Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

59 -- Installation of Video monitors

Notice Date
8/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS05-15-Q-DTW007
 
Archive Date
9/9/2015
 
Point of Contact
Peter S Larsen, Phone: 202-380-8955
 
E-Mail Address
peter.s.larsen@tsa.dhs.gov
(peter.s.larsen@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 General Requirement Information This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotes are being requested and a written solicitation will not be issued. HSTS05-15-Q-DTW007 is issued as a Request for Quote. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. This is a total small business set aside. The NAICS code is 541519 with a business size standard of $27.5 million. The Government anticipates awarding a firm fixed price purchase order. 2.0 Description of Service The Transportation Security Administration (TSA) has a requirement for the purchase and installation of video display monitors for the Detroit Metropolitan Wayne County International Airport (DTW) on a firm fixed priced purchase order. Purchase and installation of Electronic Visual Information Display System (EVIDS) at five screening checkpoints in the McNamara Terminal of the Detroit Metropolitan Wayne County Airport (DTW). Specifically, TSA DTW requires the purchase and installation of five video display monitors (flat screens)(EVIDS) at five locations, including all hardware, cabling, electrical, and conduit to complete the job. The vendor shall run circuitry from the existing power panel and cut in an outlet for monitor power. Run a conduit sleeve to an existing cable tray above the TSA screening area and run a cat6 cable from data jack in TSA office space to a data jack in the wall at the monitor location. Both new circuits shall be wired to existing spare circuit breakers. 2.1 Technical Requirements: Product: (5) 52" to 60" Video Display Monitors (flat screens) LED/LCD Samsung commercial type or equal. Product: (5) Mounting brackets or extra tall TV stands for monitors Product: Cabling and conduit to connect monitors to DVD / USB devices Product: Secure storage containers or equivalent for playable media Service: Provide connectivity, as well as the positioning and securing of the monitors. Service: Construction / Installation to include all parts and labor. All work shall be completed between Monday-Friday 8-5 pm. Anticipated period of performance is from 9/1/2015-9/30/2015. 2.2 Requirement Information Name of Requiring Office: TSA Detroit Metropolitan Wayne county Airport (DTW) McNamara Terminal 2588 World Gateway Place Attn: Edd Fetters 734-942-3264 Detroit, Michigan 48242 Site visits are recommended. To make an appointment, contact Edd Fetters. 2.3 Pricing Table The prices shall be detailed in the following pricing table: CLIN No. Location/Item Quantity Total Price 00001 Purchase and installation of 5 Video Display Monitors to include all parts and labor. See Section 1.0-2.2 1 Grand Total Firm fixed Pricing to include all, parts, labor, permits etc. to complete the job. TSA is a tax exempt Federal Agency. 3.0 Contract Administration Data 3.1.5200.243.001 - Contracting Officer (AUG 2013) The Contracting Officer (CO) is the only person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested solely in the Contracting Officer. (For further information, the Contracting Officer is a federal government employee who is specifically authorized and appointed in writing under specified agency procedures and granted the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Officers may be assigned: TSA Contracting Officer: NAME: Peter Larsen PHONE NUMBER: 202-380-8955 EMAIL: Peter.S.Larsen@tsa.dhs.gov TSA Contract Specialist: NAME: Peter Larsen PHONE NUMBER: 202-380-8955 EMAIL: Peter.S.Larsen@tsa.dhs.gov 3.3 G.4202.242.002 "SUBMISSION OF INVOICES" (AUG 2013) (a) Background: The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 757-413-7314 The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (d) of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 3.) Email: (FIN-SMB-TSAInvoices@uscg.mil or www.fincen.uscg.mil) (c) Invoice Process: Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer's Representative and/or Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices back to FinCen. Upon receipt of certified invoices from an Authorized Certifying Official, FinCen will initiate payment of the invoices. Note for discounts offered: Discounts on invoices. If desired, the Contractor should offer discounts directly upon the invoice submitted, clearly specifying the terms of the discount. Contractors can structure discounted amounts for payment for any time period less than the usual thirty day payment period specified under Prompt Payment requirements; however the Contractor should not structure terms for payment of net amounts invoiced any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. Discounts offered after invoice submission. If the Contractor should wish to offer a discount on a specific invoice after its submission for payment, the Contractor should submit a letter to the Finance Center identifying the