SOLICITATION NOTICE
R -- Hoist & Crane Annual Services - Synopsis/Solicitation - Hoist & Crane
- Notice Date
- 9/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- F1K3DA2153A001KAT
- Archive Date
- 9/22/2012
- Point of Contact
- Kathy Gatewood Clark, Phone: 7208477175, Deb Saumur, Phone: 720-847-9390
- E-Mail Address
-
kathy.clark.1@us.af.mil, debra.saumur.1@us.af.mil
(kathy.clark.1@us.af.mil, debra.saumur.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis/Solicitation - Hoist & Crane This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR Subpart 13.5 and FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. The solicitation number for this requirement is F1K3DA2153A001KAT and is hereby issued as a Request for Quote (RFQ) using subpart FAR Part 13, Simplified Acquisition Procedures. The 460 CES/CEOSS, Buckley Air Force Base (BAFB), Colorado requires a contract for the following services; the contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform Hoists and Cranes Inspections, Testing, and Repair services at Buckley Air Force Base (BAFB), Colorado. All work will be accomplished in accordance with all OSHA, ANSI, local, state, and federal regulations. The wages for this quotation shall be based on the attached U.S. Department of Labor, Employment Standards Administration Wage and Hour Division under WD 05-2081 (Rev. -12) as of 19 June 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 11, DFAR DCN 20110819 effective 19 Aug 11 and AFFAR AFAC 2011-0714 effective 14 Jul 11. The North American Industry Classification System (NAICS) code is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business Size Standard is $7.0M. THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE ONLY. It is anticipated that the contract will have 1-year base period with 4 each 1-year options. HubZone, women owned, service disabled veteran owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR : BUCKLEY AFB, CO CLIN ITEM QTY UNIT OF ITEM PRICE EXTENDED PRICE ISSUE BASE PERIOD (1 Oct 12 - 30 Sep 13) 0001 Annual Inspection 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___N/A______ 0002 Four Year Inspection and Load Test 1 EA tiny_mce_marker________ tiny_mce_marker_____________ 0003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________ 0004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,000.00____ (SOW parag. 3.2 - Work Orders) Total tiny_mce_marker_____________ OPTION PERIOD 1 (1 Oct 13 - 30 Sep 14) 1001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________ 1002 Four Year Inspection and Load Test 1 EA tiny_mce_marker__N/A___ tiny_mce_marker_____ N/A____ 1003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________ 1004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,150.00____ (SOW parag. 3.2 - Work Orders) Total tiny_mce_marker_____________ OPTION PERIOD 2 (1 Oct 14 - 30 Sep 15) 2001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________ 2002 Four Year Inspection and Load Test 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___ N/A______ 2003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________ 2004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,304.50____ (SOW parag. 3.2 - Work Orders) Total tiny_mce_marker_____________ OPTION PERIOD 3(1 Oct 15 - 30 Sep 16) 3001 Annual Inspection 1 EA tiny_mce_marker_______ tiny_mce_marker_____________ 3002 Four Year Inspection and Load Test 1 EA tiny_mce_marker__N/A__ tiny_mce_marker____N/A_____ 3003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________ 3004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,463.64____ (SOW parag. 3.2 - Work Orders) Total tiny_mce_marker_____________ OPTION PERIOD 4 (1 Oct 16 - 30 Sep 17) 4001 Annual Inspection 1 EA tiny_mce_marker__N/A__ tiny_mce_marker___N/A______ 4002 Four Year Inspection and Load Test 1 EA tiny_mce_marker________ tiny_mce_marker_____________ 4003 Service Calls 3 EA tiny_mce_marker________ tiny_mce_marker_____________ 4004 Repairs (Cost Reimbursable) 1 YR tiny_mce_marker________ tiny_mce_marker_$5,627.54____ (SOW parag. 