and streaks. All restroom floors shall be waxed. Restrooms shall be cleaned and disinfected to maintain all fixtures at a high level of shine and cleanliness. Floors shall be sanitized and maintained to ensure that there is not a buildup of dirt, debris, or bacteria. Partitions and walls shall be free of obvious dirt, graffiti, dust or any other extraneous matter. Toilet supplies shall be replenished as needed to maintain an adequate supply at all times. Trash and sanitary napkins shall be collected and disposed of at a location designated by the MIC. NOTE: Due to the health implications and requirement for restrooms to be sanitized, restrooms shall be cleaned and sanitized daily. D. Ready Room Cleaning shall be cleaned. Appliances, fixtures and surfaces shall be clean and bright; there shall be no dust, or water spots, stains, rust, mold, encrustation, or excess moisture. Ensure soap dispensers are filled. All counters, tables, chairs, sink, refrigerator (inside minimum monthly or as needed and outside daily), and microwave (inside and out), shall be free of stains, smudges, streaks and other foreign matter. • Refrigerator/Freezer Cleaning: The refrigerator/freezer shall be cleaned utilizing an appropriate cleaner-disinfectant. All surfaces, sides, shelving, doors, ice compartments, butter/egg compartments, etc., shall be cleaned and disinfected. All old /non-label items shall be thrown away. Labeled items expiration date shall be checked and thrown away if it has expired date. Please refer to the "Itemized Services Requirement" table for the refrigerator/freezer cleaning schedule. E. Metal and wood surfaces shall be cleaned and polished to obtain a uniform luster and protect the wood or metal. F. Venetian blinds or coverings shall have cords and both sides of blind slats free of obvious dust, dirt, grime and water spots. G. High cleaning surfaces above 70 inches shall be free of obvious dust, cobwebs, or any other extraneous matter (interior only). Duct vents should be physically removed from ceiling tiles and washed. H. All other space not specifically mentioned and covered by this contract shall be free of obvious dirt, debris, and present an overall appearance of cleanliness. I. Paper products shall be replaced/replenished to the following minimum standards: Toilet paper rolls next to each commode shall be kept at least half full, and each commode shall have a least one full back-up roll on the appropriate type of holder. All paper towel dispensers shall be replenished at least three quarters full with appropriately sized paper towels. J. Interior Vents (Air Return/ Exhaust Fan Vents) shall be clean vacuum or wash as needed. REQUIREMENTS SCHEDULE Windows/Glass/Mirror surfaces and coverings - All entry/exit & operations door glass - All Interior and Exterior Window/Doors Glass - Once Each Day - Once a month Dusting Once Each Day Spot Carpet Cleaning As Needed Carpet Shampooing (January and June) Twice each year Vacuuming Once Each Day Floor Waxing Twice each year Floor Cleaning Once Each Day Drinking Fountains and Water Dispensers Once Each Day Trash Pick-Up Once Each Day Recycling Services Once Each Day Restroom and Upper Air Storage Cleaning Once Each Day Ready Room Cleaning Once Each Day Refrigerators/Freezers Cleaning Once a month. To be completed at the beginning of each month Microwaves Once Each Week Venetian blinds or Coverings Once Each Week High cleaning surfaces Bi-Weekly Interior Vents (Air Return/ Exhaust Fan Vents) Once a month K. Invoicing The vendor will bill on a monthly basis in arrears. L. Observance of Legal Holidays and Site Closure Information The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work designated by Federal Statute, by Executive Order, or by Presidential proclamation: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the MIC or Alternate MIC for guidance. WD 05-2133 (Rev.