Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

Z -- Grounds Maintenance/RI - PDF

Notice Date
5/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-T-2224
 
Archive Date
6/9/2017
 
Point of Contact
RASHIDA FUNCHES, Phone: 6095622576
 
E-Mail Address
RASHIDA.D.FUNCHES.CIV@MAIL.MIL
(RASHIDA.D.FUNCHES.CIV@MAIL.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation   Section SF 30 - BLOCK 14 CONTINUATION PAGE INSTRUCTIONS TO OFFERORS ADDITIONAL INFORMATION 1. It is the offeror's responsibility that all offers submitted, regardless of method of submission, are received in this office prior to the time and date for receipt of the offer. All quotes/offers are due no later than the date specified in block 8 of the solicitation. 2. All questions shall be in writing. Questions may be e-mailed to Rashida Funches at rashida.d.funches.civ@mail.mil. 3. All offers shall be in writing. Proposals maybe e-mailed to Rashida Funches at rashida.d.funches.civ@mail.mil. 4. Mailed offers should be sent to the following address: Department of the Army ACC-NJ-WS Attn: Rashida Funches Building 5418 South Scott Plaza Fort Dix, New Jersey 08640 5. Anywhere in this solicitation where the term "offer" is used, it is hereby changed to read "quote". 6. Anywhere in this solicitation where the term "offeror" is used, it is hereby changed to read "quoter". 7. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 8. Quotes must include the following information: a. Price: pricing for each Line Item. Pricing must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price. b. Complete blocks 12, 17 & 30 of the SF 1449. In doing so, the offeror accedes to the contract term and conditions as written in the Request for Quotes (RFQ). 9. Contractors shall quote on all CLINS. CLIN pricing should be all inclusive of labor, labor burden, other direct cost (material, equipment, fees, licenses, etc.), G&A and profit. 10. BASIS FOR AWARD: Award shall be made to a single contractor. Quotes must include prices for each item listed in order that quotes may be properly evaluated. Failure to do so shall be cause for rejection of the entire quote. Award will be based upon a Lowest Price, Technically Acceptable basis with appropriate consideration given to the following evaluation factors: 1. Technical 2. Price Consideration to Past Performance will still be given/assessed under LPTA however, past performance is not and evaluation factor. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option and one-half of the third option. Quoters are required only to price the base, first, second, third, and fourth options. Quoters shall not submit a price for the potential one-half year extension of services period. 11. All representations and certifications to include provision of Dun & Bradstreet number are to be returned with the quote. Dun and Bradstreet information can be found by calling (800)-333-0505. A contractor that is receiving an award resulting from this request for quotation must be registered in the System for Award Management (SAM) prior to request for payment. To register, offerors may log onto: https://www.sam.gov/portal/public/SAM/. 12. Dun and Bradstreet #__________________________ 13. CAGE(commercial and government entity)code___________________ 14. Federal Tax ID __________________ 15. Due to restricted access to Fort Dix, contractors that will be hand carrying their quote are required to submit to the contracting officer a list of personnel planning to deliver the package not later than 24 hours prior to the due date. Contractors must also furnish the approximate time of arrival and the gate they will utilize. Contractors are cautioned that there may be delays at the gates and should allow adequate time for entering the installation to ensure packages are received prior to the time and date for receipt of quote. All individuals must have a picture id and no substitutions are authorized. Vehicles are also subject to search. 16. Offeror's are highly encouraged to inspect site conditions. The successful contractor shall be responsible for assessing, evaluating, verifying, and confirming site conditions before submitting its proposal. Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 16 Each Base- Mowing - RI004 FFP Mowing Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 8 Each Base- Trimming/Edging - RI004 FFP Trimming/Edging Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job Base- Contract Manpower - RI004 FFP Contract Manpower The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/, and then click on #Department of the Army CMRA# or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on #Send an email# which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component#s CMR website#. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 16 Each OPTION OY1- Mowing - RI004 FFP Mowing Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 8 Each OPTION OY1- Trimming/Edging - RI004 FFP Trimming/Edging Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 1 Job OPTION OY1- Contract Manpower - RI004 FFP Contract Manpower The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/, and then click on #Department of the Army CMRA# or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on #Send an email# which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component#s CMR website#. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 16 Each OPTION OY2- Mowing - RI004 FFP Mowing Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 8 Each OPTION OY2- Trimming/Edging - RI004 FFP Trimming/Edging Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 1 Job OPTION OY2- Contract Manpower - RI004 FFP Contract Manpower The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/, and then click on #Department of the Army CMRA# or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on #Send an email# which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component#s CMR website#. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 16 Each OPTION OY3- Mowing - RI004 FFP Mowing Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 8 Each OPTION OY3- Trimming/Edging - RI004 FFP Trimming/Edging Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 1 Job OPTION OY3- Contract Manpower - RI004 FFP Contract Manpower The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/, and then click on #Department of the Army CMRA# or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on #Send an email# which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component#s CMR website#. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 16 Each OPTION OY4- Mowing - RI004 FFP Mowing Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 8 Each OPTION OY4- Trimming/Edging - RI004 FFP Trimming/Edging Contractor shall furnish all plant, labor, materials, equipment, supervision and transportation necessary to provide ground maintenance at Fort Nathaniel Greene USARC 970 Point Judith Road Narragansett, RI 02882-5542 in accordance with the performance work statement. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 1 Job OPTION OY4- Contract Manpower - RI004 FFP Contract Manpower The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/, and then click on #Department of the Army CMRA# or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on #Send an email# which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component#s CMR website#. FOB: Destination PURCHASE REQUEST NUMBER: 0010998821 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 1001 N/A N/A N/A Government 1002 N/A N/A N/A Government 1003 N/A N/A N/A Government 2001 N/A N/A N/A Government 2002 N/A N/A N/A Government 2003 N/A N/A N/A Government 3001 N/A N/A N/A Government 3002 N/A N/A N/A Government 3003 N/A N/A N/A Government 4001 N/A N/A N/A Government 4002 N/A N/A N/A Government 4003 N/A N/A N/A Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 27-MAY-2017 TO 26-MAY-2018 N/A 99TH REGION 99TH REGION 970 POINT JUDITH ROAD NARRAGANSETT RI 02882 FOB: Destination W13EVW 0002 POP 01-MAY-2017 TO 30-APR-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 0003 POP 01-MAY-2017 TO 30-APR-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 1001 POP 27-MAY-2018 TO 26-APR-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 1002 POP 27-MAY-2018 TO 26-MAY-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 1003 POP 27-MAY-2018 TO 26-MAY-2019 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 2001 POP 27-MAY-2019 TO 26-MAY-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 2002 POP 27-MAY-2019 TO 26-MAY-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 2003 POP 27-MAY-2019 TO 26-MAY-2020 