Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

42 -- Fire Supression Inspections

Notice Date
1/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FireSuppressionInspections01
 
Archive Date
2/13/2009
 
Point of Contact
Brooke A Mena, Phone: 702-652-5488, Karin A T Werner, Phone: 702-652-7022
 
E-Mail Address
brooke.mena@nellis.af.mil, karin.werner@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Fire Suppression Systems Inspection & Repairs, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 561621. The small business size standard under this NAICS code is 100 employees. The performance work statement is (attached below). Structure Contract Line Item Numbers (CLIN) as follows: BASE YEAR (Period of Performance: 1 Feb 09 - 31 Jan 10) CLIN 0001 - 1 Lot Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems, CLIN 0002 1 Lot Semi-Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems CLIN 0003 1 Lot - Emergancy Repairs Wet/Dry Chemical & Halon Fire Supression Systems OPTION YEAR 1 (Period of Performance: 1 Feb 10 - 31 Jan 11) CLIN 1001 -1 Lot Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems, CLIN 1002 - 1 Lot Semi-Annual Inspections Wet/Dry Chemical, Halon Fire Supression Systems CLIN 1003 - 1 Lot Emergancy Repairs Wet/Dry Chemical & Halon Fire Supression Systems OPTION YEAR 2 (Period of Performance: 1 Feb 11 - 31 Jan 12) CLIN 2001 - 1 Lot Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems, CLIN 2002 1 Lot Semi-Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems CLIN 2003- 1 Lot Emergancy Repairs Wet/Dry Chemical & Halon Fire Supression Systems OPTION YEAR 3 (Period of Performance: 1 Feb 12 - 31 Jan 13) CLIN 3001 - 1 Lot Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems, CLIN 3002 1 Lot Semi-Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems CLIN 3003 - 1 Lot Emergancy Repairs Wet/Dry Chemical & Halon Fire Supression Systems, OPTION YEAR 4 (Period of Performance: 1 Feb 13 - 31 Jan 14) CLIN 4001 -1 Lot Annual Inspections Wet/Dry Chemical & Halon Fire Supression Systems, CLIN 4002 - 1 Lot Semi-Annual Inspections Wet/Dry Chemical/Halon Fire Supression Systems CLIN 4003 - 1 Lot Emergancy Repairs Wet/Dry Chemical & Halon Fire Supression Systems Quotes should be in the following format; price each CLIN independently. Award Basis: Low Price Technically Acceptable, Past Performance, and Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation - Submit quotation on company letterhead utilizing the format structure above and format outlined in FAR 52.212-1(b). Provide documents verifying your company's ability to meet the qualification standards stated in Section 1.1.1 of the PWS and provide copies of certification for suggested instructor(s). The following provisions apply to this solicitation: FAR provision 52.212-2 Evaluation-Commercial Items. The following factors will be used to evaluate the offer: Technical Capability (copies of certificates), Price, and Past Performance. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era, FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), FAR 52.222-42 Statement of Equivalent Rate of Federal Hires, FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipments and Vegetation, FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.223-7001, Hazard Warning Labels; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5352.201-9101 Ombudsman, AFFAR 5352.242-9000 Contract access to Air Force Installations. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 12:00 p.m., Pacific Daylight Time, on 29 January 2009. PERFORMANCE WORK STATEMENT FOR FIRE SUPPRESSION SYSTEMS INSPECTIONS & REPAIRS WET & DRY CHEMICAL & HALON FIRE SUPPRESSION SYSTEMS. 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to perform Fire Suppression and Protection Systems Inspections at Nellis Air Force Base for Wet & Dry Chemical & Halon Systems in a manner that will ensure their serviceability and operation. The systems are described in Technical Exhibit 1. 1.1. INITIAL STATUS REPORT. The contractor and the Quality Assurance Personnel (QAP) shall review the current inspection, test, and maintenance status of all installed fire suppression and protection systems included in this contract at the initial inspection. The contractor shall submit a documented report to the QAP on all installed fire extinguishing or automatic fire alarm system's Wet & Dry Chemical & Halon Systems inspections, test or maintenance work, noting discrepancies, system impairments and recommendations, within (5) calendar days after the inspection. 1.2. INSPECTIONS. The contractor shall inspect installed fire suppression and protection systems inspections IAW applicable NFPA Standards and manufacturer's instructions. Any discrepancies or impairments to an installed fire suppression systems discovered during a scheduled inspection and any repair required will be presented to the quality assurance person with quotes of repair cost for items discovered during inspections. All repair cost will be verified and evaluated by the Quality Assurance Person (QAP), after approval, the repair cost will be paid with the Government Purchase Card (GPC) upon completion. Any repairs exceeding the GPC approval limit, would be billed under the contract emergency repair CLIN. 1.3. TESTING. The contractor shall perform functional operation tests on installed fire suppression and protection systems IAW applicable NFPA Standards and manufacturer's instructions. 