-14) 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.: 2005-2133 Diane C. Koplewski Division of | Revision No.: 14 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: Georgia Area: Georgia Counties of Banks, Barrow, Bartow, Butts, Carroll, Chattooga, Cherokee, Clarke, Clayton, Cobb, Coweta, Dawson, De Kalb, Douglas, Fannin, Fayette, Floyd, Forsyth, Franklin, Fulton, Gilmer, Gordon, Greene, Gwinnett, Habersham, Hall, Haralson, Henry, Jackson, Lumpkin, Madison, Morgan, Murray, Newton, Oconee, Oglethorpe, Paulding, Pickens, Polk, Rabun, Rockdale, Spalding, Stephens, Towns, Union, Walton, White, Whitfield ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.40 01012 - Accounting Clerk II 15.04 01013 - Accounting Clerk III 17.24 01020 - Administrative Assistant 26.66 01040 - Court Reporter 20.93 01051 - Data Entry Operator I 13.84 01052 - Data Entry Operator II 15.70 01060 - Dispatcher, Motor Vehicle 19.15 01070 - Document Preparation Clerk 13.16 01090 - Duplicating Machine Operator 13.16 01111 - General Clerk I 13.43 01112 - General Clerk II 14.84 01113 - General Clerk III 16.45 01120 - Housing Referral Assistant 21.85 01141 - Messenger Courier 12.60 01191 - Order Clerk I 13.01 01192 - Order Clerk II 14.80 01261 - Personnel Assistant (Employment) I 15.22 01262 - Personnel Assistant (Employment) II 18.55 01263 - Personnel Assistant (Employment) III 20.90 01270 - Production Control Clerk 21.32 01280 - Receptionist 13.41 01290 - Rental Clerk 15.21 01300 - Scheduler, Maintenance 16.13 01311 - Secretary I 16.13 01312 - Secretary II 18.05 01313 - Secretary III 20.13 01320 - Service Order Dispatcher 15.87 01410 - Supply Technician 26.66 01420 - Survey Worker 18.40 01531 - Travel Clerk I 14.22 01532 - Travel Clerk II 15.53 01533 - Travel Clerk III 16.73 01611 - Word Processor I 13.25 01612 - Word Processor II 15.21 01613 - Word Processor III 18.30 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.36 05010 - Automotive Electrician 21.55 05040 - Automotive Glass Installer 20.18 05070 - Automotive Worker 20.18 05110 - Mobile Equipment Servicer 17.47 05130 - Motor Equipment Metal Mechanic 23.36 05160 - Motor Equipment Metal Worker 20.18 05190 - Motor Vehicle Mechanic 23.36 05220 - Motor Vehicle Mechanic Helper 17.56 05250 - Motor Vehicle Upholstery Worker 19.05 05280 - Motor Vehicle Wrecker 20.18 05310 - Painter, Automotive 21.55 05340 - Radiator Repair Specialist 20.18 05370 - Tire Repairer 13.80 05400 - Transmission Repair Specialist 23.36 07000 - Food Preparation And Service Occupations 07010 - Baker 12.20 07041 - Cook I 11.95 07042 - Cook II 13.58 07070 - Dishwasher 10.24 07130 - Food Service Worker 10.01 07210 - Meat Cutter 13.04 07260 - Waiter/Waitress 8.82 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.47 09040 - Furniture Handler 12.05 09080 - Furniture Refinisher 16.23 09090 - Furniture Refinisher Helper 12.55 09110 - Furniture Repairer, Minor 14.76 09130 - Upholsterer 16.23 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.14 11060 - Elevator Operator 10.14 11090 - Gardener 15.57 11122 - Housekeeping Aide 10.89 11150 - Janitor 10.89 11210 - Laborer, Grounds Maintenance 11.22 11240 - Maid or Houseman 9.54 11260 - Pruner 13.31 11270 - Tractor