3.2 - Work Orders) Total tiny_mce_marker_____________ TOTAL OF ALL PERIODS tiny_mce_marker_____________ GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Kathy Gatewood Clark at (720) 847-7175 kathy.clark.1@us.af.mil or Deb Saumur at (720) 847-9390 debra.saumur.1@us.af.mil. DEADLINES: Submit questions and offers to the primary POC and alternate POC. All questions or requests for information must be in writing and sent by email correspondence by close of business (COB) on Wednesday, 5 September 2012 by 1700 Mountain Daylight Time (MDT). It is acceptable to submit quotes by email no-later-than (nlt) Friday, 7 September 2012 by 1400 MDT. Facsimile quotations will also be accepted at (720) 847-6443. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point-of-contact (POC) to include phone number and email address. To obtain or renew a DUNS number and/or CAGE code, please visit www.sam.gov/portal/public/SAM/. In order to be eligible for this award the company must be registered in CCR located at the above website. DELIVERY OF SERVICES ADDRESS: All services will be conducted at 460 CES/CEOSS, 385 S. Aspen Drive, Buckley AFB CO 80011. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS FEB 2012 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS FEB 2012 52.217-5 EVALUATION OF OPTIONS JUL 1990 52.222-3 CONVICT LABOR JUN 2003 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES MAR 2012 52.222-41 SERVICE CONTRACT ACT OF 1965 NOV 2007 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION AUG 2003 52.223-6 DRUG-FREE WORKPLACE MAY 2001 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.227-1 AUTHORIZATION AND CONSENT DEC 2007 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION JAN 1997 52.229-3 FEDERAL, STATE, AND LOCAL TAXES APR 2003 52.232.1 PAYMENTS APR 1984 52.233-1 DISPUTES JUL 2002 52.233-3 PROTEST AFTER AWARD AUG 1996 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION APR 1984 52.242-15 STOP-WORK ORDER AUG 1989 52.242-17 GOVERNMENT DELAY OF WORK APR 1984 52.243-1 CHANGES-FIXED-PRICE (AUG 1987)(Alternate III) APR 1984 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS MAR 2009 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR 1984 The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: 252.212-7001 (Dev) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) DEC 2010 252.219-7011 NOTIFICATION TO DELAY PERFORMANCE JUN 1998 252.223-7004 DRUG FREE WORK FORCE SEP 1988 252.243-7001 PRICING OF CONTRACT MODIFICATIONS DEC 1991 The FAR, DFARS and AFFARS can be accessed on the Internet at http://www.farsite.hill.af.mil in full text. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.204-99 -- SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) (AUG 2012) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) 52.212-2 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: BASIS OF AWARD: Award will be made to the offeror representing the best value to the Government. Best value consists of the offer meeting the technical capability to perform the services identified within the Performance Work Statement (PWS) (to include the attached pictures) at the lowest price. Each Offerors quotation shall provide the following information: (i) Price (ii) Technical Capability Lowest Price, Technically Acceptable (LPTA) Award will be made to the offeror whose price is lowest among all quotations that were deemed to be technically acceptable. Award will be made to the offeror representing the best value to the Government. Best value consists of the Offeror's quotation meeting the technical capability shown within the PWS at the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (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 30 days prior to the last day of the period of performance for the contract. (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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 60 months. (End of clause) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUNE 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Civil Engineering Technician (GS-9/Step 5) $22.57 -- $8.12 (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. At least five days prior to base access, the contractor shall send, to the Contracting Office, a list containing the full name, state issued identification number or driver's license number and the state of issue, social security number, date of birth, and company name of each individual requesting access to Buckley Air Force Base. Additionally, the list shall contain the purpose of base access, date(s) and time(s) of base access, and a company point of contact with telephone number. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. WIDE AREA WORK FLOW (WAWF) VENDOR INSTRUCTIONS INSTALLATION AND REGISTRATION CHECKLIST Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System • Please access http://www.wawftraining.com for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). • If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543-12-X-XXXX TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: ADMIN DODAAC: FA2543 ISSUE DODAAC: FA2543 SHIP TO DODAAC: FA2543 PAY OFFICE DODAAC: F03000 E-Mail Notifications Contract Administrator: kathy.clark.1@us.af.mil Customer (Civil Engineering): TBD Alternate I (Civil Engineering): TBD Alternate II (Civil Engineering): TBD STATEMENT OF WORK for Hoists and Cranes Inspections, Testing and Repair Buckley AFB, Colorado 13 June 2012 INDEX SECTION/PARA DESCRIPTION PAGE NO SECTION I GENERAL TECHNICAL SUPPORT AGREEMENT 1.0 General Requirements......................................2 2.0 Performance Period.........................................2 3.0 Description of Services.....................................2 4.0 General Information........................................3 4.4 Security Requirements.....................................4 4.5 Hours of Operation....................................... 5 4.6 Invoicing..................................................5 5.0 Special Requirements...................................5-6 SECTION II APPENDICES A List of Hoists and Cranes.................................7 1.0 GENERAL REQUIREMENTS 1.1 The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform Hoists and Cranes Inspections, Testing, and Repair services at Buckley Air Force Base (BAFB), Colorado. 1.2 All work will be accomplished in accordance with all OSHA, ANSI, local, state, and federal regulations. 2.0 PERFORMANCE PERIOD 2.1 Work will be performed between the 15th of September and 15th of October in the base period and for each service year option. 2.2 Period of performance for each service shall be no longer than 21 days. 2.3 Work start date shall be coordinated with Buckley AFB CEOSS. 3.0 DESCRIPTION OF SERVICES 3.1 General Requirements. 3.1.1 Annual Inspection. The contractor shall perform annual inspections on hoists and cranes on BAFB in accordance with current OSHA and ANSI standards, manufacturer's specifications, and local, state, or federal regulations. 3.1.1.1 Inspection Reports. Contractor shall provide to Buckley AFB CEOSS a written report documenting inspection and findings. 3.1.2 Four Year Inspection and Load Test. The contractor shall perform four-year inspections and load tests on hoists and cranes on BAFB in accordance with current OSHA and ANSI standards, manufacturer's specifications, and local, state, or federal regulations. A Four Year Inspection and Load Test will be performed in the first year of contract performance. 3.1.2.1 Inspection and Test Reports. Contractor shall provide to Buckley AFB CEOSS a written report documenting inspection and findings. 3.1.3 Service Call. The contractor shall provide unscheduled, emergency repair of systems, as required between inspections. Unscheduled service calls will be initiated by the government. The Contractor shall report to the required location within 24 hours to survey the repair. Refer to paragraphs 3.1.4 and 3.2 regarding repairs and cost reimbursable items. 3.1.4 Repair. The contractor shall perform repairs on hoists and cranes on BAFB in accordance with commercial practices, manufacturer's specifications, and local, state, or federal regulations. The contractor shall provide written estimates for required repairs to the government. This written estimate shall include the estimated cost of itemized parts and labor, the specified time needed to repair and the projected equipment downtime. For Load Test failures, the contractor shall immediately notify the government that the device failed the test. The contractor shall provide government a written repair estimate within 2 business days. 3.2 Cost Reimbursable CLINs. This paragraph pertains to all COST REIMURSABLE items (Example paragraph 3.1.4 above). Contractor may be asked to provide cost estimate for possible work to be performed. Request of cost estimate does not guarantee Contractor will perform work. Contractor shall not start work until notified by CO or COR. Once the work has been completed and approved by QAP, the Contractor shall submit an invoice to the CO and QAP that outlines the accumulation of time and materials, excluding all profit and overhead costs. If any funding remains after the period of performance has terminated, then the funding will be de-obligated. 