specific invoice for which a discount is offered and specify the exact terms of the discount offered and what time period the Government should make payment by in order to receive the discount. The Contractor should clearly indicate the contract number, invoice number and date, and the specific terms of the discount offered. Contractors should not structure terms for net amount payments any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. (d) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm (e) Invoice Elements: Invoices will automatically be rejected if the information required in subparagraph (a) (2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. The Contractor shall work with the Government to mutually refine the format, content and method of delivery for all invoice submissions during the performance of the Contract. (f) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc.) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer's Representative. Note for "time-and-material" type contracts: The Contractor must submit the following statement with each invoice for labor hours invoiced under a "time-and-materials" type contract, order, or contract line item: "The Contractor hereby certifies in accordance with paragraph (c) of FAR 52.232-7, that each labor hour has been performed by an employee (prime or subcontractor) who meets the contract's specified requirements for the labor category invoiced." (g) Additional Invoice Preparation Instructions for Software Development and/or Hardware. The Contractor shall clearly include a separate breakdown (by CLIN) for any software development activities (labor costs, subcontractor costs, etc.) in accordance with Federal Accounting Standards Advisory Board Statement of Federal Financial Accounting Standards Number 10 (Preliminary design costs, Development costs and post implementation costs) and cite payment terms. The contractor shall provide make and model descriptions as well as serial numbers for purchases of hardware and software (where applicable.) (h) Frequency of Invoice Submission: Once after completion of work. 4.0 TSA Special Contract Requirements 4.1 H.5200.224.001 Disclosure of Information (AUG 2013) Information furnished by the Contractor under this contract may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary, or personally-identifiable information must be clearly marked. Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the requirements of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and information and must ensure that all work performed by its Subcontractor(s) shall be under the supervision of the Contractor or the Contractor's employees. 4.2 H.5200.205.001 Publicity and Dissemination of Contract Information (AUG 2013) Publicity releases or commercial advertising in connection with or referring to this contract or effort shall not be made by the Contractor unless prior written approval has been received from the Contracting Officer. The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. A minimum of five full business days' notice is required for requests made in accordance with this provision. 4.3 H.5200.237.002 Observance of Legal Holidays, Other Absences, and Necessary Contract Performance Offsite (AUG 2013) The Government observes the following holidays: New Year's Day Martin Luther King Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Inauguration Day (Washington, DC metropolitan area) In addition to the days designated as holidays, the Government observes also the following days: • Any other day designated by Federal Statute, and • Any other day designated by Executive Order, and • Any other day designated by President's Proclamation, such as extreme weather conditions. When the Government grants excused absence to its employees in a specific location, assigned Contractor personnel at that same location may also be dismissed. The Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the Contracting Officer's Technical Representative. Observance of such holidays by Government personnel shall not be a reason for the Contractor to request an extension of the period of performance, or entitlement of compensation except as set forth within the contract. In the event the Contractor's personnel work during the holiday or other excused absences, they may be compensated by the Contractor, however, no form of holiday or other premium compensation will be considered either as a direct or indirect cost, other than their normal compensation for the time worked. For cost reimbursable and time and material (T&M) contracts, the government will only consider as direct and/or indirect costs those efforts actually performed during the holiday or excused absences in the event contractor personnel are not dismissed. This provision does not preclude reimbursement for authorized overtime work if applicable to this contract. Otherwise, the management responsibility for contractor functions approved by the Contracting Officer for offsite work, in the event of inaccessibility of federal workplaces are the sole responsibility of the contractor. The contractor may propose telework or other solutions when critical work is required, however, the Contractor is solely responsible for any cost differential in performance, all liabilities that may be due to performance at an alternate location and all resources necessary to complete such performance. In the event of an actual emergency, the Contracting Officer may direct the contractor to change work hours or locations or institute tele-work, utilize personal protective equipment or other mandated items. 