Operator 14.11 11330 - Trail Maintenance Worker 11.22 11360 - Window Cleaner 13.54 12000 - Health Occupations 12010 - Ambulance Driver 16.75 12011 - Breath Alcohol Technician 19.89 12012 - Certified Occupational Therapist Assistant 25.49 12015 - Certified Physical Therapist Assistant 23.23 12020 - Dental Assistant 17.07 12025 - Dental Hygienist 33.43 12030 - EKG Technician 22.52 12035 - Electroneurodiagnostic Technologist 22.52 12040 - Emergency Medical Technician 16.75 12071 - Licensed Practical Nurse I 17.72 12072 - Licensed Practical Nurse II 19.89 12073 - Licensed Practical Nurse III 21.97 12100 - Medical Assistant 14.71 12130 - Medical Laboratory Technician 16.93 12160 - Medical Record Clerk 15.08 12190 - Medical Record Technician 16.53 12195 - Medical Transcriptionist 16.01 12210 - Nuclear Medicine Technologist 32.29 12221 - Nursing Assistant I 10.13 12222 - Nursing Assistant II 11.38 12223 - Nursing Assistant III 12.42 12224 - Nursing Assistant IV 13.47 12235 - Optical Dispenser 17.05 12236 - Optical Technician 15.13 12250 - Pharmacy Technician 14.87 12280 - Phlebotomist 13.47 12305 - Radiologic Technologist 25.09 12311 - Registered Nurse I 24.94 12312 - Registered Nurse II 29.25 12313 - Registered Nurse II, Specialist 29.25 12314 - Registered Nurse III 35.38 12315 - Registered Nurse III, Anesthetist 35.38 12316 - Registered Nurse IV 42.41 12317 - Scheduler (Drug and Alcohol Testing) 20.09 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.57 13012 - Exhibits Specialist II 23.52 13013 - Exhibits Specialist III 28.34 13041 - Illustrator I 20.89 13042 - Illustrator II 23.52 13043 - Illustrator III 28.34 13047 - Librarian 28.28 13050 - Library Aide/Clerk 13.39 13054 - Library Information Technology Systems 25.27 Administrator 13058 - Library Technician 15.42 13061 - Media Specialist I 18.42 13062 - Media Specialist II 20.62 13063 - Media Specialist III 22.98 13071 - Photographer I 14.44 13072 - Photographer II 15.01 13073 - Photographer III 18.59 13074 - Photographer IV 22.40 13075 - Photographer V 24.90 13110 - Video Teleconference Technician 17.50 14000 - Information Technology Occupations 14041 - Computer Operator I 17.20 14042 - Computer Operator II 19.24 14043 - Computer Operator III 21.45 14044 - Computer Operator IV 23.84 14045 - Computer Operator V 26.40 14071 - Computer Programmer I (see 1) 25.09 14072 - Computer Programmer II (see 1) 25.31 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 17.20 14160 - Personal Computer Support Technician 23.84 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.93 15020 - Aircrew Training Devices Instructor (Rated) 35.00 15030 - Air Crew Training Devices Instructor (Pilot) 41.95 15050 - Computer Based Training Specialist / Instructor 28.93 15060 - Educational Technologist 33.91 15070 - Flight Instructor (Pilot) 39.94 15080 - Graphic Artist 24.69 15090 - Technical Instructor 23.83 15095 - Technical Instructor/Course Developer 29.15 15110 - Test Proctor 19.24 15120 - Tutor 19.24 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.81 16030 - Counter Attendant 9.81 16040 - Dry Cleaner 12.93 16070 - Finisher, Flatwork, Machine 9.81 16090 - Presser, Hand 9.81 16110 - Presser, Machine, Drycleaning 9.81 16130 - Presser, Machine, Shirts 9.81 16160 - Presser, Machine, Wearing Apparel, Laundry 9.81 16190 - Sewing Machine Operator 14.02 16220 - Tailor 15.09 16250 - Washer, Machine 10.97 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 15.46 19040 - Tool And Die Maker 22.45 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.74 21030 - Material Coordinator 19.67 21040 - Material Expediter 19.67 21050 - Material Handling Laborer 13.01 21071 - Order Filler 13.62 21080 - Production Line Worker (Food Processing) 14.74 21110 - Shipping Packer 13.86 21130 - Shipping/Receiving Clerk 14.47 21140 - Store Worker I 11.48 21150 - Stock Clerk 16.46 21210 - Tools And Parts Attendant 14.74 21410 - Warehouse Specialist 14.74 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.76 23021 - Aircraft Mechanic I 25.12 23022 - Aircraft Mechanic II 26.76 23023 - Aircraft Mechanic III 28.32 23040 - Aircraft Mechanic Helper 17.97 23050 - Aircraft, Painter 22.08 23060 - Aircraft Servicer 20.63 23080 - Aircraft Worker 21.95 23110 - Appliance Mechanic 18.74 23120 - Bicycle Repairer 12.83 23125 - Cable Splicer 21.54 23130 - Carpenter, Maintenance 20.20 23140 - Carpet Layer 17.91 23160 - Electrician, Maintenance 22.60 23181 - Electronics Technician Maintenance I 21.00 23182 - Electronics Technician Maintenance II 24.64 23183 - Electronics Technician Maintenance III 26.34 23260 - Fabric Worker 15.61 23290 - Fire Alarm System Mechanic 17.94 23310 - Fire Extinguisher Repairer 14.43 23311 - Fuel Distribution System Mechanic 22.06 23312 - Fuel Distribution System Operator 16.26 23370 - General Maintenance Worker 17.92 23380 - Ground Support Equipment Mechanic 25.12 23381 - Ground Support Equipment Servicer 20.63 23382 - Ground Support Equipment Worker 21.95 23391 - Gunsmith I 18.65 23392 - Gunsmith II 20.94 23393 - Gunsmith III 21.98 23410 - Heating, Ventilation And Air-Conditioning 20.81 Mechanic 23411 - Heating, Ventilation And Air Contditioning 21.85 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.25 23440 - Heavy Equipment Operator 18.92 23460 - Instrument Mechanic 23.76 23465 - Laboratory/Shelter Mechanic 18.31 23470 - Laborer 11.70 23510 - Locksmith 15.46 23530 - Machinery Maintenance Mechanic 20.58 23550 - Machinist, Maintenance 18.32 23580 - Maintenance Trades Helper 13.78 23591 - Metrology Technician I 22.45 23592 - Metrology Technician II 23.91 23593 - Metrology Technician III 25.31 23640 - Millwright 22.37 23710 - Office Appliance Repairer 20.06 23760 - Painter, Maintenance 17.36 23790 - Pipefitter, Maintenance 21.57 23810 - Plumber, Maintenance 20.54 23820 - Pneudraulic Systems Mechanic 19.57 23850 - Rigger 21.30 23870 - Scale Mechanic 17.11 23890 - Sheet-Metal Worker, Maintenance 19.19 23910 - Small Engine Mechanic 16.93 23931 - Telecommunications Mechanic I 26.53 23932 - Telecommunications Mechanic II 29.28 23950 - Telephone Lineman 20.47 23960 - Welder, Combination, Maintenance 16.33 23965 - Well Driller 17.53 23970 - Woodcraft Worker 19.57 23980 - Woodworker 13.76 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.36 24580 - Child Care Center Clerk 12.63 24610 - Chore Aide 10.93 24620 - Family Readiness And Support Services 14.03 Coordinator 24630 - Homemaker 16.76 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 21.71 25040 - Sewage Plant Operator 17.93 25070 - Stationary Engineer 21.71 25190 - Ventilation Equipment Tender 13.51 25210 - Water Treatment Plant Operator 17.93 27000 - Protective Service Occupations 27004 - Alarm Monitor 14.85 27007 - Baggage Inspector 12.47 27008 - Corrections Officer 14.99 27010 - Court Security Officer 17.55 27030 - Detection Dog Handler 16.44 27040 - Detention Officer 15.32 27070 - Firefighter 17.97 27101 - Guard I 12.47 27102 - Guard II 16.44 27131 - Police Officer I 19.70 27132 - Police Officer II 21.89 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.92 28042 - Carnival Equipment