Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
SOLICITATION NOTICE

J -- Uniterruptible Power Supply Service for Rome, NY - Solicitation in MS Word

Notice Date
5/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOARO17RE034
 
Archive Date
6/30/2017
 
Point of Contact
Richard D. St Clair, Phone: 614-701-2788, Jason M. Hardman, Phone: 614-701-4083
 
E-Mail Address
richard.d.stclair.civ@mail.mil, jason.m.hardman.civ@mail.mil
(richard.d.stclair.civ@mail.mil, jason.m.hardman.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation in MS Word format Title: UNINTERRUPTIBLE POWER SUPPLY SERVICES ---------------------------------------------------------------------------------------------­­­­­­------------------------------------------- (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) This is solicitation number KOARO17RE034. The solicitation is issued as a request for quotation (RFQ). (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-95, Effective 19 January, 2017. (4) This requirement is 100% set-aside to small businesses. The NAICS code is 238220 and the small business size standard of $15 Million. (5) ITEMS: ---------- CLIN 0001 : UNITERRUPTIBLE POWER SUPPLY SERVICES QTY: 1 LOT DFAS Rome requires : The Contractor shall provide APC Original Equipment Manufacturer (OEM) Service. The Contractor shall provide all labor, equipment, parts, tools, and supervision to perform annual preventive maintenance and remedial services of the APC Symmetra PX 40kW Uninterruptible Power Supply (UPS), and its associated Power Distribution Unit (PDU) and XR Battery Frame in the DFAS Rome New York computer room. SPECIFIC TASKS: One Annual Preventive Maintenance service to include a comprehensive visual, environmental and electronic inspection of all three units to ensure that all components are performing to defined technical and environmental specifications. This service includes all labor and travel expenses. The customer can schedule this service at their choosing within the contract period of performance. On-Site remedial service to provide repairs in the event of a problem. Parts, labor, travel, and next business day response time is included with this service. DELIVERABLES: •· Annual Preventive Maintenance •· Inspect the UPS to ensure that all system components are clean and functioning within design specifications. •· Verify and document that the system's environment is within specified operating conditions including but not limited to room temperature, airflow, dust contamination,. Etc. •· Inspect all power and control wire termination points as well as all UPS components. •· Check UPS event and alarm logs. Verify that input, output, and bypass voltage and current values are within design specifications. •· Verify transfer to on battery operation and transfer to and from static bypass. •· Check parallel operation performance. •· Verify and implement all required field advisories and field modifications. •· Check all circuit board revisions and update as required. •· Provide a graphical site report documenting UPS status and on-site activities. •· Remedial Maintenance •· Document the status of the UPS upon arrival to the site (i.e. on-line, on-battery, bypass, or other etc.) •· View event logs and display for alarms/information on the UPS. •· Troubleshoot reported issue as required. •· Replace any defective parts and repair the system as required. •· Complete functional tests conducted after corrective action is taken. •· Describe the defect/failure and explain the corrective action taken. •· Provide a detailed report. EXCLUSIONS: •· Internal and external batteries are not considered as included parts. •· Labor or travel for the installation of batteries is not included. •· Support for third party equipment. EQUIPMENT TO BE SERVICED: The model and serial numbers of the covered assets are as follows: •· SYCF40KF - PD0524140046 •· SYCFXR8 - PD0537349858 •· PD40F6FK1 - XF0543001460 PLEASE PROVIDE WARRANTY INFORMATION AND WHAT'S COVERED (6) DESCRIPTION OF ITEMS/SERVICES: DESCRIPTION OF NEED: The Contractor shall provide APC Original Equipment Manufacturer (OEM) Service. The Contractor shall provide all labor, equipment, parts, tools, and supervision to perform annual preventive maintenance and remedial services of the APC Symmetra PX 40kW Uninterruptible Power Supply (UPS), and its associated Power Distribution Unit (PDU) and XR Battery Frame in the DFAS Rome New York computer room. The points of contact (POC) are the on-site contracting officer representatives (COR) for this contract and will act as the on-site point-of-contact for the Government. They will initiate requests and monitor performance. The POCs authority is limited to technical issues and they are not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretations is the responsibility of the Contracting Officer. The Points of Contact (POC) for this order are: Mario Colafranceschi 325 Brooks Road Rome, New York. 13441 Tel: 315.709.6955 Email: mario.m.colafranceschi.civ@mail.mil David Steiner 325 Brooks Road Rome, New York. 13441 Tel: 315.709.6075 Email: david.a.steiner4.civ@mail.mil PERIOD of PERFORMANCE: The period of performance is anticipated to be 1 July 2017 through 30 June 2018 with four (4) one year option periods. WORK SCHEDULE: The Contractor shall perform normal preventive maintenance services during regular working hours (0700 to 1600 hours, Monday to Friday, except Federal holidays). Remedial maintenance will be next business day on-site. WORKER SAFETY: During the course of the work as specified under this