4.0 GENERAL INFORMATION 4.1 Government Furnished Property 4.1.1 None. 4.2. Government Furnished Services. 4.2.1. Security Forces and Fire Protection. The Government shall provide Security Forces and Fire Protection services. In the case of an emergency situation, the Security Forces telephone number at BAFB is 720-847-9930 and the Fire Department telephone number is 720-847-9924. *NOTE - In case of an emergency on BAFB, DIAL 720-847-9117, if using a cellular phone! 4.2.2. Emergency Medical Services. Ambulance and emergency medical services shall be provided on a cost-reimbursable basis. No other property or services shall be Government-furnished. For Emergency services at Buckley AFB, dial 911 from a landline phone. *NOTE - In case of an emergency on BAFB, DIAL 720-847-9117, if using a cellular phone! 4.3 Contractor Personnel 4.3.1 Contract Manager: The Contractor shall provide a Contract Manager who shall be responsible for the performance of work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer not later than the pre-performance conference and within one (1) day of any change(s). The Contract Manager or alternate shall be available between the hours of 6:00 a.m. and 6:00 p.m. The Contract Manager and alternate(s) shall be able to read, write, speak, and understand English. The Contract Manager Position shall at no time be vacant. The contractor shall at all times provide adequate supervision of their employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 4.3.2 Appearance: Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Identification of all employees may be accomplished by wearing badges or distinctive clothing bearing the name of the contractor. Badges or clothing shall be provided by the contractor. 4.4 Security Requirements 4.4.1 OPSEC REQUIREMENTS WITHIN CONTRACTS Contractor(s) shall comply with all provisions of AFI 10-701 dated 8 Jun 11, and applicable AFSPC Supplement. Key excerpts are below. Contractor(s) will practice OPSEC to protect critical information for specific Government contracts and subcontracts. Contractor(s) should identify OPSEC measures in their requirements documents and ensure they are identified in resulting solicitations and contracts. Contractor(s) will consider OPSEC for all contractual requirements. Contractor(s) will protect critical, sensitive and for official use only (FOUO) contracted information. The user organization will provide OPSEC guidance for the contractors. The following OPSEC guidance is provided: • Organization's critical information list • Adversaries' collection threat information as it applies to the organization's mission and the contract, (phishing, dumpster diving, etc.) • Operations security guidance (AFI 10-701) • Specific OPSEC measures the organization requires (as appropriate) • 100% shred policy • Out-of-office replies/messages • E-mail guidance with respect to OPSEC • OPSEC Training All required OPSEC training will be provided free to mission partners and contractors from the government OPSEC Coordinators. The 460th CES OPSEC Primary POC may be reached at DSN 847-9261or local (720) 847-9261. The 460th CES OPSEC Alternate POC may be reached at DSN 847-6276 or local (720) 847-6276. Fax DSN 847-9101, or Commercial 720-847-9101. 4.4.2 BAFB Security: The contractor and all employees shall comply with all Buckley AFB security requirements imposed by the installation commander at all times while on the premises. 4.4.2.1 Heightened Security and FPCONs: During periods of heightened security and Force Protection Conditions (FPCONs), entry onto and around the base will be significantly restricted. The contractor shall make concessions for potential delays caused by security measures and will ensure that timely and successful completion of the construction schedule is still accomplished. The contractor will comply with any implemented security measures when a FPCON is declared on the installation. 