Repairer 12.69 28043 - Carnival Equpment Worker 8.19 28210 - Gate Attendant/Gate Tender 15.26 28310 - Lifeguard 11.33 28350 - Park Attendant (Aide) 17.08 28510 - Recreation Aide/Health Facility Attendant 10.14 28515 - Recreation Specialist 13.65 28630 - Sports Official 12.93 28690 - Swimming Pool Operator 18.99 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 19.62 29020 - Hatch Tender 19.62 29030 - Line Handler 19.62 29041 - Stevedore I 18.07 29042 - Stevedore II 20.99 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.30 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.78 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.38 30021 - Archeological Technician I 19.76 30022 - Archeological Technician II 21.45 30023 - Archeological Technician III 27.39 30030 - Cartographic Technician 26.56 30040 - Civil Engineering Technician 19.26 30061 - Drafter/CAD Operator I 19.76 30062 - Drafter/CAD Operator II 21.45 30063 - Drafter/CAD Operator III 23.91 30064 - Drafter/CAD Operator IV 29.42 30081 - Engineering Technician I 16.64 30082 - Engineering Technician II 20.00 30083 - Engineering Technician III 20.90 30084 - Engineering Technician IV 26.47 30085 - Engineering Technician V 31.68 30086 - Engineering Technician VI 37.02 30090 - Environmental Technician 22.75 30210 - Laboratory Technician 17.80 30240 - Mathematical Technician 25.03 30361 - Paralegal/Legal Assistant I 19.41 30362 - Paralegal/Legal Assistant II 24.05 30363 - Paralegal/Legal Assistant III 29.41 30364 - Paralegal/Legal Assistant IV 35.56 30390 - Photo-Optics Technician 26.56 30461 - Technical Writer I 26.07 30462 - Technical Writer II 30.07 30463 - Technical Writer III 36.37 30491 - Unexploded Ordnance (UXO) Technician I 23.76 30492 - Unexploded Ordnance (UXO) Technician II 28.74 30493 - Unexploded Ordnance (UXO) Technician III 34.45 30494 - Unexploded (UXO) Safety Escort 23.76 30495 - Unexploded (UXO) Sweep Personnel 23.76 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.91 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.39 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.49 31030 - Bus Driver 17.43 31043 - Driver Courier 13.94 31260 - Parking and Lot Attendant 9.40 31290 - Shuttle Bus Driver 15.38 31310 - Taxi Driver 10.70 31361 - Truckdriver, Light 15.38 31362 - Truckdriver, Medium 16.81 31363 - Truckdriver, Heavy 20.87 31364 - Truckdriver, Tractor-Trailer 20.87 99000 - Miscellaneous Occupations 99030 - Cashier 9.25 99050 - Desk Clerk 10.05 99095 - Embalmer 26.90 99251 - Laboratory Animal Caretaker I 10.03 99252 - Laboratory Animal Caretaker II 11.03 99310 - Mortician 29.59 99410 - Pest Controller 14.59 99510 - Photofinishing Worker 16.45 99710 - Recycling Laborer 15.00 99711 - Recycling Specialist 18.87 99730 - Refuse Collector 13.06 99810 - Sales Clerk 13.50 99820 - School Crossing Guard 13.53 99830 - Survey Party Chief 20.64 99831 - Surveying Aide 12.11 99832 - Surveying Technician 17.05 99840 - Vending Machine Attendant 11.69 99841 - Vending Machine Repairer 14.27 99842 - Vending Machine Repairer Helper 11.69 ____________________________________________________________________________________ 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; and 3 weeks after 8 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWP9219-15-04029SRG/listing.html)
 
Place of Performance
Address: ATLANTA WFO GA, 4 FALCON DRIVE, PEACHTREE, Georgia, 30269, United States
Zip Code: 30269
 
Record
SN03764241-W 20150617/150615234319-b95a9e419327d18d040360987b35199f (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.