contract, the Contractor shall abide by all Federal, State, and OSHA regulations and standards as they pertain to work safety. In addition, the Contractor shall submit documentation that verifies his/her use of an approved lockout/tagout program for equipment capable of carrying or storing electrical energy. End of Statement of Work (7)Performance Periods: Delivery (FOB Destination ). One year from date of award and four option years. (8)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (9) FAR 52.212-2, Evaluation -- Commercial Items, is not applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. Offerors should address the following: (1) ACCEPTANCE CRITERIA: ----------------------------------------- At a minimum, quoters must meet the requirements for the equipment and installation identified in Combined Synopsis-Solicitatoin and outlined in the Statement of Work. Failure to provide the documentation/literature that identifies the installation capabilities for the equipment listed to be quoted upon will be grounds to reject your quote. (2) BASIS for SELECTION: ------------------------------------ The basis for award selection is Lowest Price Technically Acceptable (LPTA). A quoter's technical acceptability will be determined by a vendor meeting the Government's minimum technical requirements (including any part numbers to be serviced) and not taking any exceptions to the RFQ. Quoters will be evaluated based on the lowest quoted price who meets the Government's minimum technical requirements of the solicitation. Quoters who do not take exception to the solicitation and meet the minimum technical requirements of this solicitation will be considered technically acceptable. All technically acceptable quotes will be evaluated for price reasonableness and award will be made to the lowest price technically acceptable quote. Contract quotes are requested to remain valid for a minimum of 30 days. (3) Quoter Information: ------------------------------- Cage Code: Company Name: Point of Contact: Telephone Number: Email Address: TIN (Taxpayer Identification Number): Business Size/Classification: (Applicable NAICS is 238220) Date: Delivery Days or Lead Time: Vendors are to provide pricing information as reflected in Exhibit 1 below (or in the same format). Exhibit 1 - PRICES : Requirement Firm Fixed Price Requirements for CLIN 0001 (UPS Maintenance) - Base Year $ Requirements for CLIN 0001 (UPS Maintenance) - Option Year 1 $ Requirements for CLIN 0001 (UPS Maintenance) - Option Year 2 $ Requirements for CLIN 0001 (UPS Maintenance) - Option Year 3 $ Requirements for CLIN 0001 (UPS Maintenance) - Option Year 4 $ Total Quoted Price $ (b) 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. (10) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. (11) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (13) Additional contract requirement(s) or terms and conditions: •- None (14) DPAS ratings are not applicable. (15) Quotes are due by 1:00 p.m. EST on 15 June 2017. Quotations MUST also contain a complete description of services offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. Submit electronic quotes via e-mail to: richard.d.stclair.civ@mail.mil Any correspondence sent via e-mail must contain the subject line "KOARO17RE034 - UNINTERRUPTIBLE POWER SUPPLY SERVICES SERVICES". The entire quotes must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at DFAS-Columbus are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at DFAS-Columbus. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. E-mail quotes are acceptable and preferred. Quotes may be submitted by mail and forwarded to: (16) Point of Contacts: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 701-2788 Facsimile Number: (614) 701-2918 Email Address: richard.d.stclair.civ@mail.mil Jason M. Hardman DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 701-4083 Facsimile Number: (614) 701-2918 Email Address: jason.m.hardman.civ@mail.mil Address questions regarding this synopsitation to Richard St.Clair at (614) 701-2788 or via e-mail at richard.d.stclair.civ@mail.mil. Furnish quotes to this POC on or before the closing time listed in this RFQ. DFAS reserves the right to accept a late quote if the late quote would not unduly delay the acquisition and the contracting officer makes the determination that it is in the best interests of the Government to accept the "late" quote. This language takes precedence over 52.212-1(f) ---------------------------------------------------------------------------- Clauses/Provisions : The Government intends to include the following DFAS, FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses have been attached below. Note: These following clauses may not be all inclusive in the resulting award: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) SOLICITATION CLAUSES. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements. (Jan 2017) 52.204-7 System for Award Management (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (Apr 2016) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items ( Apr 2016) 52.223-10 Waste Reduction Program (May 2011) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) 52.227-1 Authorization and Consent (Dec 2007) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Dec. 2007) 52.232-1 Payments (Apr 1984) 52.232-8 Discount for Prompt Payment (Feb 2002) 52.232-11 Extras (Apr 1984) 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) 52.242-15 Stop-Work Order (AUG 1989) 52.243-1 Changes Fixed-Price (Aug 1987) 52.247-34 F.o.b. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENTS (DFARS) CLAUSES INCORPORATED BY REFERENCE. 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 ) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) PGI 252.204-0001 Line Item Specific: Single Funding (Sep 2009) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Alt A Alternate A, System for Award Management (Feb 2014 ) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 2012) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program(Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 252.225-7036 Free Trade Agreements--Balance of Payments Program (Nov 2014) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.239-7000 Protection Against Compromising Emanations (Jun 2004) 252.239-7017 Notice of Supply Chain Risk (Nov 2013) 252.239-7018 Supply Chain Risk (Nov 2013) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7000 Material Inspection and Receiving Report (Mar 2008) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Clauses/Provisions Included in 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, 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.] ___ (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 (Jun 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 (Jul 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] ___ (14) (i) 52.219-6, Notice of Total Small Business 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)). ___ (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 Rerepresentation (Jul 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). _ X _ (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 (Sep 2016) (E.O. 11246). ___ (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 (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _ X _ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (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.) _ X _ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 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 Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. _ X _ (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® -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). _ X _ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _ X _ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (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 (Jun 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 Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). _ X _ (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. ). _ X _ (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). ___ (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). _ X _ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). _ X _ (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 (Sep 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 (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 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 (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 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). (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) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (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) Alternate I (Feb 2000). As prescribed in 12.301 (b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". Alternate II (JAN 2017). As prescribed in 12.301 (b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 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. (D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (H) 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. (I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (K) 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). (L) 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). (M) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (O) 52.222-59, Compliance with Labor Laws (Executive Order 13673), (Oct 2016). Note to paragraph (e)(1)(ii)(O): 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. (P) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (Q) 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). (R) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (S) (1) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552). (2) Alternate I (Jan 2017) of 52.224-3 (T) 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. (T) 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. 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires. (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 14 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _ 15 _ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years (End of Clause) 52.246-16: Responsibility for Supplies. Responsibility for Supplies (Apr 1984) (a) Title to supplies furnished under this contract shall pass to the Government upon formal acceptance, regardless of when or where the Government takes physical possession, unless the contract specifically provides for earlier passage of title. (b) Unless the contract specifically provides otherwise, risk of loss of or damage to supplies shall remain with the Contractor until, and shall pass to the Government upon - (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Acceptance by the Government or delivery of the supplies to the Government at the destination specified in the contract, whichever is later, if transportation is f.o.b. destination. (c) Paragraph (b) of this section shall not apply to supplies that so fail to conform to contract requirements as to give a right of rejection. The risk of loss of or damage to such nonconforming supplies remains with the Contractor until cure or