4.4.2.2 Base Access: The contractor shall arrange all needed security support for this PWS. To gain unescorted access on to BAFB, the contractor will obtain a DBIDS card. The DBIDS paperwork must be submitted to the COR for Security Forces approval before the card can be issued to the contractor. The Government will assist the contractor to coordinate security matters with the 460th Civil Engineer Squadron (CES) and other base agencies, as needed. 4.4.2.2.1 All drivers will have in their possession the following documentation: valid driver's license, vehicle registration, and insurance card. Any driver who does not have all of these items will be turned away and denied access to the installation. 4.4.2.2.2 All personnel operating a vehicle on Buckley AFB shall be a licensed driver and all vehicles shall be licensed and insured. 4.4.2.3 Work Environment: The work of this contract occurs on military installations. Delays due to exercises and contingencies are part of the environment, and cannot be considered cause for an adjustment in price. 4.5 Hours of Operation. The contractor shall perform the services required under this contract 7:00 a.m. through 4:30 p.m. Monday through Friday, except Federal Holidays listed below. New Year's Day - 1 January Martin Luther King Day - 3rd Monday in January Washington's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December 4.6 Invoicing. Contractor will invoice for work done through Wide Area Workflow (WAWF). 5.0 SPECIAL REQUIREMENTS 5.1 Hazardous Materials. All hazardous materials brought on the installation by the contractor must be reported in writing to the Contracting Officer at least three (3) days prior to bringing the materials on base. The written notification will include the name of the material, the quantity being transported, a Material Safety Data Sheet (MSDS), and intended use. 5.2 Contractor shall ensure compliance with all state and federal laws and/or codes pertaining to the handling and release of propane gas. 5.3 The contractor shall report any instances of spills, leaks, and inadvertent release of hazardous materials to the PM as soon as the event occurs. The contractor shall insure his employees handle hazardous materials according to any federal, state, or local laws concerning Hazardous Waste Operations and Emergency Response. 5.4 Protection of Real Property: The contractor shall protect all government property, including grounds, resulting from service operations. The contractor shall immediately report any damage to government property to the PM and Contracting Officer. The contractor shall repair or replace all damage to real property, including grounds, as approved by the Contracting Officer or PM at no additional expense to the government. All damage shall be repaired within five (5) workdays by the contractor with materials of like type, quality, and finish by skilled craftsmen of the trades involved. 6.0. APPENDIX A. List of Cranes and Hoists Appendix A Brand/Model # Description Size Building Location Shaw-Box/80L05020S10 Elec cable hoist w/crane 5 ton 728 Liftech/905525-UU1 Crane 5 ton 728 CM/Cyclone Hand Chain Hoist w/trolley 5 ton 1007 Shaw-Box/80L5025S18 Elec cable hoist w/trolley ½ ton 1022 Shaw-Box/PUT01H Trolley ½ ton 1022 WD 05-2081 (Rev.-12) was first posted on www.wdol.gov on 06/19/2012 ************************************************************************************ 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.: 2005-2081 Diane C. Koplewski Division of | Revision No.: 12 Director Wage Determinations| Date Of Revision: 06/13/2012 _______________________________________|____________________________________________ State: Colorado Area: Colorado Counties of Adams, Arapahoe, Boulder, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Grand, Jackson, Jefferson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington, Weld, Yuma ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.16 01012 - Accounting Clerk II 16.44 01013 - Accounting Clerk III 18.38 01020 - Administrative Assistant 26.31 01040 - Court Reporter 19.59 01051 - Data Entry Operator I 14.06 01052 - Data Entry Operator II 15.35 01060 - Dispatcher, Motor Vehicle 19.37 01070 - Document Preparation Clerk 14.55 01090 - Duplicating Machine Operator 14.55 01111 - General Clerk I 13.39 01112 - General Clerk II 14.61 01113 - General Clerk III 16.40 01120 - Housing Referral Assistant 21.75 01141 - Messenger Courier 13.02 01191 - Order Clerk I 14.93 01192 - Order Clerk II 16.29 01261 - Personnel Assistant (Employment) I 16.67 01262 - Personnel Assistant (Employment) II 18.65 01263 - Personnel Assistant (Employment) III 20.79 01270 - Production Control Clerk 22.33 01280 - Receptionist 14.27 01290 - Rental Clerk 15.53 01300 - Scheduler, Maintenance 17.15 01311 - Secretary I 17.15 01312 - Secretary II 19.19 01313 - Secretary III 21.75 01320 - Service Order Dispatcher 14.37 01410 - Supply Technician 26.31 01420 - Survey Worker 17.77 01531 - Travel Clerk I 13.55 01532 - Travel Clerk II 14.20 01533 - Travel Clerk III 15.19 01611 - Word Processor I 14.15 01612 - Word Processor II 15.88 01613 - Word Processor III 17.77 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 26.19 05010 - Automotive Electrician 20.43 05040 - Automotive Glass Installer 19.36 05070 - Automotive Worker 19.36 05110 - Mobile Equipment Servicer 17.61 05130 - Motor Equipment Metal Mechanic 20.82 05160 - Motor Equipment Metal Worker 19.36 05190 - Motor Vehicle Mechanic 20.82 05220 - Motor Vehicle Mechanic Helper 16.41 05250 - Motor Vehicle Upholstery Worker 19.36 05280 - Motor Vehicle Wrecker 19.36 05310 - Painter, Automotive 19.69 05340 - Radiator Repair Specialist 19.36 05370 - Tire Repairer 14.98 05400 - Transmission Repair Specialist 20.82 07000 - Food Preparation And Service Occupations 07010 - Baker 14.52 07041 - Cook I 13.06 07042 - Cook II 15.10 07070 - Dishwasher 9.69 07130 - Food Service Worker 10.90 07210 - Meat Cutter 15.13 07260 - Waiter/Waitress 10.65 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.06 09040 - Furniture Handler 15.90 09080 - Furniture Refinisher 19.06 09090 - Furniture Refinisher Helper 15.90 09110 - Furniture Repairer, Minor 18.10 09130 - Upholsterer 19.06 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.08 11060 - Elevator Operator 11.08 11090 - Gardener 18.19 11122 - Housekeeping Aide 12.46 11150 - Janitor 12.01 11210 - Laborer, Grounds Maintenance 14.67 11240 - Maid or Houseman 9.16 11260 - Pruner 13.16 11270 - Tractor Operator 17.30 11330 - Trail Maintenance Worker 14.67 11360 - Window Cleaner 13.37 12000 - Health Occupations 12010 - Ambulance Driver 18.18 12011 - Breath Alcohol Technician 20.66 12012 - Certified Occupational Therapist Assistant 19.48 12015 - Certified Physical Therapist Assistant 18.75 12020 - Dental Assistant 18.55 12025 - Dental Hygienist 36.80 12030 - EKG Technician 24.05 12035 - Electroneurodiagnostic Technologist 24.05 12040 - Emergency Medical Technician 18.18 12071 - Licensed Practical Nurse I 18.46 12072 - Licensed Practical Nurse II 20.66 12073 - Licensed Practical Nurse III 23.03 12100 - Medical Assistant 15.94 12130 - Medical Laboratory Technician 17.47 12160 - Medical Record Clerk 16.12 12190 - Medical Record Technician 18.04 12195 - Medical Transcriptionist 18.73 12210 - Nuclear Medicine Technologist 36.64 12221 - Nursing Assistant I 11.78 12222 - Nursing Assistant II 13.25 12223 - Nursing Assistant III 14.46 12224 - Nursing Assistant IV 16.23 12235 - Optical Dispenser 20.66 12236 - Optical Technician 18.46 12250 - Pharmacy Technician 15.81 12280 - Phlebotomist 16.23 12305 - Radiologic Technologist 26.85 12311 - Registered Nurse I 29.98 12312 - Registered Nurse II 36.67 12313 - Registered Nurse II, Specialist 36.67 12314 - Registered Nurse III 43.96 12315 - Registered Nurse III, Anesthetist 43.96 12316 - Registered Nurse IV 53.17 12317 - Scheduler (Drug and Alcohol Testing) 27.05 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.46 13012 - Exhibits Specialist II 22.87 13013 - Exhibits Specialist III 27.97 13041 - Illustrator I 20.05 13042 - Illustrator II 23.10 13043 - Illustrator III 28.26 13047 - Librarian 28.29 13050 - Library Aide/Clerk 15.88 13054 - Library Information Technology Systems 25.55 Administrator 13058 - Library Technician 17.64 13061 - Media Specialist I 18.43 13062 - Media Specialist II 20.62 13063 - Media Specialist III 22.99 13071 - Photographer I 16.85 13072 - Photographer II 18.85 13073 - Photographer III 23.36 13074 - Photographer IV 28.57 13075 - Photographer V 34.56 13110 - Video Teleconference Technician 18.26 14000 - Information Technology Occupations 14041 - Computer Operator I 17.81 14042 - Computer