4.4 H.5200.205.002 Advertising Of Award (AUG 2013) The contractor shall not refer to contract awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. 4.5 H.5200.204.001Major Breach of Safety or Security (AUG 2013) (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to TSA and compliance with safety standards and practices is a material part of this contract. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of safety must be related directly to the work on the agreement. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality, serious injury, or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan. (b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the agreement. A major breach of security is an act or omission by the Contractor that results in compromise of classified information or sensitive security information or sensitive but unclassified information, including contractor proprietary information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000. NOTE: Breach of Security for the purposes of this definition should not be confused with breach of security in screening operations. (c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted. 4.6 H.5200.245.002 Required Contractor Property Delivery Reporting (AUG 2013) When the Contractor purchases property ultimately intended for Government use and title of ownership, or otherwise delivers equipment to the Government as required under this contract, the Contractor shall provide the completed TSA Form 251 "Vendor Shipping and Receiving Report" and the TSA Form 251-1 "Vendor Shipping and Receiving Report Extension" for each delivery of equipment under discrete Contract Line Item Numbers when applicable, to the Product Contracting Officer's Representative and to the TSA Office of Property Management using this email address at TSA-Property@dhs.gov. Expendable and/or consumable items delivered by the Contractor (items consumed in use or which are an integral part of another system, office supplies, paper, printer cartridges, etc.,) should not be submitted via these forms. All items having an acquisition value of $5,000 or more, all electronics or Information Technology equipment having a data storage capability ( i.e., computers, servers, routers, switches, BlackBerrys, Personal Digital Assistants), and all firearms must be submitted by the Contractor via these forms within 24 hours of the equipment being shipped to TSA or other designated site. 4.7 H. 5200.233.001 Availability of Internal Appeal Process per FAR 33.103 (MAY 2014) In the event of receipt of the Contracting Officer's final decision of an agency-level protest in accordance with Federal Acquisition Regulation 33.103, the offerer is hereby advised that an appeal process is available from within the agency. The Assistant Administrator of the Office of Acquisition in the Transportation Security Administration is the independent appeal authority. All appeals must be submitted in writing and signed by a company official who is authorized to commit the company and contain the same elements required in FAR 33.103(d) as well as an explanation of the Contracting Officer's decision (and copy of such decision). Appeals must be sent to Transportation Security Administration, ATTN: APPEAL OF AGENCY PROTEST, Office of Acquisition, 601 S. 12th Street, Arlington, VA 20598-6025. 4.8 H.5200.245.001 Contractor's Responsibility For Assigned Space, Equipment, And Supplies (AUG 2013) If, due to the fault or neglect of the Contractor, his agents, or employees, damages are caused to any Government property, equipment, stock or supplies, during the performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. The Contractor is responsible for maintaining all assigned space(s) in a clean and orderly fashion during the course of this contract. All telephones are for conducting official Government business only. 4.9 H.5200.205.001 Publicity And Dissemination Of Contract Information (AUG 2013) Publicity releases or commercial advertising in connection with or referring to this contract or effort shall not be made by the Contractor unless prior written approval has been received from the Contracting Officer. The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. A minimum of five full business days' notice is required for requests made in accordance with this provision. 