acceptance. After cure or acceptance, paragraph (b) of this section shall apply. (d) Under paragraph (b) of this section, the Contractor shall not be liable for loss of or damage to supplies caused by the negligence of officers, agents, or employees of the Government acting within the scope of their employment. (End of Clause)\ 52.252-5 - Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall-- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. As prescribed in 204.7304(a), use the following provision: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS ( DEVIATION 2016-O0001)(OCT 2015 ) (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001)(OCT 2015). (b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015) shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800- 171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award. (d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (1) Why a particular security requirement is not applicable; or (2) How an alternative, but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. As prescribed in 204.7304(c), use the following clause: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING ( DEVIATION 2016-O0001)(OCT 2015 ) (a) Definitions. As used in this clause- "Adequate security" means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. "Compromise" means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. "Contractor attributional/proprietary information" means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company. "Contractor information system" means an information system belonging to, or operated by or for, the Contractor. "Controlled technical information" means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. "Covered contractor information system" means an information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information. "Covered defense information" means unclassified information that- (i) Is- (A) Provided to the contractor by or on behalf of DoD in connection with the performance of the contract; or (B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract; and (ii) Falls in any of the following categories: (A) Controlled technical information. (B) Critical information (operations security). Specific facts identified through the Operations Security process about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Security process). (C) Export control. Unclassified information concerning certain items, commodities, technology, software, or other information whose export could reasonably be expected to adversely affect the United States national security and nonproliferation objectives. To include dual use items; items identified in export administration regulations, international traffic in arms regulations and munitions list; license applications; and sensitive nuclear technology information. (D) Any other information, marked or otherwise identified in the contract, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies (e.g., privacy, proprietary business information). "Cyber incident" means actions taken through the use of computer networks that result in an actual or potentially adverse effect on an information system and/or the information residing therein. "Forensic analysis" means the practice of gathering, retaining, and analyzing computer related data for investigative purposes in a manner that maintains the integrity of the data. "Malicious software" means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware. "Media" means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system. ''Operationally critical support'' means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation. "Rapid(ly) report(ing)" means within 72 hours of discovery of any cyber incident. "Technical information" means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Adequate security. The Contractor shall provide adequate security for all covered defense information on all covered contractor information systems that support the performance of work under this contract. To provide adequate security, the Contractor shall- (1) Implement information systems security protections on all covered contractor information systems including, at a minimum- (i) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government- (A) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract; and (B) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract; or (ii) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1)(i) of this clause- (A) The security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations," (see http://dx.doi.org/10.6028/NIST.SP.800-171) that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer with the exception of the derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts", which will be required not later than 9 months after award of the contract, if the Contractor notified the contracting officer in accordance with paragraph (c) of the provision 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015); or (B) Alternative but equally effective security measures used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection approved in writing by an authorized representative of the DoD Chief Information Officer (CIO) prior to contract award; and (2) Apply other information systems security measures when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability. (c) Cyber incident reporting requirement. (1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor's ability to perform the requirements of the contract that are designated as operationally critical support, the Contractor