1.4. REPORTS. The contractor shall submit to the QAP a complete report of all inspection and testing accomplished under this contract within ten (10) work days. The reports shall include a record of conditions found, repairs, recharging, and all replacement parts used. All records, documents, and associated papers provided to the Government or generated during the period of this contract become government property and will be returned to the government upon contract termination or completion. During the contract period, all records, documents, and associated papers will be available for Government review. 1.5. EMERGENCY SERVICES. The contractor shall be required to return the fire suppression system (Wet & Dry Chemical & Halon System ) to an operational status, to include, but not limited to replacing fusible links, detection systems and releasing devices, after a discharge (accident or system failure) or leakage of the fire suppression system. All fire emergency system must be repaired and returned to normal operating condition within a six (6) hour time frame after the contractor receives the authorization to proceed with the noted repair cost. 1.6. ENVIRONMENTAL PROTECTION. The contractor shall ensure that the purchase, use, handling, storage, and disposal of all toxic, hazardous and special materials and wastes are in accordance with federal, state, and local environmental protection regulations 1.6.1 A close recovery system is required for recovery of HALON 1301 fire extinguishing agent. 1.7. GENERAL. The contractor shall provide fire suppression and protection systems inspection services to meet the completeness, quality, and frequency requirements set forth in this PWS. The fire suppression and protection systems protect critical range support and communications computers, and personnel. Technical Exhibit 1 describes each system. SERVICES SUMMARY FOR FIRE SUPPRESSION SYSTEM INSPECTIONS & REPAIR WET & DRY CHEMICAL & HALON FIRE SUPPRESSION SYSTEM. Performance Objective PWS Para Performance Threshold Perform Initial Status Check and Inspections. (Wet & Dry Chemical & Halon Systems). All reports accurately submitted on time. Inspections are performed and submitted within the 5 or 10 calander days. 1.1. & 1.2. Every fire protection system must be checked and inspected 100% of the time. Perform Operational Tests, Preventive, and Corrective Maintenance of Fire Protection Systems, (Wet & Dry Chemical & Halon Systems.) Operational tests are performed and recorded. Recharging is performed when necessary. Discrepancies are noted. Repairs are made IAW para 1.2 in the PWS. 1.2 1.3. 1.4. Fire protection systems are operational 100%of the time. Emergency Services. (Wet & Dry Chemical & Halon System.) 1.5. Repairs are completed within six (6) hours, after approval is given by the QAP to proceed. Any additional repair time must be approved by the QAP, 100 % of the time. 2. GENERAL INFORMATION. 2.1. QUALITY CONTROL. The Contractor shall develop, maintain, submit a quality control plan that ensures maintenance and repair services are performed in accordance with the NFPA Standards 11 through 17 and 72 and the manufacturer's instructions. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring, this plan must be submitted to the government for acceptance thirty (30), days after contract award date. 2.2. QUALITY ASSURANCE. The government shall evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received as specified. The government representative will evaluate the contractor's performance through accompanied on-site inspections of the contractor's quality control program and receipt of complaints from base personnel. 2.3. HOURS OF OPERATION. 2.3.1. Normal Hours of Operation. The contractor shall perform the services required under this contact during the following hours: 7:00 AM - 4:00 PM, Monday through Friday. (See par. 2.3.1.1. for possible exceptions.) 2.3.1.1. Holidays. The contractor is not required to provide service and shall not be scheduled on the following days: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December 2.3.1.2. Performance Schedule. The Initial inspections shall be performed during the months of February 2009 and in February 2010 of subsequent option years. The semiannual inspection shall be performed during the month of August in the basic year and all options years. 2.3.1.3. The 99th CEOESS Contract Quality Assurance Person and The Base Fire Department's Technical Service Office Quality Assurance Person (QAP) will be notified of the work schedule produced by the contractor not later than fifteen (15) days prior to performance of inspections. The schedule will list building number, description of installed equipment, date, and time service. The contractor shall coordinate with the Fire Department Technical Service Office (99 CES/CEFB) QAP's a minimum of 24 hours prior to commencement of any inspection or repair of any fire suppression system. 2.3.1.4 Work shall be scheduled on continual days during the week to cause the least impact to building occupants. All Wet & Dry Chemical & Halon Systems shall be inspected IAW: par 1.1 & par 1.2., and all repairs will be approved by the Quality Assurance Person, however the schedule may be altered due to security or mission requirements. Changes to the schedule may be requested by either party at least twenty-four (24) hours in advance except work scheduled in restricted areas, Restricted area work schedules changes require forty-eight (48) hours notice.. 2.3.1.5. Re-performance Schedule. Any re-performance shall be scheduled with the QAP, subject to the approval of the building manager, to occur as soon as possible and cause minimal disruption to building occupants. 2.4. SECURITY REQUIREMENTS. 