4.10 H.5200.244.001 Interrelationship Of Associate Contractors (AUG 2013) The TSA may enter into contractual agreements with other Contractors (i.e., "Associate Contractors") in order to fulfill requirements separate from the work to be performed under this contract, yet having a relationship to performance under this contract. It is expected that contractors working under TSA contracts will have to work together under certain conditions in order to achieve a common solution for TSA. The Contractor may be required to coordinate with other such Contractor(s) through the cognizant Contracting Officer (CO) and/or designated representative in providing suitable, non-conflicting technical and/or management interface and in avoidance of duplication of effort. Information on deliverables provided under separate contracts may, at the discretion of the TSA and/or other Government agencies, be provided to such other Contractor(s) for the purpose of such work. Where the Contractor and an associate Contractor fail to agree upon action to be taken in connection with their respective responsibilities, each Contractor shall promptly bring the matters to the attention of the cognizant CO and furnish the Contractor's recommendations for a solution. The Contractor shall not be relieved of its obligations to make timely deliveries or be entitled to any other adjustment because of failure of the Contractor and its associate to promptly refer matters to the CO or because of failure to implement CO directions. Where the Contractor and Associate Contractors are required to collaborate to deliver a service; the Government will designate, in writing and prior to the definition of the task, to both Contractors, a "lead Contractor" for the project. In these cases the Associate Contractors shall also be contractually required to coordinate and collaborate with the Contractor. TSA will facilitate the mutual execution of Non-Disclosure Agreements. Compliance with this Special Contract Requirement is included in the contract price and shall not be a basis for equitable adjustment. 4.11 H.5200.237.001 Non-Personal Services (AUG 2013) "Personal services" are those in which contractor personnel would appear to be, in effect, Government employees via the direct supervision and oversight by Government employees. No personal services shall be performed under this contract. No Contractor employee will be directly supervised by a Government employee. All individual Contractor employee assignments, and daily work direction, shall be given by the applicable employee supervisor of the Contractor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental actions as defined by FAR 7.500. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications in connection with this contract, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee shall state that they have no authority to in any way change any contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall ensure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this special contract requirement shall limit the Government's rights in any way under any other term of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this special contract requirement shall be included in all subcontracts at any tier. 4.12 H.5200.209.001 Contractor Responsibilities (AUG 2013) The Contractor shall provide all management, administrative, clerical, and supervisory functions required for the effective and efficient performance of this contract. The Government shall not be liable for any injury to the Contractor's personnel or damage to the Contractor's property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to another Federal statutory authority. A smooth and orderly transition between the Contractor and a predecessor or successor Contractor is necessary to ensure minimum disruption to vital Government business. The Contractor shall cooperate fully in the transition. The Contractor shall adhere to the same professional and ethical standards of conduct required of Government personnel. The Contractor shall not: • Discuss with unauthorized persons any information obtained in the performance of work under this contract. • Conduct business not directly related to this contract on Government premises. • Use computer systems and/or other Government facilities for company or personal business other than work related; or • Recruit on Government premises or otherwise act to disrupt official Government business. 4.13 H.5200.203.001 Qualifications Of Employees (AUG 2013) The Contracting Officer may require dismissal from work under this contract and/or removal of access to government facilities, property, information and/or information systems of those employees which the Contracting Officer deems contrary to the public interest or inconsistent with the best interest of national security. 4.14 H.5200.209.002 Non-Disclosure Agreements (AUG 2013) Non-Disclosure Agreements are required to be signed by all Contractor personnel when their role requires them to come into contact with Sensitive But Unclassified, Government procurement sensitive information, and/or other sensitive information, or proprietary business information from other Contractors (e.g., cost data, plans, and strategies). The recipient certifies in writing that they will take the necessary steps to prevent the unauthorized disclosure and use of information. The Contracting Officer will provide the prescribed non-disclosure forms as necessary to the Contractor when circumstances warrant. 