shall- (i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor's network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor's ability to provide operationally critical support; and (ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil. (2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil. (3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx. (d) Malicious software. The Contractor or subcontractors that discover and isolate malicious software in connection with a reported cyber incident shall submit the malicious software in accordance with instructions provided by the Contracting Officer. (e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest. (f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis. (g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause. (h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which the information is being released. (i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD- (1) To entities with missions that may be affected by such information; (2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents; (3) To Government entities that conduct counterintelligence or law enforcement investigations; (4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or (5) To a support services contractor ("recipient") that is directly supporting Government activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. (j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government's use and release of such information. (k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data. (l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor's responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements. (m) Subcontracts. The Contractor shall- (1) Include the substance of this clause, including this paragraph (m), in all subcontracts, including subcontracts for commercial items; and (2) Require subcontractors to rapidly report cyber incidents directly to DoD at http://dibnet.dod.mil and the prime Contractor. This includes providing the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher tier subcontractor) as soon as practicable. (End of clause) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). _______ 2-in-1 ____________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. _______ Destination/Destination _____________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0347 Issue By DoDAAC HQ0423 Admin DoDAAC HQ0423 Inspect By DoDAAC HQ0448 Ship To Code HQ0448 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) HQ0448 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC To be added later if necessary Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ david.a.steiner4.civ@mail.mil _____________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ Not Applicable _____________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) STATEMENT OF WORK FOR Uninterruptible Power Supply Service Contract DFAS Rome, New York 13441 Dated March 24, 2017 1. SCOPE OF WORK: The Contractor shall provide APC Original Equipment Manufacturer (OEM) Service. The Contractor shall provide all labor, equipment, parts, tools, and supervision to perform annual preventive maintenance and remedial services of the APC Symmetra PX 40kW Uninterruptible Power Supply (UPS), and its associated Power Distribution Unit (PDU) and XR Battery Frame in the DFAS Rome New York computer room. The model and serial numbers of the covered assets are as follows: SYCF40KF - PD0524140046, PD40F6FK1 - XF0543001460 and SYCFXR8 - PD0537349858. 2. SPECIFIC TASKS: 2-1. One Annual Preventive Maintenance service to include a comprehensive visual, environmental and electronic inspection of all three units to ensure that all components are performing to defined technical and environmental specifications. This service includes all labor and travel expenses. The customer can schedule this service at their choosing within the contract period of performance. 2-2. On-Site remedial service to provide repairs in the event of a problem. Parts, labor, travel, and next business day response time is included with this service. 3. DELIVERABLES: 3-1. Annual Preventive Maintenance 3-1.1. Inspect the UPS to ensure that all system components are clean and functioning within design specifications. 3-1.2. Verify and document that the system's environment is within specified operating conditions including but not limited to room temperature, airflow, dust contamination,. Etc. 3-1.3. Inspect all power and control wire termination points as well as all UPS components. 3-1.4. Check UPS event and alarm logs. Verify that input, output, and bypass voltage and current values are within design specifications. 3-1.5. Verify transfer to on battery operation and transfer to and from static bypass. 3-1.6. Check parallel operation performance. 3-1.7. Verify and implement all required field advisories and field modifications. 3-1.8. Check all circuit board revisions and update as required. 3-1.9. Provide a graphical site report documenting UPS status and on-site activities. 3-2. Remedial Maintenance 3-2.1. Document the status of the UPS upon arrival to the site (i.e. on-line, on-battery, bypass, or other etc.) 3-2.2. View event logs and display for alarms/information on the UPS. 3-2.3. Troubleshoot reported issue as required. 3-2.4. Replace any defective parts and repair the system as required. 3-2.5. Complete functional tests conducted after corrective action is taken. 3-2.6. Describe the defect/failure and explain the corrective action taken. 3-2.7. Provide a detailed report. 