Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2007 FBO #1977
SOLICITATION NOTICE

S -- LAKE EVA VAULT PUMPING

Notice Date
4/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Tongass National Forest, Federal Building, 648 Mission St. Acquisition Management, Ketchikan, AK, 99901, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-0114-S-07-0017
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number AG-0114-S-07-0017. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 562998 with a small business size standard of (not to exceed) $6.5M. (v) Contractor shall quote the following CLIN: NOTE: Offerers must provide an offer for: Pump vault 1 JB $ NOTES (Additional Terms & Conditions): Charges for additional services, not approved in advanced by the Contracting Officer, shall be at the Contractors expense. CLAUSES FAR 52.212-1, Instructions to Quoters-- Commercial Items (Jan 2004), applies to the acquisition. In addition to written quotes, quoters are instructed to provide recommendations from previous customers with a point of contact and phone number describing qualifications to perform requirements listed above, and product literature if quoting an equal product. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest priced and conformity to schedule. The quoter must have completed Online Representations and Certifications Application (ORCA), provision located at FAR 52.212-3, Quoter Representations and Certifications -- Commercial Items (May 2004). The website address is https://orca.bpn.gov/ FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2006). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26), (31). The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.252-2, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.232-36, Payment by Third Party (May 1999); 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. (End of clause) 05-2017 AK,STATEWIDE WAGE DETERMINATION NO: 05-2017 REV (02) AREA: AK,STATEWIDE HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:05-2018 REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION WASHINGTON D.C. 20210 Wage Determination No.: 2005-2017 William W.Gross Division of | Revision No.: 2 Director Wage Determinations| Date Of Revision: 12/08/2006 State: Alaska Area: Alaska Statewide **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 26.53 25040 - Sewage Plant Operator 23.05 25070 - Stationary Engineer 26.53 25190 - Ventilation Equipment Tender 17.59 25210 - Water Treatment Plant Operator 23.05 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.08 29020 - Hatch Tender 24.08 29030 - Line Handler 24.08 29041 - Stevedore I 25.03 29042 - Stevedore II 27.71 99000 - Miscellaneous Occupations 99711 - Recycling Specialist 24.53 99730 - Refuse Collector 17.26 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.01 per hour or $120.40 per week or $521.73 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of 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 PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay. 3) WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at <http://www.dol.gov/esa/whd/> or through the Wage Determinations On-Line (WDOL) Web site at <http://wdol.gov/>. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) and computes a proposed rate). 2) After contract award, the contractor prepares a written report listing in order proposed classification title), a Federal grade equivalency (FGE) for each proposed classification), job description), and rationale for proposed wage rate), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. STATEMENT OF WORK 1. PURPOSE Provide services for the pumping and disposal of the toilet wastes from vault toilet at the Lake Eva Cabin. 2. SCOPE OF WORK The contractor shall provide all necessary labor, equipment and supervision to perform a vault pumping operation. All work under this project shall be performed in a manner providing a minimum of interference with the users of the cabin. Work will be completed before May 23, 2007. GOVERNMENT FURNISHED MATERIALS: NONE PROJECT LOCATION: Lake Eva, 27 miles (43 km) northeast of Sitka near the northeast coast of Baranof Island Longitude 135.1058333 Latitude 57.40277778 3. SPECIFIC TASKS 3.1 CONTRACTOR SPECIFIC RESPONSIBILITIES The services shall include the following: 1) All solid waste material or refuse capable of being pumped shall be removed. 2) Waste products extracted from the vaults will be disposed of in a pit of sufficient size to accommodate material and have a minimum cover of 18 inches of soil. Pit to be located in well draining soil a minimum of 60 feet from the cabin. 3) Pumping supplies shall not be rinsed or cleaned within 150 feet of lake or streams. 4) Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies to perform all work required to complete the job. 5) Any damage or defacement that occurs to government property or land resources during the Contractors operations shall be repaired at the Contractors expense to its original condition. Contractor may use up to 3 days of cabin use to complete the job. Contactor is responsible for making cabin reservations and payment to stay in the Lake Eva Cabin through the Forest Service reservation system recreation.gov Interested vendors may wish to contact the contract officer listed below if they have any questions. 2. EVALUATION FACTORS FOR AWARD The following factors will be evaluated to determine best value for contract award: 1. Price 2. Schedule The USDA is an equal opportunity provider and employer.
 
Place of Performance
Address: SITKA, ALASKA
Zip Code: 99835
Country: UNITED STATES
 
Record
SN01279866-W 20070426/070424220244 (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.