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 3001 POP 27-MAY-2020 TO 26-MAY-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 3002 POP 27-MAY-2020 TO 26-MAY-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 3003 POP 27-MAY-2020 TO 26-MAY-2021 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 4001 POP 27-MAY-2021 TO 26-MAY-2022 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 4002 POP 27-MAY-2021 TO 26-MAY-2022 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW 4003 POP 27-MAY-2021 TO 26-MAY-2022 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W13EVW CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-13 Bankruptcy JUL 1995 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 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: (Contracting Officer check as appropriate.) X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. X (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Nov 2016) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). X (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (22) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). X (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). ____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(49) (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. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (51) 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). ____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (57) 52.232-33, Payment by Electronic FundsTransfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (62)(i) 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). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). X (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (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) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 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). _____ (7) 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). _____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 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. (xxiii) 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. (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. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days (60 days unless a different number of days is inserted) 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 60 Months. (End of clause) HQ AMC LEVEL PROTEST 52.233-4000 HQ AMC-LEVEL PROTEST PROGRAM JAN 2014 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: • Address: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 • Fax: (256) 450-8840 • Email: usarmy.redstone.usamc.mbx.protests@mail.mil • The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. ANTI-TERRORISM STANDARD 52.000-4002 LEVEL 1 ANTI TERRORIST AWARENESS TRAINING OCT/2010 REQUIREMENTS FOR CONTRACTOR EMPLOYEES (a) All contractor employees requiring access to any Federally-controlled facility and logical access to Federally controlled information systems except for "national security systems" as defined by 44 U.S.C. 3542(b)(2), should be certified in Level 1 Anti-Terrorism Training. The training is accessible from any computer with access to the World Wide Web and is available at https:/atlevel1.dtic.mil/at. The contractor is responsible for ensuring that the training has been satisfactorily completed and that valid certificates of completion have been submitted to the Contracting Officers Representative (COR) with a copy furnished to the Contracting Officer. The Certificates are valid for one year, therefore, training shall be completed every year for the duration of the contract. (b) The term Federally-controlled facility is defined as: (1) Federally-owned buildings or leased space, whether for single or multi-tenant occupancy, and its grounds and approaches, all or any portion of which is under the jurisdiction, custody or control of a department or agency; (2) Federally-controlled commercial space shared with non-government tenants. For example, if a department or agency leased the 10th floor of a commercial building, the Directive applies to the 10th floor only; (3) Government-owned, contractor-operated facilities, including laboratories engaged in national defense research and production activities; and (4) Facilities under a management and operating contract, such as for the operation, maintenance, or support of a Government-owned or Government-controlled research, development, special production, or testing establishment. (c) The term "Federally-controlled information system" means an information system (44 U.S.C. 3502(8) used or operated by a Federal agency, or a contractor or other organization on behalf of the agency (44 U.S.C. 3544(a) (d) The term "contractor employee" includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. 