4.0 EXCLUSIONS: Internal and external batteries are not considered as included parts. Labor or travel for the installation of batteries is not included. Support for third party equipment 5.0 POINTS of CONTACT: The points of contact (POC) are the on-site contracting officer representatives (COR) for this contract and will act as the on-site point-of-contact for the Government. They will initiate requests and monitor performance. The POCs authority is limited to technical issues and they are not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretations is the responsibility of the Contracting Officer. The Points of Contact (POC) for this order are: Mario Colafranceschi 325 Brooks Road Rome, New York. 13441 Tel: 315.709.6955 Email: mario.m.colafranceschi.civ@mail.mil David Steiner 325 Brooks Road Rome, New York. 13441 Tel: 315.709.6075 Email: david.a.steiner4.civ@mail.mil 6. PERIOD of PERFORMANCE: The period of performance is anticipated to be 1 July 2017 through 30 June 2018 with four (4) option years. 7. WORK SCHEDULE: The Contractor shall perform normal preventive maintenance services during regular working hours (0700 to 1600 hours, Monday to Friday, except Federal holidays). Remedial maintenance will be next business day on-site. 8. WORKER SAFETY: During the course of the work as specified under this contract, the Contractor shall abide by all Federal, State, and OSHA regulations and standards as they pertain to work safety. In addition, the Contractor shall submit documentation that verifies his/her use of an approved lockout/tagout program for equipment capable of carrying or storing electrical energy. WD 15-4165 (Rev.-1) was first posted on www.wdol.gov on 02/28/2017 ************************************************************************************ 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.: 2015-4165 Daniel W. Simms Division of | Revision No.: 1 Director Wage Determinations| Date Of Revision: 02/22/2017 _______________________________________|____________________________________________ 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. ____________________________________________________________________________________ State: New York Area: New York Counties of Herkimer, Oneida ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.20 01012 - Accounting Clerk II 15.94 01013 - Accounting Clerk III 17.85 01020 - Administrative Assistant 21.43 01035 - Court Reporter 18.96 01041 - Customer Service Representative I 11.75 01042 - Customer Service Representative II 13.21 01043 - Customer Service Representative III 14.42 01051 - Data Entry Operator I 12.71 01052 - Data Entry Operator II 14.05 01060 - Dispatcher, Motor Vehicle 16.86 01070 - Document Preparation Clerk 12.55 01090 - Duplicating Machine Operator 12.55 01111 - General Clerk I 12.12 01112 - General Clerk II 13.23 01113 - General Clerk III 14.85 01120 - Housing Referral Assistant 18.00 01141 - Messenger Courier 10.94 01191 - Order Clerk I 13.12 01192 - Order Clerk II 14.32 01261 - Personnel Assistant (Employment) I 15.12 01262 - Personnel Assistant (Employment) II 16.91 01263 - Personnel Assistant (Employment) III 18.84 01270 - Production Control Clerk 19.89 01290 - Rental Clerk 13.34 01300 - Scheduler, Maintenance 14.10 01311 - Secretary I 14.10 01312 - Secretary II 15.77 01313 - Secretary III 17.57 01320 - Service Order Dispatcher 13.52 01410 - Supply Technician 21.43 01420 - Survey Worker 14.91 01460 - Switchboard Operator/Receptionist 12.38 01531 - Travel Clerk I 11.42 01532 - Travel Clerk II 12.32 01533 - Travel Clerk III 13.23 01611 - Word Processor I 13.52 01612 - Word Processor II 15.18 01613 - Word Processor III 16.97 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.28 05010 - Automotive Electrician 18.24 05040 - Automotive Glass Installer 17.63 05070 - Automotive Worker 17.63 05110 - Mobile Equipment Servicer 16.32 05130 - Motor Equipment Metal Mechanic 18.96 05160 - Motor Equipment Metal Worker 17.63 05190 - Motor Vehicle Mechanic 17.93 05220 - Motor Vehicle Mechanic Helper 15.63 05250 - Motor Vehicle Upholstery Worker 16.95 05280 - Motor Vehicle Wrecker 17.63 05310 - Painter, Automotive 18.24 05340 - Radiator Repair Specialist 17.63 05370 - Tire Repairer 14.34 05400 - Transmission Repair Specialist 18.96 07000 - Food Preparation And Service Occupations 07010 - Baker 12.16 07041 - Cook I 11.86 07042 - Cook II 13.27 07070 - Dishwasher 9.23 07130 - Food Service Worker 9.34 07210 - Meat Cutter 17.79 07260 - Waiter/Waitress 9.99 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.28 09040 - Furniture Handler 13.59 09080 - Furniture Refinisher 18.28 09090 - Furniture Refinisher Helper 15.63 09110 - Furniture Repairer, Minor 16.95 09130 - Upholsterer 20.09 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.50 11060 - Elevator Operator 10.50 11090 - Gardener 14.37 11122 - Housekeeping Aide 11.12 11150 - Janitor 11.12 11210 - Laborer, Grounds Maintenance 12.34 11240 - Maid or Houseman 9.99 11260 - Pruner 17.78 11270 - Tractor Operator 14.53 11330 - Trail Maintenance Worker 12.34 11360 - Window Cleaner 12.77 12000 - Health Occupations 12010 - Ambulance Driver 15.13 12011 - Breath Alcohol Technician 15.13 12012 - Certified Occupational Therapist Assistant 19.20 12015 - Certified Physical Therapist Assistant 18.46 12020 - Dental Assistant 16.00 12025 - Dental Hygienist 29.17 12030 - EKG Technician 24.38 12035 - Electroneurodiagnostic Technologist 24.38 12040 - Emergency Medical Technician 15.13 12071 - Licensed Practical Nurse I 14.36 12072 - Licensed Practical Nurse II 16.06 12073 - Licensed Practical Nurse III 17.90 12100 - Medical