2.4.1. Contractor shall obtain a Visitor/Vehicle Pass and employee ID through the base contracting office at the time of the contract award date. 2.4.2. Restricted Area Entry. Some systems are located in restricted areas and require advanced notice to gain entry. The contractor shall provide on company letterhead the full name (with middle initial and no nick names) and social security number (SSAN) of the individual(s) performing the work, driver's license number and state where issued, make, model, color, license number of the vehicle used and company phone number. This information shall be provided to the Contracting Officer / and the 99 CES/CEOES Quality Assurance Person or his/her designated representative not later than 2 weeks prior to scheduled work so that the Contracting Officer or the Quality Assurance Person can request access to restricted areas. Personnel are required to have at least (2) forms of identification in their possession: both must list the individual's SSAN and at least one must include the individual's picture. Some delays may be encountered in gaining access and leaving these areas even with prior coordination. Contractor personnel and vehicles will be under armed escort in restricted areas and are subject to being "frisked" or searched before and after entry to restricted area upon leaving restricted area. 2.5. SPECIAL QUALIFICATIONS. 2.5.1. The contractor shall make sure employees have the following current and valid professional certification before starting work under this contract. Nevada State Fire Marshal license to inspect fire suppression systems and Nevada State Fire Marshal certificate of registration shall be presented to the Contracting Officer at the Post Award Conference. Each technician performing work on this contract shall be licensed by the Nevada State Fire Marshall. Technician(s) must be able to read, write, speak, and understand English. 2.5.2. Individuals working on installed systems shall have successfully completed technical training covering the theory and operation of the systems. Training may be conducted by the manufacturer or nationally recognized training institution. Training shall cover all aspects of the system, including, but not limited to, electrical system operation, troubleshooting, and maintenance procedures. Individuals should be able to establish that he/she has read and understands all National Fire Protection Association Code (NFPA) sections that pertain to work performed on this contract. NFPA sections include but are not limited to 12A, 17 and 17A. The contractor shall provide certification that individual(s) are currently licensed with the state in which the work is to be performed. 2.5.3. Individuals performing work on this contract shall be proficient in the operation of all equipment including special measuring devices (calibrators) used to determine the weight of agent in containers. All equipment shall be used in accordance with manufacturers specifications. 2.5.4. For certification and licensing, the Nevada State Fire Marshall requires the contractor and employees to pass an examination. The contractor is also required to be properly equipped to inspect fire suppression and protection systems. 2.5.5. Certifications and licenses issued by Nevada State Fire Marshal, or any other state fire certifications and license issue, are requirements to perform fire suppression and protection systems inspections. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. GOVERNMENT- FURNISHED SERVICES. 3.1.1. Government Furnished Halon Agent / Chemicals. The government will be responsible for providing the contractor with HALON 1301 fire extinguishing agent / chemicals for all Halon fire suppression systems. 3.1.2. Government-Furnished Utilities. The government shall provide the following utilities to the contractor in order to perform services in accordance with this Performance Work Statement (PWS); electricity, water and sewage. 3.1.3. Telephone Services. "Class C" telephone service (local calls only) shall be provided for official business pertaining to this contract. 3.1.4. Security Police and Fire Protection. Emergency Phone numbers: Security Police 116, Fire 117, Civil Engineering 652-1856 (between 4:30 PM and 6:00 AM), Fire Department Technical Services 652-9627, 99th CES Quality Assurance Personnel 652-9178. CONTRACTOR FURNISHED PROPERTY AND SERVICES 4.1. GENERAL. Except for those items or services specifically stated in paragraph three (3) as government furnished, the contractor shall furnish everything in this contract according to all its terms. 4.2. EQUIPMENT. 4.2.1. All electrical equipment used by the contractor shall be Underwriter's Laboratories approved. This equipment must operate using existing building circuits. It shall be the responsibility of the contractor to prevent the operation or attempted operation of the electrical equipment, or combinations of equipment that require power exceeding the capacity of existing building circuits. 4.2.2. All equipment shall comply with applicable safety standards. All equipment not meeting safety standards shall be replaced, modified and/or repaired by the contractor at his/her expense and be acceptable to the government before work commences. 4.2.3. Calibrating devices(s) shall be NFPA approved. 4.3. UNIFORMS. The contractor shall provide a standard uniform for contractor employees with name of employee and company logo clearly spelled out. 4.4. CONTRACTOR FURNISHED MATERIALS / REPLACEMENT PARTS, WET & DRY CHEMICALS SYSTEM 4.4.1. Fusible Links, Current year fusible links (National Fire Protection Association) NFPA 17A, par. 5.3.2.) shall be furnished and installed by the contractor as required per (NFPA 17 A, par, 5.3.2.) at no additional cost to the government. 