4.15 H.5200.237.003 Security Requirements For Contractor Employees Performing At Or In Airport Locations (AUG 2013) Contractor employees are required to meet all airport security screening requirements which include criminal history, background and fingerprint check. Contractor employees working in this facility will be required to obtain, possess and display a Secure Identification Display Area (SIDA) badge in accordance with the airport's physical and personnel security requirements. The Contractor is responsible for any fees associated with lost badges. For further information regarding Security Requirements, please contact Kelly Andaya 808-872-0216. 4.16 H.5200.236.001 Permit Requirements For Contractor Work At Airports (AUG 2013) The contractor shall obtain all necessary permits and approvals from regulatory authorities at the airport location(s) to allow for the timely completion of the work required under the contract. For further information regarding Permitting Requirements, please contact Edd Fetters 734-942-3264. 4.17 H.5200.228.001 Insurance For Contractor Performance At The Airport (AUG 2013) The Contractor must have approved insurance on file with The Kahului Airport. The Contractor is required to procure at its own expense, and keep in effect at all times during the term of the contract HSTS05-14-P-OGG003. Typically, companies whose work is performed within buildings and terminals are required to have a minimum of one million of liability insurance. Companies who require tools and/or equipment, and airfield access must have a minimum of liability insurance. Air Carrier Operating Permits and Leases will have additional insurance coverage requirements. The actual types and amounts of insurance required will be set on an individual basis by the Kahului Airport based upon the company's scope of work and airport access required. For further information regarding Insurance Requirements, please contact Edd Fetters 734-942-3264. 4.18 H.5200.237.004 Contractor Staff Training (AUG 2013) The contractor shall provide fully trained and experienced personnel. Training of contractor personnel shall be performed by the contractor at its expense, except as directed by the Government through written authorization by the Contracting Officer to meet special requirements peculiar to the contract. Training includes attendance at seminars, symposia or user group conferences. Training will not be authorized for the purpose of keeping contractor personnel abreast of advances in the state-of-the-art or for training contractor employees on equipment, computer languages and computer operating systems that are available on the commercial market or required by a contract. This includes training to obtain or increase proficiency in word processing, spreadsheets, presentations, and electronic mail. 4.19 H.5200.209.003 Employee Termination (AUG 2013) The contractor shall notify the Contracting Officer and the Contracting Officer's Representative within 48 hours when an employee performing work under this contract who has been granted access to government information, information systems, property, or government facilities access terminates employment, no longer is assigned to the contract, or no longer requires such access. The contractor shall be responsible for returning, or ensuring that employees return, all DHS/TSA -issued contractor/employee identification, all other TSA or DHS property, and any security access cards to Government offices issued by a landlord of commercial space. 4.20 H.5200.203.002 Standards Of Conduct And Restrictions (AUG 2013) The contractor shall adhere to the same professional and ethical standards of conduct required of Government personnel. Personnel performing work under this contract shall not: a) Solicit new business while performing work under the contract; b) Conduct business other than that which is covered by this contract during periods paid by the Government; c) Conduct business not directly related to this contract on Government premises; d) Use Government computer systems or networks, and/or other Government facilities for company or personal business; e) Recruit on Government premises or otherwise act to disrupt official Government business. 4.21 H.5200.223.001 Workplace Violence Prevention (AUG 2013) All Contractor personnel requiring unescorted access to TSA facilities, information systems, or information will be required to complete Workplace Violence Prevention training available through the TSA Online Learning Center. The course, entitled "Preventing Workplace Violence at TSA" shall be completed within 60 days of onboarding. 4.22 H.5200.237.005 Notification Of Personnel Changes (AUG 2013) The Contractor shall notify the Contracting Officer's Representative (COR) in writing of any changes needed in building, information systems, or other information access requirements for its employees in order to meet contract requirements not later than one day after any personnel changes occur. This includes name changes, resignations, terminations, and transfers to other Contractors. The Contractor shall provide the following information to the COR: full name, social security number, effective date, and reason for change. 