Assistant 13.68 12130 - Medical Laboratory Technician 20.37 12160 - Medical Record Clerk 13.78 12190 - Medical Record Technician 15.41 12195 - Medical Transcriptionist 16.87 12210 - Nuclear Medicine Technologist 34.14 12221 - Nursing Assistant I 10.34 12222 - Nursing Assistant II 11.63 12223 - Nursing Assistant III 12.69 12224 - Nursing Assistant IV 14.25 12235 - Optical Dispenser 22.67 12236 - Optical Technician 15.82 12250 - Pharmacy Technician 13.77 12280 - Phlebotomist 13.89 12305 - Radiologic Technologist 27.71 12311 - Registered Nurse I 21.73 12312 - Registered Nurse II 26.58 12313 - Registered Nurse II, Specialist 26.58 12314 - Registered Nurse III 32.15 12315 - Registered Nurse III, Anesthetist 32.15 12316 - Registered Nurse IV 38.54 12317 - Scheduler (Drug and Alcohol Testing) 19.89 12320 - Substance Abuse Treatment Counselor 19.47 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.42 13012 - Exhibits Specialist II 22.83 13013 - Exhibits Specialist III 27.93 13041 - Illustrator I 18.42 13042 - Illustrator II 22.83 13043 - Illustrator III 27.93 13047 - Librarian 25.28 13050 - Library Aide/Clerk 10.80 13054 - Library Information Technology Systems 22.83 Administrator 13058 - Library Technician 12.68 13061 - Media Specialist I 16.47 13062 - Media Specialist II 18.42 13063 - Media Specialist III 20.55 13071 - Photographer I 15.52 13072 - Photographer II 17.37 13073 - Photographer III 21.50 13074 - Photographer IV 26.31 13075 - Photographer V 31.83 13090 - Technical Order Library Clerk 15.74 13110 - Video Teleconference Technician 17.17 14000 - Information Technology Occupations 14041 - Computer Operator I 14.77 14042 - Computer Operator II 16.52 14043 - Computer Operator III 18.43 14044 - Computer Operator IV 23.63 14045 - Computer Operator V 27.62 14071 - Computer Programmer I (see 1) 20.57 14072 - Computer Programmer II (see 1) 24.53 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 14.77 14160 - Personal Computer Support Technician 24.05 14170 - System Support Specialist 22.69 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.87 15020 - Aircrew Training Devices Instructor (Rated) 34.05 15030 - Air Crew Training Devices Instructor (Pilot) 40.44 15050 - Computer Based Training Specialist / Instructor 27.87 15060 - Educational Technologist 27.22 15070 - Flight Instructor (Pilot) 40.44 15080 - Graphic Artist 22.64 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 38.45 15086 - Maintenance Test Pilot, Rotary Wing 38.45 15088 - Non-Maintenance Test/Co-Pilot 38.45 15090 - Technical Instructor 21.00 15095 - Technical Instructor/Course Developer 25.70 15110 - Test Proctor 16.96 15120 - Tutor 16.96 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.39 16030 - Counter Attendant 9.39 16040 - Dry Cleaner 10.90 16070 - Finisher, Flatwork, Machine 9.49 16090 - Presser, Hand 9.49 16110 - Presser, Machine, Drycleaning 9.49 16130 - Presser, Machine, Shirts 9.49 16160 - Presser, Machine, Wearing Apparel, Laundry 9.49 16190 - Sewing Machine Operator 11.55 16220 - Tailor 12.20 16250 - Washer, Machine 9.86 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.84 19040 - Tool And Die Maker 22.13 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.36 21030 - Material Coordinator 19.89 21040 - Material Expediter 19.89 21050 - Material Handling Laborer 13.66 21071 - Order Filler 11.25 21080 - Production Line Worker (Food Processing) 15.36 21110 - Shipping Packer 13.30 21130 - Shipping/Receiving Clerk 13.30 21140 - Store Worker I 13.74 21150 - Stock Clerk 18.20 21210 - Tools And Parts Attendant 15.36 21410 - Warehouse Specialist 15.36 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.82 23019 - Aircraft Logs and Records Technician 21.64 23021 - Aircraft Mechanic I 24.88 23022 - Aircraft Mechanic II 25.82 23023 - Aircraft Mechanic III 26.88 23040 - Aircraft Mechanic Helper 19.11 23050 - Aircraft, Painter 22.56 23060 - Aircraft Servicer 21.64 23070 - Aircraft Survival Flight Equipment Technician 22.56 23080 - Aircraft Worker 22.46 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 22.46 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 24.88 II 23110 - Appliance Mechanic 19.83 23120 - Bicycle Repairer 15.77 23125 - Cable Splicer 32.34 23130 - Carpenter, Maintenance 19.98 23140 - Carpet Layer 19.98 23160 - Electrician, Maintenance 23.73 23181 - Electronics Technician Maintenance I 21.84 23182 - Electronics Technician Maintenance II 23.49 23183 - Electronics Technician Maintenance III 24.58 23260 - Fabric Worker 18.80 23290 - Fire Alarm System Mechanic 20.85 23310 - Fire Extinguisher Repairer 17.87 23311 - Fuel Distribution System Mechanic 28.12 23312 - Fuel Distribution System Operator 23.24 23370 - General Maintenance Worker 17.66 23380 - Ground Support Equipment Mechanic 24.88 23381 - Ground Support Equipment Servicer 21.64 23382 - Ground Support Equipment Worker 22.46 23391 - Gunsmith I 17.87 23392 - Gunsmith II 19.98 23393 - Gunsmith III 21.66 23410 - Heating, Ventilation And Air-Conditioning 19.43 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.16 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 19.24 23440 - Heavy Equipment Operator 24.79 23460 - Instrument Mechanic 21.66 23465 - Laboratory/Shelter Mechanic 20.87 23470 - Laborer 12.70 23510 - Locksmith 20.87 23530 - Machinery Maintenance Mechanic 20.06 23550 - Machinist, Maintenance 17.18 23580 - Maintenance Trades Helper 15.63 23591 - Metrology Technician I 21.66 23592 - Metrology Technician II 22.48 23593 - Metrology Technician III 23.26 23640 - Millwright 21.66 23710 - Office Appliance Repairer 20.09 23760 - Painter, Maintenance 19.91 23790 - Pipefitter, Maintenance 27.88 23810 - Plumber, Maintenance 22.13 23820 - Pneudraulic Systems Mechanic 21.66 23850 - Rigger 21.66 23870 - Scale Mechanic 20.82 23890 - Sheet-Metal Worker, Maintenance 22.94 23910 - Small Engine Mechanic 19.98 23931 - Telecommunications Mechanic I 28.56 23932 - Telecommunications Mechanic II 29.55 23950 - Telephone Lineman 25.89 23960 - Welder, Combination, Maintenance 18.96 23965 - Well Driller 21.66 23970 - Woodcraft Worker 21.66 23980 - Woodworker 17.87 24000 - Personal Needs Occupations 24550 - Case Manager 15.50 24570 - Child Care Attendant 10.52 24580 - Child Care Center Clerk 13.11 24610 - Chore Aide 10.73 24620 - Family Readiness And Support Services 15.50 Coordinator 24630 - Homemaker 15.00 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 25.23 25040 - Sewage Plant Operator 18.54 25070 - Stationary Engineer 25.23 25190 - Ventilation Equipment Tender 19.35 25210 - Water Treatment Plant Operator 18.28 27000 - Protective Service Occupations 27004 - Alarm Monitor 17.31 27007 - Baggage Inspector 13.35 27008 - Corrections Officer 24.13 27010 - Court Security Officer 23.91 27030 - Detection Dog Handler 16.29 27040 - Detention Officer 24.13 27070 - Firefighter 23.44 27101 - Guard I 13.35 27102 - Guard II 16.29 27131 - Police Officer I 22.40 27132 - Police Officer II 24.88 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.16 28042 - Carnival Equipment Repairer 12.54 28043 - Carnival Worker 9.41 28210 - Gate Attendant/Gate Tender 13.80 28310 - Lifeguard 11.01 28350 - Park Attendant (Aide) 15.44 28510 - Recreation Aide/Health Facility Attendant 11.27 28515 - Recreation Specialist 19.13 28630 - Sports Official 12.29 28690 - Swimming Pool Operator 18.62 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.08 29020 - Hatch Tender 24.08 29030 - Line Handler 24.08 29041 - Stevedore I 21.05 29042 - Stevedore II 24.98 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.52 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.87 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.49 30021 - Archeological Technician I 16.43 30022 - Archeological Technician II 18.78 30023 - Archeological Technician III 21.86 30030 - Cartographic Technician 23.74 30040 - Civil Engineering Technician 21.56 30051 - Cryogenic Technician I 24.22 30052 - Cryogenic Technician II 26.75 30061 - Drafter/CAD Operator I 16.43 30062 - Drafter/CAD Operator II 19.13 30063 - Drafter/CAD Operator III 21.29 30064 - Drafter/CAD Operator IV 25.23 30081 - Engineering Technician I 14.27 30082 - Engineering Technician II 16.02 30083 - Engineering Technician III 18.70 30084 - Engineering Technician IV 22.20 30085 - Engineering Technician V 27.16 30086 - Engineering Technician VI 32.86 30090 - Environmental Technician 21.64 30095 - Evidence Control Specialist 21.86 30210 - Laboratory Technician 19.67 30221 - Latent Fingerprint Technician I 24.22 30222 - Latent Fingerprint Technician II 26.75 30240 - Mathematical Technician 23.49 30361 - Paralegal/Legal Assistant I 17.28 30362 - Paralegal/Legal Assistant II 21.92 30363 - Paralegal/Legal Assistant III 26.81 30364 - Paralegal/Legal Assistant IV 32.44 30375 - Petroleum Supply Specialist 26.75 30390 - Photo-Optics Technician 23.49 30395 - Radiation Control Technician 26.75 30461 - Technical Writer I 21.86 30462 - Technical Writer II 26.75 30463 - Technical Writer III 32.36 30491 - Unexploded Ordnance (UXO) Technician I 23.85 30492 - Unexploded Ordnance (UXO) Technician II 28.85 30493 - Unexploded Ordnance (UXO) Technician III 34.58 30494 - Unexploded (UXO) Safety Escort 23.85 30495 - Unexploded (UXO) Sweep Personnel 23.85 30501 - Weather Forecaster I 24.22 30502 - Weather Forecaster II 29.45 30620 - Weather Observer, Combined Upper Air Or (see 2) 21.29 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.77 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 28.85 31020 - Bus Aide 11.70 31030 - Bus Driver 15.62 31043 - Driver Courier 12.57 31260 - Parking and Lot Attendant 10.41 31290 - Shuttle Bus Driver 13.52 31310 - Taxi Driver 11.00 31361 - Truckdriver, Light 13.52 31362 - Truckdriver, Medium 17.61 31363 - Truckdriver, Heavy 17.68 31364 - Truckdriver, Tractor-Trailer 17.68 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.07 99030 - Cashier 9.44 99050 - Desk Clerk 11.19 99095 - Embalmer 27.29 99130 - Flight Follower 23.85 99251 - Laboratory Animal Caretaker I 11.73 99252 - Laboratory Animal Caretaker II 12.62 99260 - Marketing Analyst 24.08 99310 - Mortician 27.29 99410 - Pest Controller 17.42 99510 - Photofinishing Worker 12.53 99710 - Recycling Laborer 16.40 99711 - Recycling Specialist 19.32 99730 - Refuse Collector 14.94 99810 - Sales Clerk 11.34 99820 - School Crossing Guard 9.90 99830 - Survey Party Chief 20.03 99831 - Surveying Aide 12.59 99832 - Surveying Technician 17.23 99840 - Vending Machine Attendant 16.05 99841 - Vending Machine Repairer 17.77 99842 - Vending Machine Repairer Helper 16.05 ____________________________________________________________________________________ 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 8 years, 4 weeks after 15 years, and 5 weeks after 25 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to 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)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOARO17RE034/listing.html)
 
Place of Performance
Address: DFAS Rome, 325 Brooks Road, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04527040-W 20170602/170531235144-2e88259bc6af9ec02cfa146f5f4ab8a7 (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.