4.4.2. O-Rings. Replacements for worn out o-rings shall be furnished and installed by the contractor, at no additional cost to the government. 4.4.3. Nozzle Caps and Cables. Replacements for worn, deteriorated or missing nozzle caps and attachment cables shall be furnished and installed by the contractor, at no additional cost to the government. 4.4.4. Replacement Chemical. Replacement wet / dry chemical and Halon suppressant shall be in accordance with NFPA and manufacturer requirements whichever is more stringent. It is essential to use only the chemical for which the system was designed. Competitive brand of the same dry chemical agent may not be interchangeable. Also, different types of wet / dry and halon chemical agents shall not be mixed since that may cause adverse chemical reactions. Contractor shall furnish all Wet & Dry Replacement Chemicals. 5. 1. CONTRACTOR RESPONSIBILITIES. 5.1.2. Electric service shall not be interrupted without prior coordination with the QAP and building occupants. 5.1.3. Damage. The contractor assumes full responsibility for any and all government property damaged in whole or part from negligent acts or omissions by the contractor, subcontractor or any employee, agent or representative of the contractor. The contractor shall repair or reimburse the government for any and all damage of whatever kind to any and all government property associated with the performance of this service. For example, if the contractor, during a work performance causes a system to discharge, he/she shall perform all tasks necessary to repair all damages associated with the discharge at no cost to the government. All repairs shall be in accordance with NFPA and manufacturer requirements. 5.1.4. Service Certification 5.1.4.1. Systems Inspection Reports. The contractor shall provide and submit the following written reports to the Contracting Officer or his/her designated representative within 48 hours after completion of each inspection. The report shall list the contract number and identify each system by contract line number, building number. The report shall include the date of inspection, bottle serial number nomenclature, components tested/checked, tests performed, results of tests listing all unit defects and recommendations for repair. A. Dry Chemical System Service report (NFPA 17, 9-3.1) B. Wet Chemical System Service Report (NFPA 17A, 5-3.1) C. Halon System Service Report (NFPA 12A,4-1.1) 5.1.4.2. Service Tags. Upon completion of all work, the contractor, shall attach a tag at his / her expense, indicating the name of the company, name and certificate number of technician performing service, date work was completed, month and year when next service shall be performed, and frequency of service for the system (i.e., semiannual). The contractor shall attach the tags so that it is readily visible. 5.1.5. Hydrostatic Testing. The contractor shall hydrostatically test extinguishers as specified in the manufacturer's recommendations at no extra cost to the government. The contractor shall attach a sticker/plate identifying pertinent information on all extinguishers that pass the test. Extinguishers that fail the hydrostatic test shall be identified and shall be returned to the Government. 5.5.1. Warranty. Contractor shall offer the government a minimum of a 90-day warranty period for all work accomplished under this contract. 5.6. WET AND DRY CHEMICAL EXTINGUIISHING SYSTEMS. Are located in food service facilities. Each system is described in Technical Exhibit 1. 5.6.1. HALON FIRE EXTINGUISHING SYSTEMS, are located in Technical Exhibit 1. Bldg 61637 and Bldg 61663 5.6.2. Annual Inspections. Wet & Dry Chemical annual inspections performed during the month of February 2009 and in February 2010 of all subsequent option years. Annual inspections shall include as a minimum, all requirements by the NFPA 17,9-3-2. Semi -Annual Inspections Wet & Dry Chemical, will be scheduled in August 2009 of all subsequent option year. 5.6.3. Annual Inspections: Halon Fire Systems annual inspections performed during the months of February 2009 and in February 2010 of all subsequent option year. Annual inspections and testing shall include all suitable test to ensure the system is in full operational conditions, as indicated in (NFPA 12A, 4-1-3). 5.6.4. Semiannual Inspections. Halon Fire Systems Inspections performed during the month of August 2009. Semiannual inspections shall include as a minimum requirements of (NFPA 12A, 4-1-3 ). 6. APPENDICES Appendix A: Technical Exhibit 1. Type of Wet & Dry Chemical fire suppression equipment installed & bldg locations. 2. Type of Halon Fire Suppression System equipment & bldg location. Appendix B: Locations and Site Plan APPENDIX A TECHNICAL EXHIBIT 1 WET & DRY CHEMICAL FIRE SUPPRESION SYSTEM. TYPE AND MODEL OF FIRE SUPPRESSION EQUIPMENT INSTALLED AND BUILDING LOCATION. BUILDING: 300 ORGANIZATION: BOWLING ALLEY Control Panel: Simplex 4001 Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size: 3 Gal Serial Number: 97782 Hydro: 1987 Number of Nozzles: 3 Fusible Links #Temp: 3/500 Cylinder Location: Storage room right side of hood Appliance Arrangement: Griddle-Char broiler-Fryer Manual releases: 1 Remarks: None BUILDING: 324 ORGANIZATION: ENLISTED CLUB Control Panel: Monaco FCI Cylinder Make: Ansul Co/R-101 Chemical Type: Dry Cylinder Size(s): 30 Lbs Each Serial Number: 41567 Hydro: 1992 Serial Number: No Cover Hydro: 1986 Number of nozzles: 4 for Char broiler + 6 others Fusible Links #/Temp: 2/360 Cylinder Location: Inside kitchen hood Appliance Arrangement: Fryer-Range-Broiler-Griddle-Oven Manual Releases: 