52.212-4- ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS FAR CLAUSE 52.212-4, "CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS," IS MODIFIED AS FOLLOWS: DELETE PARAGRAPHS (h) PATENT INDEMNITY, (j) RISK OF LOSS, (n) TITLE, AND (p) LIMITATION OF LIABILITY. 52.212-1 ADDENDUM INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS PARAGRAPHS (D), (E), (H), AND (I) ARE HEREBY DELETED FROM THE REFERENCED PROVISIONS. PARAGRAPH (C) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ADDITIONAL INSURANCE 52.228-4000 REQUIRED INSURANCE OCT/2010 In accordance with FAR 28.307-2, the Contractor is required to provide and maintain the kinds and minimum amounts of insurance stated below: a) Workers' Compensation and Employer's Liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General Liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile Liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the contracting officer shall require aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (e) Vessel Liability. When contract performance involves use of vessels, the contracting officer shall require, as determined by the agency, vessel collision liability and protection and indemnity liability insurance. ACCESS TO INSTALLATION The contractor shall ensure criminal history background/security checks are conducted on all personnel who must enter the military installation to perform the contract (IF REQUIRED BY THE REQUIRING ACTIVITY, GOVERNMENT POINT OF CONTACT OR CONTRACTING OFFICER'S REPRESENTATIVE).. At a minimum, the background check will consist of a criminal history background check and Social Security Number Verification with fingerprints, going back at least five years. This background/security check shall be performed by the State Police or by a private investigative agency that is specifically licensed and bonded for this purpose by the State Police in the state of Pennsylvania. Furthermore, all applicants shall be U.S. citizens or be legally eligible to work within the United States. Persons who work in Pennsylvania but live in another state, require background checks from both states. Results of the check will be mailed directly from the investigative agency to the Government Installation Police Department. DoD Police will not accept checks from the contractor. These checks will be conducted at the contractor's expense. An Access List, containing names and social security numbers shall be submitted to the Department of Defense Police by the contracting representative no later than seven days prior to the start of contract performance. This is a prerequisite to receiving an identification badge or pass for access to the installation. As names are added or deleted, this information must be reported immediately to the Department of Defense Police. Pen and Ink deletions may be made to the Access List, but additions require the generation of a new list. Background checks must also be updated every three years. In addition to the background check, additional agency checks may be performed at the discretion of the Department of Defense Police or other security personnel. The contractor agrees to cooperate and ensure that contractor personnel provide any documentation required to complete these checks. This may include but it not limited to, a Standard Form 85 or an SF-85-P for an NCIC check. Personnel may be required to complete and sign this form. Any person lacking proper identification credentials or deemed a security threat may be denied access to military installation. Such action in no way relieves the contractor from performance of the contract. CONTRACTOR MAY EXPERIENCE SOME DELAY AT THE INSTALLATION GATE AND SHOULD ALLOW FOR ADEQUATE TIME FOR ENTERING THE INSTALLATION. ALL INDIVIDUALS MUST HAVE A PICTURE ID. VEHICLES ARE ALSO SUBJECT TO SEARCH AT ANYTIME. THEREFORE, THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY TIME LOST AS A RESULT OF ANY DELAY AT THE GATE. WAGE DETERMINATION WD 15-4089 (Rev.