5.0 Contract Clauses and Provisions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). _X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class Monetary Wage - Fringe Benefits 23160 - Electrician, Maintenance 32.65/$5.66 _X_ (10) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (x) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 6.0 Instructions to Offerors General: Contractors must be registered in the System for Award Management (SAM) prior to award. Registration is free. https://www.SAM.gov. • Provide DUNS number w/quote. Questions on Request for Quote (RFQ): The contractors shall complete the pricing table outlined in Section 2.3, or a similar format, as long as all required information is provided. If you have any questions regarding this RFQ, please e-mail the contract specialist at Peter.S.Larsen@tsa.dhs.gov. Peter Larsen 202-380-8955. Deadline for submission of questions is August 21, 2015, 3:00 P.M. (Pacific Standard Time) Quotation Submittal Instructions: Due Date: August 25, 2015 2:00 P.M (Pacific Standard Time) Submit to: Peter.S.Larsen@tsa.dhs.gov Submittal Format: Electronic submissions only. 7.0 Evaluation Award will be made based on the lowest priced technically acceptable quotation based on the following evaluation criteria. • Price • Technical acceptability-is defined as adherence to all technical specifications outlined in Section 2.0. WD 05-2273 (Rev.-17) was first posted on www.wdol.gov on 07/14/2015 ************************************************************************************ 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.: 2005-2273 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 07/08/2015 _______________________________________|____________________________________________ 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: Michigan Area: Michigan Counties of Genesee, Lapeer, Macomb, Monroe, Oakland, St Clair, Wayne ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.22 01012 - Accounting Clerk II 15.96 01013 - Accounting Clerk III 18.77 01020 - Administrative Assistant 26.95 01040 - Court Reporter 19.80 01051 - Data Entry Operator I 13.85 01052 - Data Entry Operator II 15.12 01060 - Dispatcher, Motor Vehicle 21.98 01070 - Document Preparation Clerk 15.38 01090 - Duplicating Machine Operator 15.38 01111 - General Clerk I 13.37 01112 - General Clerk II 14.60 01113 - General Clerk III 16.39 01120 - Housing Referral Assistant 22.04 01141 - Messenger Courier 11.47 01191 - Order Clerk I 14.16 01192 - Order Clerk II 15.95 01261 - Personnel Assistant (Employment) I 17.30 01262 - Personnel Assistant (Employment) II 19.35 01263 - Personnel Assistant (Employment) III 21.57 01270 - Production Control Clerk 21.45 01280 - Receptionist 13.67 01290 - Rental Clerk 15.38 01300 - Scheduler, Maintenance 17.30 01311 - Secretary I 17.30 01312 - Secretary II 19.35 01313 - Secretary III 22.04 01320 - Service Order Dispatcher 19.04 01410 - Supply Technician 25.70 01420 - Survey Worker 18.56 01531 - Travel Clerk I 13.02 01532 - Travel Clerk II 14.14 01533 - Travel Clerk III 15.31 01611 - Word Processor I 15.07 01612 - Word Processor II 16.92 01613 - Word Processor III 18.93 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.66 05010 - Automotive Electrician 22.58 05040 - Automotive Glass Installer 21.84 05070 - Automotive Worker 21.84 05110 - Mobile Equipment Servicer 20.43 05130 - Motor Equipment Metal Mechanic 23.31 05160 - Motor Equipment Metal Worker 21.84 05190 - Motor Vehicle Mechanic 23.31 05220 - Motor Vehicle Mechanic Helper 19.71 05250 - Motor Vehicle Upholstery Worker 21.12 05280 - Motor Vehicle Wrecker 21.84 05310 - Painter, Automotive 22.58 05340 - Radiator Repair Specialist 21.84 05370 - Tire Repairer 19.58 05400 - Transmission Repair Specialist 23.31 07000 - Food Preparation And Service Occupations 07010 - Baker 18.55 07041 - Cook I 13.99 07042 - Cook II 15.07 07070 - Dishwasher 11.64 07130 - Food Service Worker 11.64 07210 - Meat Cutter 16.26 07260 - Waiter/Waitress 12.36 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 23.44 09040 - Furniture Handler 18.10 09080 - Furniture Refinisher 23.44 09090 - Furniture Refinisher Helper 20.50 09110 - Furniture Repairer, Minor 21.98 09130 - Upholsterer 23.44 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 14.97 11060 - Elevator Operator 14.97 11090 - Gardener 17.38 11122 - Housekeeping Aide 13.40 11150 - Janitor 13.41 11210 - Laborer, Grounds Maintenance 14.78 11240 - Maid or Houseman 12.13 11260 - Pruner 13.63 11270 - Tractor Operator 15.88 11330 - Trail Maintenance Worker 14.78 11360 - Window Cleaner 14.24 12000 - Health Occupations 12010 - Ambulance Driver 17.90 12011 - Breath Alcohol Technician 19.72 12012 - Certified Occupational Therapist Assistant 22.17 12015 - Certified Physical Therapist Assistant 22.17 12020 - Dental Assistant 17.03 12025 - Dental Hygienist 30.37 12030 - EKG Technician 25.82 12035 - Electroneurodiagnostic Technologist 25.82 12040 - Emergency Medical Technician 17.90 12071 - Licensed Practical Nurse I 17.61 12072 - Licensed Practical Nurse II 19.72 12073 - Licensed Practical Nurse III 21.34 12100 - Medical Assistant 14.58 12130 - Medical Laboratory Technician 22.29 12160 - Medical Record Clerk 15.74 12190 - Medical Record Technician 19.47 12195 - Medical Transcriptionist 18.11 12210 - Nuclear Medicine Technologist 33.56 12221 - Nursing Assistant I 11.25 12222 - Nursing Assistant II 12.27 12223 - Nursing Assistant III 13.40 12224 - Nursing Assistant IV 15.04 12235 - Optical Dispenser 19.36 12236 - Optical Technician 17.61 12250 - Pharmacy Technician 17.78 12280 - Phlebotomist 15.04 12305 - Radiologic Technologist 26.11 12311 - Registered Nurse I 29.83 12312 - Registered Nurse II 32.20 12313 - Registered Nurse II, Specialist 32.20 12314 - Registered Nurse III 44.14 12315 - Registered Nurse III, Anesthetist 44.14 12316 - Registered Nurse IV 52.92 12317 - Scheduler (Drug and Alcohol Testing) 24.02 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.47 13012 - Exhibits Specialist II 26.61 13013 - Exhibits Specialist III 32.54 13041 - Illustrator I 25.01 13042 - Illustrator II 30.40 13043 - Illustrator III 35.82 13047 - Librarian 30.28 13050 - Library Aide/Clerk 13.49 13054 - Library Information Technology Systems 27.34 Administrator 13058 - Library Technician 18.56 13061 - Media Specialist I 18.54 13062 - Media Specialist II 20.75 13063 - Media Specialist III 23.13 13071 - Photographer I 19.42 13072 - Photographer II 22.83 13073 - Photographer III 29.56 13074 - Photographer IV 34.28 13075 - Photographer V 39.82 13110 - Video Teleconference Technician 19.13 14000 - Information Technology Occupations 14041 - Computer Operator I 17.16 14042 - Computer Operator II 19.20 14043 - Computer Operator III 21.40 14044 - Computer Operator IV 23.77 14045 - Computer Operator V 26.33 14071 - Computer Programmer I (see 1) 22.60 14072 - Computer Programmer II (see 1) 27.62 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 17.16 14160 - Personal Computer Support Technician 23.77 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 32.52 15020 - Aircrew Training Devices Instructor (Rated) 39.35 15030 - Air Crew Training Devices Instructor (Pilot) 50.79 15050 - Computer Based Training Specialist / Instructor 32.52 15060 - Educational Technologist 30.30 15070 - Flight Instructor (Pilot) 50.79 15080 - Graphic Artist 30.61 15090 - Technical Instructor 26.84 15095 - Technical Instructor/Course Developer 32.69 15110 - Test Proctor 21.80 15120 - Tutor 21.80 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.00 16030 - Counter Attendant 10.00 16040 - Dry Cleaner 13.34 16070 - Finisher, Flatwork, Machine 10.00 16090 - Presser, Hand 10.00 16110 - Presser, Machine, Drycleaning 10.00 16130 - Presser, Machine, Shirts 10.00 16160 - Presser, Machine, Wearing Apparel, Laundry 10.00 16190 - Sewing Machine Operator 14.52 16220 - Tailor 15.65 16250 - Washer, Machine 11.08 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 26.18 19040 - Tool And Die Maker 29.03 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 20.65 21030 - Material Coordinator 24.49 21040 - Material Expediter 24.54 21050 - Material Handling Laborer 18.05 21071 - Order Filler 15.92 21080 - Production Line Worker (Food Processing) 20.65 21110 - Shipping Packer 17.34 21130 - Shipping/Receiving Clerk 17.34 21140 - Store Worker I 17.19 21150 - Stock Clerk 21.86 21210 - Tools And Parts Attendant 20.65 21410 - Warehouse Specialist 20.65 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 29.30 23021 - Aircraft Mechanic I 27.91 23022 - Aircraft Mechanic II 29.30 23023 - Aircraft Mechanic III 30.84 23040 - Aircraft Mechanic Helper 19.51 23050 - Aircraft, Painter 25.78 23060 - Aircraft Servicer 22.27 23080 - Aircraft Worker 23.38 23110 - Appliance Mechanic 23.44 23120 - Bicycle Repairer 18.66 23125 - Cable Splicer 27.79 23130 - Carpenter, Maintenance 25.15 23140 - Carpet Layer 24.10 23160 - Electrician, Maintenance 32.65 23181 - Electronics Technician Maintenance I 26.20 23182 - Electronics Technician Maintenance II 27.07 23183 - Electronics Technician Maintenance III 31.31 23260 - Fabric Worker 23.20 23290 - Fire Alarm System Mechanic 24.83 23310 - Fire Extinguisher Repairer 22.37 23311 - Fuel Distribution System Mechanic 25.62 23312 - Fuel Distribution System Operator 22.26 23370 - General Maintenance Worker 23.96 23380 - Ground Support Equipment Mechanic 27.91 23381 - Ground Support Equipment Servicer 22.27 23382 - Ground Support Equipment Worker 23.38 23391 - Gunsmith I 22.37 23392 - Gunsmith II 24.10 23393 - Gunsmith III 25.75 23410 - Heating, Ventilation And Air-Conditioning 25.96 Mechanic 23411 - Heating, Ventilation And Air Conditioning 26.71 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 29.63 23440 - Heavy Equipment Operator 27.30 23460 - Instrument Mechanic 29.03 23465 - Laboratory/Shelter Mechanic 24.89 23470 - Laborer 16.69 23510 - Locksmith 23.44 23530 - Machinery Maintenance Mechanic 28.66 23550 - Machinist, Maintenance 27.99 23580 - Maintenance Trades Helper 19.60 23591 - Metrology Technician I 29.03 23592 - Metrology