1 Remarks: 1 System with 2 Cylinder BUILDING: 324 ORGANIZATION: ENLISTED CLUB Control Panel: Monaco FCI Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 3 Gal Serial Number: 73571 Hydro: 1986 Number of nozzles: 6 Fusible Links #/Temp: 2/360 Cylinder Location: Right side of serving line hood Appliance Arrangement: Fryer-Griddle-Range Manual Releases: 1 Remarks: None BUILDING: 554 ORGANIZATION: OFFICER'S CLUB Control Panel: Simplex 4002 Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 3 Gal Serial Number: 118597 Hydro: 1989 Number of nozzles: 7 Fusible Links #/Temp: 6/450 Cylinder Location: Kitchen North wall near backwash panels Appliance Arrangement: Kitchen main hood-see below Manual Releases: 1 Remarks: Salamander-Burner-Hot tops-Fryers (3)-Tilt Skillet-Steamers (2) BUILDING: 554 ORGANIZATION: OFFICER'S CLUB Control Panel: Simplex 4002 Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 1.5 Gal Serial Number: 05442 Hydro: 1989 Number of nozzles: 2 Fusible Links #/Temp: 2/450 Cylinder Location: Kitchen wall near backwash panels Appliance Arrangement: Kitchen back hood ovens (3) Broiler Manual Releases: 1 Remarks: None BUILDING: 554 ORGANIZATION: OFFICER'S CLUB Control Panel: Simplex 4002 Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 3 Gal Serial Number: 128634 Hydro: 1989 Number of nozzles: ? Fusible Links #/Temp: 2/500 & 2/450 Cylinder Location: Kitchen North wall near server door Appliance Arrangement: Server Griddle-Broiler-Fryer (2) Manual Releases: 1 Remarks: None BUILDING: 567 ORGANIZATION: MOUNTAIN VIEW INN Control Panel: Monaco Vulcan Cylinder Make: Kidde/HDR Chemical Type: Dry Cylinder Size(s): 25 Lbs Number of nozzles: 4 Fusible Links #/Temp: 2/450 Cylinder Location: Kitchen South wall-left side Appliance Arrangement: Serving line left griddle Manual Releases: 1 Remarks: None BUILDING: 567 ORGANIZATION: MOUNTAIN VIEW INN Control Panel: Monaco Vulcan Cylinder Make: Kidde/HDR Chemical Type: Dry Cylinder Size(s): 25 Lbs Serial Number: 88582 Hydro: 1981 Number of nozzles: 6 one side 2 on other Fusible Links #/Temp: 4/450 & 1/450 Cylinder Location: Kitchen South wall--right side Appliance Arrangement: Fryer-Oven-Tilt skillet Manual Releases: 1 Remarks: None BUILDING: 567 ORGANIZATION: MOUNTAIN VIEW INN Control Panel: Monaco Vulcan Cylinder Make: Kidde/HDR Chemical Type: Dry Cylinder Size(s): 25 Lbs Serial Number: 32456 Hydro: 1981 Number of nozzles: 4 Fusible Links #/Temp: 2/450 Cylinder Location: Kitchen South wall- -right side Appliance Arrangement: Serving line right griddle Manual Releases: 1 Remarks: None BUILDING: 601 ORGANIZATION: CHILD DEVELOPMENT CENTER Control Panel: Notifier Cylinder Make: Ansul Co/R-101 Chemical Type: Dry Cylinder Size(s): 20 Lbs Serial Number: 252328 Hydro: 1986 Number of nozzles: 4 Fusible Links #/Temp: 1/360 & 1/450 over fryer Cylinder Location: Near front kitchen entrance Appliance Arrangement: Burner-Griddle-Fryer Manual Releases: 1 Remarks: None BUILDING: 790 ORGANIZATION: CROSS WINDS INN Control Panel: Simplex 4002 Cylinder Make: Range Guard Chemical Type: Wet Cylinder Size(s): 2.5 Gal Serial Number: 9135PG7 Hydro: 1988 Number of nozzles: 3 one side & 1 on other Fusible Links #/Temp: 2/? & 1/? Cylinder Location: Kitchen East wall Appliance Arrangement: Fryer (2)-Tilt Skillet-Oven Manual Releases: 1 Remarks: None BUILDING: 790 ORGANIZATION: CROSS WINDS INN Control Panel: Simplex 4002 Cylinder Make: Range Guard Chemical Type: Wet Cylinder Size(s): 2.5 Gal Serial Number: 13039PG7 Hydro: 1988 Number of nozzles: 4 Fusible Links #/Temp: 3/500 Cylinder Location: Right side ofleft server hood Appliance Arrangement: Server left char broiler Manual Releases: 1 Remarks: None BUILDING: 790 ORGANIZATION: CROSS WINDS INN Control Panel: Simplex 4002 Cylinder Make: Range Guard Chemical Type: Wet Cylinder Size(s): 2.5 Qt Serial Number: 5976PG7 Hydro: 1988 Number of nozzles: 2 Fusible Links #/Temp: 2/360 or 500 Cylinder Location: Right side of right serving line hood Appliance Arrangement: Server right griddle Manual Releases: 1 Remarks: None BUILDING: 1619 ORGANIZATION: GOLF COURSE CLUB HOUSE Control Panel: Notifier Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 2 at 3 Gals Each Serial Number: 97179 Hydro: 1987 Serial Number: No Cover Hydro: 1987? Number of nozzles: 3 Fusible Links #/Temp: 3/360 Cylinder Location: Storage Room Appliance Arrangement: Fryer-Griddle-Fryer Manual Releases: 1 Remarks: 1 Hood, 1 System with 2 Cylinders BUILDING: 10206 ORGANIZATION: RED HORSE DINING HALL Control Panel: Notifier Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 3 Gal Serial Number: 34506 Hydro: 1985 Number of nozzles: 2 Fusible Links #/Temp: 3/360 Cylinder Location: End of kitchen hood Appliance Arrangement: Kitchen Fryer-Tilt Skillet Manual Releases: 1 Remarks: None BUILDING: 10206 ORGANIZATION: RED HORSE DINING HALL Control Panel: Notifier Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 3 Gal Serial Number: 130447 Hydro: 1987 Number of nozzles: 2 Fusible Links #/Temp: 3/360 Cylinder Location: Inside server hood Appliance Arrangement: Server griddle Manual Releases: 1 Remarks: 1 Hood, 1 System with 2 Cylinders BUILDING: P-71 ORGANIZATION: INDIAN SPRINGS AFAF DINING HALL Control Panel: Monaco Cylinder Make: Safety First/ARS10A Chemical Type: Dry Cylinder Size(s): 10 Lbs Serial Number: 20293 Hydro: 1986 Number of nozzles: 2 Fusible Links #/Temp: 1/360 Cylinder Location: Rear wall Appliance Arrangement: Fryer-Steamer-Griddle Manual Releases: 1 Remarks: None BUILDING: P-71 ORGANIZATION: INDIAN SPRINGS AFAF DINING HALL Control Panel: Monaco Cylinder Make: Safety First/M.M. Chemical Type: Dry Cylinder Size(s): 2.75 