-3) was first posted on www.wdol.gov on 05/16/2017 ************************************************************************************ 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.: 2015-4089 Daniel W. Simms Division of | Revision No.: 3 Director Wage Determinations| Date Of Revision: 05/08/2017 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. 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. ____________________________________________________________________________________ This wage determination is applicable to the following cities and towns in RHODE ISLAND: BRISTOL COUNTY: Barrington, Bristol, Warren KENT COUNTY: Coventry, East Greenwich, Warwick, West Greenwich, West Warwick NEWPORT COUNTY: Jamestown, Little Compton, Middletown, Newport, Portsmouth, Tiverton PROVIDENCE COUNTY: Cranston, East Providence, Foster, Gloucester, Johnston, North Providence, Scituate WASHINGTON COUNTY: Charlestown, Exeter, Narragansett, North Kingstown, Richmond, South Kingstown ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.61 01012 - Accounting Clerk II 17.52 01013 - Accounting Clerk III 19.60 01020 - Administrative Assistant 25.92 01035 - Court Reporter 20.63 01041 - Customer Service Representative I 13.92 01042 - Customer Service Representative II 15.65 01043 - Customer Service Representative III 17.07 01051 - Data Entry Operator I 15.75 01052 - Data Entry Operator II 17.19 01060 - Dispatcher, Motor Vehicle 18.74 01070 - Document Preparation Clerk 14.93 01090 - Duplicating Machine Operator 14.93 01111 - General Clerk I 13.27 01112 - General Clerk II 14.48 01113 - General Clerk III 16.25 01120 - Housing Referral Assistant 21.91 01141 - Messenger Courier 16.06 01191 - Order Clerk I 15.84 01192 - Order Clerk II 17.79 01261 - Personnel Assistant (Employment) I 16.54 01262 - Personnel Assistant (Employment) II 18.50 01263 - Personnel Assistant (Employment) III 20.62 01270 - Production Control Clerk 23.95 01290 - Rental Clerk 14.16 01300 - Scheduler, Maintenance 17.57 01311 - Secretary I 17.57 01312 - Secretary II 19.65 01313 - Secretary III 21.91 01320 - Service Order Dispatcher 16.75 01410 - Supply Technician 25.92 01420 - Survey Worker 18.86 01460 - Switchboard Operator/Receptionist 14.42 01531 - Travel Clerk I 12.91 01532 - Travel Clerk II 13.70 01533 - Travel Clerk III 14.36 01611 - Word Processor I 15.52 01612 - Word Processor II 17.42 01613 - Word Processor III 19.49 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.84 05010 - Automotive Electrician 18.34 05040 - Automotive Glass Installer 17.60 05070 - Automotive Worker 17.60 05110 - Mobile Equipment Servicer 16.15 05130 - Motor Equipment Metal Mechanic 19.09 05160 - Motor Equipment Metal Worker 17.60 05190 - Motor Vehicle Mechanic 19.09 05220 - Motor Vehicle Mechanic Helper 15.38 05250 - Motor Vehicle Upholstery Worker 16.83 05280 - Motor Vehicle Wrecker 17.60 05310 - Painter, Automotive 18.34 05340 - Radiator Repair Specialist 17.60 05370 - Tire Repairer 16.19 05400 - Transmission Repair Specialist 19.09 07000 - Food Preparation and Service Occupations 07010 - Baker 15.15 07041 - Cook I 16.17 07042 - Cook II 17.62 07070 - Dishwasher 10.31 07130 - Food Service Worker 10.86 07210 - Meat Cutter 17.38 07260 - Waiter/Waitress 9.76 09000 - Furniture Maintenance and Repair Occupations 09010 - Electrostatic Spray Painter 18.10 09040 - Furniture Handler 13.57 09080 - Furniture Refinisher 18.35 09090 - Furniture Refinisher Helper 15.39 09110 - Furniture Repairer, Minor 16.85 09130 - Upholsterer 17.30 11000 - General Services and Support Occupations 11030 - Cleaner, Vehicles 12.02 11060 - Elevator Operator 12.50 11090 - Gardener 17.62 11122 - Housekeeping Aide 13.22 11150 - Janitor 13.22 11210 - Laborer, Grounds Maintenance 14.32 11240 - Maid or Houseman 12.25 11260 - Pruner 13.12 11270 - Tractor Operator 16.78 11330 - Trail Maintenance Worker 14.32 11360 - Window Cleaner 14.06 12000 - Health Occupations 12010 - Ambulance Driver 17.68 12011 - Breath Alcohol Technician 23.46 12012 - Certified Occupational Therapist Assistant 26.74 12015 - Certified Physical Therapist Assistant 27.03 12020 - Dental Assistant 20.11 12025 - Dental Hygienist 36.07 12030 - EKG Technician 31.42 12035 - Electroneurodiagnostic Technologist 31.42 12040 - Emergency Medical Technician 17.68 12071 - Licensed Practical Nurse I 20.97 12072 - Licensed Practical Nurse II 23.46 12073 - Licensed Practical Nurse III 26.15 12100 - Medical Assistant 16.25 12130 - Medical Laboratory Technician 26.05 12160 - Medical Record Clerk 16.53 12190 - Medical Record Technician 18.49 12195 - Medical Transcriptionist 20.90 12210 - Nuclear Medicine Technologist 41.80 12221 - Nursing Assistant I 12.24 12222 - Nursing Assistant II 13.76 12223 - Nursing Assistant III 15.01 12224 - Nursing Assistant IV 16.85 12235 - Optical Dispenser 23.58 12236 - Optical Technician 17.96 12250 - Pharmacy Technician 14.83 12280 - Phlebotomist 18.17 12305 - Radiologic Technologist 32.46 12311 - Registered Nurse I 25.17 12312 - Registered Nurse II 30.79 12313 - Registered Nurse II, Specialist 30.79 12314 - Registered Nurse III 37.25 12315 - Registered Nurse III, Anesthetist 37.25 12316 - Registered Nurse IV 44.64 12317 - Scheduler (Drug and Alcohol Testing) 25.52 12320 - Substance Abuse Treatment Counselor 17.56 13000 - Information and Arts Occupations 13011 - Exhibits Specialist I 21.99 13012 - Exhibits Specialist II 27.25 13013 - Exhibits Specialist III 33.33 13041 - Illustrator I 21.51 13042 - Illustrator II 27.25 13043 - Illustrator III 33.33 13047 - Librarian 30.18 13050 - Library Aide/Clerk 11.84 13054 - Library Information Technology Systems 27.25 Administrator 13058 - Library Technician 19.09 13061 - Media Specialist I 19.66 13062 - Media Specialist II 21.99 13063 - Media Specialist III 24.52 13071 - Photographer I 17.81 13072 - Photographer II 19.93 13073 - Photographer III 25.15 13074 - Photographer IV 30.20 13075 - Photographer V 36.55 13090 - Technical Order Library Clerk 16.95 13110 - Video Teleconference Technician 22.74 14000 - Information Technology Occupations 14041 - Computer Operator I 16.38 14042 - Computer Operator II 18.33 14043 - Computer Operator III 20.44 14044 - Computer Operator IV 22.71 14045 - Computer Operator V 25.15 14071 - Computer Programmer I (see 1) 25.43 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 16.38 14160 - Personal Computer Support Technician 22.71 14170 - System Support Specialist 23.57 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 30.62 15020 - Aircrew Training Devices Instructor (Rated) 37.06 15030 - Air Crew Training Devices Instructor (Pilot) 44.42 15050 - Computer Based Training Specialist / Instructor 30.62 15060 - Educational Technologist 28.32 15070 - Flight Instructor (Pilot) 44.42 15080 - Graphic Artist 33.41 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 43.84 15086 - Maintenance Test Pilot, Rotary Wing 43.84 15088 - Non-Maintenance Test/Co-Pilot 43.84 15090 - Technical Instructor 27.23 15095 - Technical Instructor/Course Developer 31.49 15110 - Test Proctor 21.97 15120 - Tutor 21.97 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.99 16030 - Counter Attendant 11.99 16040 - Dry Cleaner 13.74 16070 - Finisher, Flatwork, Machine 11.99 16090 - Presser, Hand 11.99 16110 - Presser, Machine, Dry-cleaning 11.99 16130 - Presser, Machine, Shirts 11.99 16160 - Presser, Machine, Wearing Apparel, Laundry 11.99 16190 - Sewing Machine Operator 14.31 16220 - Tailor 14.88 16250 - Washer, Machine 12.60 19000 - Machine Tool Operation and Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.99 19040 - Tool and Die Maker 24.44 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.64 21030 - Material Coordinator 23.95 21040 - Material Expediter 23.95 21050 - Material Handling Laborer 13.76 21071 - Order Filler 11.67 21080 - Production Line Worker (Food Processing) 17.64 21110 - Shipping Packer 16.33 21130 - Shipping/Receiving Clerk 16.33 21140 - Store Worker I 12.89 21150 - Stock Clerk 16.82 21210 - Tools and Parts Attendant 17.64 21410 - Warehouse Specialist 17.64 23000 - Mechanics and Maintenance and Repair Occupations 23010 - Aerospace Structural Welder 28.68 23019 - Aircraft Logs and Records Technician 22.85 23021 - Aircraft Mechanic I 27.32 23022 - Aircraft Mechanic II 28.68 23023 - Aircraft Mechanic III 30.12 23040 - Aircraft Mechanic Helper 21.86 23050 - Aircraft, Painter 25.18 23060 - Aircraft Servicer 22.85 23070 - Aircraft Survival Flight Equipment Technician 25.18 23080 - Aircraft Worker 24.04 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 