Operator II 19.93 14043 - Computer Operator III 22.21 14044 - Computer Operator IV 24.69 14045 - Computer Operator V 28.56 14071 - Computer Programmer I 24.31 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 17.81 14160 - Personal Computer Support Technician 24.69 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 35.58 15020 - Aircrew Training Devices Instructor (Rated) 43.06 15030 - Air Crew Training Devices Instructor (Pilot) 49.15 15050 - Computer Based Training Specialist / Instructor 35.58 15060 - Educational Technologist 31.17 15070 - Flight Instructor (Pilot) 49.15 15080 - Graphic Artist 21.93 15090 - Technical Instructor 21.99 15095 - Technical Instructor/Course Developer 26.89 15110 - Test Proctor 17.74 15120 - Tutor 17.74 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.84 16030 - Counter Attendant 9.84 16040 - Dry Cleaner 12.71 16070 - Finisher, Flatwork, Machine 9.84 16090 - Presser, Hand 9.84 16110 - Presser, Machine, Drycleaning 9.84 16130 - Presser, Machine, Shirts 9.84 16160 - Presser, Machine, Wearing Apparel, Laundry 9.84 16190 - Sewing Machine Operator 13.57 16220 - Tailor 14.48 16250 - Washer, Machine 10.93 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.32 19040 - Tool And Die Maker 21.57 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.96 21030 - Material Coordinator 22.33 21040 - Material Expediter 22.33 21050 - Material Handling Laborer 17.36 21071 - Order Filler 13.44 21080 - Production Line Worker (Food Processing) 14.96 21110 - Shipping Packer 15.20 21130 - Shipping/Receiving Clerk 15.20 21140 - Store Worker I 11.90 21150 - Stock Clerk 15.99 21210 - Tools And Parts Attendant 16.28 21410 - Warehouse Specialist 14.96 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.73 23021 - Aircraft Mechanic I 27.10 23022 - Aircraft Mechanic II 28.53 23023 - Aircraft Mechanic III 29.70 23040 - Aircraft Mechanic Helper 19.22 23050 - Aircraft, Painter 25.80 23060 - Aircraft Servicer 22.49 23080 - Aircraft Worker 24.13 23110 - Appliance Mechanic 22.34 23120 - Bicycle Repairer 14.98 23125 - Cable Splicer 30.57 23130 - Carpenter, Maintenance 19.40 23140 - Carpet Layer 18.72 23160 - Electrician, Maintenance 24.90 23181 - Electronics Technician Maintenance I 22.14 23182 - Electronics Technician Maintenance II 23.65 23183 - Electronics Technician Maintenance III 25.12 23260 - Fabric Worker 20.52 23290 - Fire Alarm System Mechanic 21.09 23310 - Fire Extinguisher Repairer 18.97 23311 - Fuel Distribution System Mechanic 23.46 23312 - Fuel Distribution System Operator 18.97 23370 - General Maintenance Worker 19.16 23380 - Ground Support Equipment Mechanic 27.10 23381 - Ground Support Equipment Servicer 22.49 23382 - Ground Support Equipment Worker 24.13 23391 - Gunsmith I 17.13 23392 - Gunsmith II 19.81 23393 - Gunsmith III 22.48 23410 - Heating, Ventilation And Air-Conditioning 22.73 Mechanic 23411 - Heating, Ventilation And Air Contditioning 23.92 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 22.05 23440 - Heavy Equipment Operator 20.98 23460 - Instrument Mechanic 28.48 23465 - Laboratory/Shelter Mechanic 21.17 23470 - Laborer 13.87 23510 - Locksmith 20.97 23530 - Machinery Maintenance Mechanic 23.43 23550 - Machinist, Maintenance 19.33 23580 - Maintenance Trades Helper 15.26 23591 - Metrology Technician I 28.48 23592 - Metrology Technician II 29.91 23593 - Metrology Technician III 31.16 23640 - Millwright 22.48 23710 - Office Appliance Repairer 21.44 23760 - Painter, Maintenance 17.84 23790 - Pipefitter, Maintenance 24.59 23810 - Plumber, Maintenance 21.93 23820 - Pneudraulic Systems Mechanic 22.48 23850 - Rigger 22.48 23870 - Scale Mechanic 19.81 23890 - Sheet-Metal Worker, Maintenance 19.85 23910 - Small Engine Mechanic 17.92 23931 - Telecommunications Mechanic I 27.08 23932 - Telecommunications Mechanic II 28.50 23950 - Telephone Lineman 23.34 23960 - Welder, Combination, Maintenance 19.79 23965 - Well Driller 20.88 23970 - Woodcraft Worker 22.48 23980 - Woodworker 17.13 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.69 24580 - Child Care Center Clerk 14.17 24610 - Chore Aide 10.52 24620 - Family Readiness And Support Services 15.93 Coordinator 24630 - Homemaker 16.29 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 24.70 25040 - Sewage Plant Operator 22.79 25070 - Stationary Engineer 