Lbs Serial Number: 06810 Hydro: 1988 Number of nozzles: 2 Fusible Links #/Temp: 1/360 Cylinder Location: Left of kitchen hood Appliance Arrangement: Fryer-Steamer Manual Releases: 1 Remarks: None BUILDING: 2279 ORGANIZATION: RANGE 63, POINT BRAVO Control Panel: Ansul Cylinder Make: Ansul/Foray Chemical Type: Dry Cylinder Size: 50 Lbs Serial Number: N/A Number of nozzles: 2 Fusible Links #/Temp: 3/212 Degree Cylinder Location: Hazard material trailer Manual Releases: 1 Remarks: None BUILDING: 294 (NELLIS AFB, NV ) ORGANIZATION: FLIGHT LINE KITCHEN Control Panel: Monaco Cylinder Make: Ansul Co/R-102 Chemical Type: Wet Cylinder Size(s): 1 at 1.5 Gal and 2 at 3.0 Gal Serial Number: 33162 Hydro: 2000 Number of nozzles: 6 Fusible Links #/Temp: Cylinder Location: Right of kitchen hood Appliance Arrangement: Server-Broiler-Fryer Manual Releases: 1 Remarks: None BLDG 65 ORGANIZATION: IN-FLIGHT KITCHEN. BLDG 85 ORGANIZATION: IN-FLIGHT KITCHEN, HALON FIRE PROTECTION SYSTEMS, BLDG 61637 BUILDING: 61637 ORGANIZATION: HUSH HOUSE (ENGINE TEST CELL) Control Panel: Ansul Autopulse Cylinder Make: Ansul Chemical Type: Halon 1301 Detectors: NA Discharge Nozzle(s): 4 Horn(s): 1 Bell(s): 0 Light(s): 1 Manual(s): 1 Abort(s): 1 Cylinder Location: East Wall of Hush House Equipment Protected: Aircraft and engines Remarks: Cyl S/N 12658 was leaking-replaced with another, 1 May 92. Data will be obtained #of Cyl Serial Number Hydro Date Full Wt Empty Wt Charge Wt Actual Wt Pressure PSI 1 14295 83 568 222.14 345.9 568 320 2 14325 83 570 225.5 344 574 360 3 12769 82 567 220.1 346.9 516 360 4 12740 82 569 223.8 345.2 571 360 5 14284 83 571 225 346 569 360 6 12658 82 570 220.1 346.9 570 360 7 12822 82 570 223.1 346.9 567 360 8 14294 83 568 223.5 344.5 569 360 HALON FIRE PROTECTION SYSTEMS, BLDG 61633 BUILDING: 61633 ORGANIZATION: HUSH HOUSE (ENGINE TEST CELL) Control Panel: Ansul Autopulse Cylinder Make: Ansul Chemical Type: Halon 1301 Detectors: NA Discharge Nozzle(s): 4 Horn(s): 1 Bell(s): 0 Light(s): 1 Manual(s): 1 Abort(s): 1 Cylinder Location: East Wall of Hush House Equipment Protected: Aircraft and engines Remarks: Both Hush House systems are manual only #of Cyl Serial Number Hydro Date Full Wt Empty Wt Charge Wt Actual Wt Pressure PSI 1 27588 85 566 222 344 566 360 2 28564 85 565 221 344 565 360 3 28596 85 564 220 344 570 360 4 27512 85 567 223 344 567 360 5 28514 85 565 221 344 564 360 6 28613 85 564 221 343 565 360 7 25996 85 565 222 343 568 360 8 27573 85 568 224 344 570 370 APPENDIX B WET& DRY CHEMICAL FIRE SUPPRESION SYSTEM BUILDINGS AND LOCATIONS WHERE INSTALLED FIRE EXTINGUISHING AND AUTOMATIC FIRE ALARMS SYSTEMS ARE LOCATED. NELLIS AFB, NV: Bldg's 294, 300, 324, 350, 554, 567, 600, 601,790, 1619 & 10206 CREECH AFB. NV: Bldg's 65, P-71, 85 POINT BRAVO RANGE, NV: BLDG # 2279 Wage Determination The wage class that has been determined for this type of service is a 23290 - Fire Alarm System Mechanic $21.51 WD 05-2331 (Rev.-6) was first posted on www.wdol.gov on 06/17/2008 ****************************************************************************** ****************************************************************************** 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.: 2005-2331 Shirley F. Ebbesen Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 06/12/2008 _______________________________________|_______________________________________ States: Arizona, Nevada Area: Arizona County of Mohave Nevada Counties of Clark, Esmeralda, Lincoln, Nye _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.18 01012 - Accounting Clerk II 14.80 01013 - Accounting Clerk III 16.56 01020 - Administrative Assistant 19.73 01040 - Court Reporter 16.50 01051 - Data Entry Operator I 12.03 01052 - Data Entry Operator II 15.23 01060 - Dispatcher, Motor Vehicle 14.72 01070 - Document Preparation Clerk 12.73 01090 - Duplicating Machine Operator 12.73 01111 - General Clerk I 12.02 01112 - General Clerk II 13.85 01113 - General Clerk III 14.86 01120 - Housing Referral Assistant 17.60 01141 - Messenger Courier 10.77 01191 - Order Clerk I 12.53 01192 - Order Clerk II 13.86 01261 - Personnel Assistant (Employment) I 14.75 01262 - Personnel Assistant (Employment) II 16.50 01263 - Personnel Assistant (Employment) III 18.40 01270 - Production Control Clerk 18.74 01280 - Receptionist 12.02 01290 - Rental Clerk 12.93 01300 - Scheduler, Maintenance 15.01 01311 - Secretary I 15.01 01312 - Secretary II 16.50 01313 - Secretary III 17.60 01320 - Service Order Dispatcher 14.06 01410 - Supply Technician 19.73 01420 - Survey Worker 13.27 01531 - Travel Clerk I 12.74 01532 - Travel Clerk II 13.52 01533 - Travel Clerk III 14.50 01611 - Word Processor I 13.08 01612 - Word Processor II 14.87 01613 - Word Processor III 16.62 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.16 05010 - Automotive Electrician 18.45 05040 - Automotive Glass Installer 17.87 05070 - Automotive Worker 17.87 05110 - Mobile Equipment Servicer 16.33 05130 - Motor Equipment Metal Mechanic 19.22 05160 - Motor Equipment Metal Worker 17.87 05190 - Motor Vehicle Mechanic 18.74 05220 - Motor Vehicle Mechanic Helper 15.57 05250 - Motor Vehicle Upholstery Worker 17.11 05280 - Motor Vehicle Wrecker 17.87 05310 - Painter, Automotive 18.45 05340 - Radiator Repair Specialist 17.87 05370 - Tire Repairer 15.78 05400 - Transmission Repair Specialist 19.22 07000 - Food Preparation And Service Occupations 07010 - Baker 13.61 07041 - Cook I 12.69 07042 - Cook II 13.83 07070 - Dishwasher 10.24 07130 - Food Service Worker 10.85 07210 - Meat Cutter 16.52 07260 - Waiter/Waitress 10.74 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.45 09040 - Furniture