24.04 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 27.32 II 23110 - Appliance Mechanic 21.48 23120 - Bicycle Repairer 17.62 23125 - Cable Splicer 32.71 23130 - Carpenter, Maintenance 22.85 23140 - Carpet Layer 23.77 23160 - Electrician, Maintenance 25.28 23181 - Electronics Technician Maintenance I 24.40 23182 - Electronics Technician Maintenance II 25.46 23183 - Electronics Technician Maintenance III 26.50 23260 - Fabric Worker 18.98 23290 - Fire Alarm System Mechanic 22.92 23310 - Fire Extinguisher Repairer 22.15 23311 - Fuel Distribution System Mechanic 28.31 23312 - Fuel Distribution System Operator 23.96 23370 - General Maintenance Worker 20.48 23380 - Ground Support Equipment Mechanic 27.32 23381 - Ground Support Equipment Servicer 22.85 23382 - Ground Support Equipment Worker 24.04 23391 - Gunsmith I 22.15 23392 - Gunsmith II 24.14 23393 - Gunsmith III 26.19 23410 - Heating, Ventilation and Air-Conditioning 25.91 Mechanic 23411 - Heating, Ventilation and Air Conditioning 26.89 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 26.29 23440 - Heavy Equipment Operator 28.39 23460 - Instrument Mechanic 22.92 23465 - Laboratory/Shelter Mechanic 25.15 23470 - Laborer 13.55 23510 - Locksmith 23.73 23530 - Machinery Maintenance Mechanic 22.97 23550 - Machinist, Maintenance 20.96 23580 - Maintenance Trades Helper 16.23 23591 - Metrology Technician I 22.92 23592 - Metrology Technician II 23.78 23593 - Metrology Technician III 24.70 23640 - Millwright 27.22 23710 - Office Appliance Repairer 20.94 23760 - Painter, Maintenance 19.15 23790 - Pipefitter, Maintenance 26.04 23810 - Plumber, Maintenance 25.67 23820 - Pneudraulic Systems Mechanic 26.19 23850 - Rigger 22.92 23870 - Scale Mechanic 24.14 23890 - Sheet-Metal Worker, Maintenance 23.70 23910 - Small Engine Mechanic 19.07 23931 - Telecommunications Mechanic I 31.58 23932 - Telecommunications Mechanic II 32.78 23950 - Telephone Lineman 31.78 23960 - Welder, Combination, Maintenance 20.32 23965 - Well Driller 26.19 23970 - Woodcraft Worker 26.19 23980 - Woodworker 19.38 24000 - Personal Needs Occupations 24550 - Case Manager 15.38 24570 - Child Care Attendant 10.82 24580 - Child Care Center Clerk 13.50 24610 - Chore Aide 12.15 24620 - Family Readiness and Support Services 15.38 Coordinator 24630 - Homemaker 16.61 25000 - Plant and System Operations Occupations 25010 - Boiler Tender 25.12 25040 - Sewage Plant Operator 24.13 25070 - Stationary Engineer 25.12 25190 - Ventilation Equipment Tender 20.17 25210 - Water Treatment Plant Operator 24.13 27000 - Protective Service Occupations 27004 - Alarm Monitor 21.02 27007 - Baggage Inspector 13.44 27008 - Corrections Officer 27.52 27010 - Court Security Officer 25.51 27030 - Detection Dog Handler 16.33 27040 - Detention Officer 26.98 27070 - Firefighter 25.56 27101 - Guard I 13.44 27102 - Guard II 16.33 27131 - Police Officer I 25.01 27132 - Police Officer II 27.79 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.98 28042 - Carnival Equipment Repairer 14.69 28043 - Carnival Worker 11.09 28210 - Gate Attendant/Gate Tender 14.00 28310 - Lifeguard 11.90 28350 - Park Attendant (Aide) 15.66 28510 - Recreation Aide/Health Facility Attendant 11.43 28515 - Recreation Specialist 19.40 28630 - Sports Official 12.47 28690 - Swimming Pool Operator 19.38 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker and Bracer 24.94 29020 - Hatch Tender 24.94 29030 - Line Handler 24.94 29041 - Stevedore I 23.10 29042 - Stevedore II 26.63 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 41.33 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.50 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 31.38 30021 - Archeological Technician I 20.28 30022 - Archeological Technician II 20.29 30023 - Archeological Technician III 25.07 30030 - Cartographic Technician 25.14 30040 - Civil Engineering Technician 25.41 30051 - Cryogenic Technician I 26.73 30052 - Cryogenic Technician II 29.52 30061 - Drafter/CAD Operator I 20.28 30062 - Drafter/CAD Operator II 20.29 30063 - Drafter/CAD Operator III 22.63 30064 - Drafter/CAD Operator IV 27.75 30081 - Engineering Technician I 16.82 30082 - Engineering Technician II 18.88 30083 - Engineering Technician III 21.20 30084 - Engineering Technician IV 26.17 30085 - Engineering Technician V 32.01 30086 - Engineering