24.70 25190 - Ventilation Equipment Tender 17.33 25210 - Water Treatment Plant Operator 22.79 27000 - Protective Service Occupations 27004 - Alarm Monitor 20.94 27007 - Baggage Inspector 13.19 27008 - Corrections Officer 23.36 27010 - Court Security Officer 27.27 27030 - Detection Dog Handler 21.32 27040 - Detention Officer 24.05 27070 - Firefighter 29.32 27101 - Guard I 13.19 27102 - Guard II 21.32 27131 - Police Officer I 29.14 27132 - Police Officer II 32.39 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.08 28042 - Carnival Equipment Repairer 14.10 28043 - Carnival Equpment Worker 10.23 28210 - Gate Attendant/Gate Tender 15.14 28310 - Lifeguard 11.73 28350 - Park Attendant (Aide) 16.75 28510 - Recreation Aide/Health Facility Attendant 12.36 28515 - Recreation Specialist 16.28 28630 - Sports Official 13.49 28690 - Swimming Pool Operator 17.05 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.50 29020 - Hatch Tender 23.50 29030 - Line Handler 23.50 29041 - Stevedore I 21.91 29042 - Stevedore II 25.48 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.39 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.47 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.16 30021 - Archeological Technician I 19.40 30022 - Archeological Technician II 21.70 30023 - Archeological Technician III 26.89 30030 - Cartographic Technician 26.41 30040 - Civil Engineering Technician 24.61 30061 - Drafter/CAD Operator I 18.45 30062 - Drafter/CAD Operator II 20.65 30063 - Drafter/CAD Operator III 23.84 30064 - Drafter/CAD Operator IV 31.50 30081 - Engineering Technician I 18.44 30082 - Engineering Technician II 20.69 30083 - Engineering Technician III 23.15 30084 - Engineering Technician IV 28.69 30085 - Engineering Technician V 35.09 30086 - Engineering Technician VI 42.45 30090 - Environmental Technician 24.08 30210 - Laboratory Technician 21.37 30240 - Mathematical Technician 26.62 30361 - Paralegal/Legal Assistant I 19.46 30362 - Paralegal/Legal Assistant II 24.11 30363 - Paralegal/Legal Assistant III 29.49 30364 - Paralegal/Legal Assistant IV 35.68 30390 - Photo-Optics Technician 26.62 30461 - Technical Writer I 26.26 30462 - Technical Writer II 32.12 30463 - Technical Writer III 38.86 30491 - Unexploded Ordnance (UXO) Technician I 24.40 30492 - Unexploded Ordnance (UXO) Technician II 29.52 30493 - Unexploded Ordnance (UXO) Technician III 35.38 30494 - Unexploded (UXO) Safety Escort 24.40 30495 - Unexploded (UXO) Sweep Personnel 24.40 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.84 Surface Programs 30621 - Weather Observer, Senior (see 2) 26.41 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.89 31030 - Bus Driver 15.89 31043 - Driver Courier 14.49 31260 - Parking and Lot Attendant 9.13 31290 - Shuttle Bus Driver 15.55 31310 - Taxi Driver 12.89 31361 - Truckdriver, Light 15.55 31362 - Truckdriver, Medium 19.65 31363 - Truckdriver, Heavy 20.37 31364 - Truckdriver, Tractor-Trailer 20.37 99000 - Miscellaneous Occupations 99030 - Cashier 10.78 99050 - Desk Clerk 10.42 99095 - Embalmer 23.94 99251 - Laboratory Animal Caretaker I 10.92 99252 - Laboratory Animal Caretaker II 11.74 99310 - Mortician 24.19 99410 - Pest Controller 20.41 99510 - Photofinishing Worker 12.03 99710 - Recycling Laborer 18.59 99711 - Recycling Specialist 22.42 99730 - Refuse Collector 16.70 99810 - Sales Clerk 12.60 99820 - School Crossing Guard 12.64 99830 - Survey Party Chief 22.70 99831 - Surveying Aide 12.60 99832 - Surveying Technician 20.64 99840 - Vending Machine Attendant 14.38 99841 - Vending Machine Repairer 17.05 99842 - Vending Machine Repairer Helper 14.38 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) 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 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. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. 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/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/F1K3DA2153A001KAT/listing.html)
- Place of Performance
- Address: All services will be conducted at 460 CES/CEOSS, 385 S. Aspen Drive, Buckley AFB CO 80011., Buckley AFB, Colorado, 80011-9572, United States
- Zip Code: 80011-9572
- Zip Code: 80011-9572
- Record
- SN02865566-W 20120903/120901233218-ed4df59be427fcb48d9ee5f0e0874916 (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 |