Handler 14.79 09080 - Furniture Refinisher 16.46 09090 - Furniture Refinisher Helper 15.57 09110 - Furniture Repairer, Minor 17.11 09130 - Upholsterer 17.22 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.24 11060 - Elevator Operator 10.24 11090 - Gardener 13.08 11122 - Housekeeping Aide 11.60 11150 - Janitor 11.22 11210 - Laborer, Grounds Maintenance 11.81 11240 - Maid or Houseman 11.02 11260 - Pruner 11.22 11270 - Tractor Operator 12.43 11330 - Trail Maintenance Worker 11.81 11360 - Window Cleaner 11.77 12000 - Health Occupations 12010 - Ambulance Driver 17.41 12011 - Breath Alcohol Technician 17.41 12012 - Certified Occupational Therapist Assistant 21.84 12015 - Certified Physical Therapist Assistant 21.84 12020 - Dental Assistant 16.41 12025 - Dental Hygienist 31.66 12030 - EKG Technician 21.21 12035 - Electroneurodiagnostic Technologist 21.21 12040 - Emergency Medical Technician 17.41 12071 - Licensed Practical Nurse I 15.56 12072 - Licensed Practical Nurse II 17.41 12073 - Licensed Practical Nurse III 19.41 12100 - Medical Assistant 13.36 12130 - Medical Laboratory Technician 16.47 12160 - Medical Record Clerk 13.96 12190 - Medical Record Technician 15.62 12195 - Medical Transcriptionist 14.07 12210 - Nuclear Medicine Technologist 32.18 12221 - Nursing Assistant I 10.10 12222 - Nursing Assistant II 11.35 12223 - Nursing Assistant III 12.39 12224 - Nursing Assistant IV 13.91 12235 - Optical Dispenser 19.21 12236 - Optical Technician 11.58 12250 - Pharmacy Technician 14.53 12280 - Phlebotomist 13.91 12305 - Radiologic Technologist 26.60 12311 - Registered Nurse I 24.79 12312 - Registered Nurse II 30.33 12313 - Registered Nurse II, Specialist 30.33 12314 - Registered Nurse III 36.70 12315 - Registered Nurse III, Anesthetist 36.70 12316 - Registered Nurse IV 43.99 12317 - Scheduler (Drug and Alcohol Testing) 21.56 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.72 13012 - Exhibits Specialist II 25.28 13013 - Exhibits Specialist III 26.53 13041 - Illustrator I 20.20 13042 - Illustrator II 25.05 13043 - Illustrator III 27.64 13047 - Librarian 26.72 13050 - Library Aide/Clerk 13.55 13054 - Library Information Technology Systems Administrator 24.12 13058 - Library Technician 15.47 13061 - Media Specialist I 17.41 13062 - Media Specialist II 19.47 13063 - Media Specialist III 21.72 13071 - Photographer I 14.09 13072 - Photographer II 15.94 13073 - Photographer III 19.46 13074 - Photographer IV 23.72 13075 - Photographer V 28.79 13110 - Video Teleconference Technician 23.35 14000 - Information Technology Occupations 14041 - Computer Operator I 17.07 14042 - Computer Operator II 19.48 14043 - Computer Operator III 20.43 14044 - Computer Operator IV 22.64 14045 - Computer Operator V 25.06 14071 - Computer Programmer I (1) 20.32 14072 - Computer Programmer II (1) 25.18 14073 - Computer Programmer III (1) 14074 - Computer Programmer IV (1) 14101 - Computer Systems Analyst I (1) 14102 - Computer Systems Analyst II (1) 14103 - Computer Systems Analyst III (1) 14150 - Peripheral Equipment Operator 17.07 14160 - Personal Computer Support Technician 22.64 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.62 15020 - Aircrew Training Devices Instructor (Rated) 33.42 15030 - Air Crew Training Devices Instructor (Pilot) 36.76 15050 - Computer Based Training Specialist / Instructor 27.62 15060 - Educational Technologist 25.90 15070 - Flight Instructor (Pilot) 36.76 15080 - Graphic Artist 23.97 15090 - Technical Instructor 19.41 15095 - Technical Instructor/Course Developer 23.75 15110 - Test Proctor 15.67 15120 - Tutor 15.67 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.06 16030 - Counter Attendant 11.06 16040 - Dry Cleaner 14.30 16070 - Finisher, Flatwork, Machine 11.06 16090 - Presser, Hand 11.06 16110 - Presser, Machine, Drycleaning 11.06 16130 - Presser, Machine, Shirts 11.06 16160 - Presser, Machine, Wearing Apparel, Laundry 11.06 16190 - Sewing Machine Operator 15.38 16220 - Tailor 16.47 16250 - Washer, Machine 12.13 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.93 19040 - Tool And Die Maker 21.88 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.94 21030 - Material Coordinator 18.74 21040 - Material Expediter 18.74 21050 - Material Handling Laborer 11.91 21071 - Order Filler 13.11 21080 - Production Line Worker (Food Processing) 15.09 21110 - Shipping Packer 14.48 21130 - Shipping/Receiving Clerk 14.48 21140 - Store Worker I 14.80 21150 - Stock Clerk 18.49 21210 - Tools And Parts Attendant 15.14 21410 - Warehouse Specialist 15.14 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.81 23021 - Aircraft Mechanic I 25.53 23022 - Aircraft Mechanic II 26.81 23023 - Aircraft Mechanic III 28.00 23040 - Aircraft Mechanic Helper 20.68 23050 - Aircraft, Painter 24.97 23060 - Aircraft Servicer 22.73 23080 - Aircraft Worker 23.74 23110 - Appliance Mechanic 21.31 23120 - Bicycle Repairer 15.78 23125 - Cable Splicer 29.84 23130 - Carpenter, Maintenance 20.36 23140 - Carpet Layer 20.98 23160 - Electrician, Maintenance 23.99 23181 - Electronics Technician Maintenance I 18.21 23182 - Electronics Technician Maintenance II 24.45 23183 - Electronics Technician Maintenance III 26.93 23260 - Fabric Worker 19.22 23290 - Fire Alarm System Mechanic 21.51 23310 - Fire Extinguisher Repairer 18.21 23311 - Fuel Distribution System Mechanic 21.14 23312 - Fuel Distribution System Operator 17.96 23370 - General Maintenance Worker 18.48 23380 - Ground Support Equipment Mechanic 25.53 23381 - Ground Support Equipment Servicer 22.73 23382 - Ground Support Equipment Worker 23.74 23391 - Gunsmith I 18.21 23392 - Gunsmith II 20.22 23393 - Gunsmith III 22.37 23410 - Heating, Ventilation And Air-Conditioning Mechanic 20.72 23411 - Heating, Ventilation And Air Contditioning Mechanic (Research Facility) 21.72 23430 - Heavy Equipment Mechanic 24.09 23440 - Heavy Equipment Operator 24.29 23460 - Instrument Mechanic 24.66 23465 - Laboratory/Shelter Mechanic 21.31 23470 - Laborer 12.72 23510 - Locksmith 19.47 23530 - Machinery Maintenance Mechanic 26.15 23550 - Machinist, Maintenance 20.67 23580 - Maintenance Trades Helper 18.96 23591 - Metrology Technician I 24.66 23592 - Metrology Technician II 25.81 23593 - Metrology Technician III 26.76 23640 - Millwright 19.17 23710 - Office Appliance Repairer 20.43 23760 - Painter, Maintenance 21.22 23790 - Pipefitter, Maintenance 23.32 23810 - Plumber, Maintenance 22.62 23820 - Pneudraulic Systems Mechanic 22.37 23850 - Rigger 23.26 23870 - Scale Mechanic 20.22 23890 - Sheet-Metal Worker, Maintenance 27.44 23910 - Small Engine Mechanic 17.87 23931 - Telecommunications Mechanic I 21.27 23932 - Telecommunications Mechanic II 25.08 23950 - Telephone Lineman 22.85 23960 - Welder, Combination, Maintenance 20.67 23965 - Well Driller 22.47 23970 - Woodcraft Worker 22.37 23980 - Woodworker 16.81 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.74 24580 - Child Care Center Clerk 17.75 24610 - Chore Aide 9.91 24620 - Family Readiness And Support Services Coordinator 14.26 24630 - Homemaker 19.78 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 23.25 25040 - Sewage Plant Operator 26.51 25070 - Stationary Engineer 23.25 25190 - Ventilation Equipment Tender 18.82 25210 - Water Treatment Plant Operator 26.51 27000 - Protective Service Occupations 27004 - Alarm Monitor 18.62 27007 - Baggage Inspector 11.72 27008 - Corrections Officer 25.00 27010 - Court Security Officer 23.66 27030 - Detection Dog Handler 19.68 27040 - Detention Officer 25.00 27070 - Firefighter 23.82 27101 - Guard I 11.72 27102 - Guard II 19.68 27131 - Police Officer I 24.87 27132 - Police Officer II 27.63 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.87 28042 - Carnival Equipment Repairer 12.49 28043 - Carnival Equpment Worker 10.24 28210 - Gate Attendant/Gate Tender 12.73 28310 - Lifeguard 11.52 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 10.39 28515 - Recreation Specialist 13.62 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 20.30 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.12 29020 - Hatch Tender 24.12 29030 - Line Handler 24.14 29041 - Stevedore I 23.15 29042 - Stevedore II 27.60 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (2) 33.96 30011 - Air Traffic Control Specialist, Station (HFO) (2) 23.42 30012 - Air Traffic Control Specialist, Terminal (HFO) (2) 25.79 30021 - Archeological Technician I 15.57 30022 - Archeological Technician II 17.40 30023 - Archeological Technician III 21.62 30030 - Cartographic Technician 26.73 30040 - Civil Engineering Technician 24.83 30061 - Drafter/CAD Operator I 19.29 30062 - Drafter/CAD Operator II 21.58 30063 - Drafter/CAD Operator III 24.06 30064 - Drafter/CAD Operator IV 28.06 30081 - Engineering Technician I 15.40 30082 - Engineering Technician II 17.45 30083 - Engineering Technician III 23.33 30084 - Engineering Technician IV 24.18 30085 - Engineering Technician V 29.58 30086 - Engineering Technician VI 35.79 30090 - Environmental Technician 24.02 30210 - Laboratory Technician 22.09 30240 - Mathematical Technician 26.73 30361 - Paralegal/Legal Assistant I 18.18 30362 - Paralegal/Legal Assistant II 21.42 30363 - Paralegal/Legal Assistant III 26.27 30364 - Paralegal/Legal Assistant IV 31.78 30390 - Photo-Optics Technician 26.73 30461 - Technical Writer I 20.42 30462 - Technical Writer II 24.99 30463 - Technical Writer III 30.23 30491 - Unexploded Ordnance (UXO) Technician I 21.58 30492 - Unexploded Ordnance (UXO) Technician II 26.11 30493 - Unexploded Ordnance (UXO) Technician III 31.30 30494 - Unexploded (UXO) Safety Escort 21.58 30495 - Unexploded (UXO) Sweep Personnel 21.58 30620 - Weather Observer, Combined Upper Air Or Surface Programs (2) 22.52 30621 - Weather Observer, Senior (2) 24.99 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 13.60 31030 - Bus Driver 17.32 31043 - Driver Courier 14.24 31260 - Parking and Lot Attendant 11.11 31290 - Shuttle Bus Driver 15.69 31310 - Taxi Driver 12.92 31361 - Truckdriver, Light 14.13 31362 - Truckdriver, Medium 15.32 31363 - Truckdriver, Heavy 18.57 31364 - Truckdriver, Tractor-Trailer 18.57 99000 - Miscellaneous Occupations 99030 - Cashier 10.29 99050 - Desk Clerk 12.94 99095 - Embalmer 24.90 99251 - Laboratory Animal Caretaker I 11.36 99252 - Laboratory Animal Caretaker II 12.50 99310 - Mortician 24.90 99410 - Pest Controller 15.39 99510 - Photofinishing Worker 14.87 99710 - Recycling Laborer 17.27 99711 - Recycling Specialist 19.05 99730 - Refuse Collector 16.03 99810 - Sales Clerk 11.87 99820 - School Crossing Guard 13.75 99830 - Survey Party Chief 30.55 99831 - Surveying Aide 17.37 99832 - Surveying Technician 23.83 99840 - Vending Machine Attendant 12.42 99841 - Vending Machine Repairer 18.05 99842 - Vending Machine Repairer Helper 15.71 ________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.24 per hour or $129.60 per week or $561.60 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) 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 arenot performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80138bf6de4eef28c14d116d91ad6454&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Creech AFB, Point Bravo, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01739636-W 20090130/090128215249-80138bf6de4eef28c14d116d91ad6454 (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.