Technician II 29.96 23593 - Metrology Technician III 30.88 23640 - Millwright 34.10 23710 - Office Appliance Repairer 24.76 23760 - Painter, Maintenance 26.60 23790 - Pipefitter, Maintenance 29.87 23810 - Plumber, Maintenance 29.24 23820 - Pneudraulic Systems Mechanic 25.75 23850 - Rigger 25.62 23870 - Scale Mechanic 24.10 23890 - Sheet-Metal Worker, Maintenance 29.24 23910 - Small Engine Mechanic 23.98 23931 - Telecommunications Mechanic I 26.29 23932 - Telecommunications Mechanic II 27.07 23950 - Telephone Lineman 26.29 23960 - Welder, Combination, Maintenance 26.46 23965 - Well Driller 25.34 23970 - Woodcraft Worker 25.75 23980 - Woodworker 22.37 24000 - Personal Needs Occupations 24570 - Child Care Attendant 13.85 24580 - Child Care Center Clerk 18.10 24610 - Chore Aide 11.03 24620 - Family Readiness And Support Services 16.29 Coordinator 24630 - Homemaker 19.20 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 28.00 25040 - Sewage Plant Operator 25.78 25070 - Stationary Engineer 28.00 25190 - Ventilation Equipment Tender 21.57 25210 - Water Treatment Plant Operator 25.78 27000 - Protective Service Occupations 27004 - Alarm Monitor 20.29 27007 - Baggage Inspector 12.93 27008 - Corrections Officer 23.65 27010 - Court Security Officer 23.72 27030 - Detection Dog Handler 19.75 27040 - Detention Officer 23.65 27070 - Firefighter 21.27 27101 - Guard I 12.93 27102 - Guard II 19.75 27131 - Police Officer I 27.65 27132 - Police Officer II 30.72 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 14.14 28042 - Carnival Equipment Repairer 14.65 28043 - Carnival Equipment Worker 12.22 28210 - Gate Attendant/Gate Tender 14.59 28310 - Lifeguard 13.00 28350 - Park Attendant (Aide) 16.32 28510 - Recreation Aide/Health Facility Attendant 11.16 28515 - Recreation Specialist 16.58 28630 - Sports Official 13.00 28690 - Swimming Pool Operator 20.87 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 22.58 29020 - Hatch Tender 22.58 29030 - Line Handler 22.58 29041 - Stevedore I 21.82 29042 - Stevedore II 23.37 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.88 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.82 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.53 30021 - Archeological Technician I 20.08 30022 - Archeological Technician II 22.47 30023 - Archeological Technician III 27.83 30030 - Cartographic Technician 27.83 30040 - Civil Engineering Technician 27.83 30061 - Drafter/CAD Operator I 20.08 30062 - Drafter/CAD Operator II 22.47 30063 - Drafter/CAD Operator III 25.05 30064 - Drafter/CAD Operator IV 30.82 30081 - Engineering Technician I 18.36 30082 - Engineering Technician II 21.64 30083 - Engineering Technician III 25.16 30084 - Engineering Technician IV 31.16 30085 - Engineering Technician V 36.70 30086 - Engineering Technician VI 44.38 30090 - Environmental Technician 25.01 30210 - Laboratory Technician 21.70 30240 - Mathematical Technician 27.83 30361 - Paralegal/Legal Assistant I 20.88 30362 - Paralegal/Legal Assistant II 25.86 30363 - Paralegal/Legal Assistant III 31.63 30364 - Paralegal/Legal Assistant IV 38.28 30390 - Photo-Optics Technician 27.83 30461 - Technical Writer I 25.25 30462 - Technical Writer II 30.90 30463 - Technical Writer III 36.08 30491 - Unexploded Ordnance (UXO) Technician I 24.71 30492 - Unexploded Ordnance (UXO) Technician II 29.90 30493 - Unexploded Ordnance (UXO) Technician III 35.84 30494 - Unexploded (UXO) Safety Escort 24.71 30495 - Unexploded (UXO) Sweep Personnel 24.71 30620 - Weather Observer, Combined Upper Air Or (see 2) 24.80 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.55 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 13.47 31030 - Bus Driver 17.19 31043 - Driver Courier 17.03 31260 - Parking and Lot Attendant 12.47 31290 - Shuttle Bus Driver 18.08 31310 - Taxi Driver 13.66 31361 - Truckdriver, Light 18.08 31362 - Truckdriver, Medium 19.61 31363 - Truckdriver, Heavy 21.82 31364 - Truckdriver, Tractor-Trailer 21.85 99000 - Miscellaneous Occupations 99030 - Cashier 10.62 99050 - Desk Clerk 11.40 99095 - Embalmer 26.66 99251 - Laboratory Animal Caretaker I 13.63 99252 - Laboratory Animal Caretaker II 15.18 99310 - Mortician 33.88 99410 - Pest Controller 17.53 99510 - Photofinishing Worker 15.49 99710 - Recycling Laborer 17.40 99711 - Recycling Specialist 19.31 99730 - Refuse Collector 15.45 99810 - Sales Clerk 12.17 99820 - School Crossing Guard 12.22 99830 - Survey Party Chief 24.92 99831 - Surveying Aide 12.97 99832 - Surveying Technician 19.86 99840 - Vending Machine Attendant 17.14 99841 - Vending Machine Repairer 21.54 99842 - Vending Machine Repairer Helper 17.14 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 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) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 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, blackpowder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-15-Q-DTW007/listing.html)
 
Place of Performance
Address: DTW Airport., Detroit, Michigan, United States
 
Record
SN03841390-W 20150819/150817234754-738c1744f276a5f6768d4977d7696c0d (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.