Technician VI 38.73 30090 - Environmental Technician 22.10 30095 - Evidence Control Specialist 24.13 30210 - Laboratory Technician 24.71 30221 - Latent Fingerprint Technician I 26.73 30222 - Latent Fingerprint Technician II 29.52 30240 - Mathematical Technician 25.14 30361 - Paralegal/Legal Assistant I 20.70 30362 - Paralegal/Legal Assistant II 25.65 30363 - Paralegal/Legal Assistant III 31.37 30364 - Paralegal/Legal Assistant IV 37.97 30375 - Petroleum Supply Specialist 29.52 30390 - Photo-Optics Technician 25.14 30395 - Radiation Control Technician 29.52 30461 - Technical Writer I 24.47 30462 - Technical Writer II 29.93 30463 - Technical Writer III 36.21 30491 - Unexploded Ordnance (UXO) Technician I 26.26 30492 - Unexploded Ordnance (UXO) Technician II 31.78 30493 - Unexploded Ordnance (UXO) Technician III 38.09 30494 - Unexploded (UXO) Safety Escort 26.26 30495 - Unexploded (UXO) Sweep Personnel 26.26 30501 - Weather Forecaster I 26.73 30502 - Weather Forecaster II 32.51 30620 - Weather Observer, Combined Upper Air Or (see 2) 22.63 Surface Programs 30621 - Weather Observer, Senior (see 2) 25.07 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.78 31020 - Bus Aide 13.98 31030 - Bus Driver 17.93 31043 - Driver Courier 15.12 31260 - Parking and Lot Attendant 13.21 31290 - Shuttle Bus Driver 15.88 31310 - Taxi Driver 11.82 31361 - Truck driver, Light 15.88 31362 - Truck driver, Medium 16.79 31363 - Truck driver, Heavy 21.25 31364 - Truck driver, Tractor-Trailer 21.25 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.49 99030 - Cashier 10.65 99050 - Desk Clerk 10.90 99095 - Embalmer 30.74 99130 - Flight Follower 26.26 99251 - Laboratory Animal Caretaker I 12.44 99252 - Laboratory Animal Caretaker II 13.06 99260 - Marketing Analyst 28.65 99310 - Mortician 30.74 99410 - Pest Controller 16.69 99510 - Photofinishing Worker 12.28 99710 - Recycling Laborer 20.10 99711 - Recycling Specialist 24.46 99730 - Refuse Collector 19.55 99810 - Sales Clerk 12.20 99820 - School Crossing Guard 14.58 99830 - Survey Party Chief 21.82 99831 - Surveying Aide 17.07 99832 - Surveying Technician 21.05 99840 - Vending Machine Attendant 14.37 99841 - Vending Machine Repairer 16.45 99842 - Vending Machine Repairer Helper 14.37 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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 10 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. (See 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** 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 (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). 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 the 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 U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 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 Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). 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" should be used to compare job definitions to ensure 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 (See 29 CFR 4.152(c)(1)). 52.228-4000 REQUIRED INSURANCE In accordance with FAR 28.307-2, the Contractor is required to provide and maintain the kinds and minimum amounts of insurance stated below: a) Workers' Compensation and Employer's Liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General Liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile Liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the contracting officer shall require aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (e) Vessel Liability. When contract performance involves use of vessels, the contracting officer shall require, as determined by the agency, vessel collision liability and protection and indemnity liability insurance. (End of Clause) 52.224-4001 DISCLOSURE OF UNIT 52.224-4001 DISCLOSURE OF UNIT PRICE INFORMATION OCT/2010 This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or W15QKN-17-C-1022 Page 66 of 78 item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fa07891ea86b2219daffea22a43e1c0)
 
Place of Performance
Address: Fort Nathaniel Greene USARC, 970 Point Judith Rd., Narragansett, RI 02882-5542, Narragansett, Rhode Island, 02882, United States
Zip Code: 02882
 
Record
SN04517751-W 20170524/170522235305-5fa07891ea86b2219daffea22a43e1c0 (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.