MODIFICATION
J -- Repair Stanley Vidmar 2K STAK System
- Notice Date
- 9/23/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q3LR4178AW03
- Archive Date
- 10/9/2014
- Point of Contact
- Steven Audinet, Phone: 302-677-5218, Stephanie Smith, Phone: 302-677-5258
- E-Mail Address
-
steven.audinet@us.af.mil, stephanie.smith.19@us.af.mil
(steven.audinet@us.af.mil, stephanie.smith.19@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- **The deadline has been extended to 24 Sep 2014 at 4:30 pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q3LR4178AW03 and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Requirements Contract. The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requirement at the lowest price. Since award will be made without discussions, it is highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-76 and Defense Acquisition Circular 20140828. This is a 100% Small Business set-aside. The North American Industry Classification System Code (NAICS) is 811310, size standard $7 Millon. Instructions to vendors: Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below and a parts price list. Technical acceptability will be based on these documents. Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of this RFQ. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their proposal by 23 SEP 2014 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 22 SEP 2014 at (1:00PM) EST. CLIN DESCRIPTION PERIOD OF PERFORMANCE QTY UNIT PRICE EXT. PRICE 0001 Repair of Stanley Vidmar 2K STAK System 26 Sept - 9 Oct 2014 1 ea 0002 Trouble shoot of system *Contractor will not bid on this line item as it will not be part of the evaluation but will be require to provide job classification. Please see Attachment 2, Wage Determination.* *Please provide rates per hour for labor and trip. 26 Sept - 9 Oct 2014 1 lot Evaluation Factor: Lowest Price Technically Acceptable. Please submit proof that you have the technical ability to perform the work as stated in the Performance Work Statement so that it can be evaluated by the customer. POC information: Steven Audinet, A1C, USAF 302-677-5218 Steven.Audinet@us.af.mil ALT POC : Ms. Stephanie Smith 302-677-5042 Stephanie.Smith.19@us.af.mil The contractor shall provide repair service outlined in the Performance Work Statement. Pricing shall include cost of repair and rates per hour and labor for trip. *Performance will take place 639 Everux Street, Dover AFB, DE 19902. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252-2. Provision 52.204-7, System for Award Management Provision 52.212-1, Instructions to Offerors- Commercial Items Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007) (DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) Provision 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Provision 52.212-3, Offerors Representation and Certifications-Commercial Items, Alt. I Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-13, System for Award Management Maintenance Provision 52.212-3, Offeror Representations & Certifications - Commercial Items Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-28, Post Award Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor, 52.222-41, Service Contract Act of 1965 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 Employee Class Monetary Wage -- Fringe Benefits 23160, WG-10 Electricaian Maintenance $26.01 + 36.25% 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.223-5, Pollution Prevention and Right-to Know Information Clause 52.223-10, Waste Reduction Program Claues 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification Clause 52.232-39, Unenforceability of Unauthorized Obligations Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegitation Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/ Clause 52.242-15, Stop Work Order Clause 52.252-6, Authorized Deviations in Clauses As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. 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. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alt A, System for Award Management Clause 252.211-7007, Reporting of Geovernment Furnished Equipment in the DoD Item Unique Identification Registry Clause 252.223-7006, Prohibition on Storage & Disposal of Toxic & Hazardous Materials Clause 252.232-7003 Electronic Submission of Payment Requests. Clause 252.232-7006, Wide Area Work Flow Payment Instructions See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, 2013. This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS 252.232-7006. This deviation remains in effect until September 30, 2014. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice/Receiving Report Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F1Q3LR (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.   Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4497 Admin DoDAAC FA4497 Inspect By DoDAAC F1Q3LR Ship To Code F1Q3LR Ship From Code Mark For Code Service Approver (DoDAAC) F1Q3LR Service Acceptor (DoDAAC) F1Q3LR Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. A1C Steven Audinet - Steven.Audinet@us.af.mil Ms. Stephanie Smith - Stephanie.Smith.19@us.af.mil MSgt Wayne Birk - Wayne.Birk@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Mr. Cynthia Wright - Cynthia.Wright.2@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Prospective vendors should also provide payment terms, delivery time, FOB (destination or origin), name, address, contact info, cage code, federal tax ID, and DUNS numbers, SAM registration. Clause 252.232-7010, Levies on Contract Payments Claues 252.247-7023, Transportation of Supplies by Sea TRANSPORTATION OF SUPPLIES BY SEA-BASIC (APR 2014) (a) Definitions. As used in this clause- "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor. "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. "Foreign-flag vessel" means any vessel that is not a U.S.-flag vessel. "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if- (i) This contract is a construction contract; or (ii) The supplies being transported are- (A) Noncommercial items; or (B) Commercial items that- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (d) The Contractor must submit any request for use of foreign-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW, Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of steamship company. (f) If this contract exceeds the simplified acquisition threshold, the Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief- (1) No ocean transportation was used in the performance of this contract; (2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract; (3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all foreign-flag ocean transportation; or (4) Ocean transportation was used and some or all of the shipments were made on foreign-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format: ITEM DESCRIPTION CONTRACT LINE ITEMS QUANTITY TOTAL (g) If this contract exceeds the simplified acquisition threshold and the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of foreign-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use. (h) In the award of subcontracts, for the types of supplies described in paragraph (b)(2) of this clause, including subcontracts for commercial items, the Contractor shall flow down the requirements of this clause as follows: (1) The Contractor shall insert the substance of this clause, including this paragraph (h), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (h), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation. (End of clause) Clause 5352.201-9101 Ombudsman. OMBUDSMAN (NOV 2012) (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: Gregg.oneal@us.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) Clause 5352.223-9001, Health and Safety on Government Installations Claues 5352.242-9000, Contractor Access to Air Force Installation Attachments: Performance Work Statement (1 page) Wage Determination, 2005-97 Rev. 16 (9 pages)   PERFORMANCE WORK STATEMENT Tire Rack Repair 436 MSG/LRS 24 Jan 2014 1. Request contractor service to repair a 2K STAK Stanley Vidmar System currently inoperable due to an electrical issue. Contractor must provide all equipment and materials required to repair the storage system back to its original operating condition. Nomenclature: 2K STAK System Manufacturer: Stanley Vidmar Serial #: SV?15872-4153 The Tire rack is located in Building 639. Address: 639 Evreux St, Dover AFB, DE 19902   WD 05-2097 (Rev.-16) was first posted on www.wdol.gov on 08/05/2014 ************************************************************************************ 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.: 2005-2097 Diane C. Koplewski Division of | Revision No.: 16 Director Wage Determinations| Date Of Revision: 07/25/2014 _______________________________________|____________________________________________ States: Delaware, Maryland, New Jersey Area: Delaware Counties of Kent, New Castle Maryland Counties of Caroline, Cecil, Dorchester, Kent, Talbot New Jersey County of Salem ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.53 01012 - Accounting Clerk II 16.31 01013 - Accounting Clerk III 18.24 01020 - Administrative Assistant 27.42 01040 - Court Reporter 21.74 01051 - Data Entry Operator I 14.22 01052 - Data Entry Operator II 15.51 01060 - Dispatcher, Motor Vehicle 17.92 01070 - Document Preparation Clerk 13.66 01090 - Duplicating Machine Operator 13.66 01111 - General Clerk I 13.45 01112 - General Clerk II 14.68 01113 - General Clerk III 16.48 01120 - Housing Referral Assistant 24.11 01141 - Messenger Courier 12.91 01191 - Order Clerk I 14.81 01192 - Order Clerk II 15.68 01261 - Personnel Assistant (Employment) I 16.56 01262 - Personnel Assistant (Employment) II 18.52 01263 - Personnel Assistant (Employment) III 20.64 01270 - Production Control Clerk 22.74 01280 - Receptionist 14.72 01290 - Rental Clerk 16.83 01300 - Scheduler, Maintenance 17.52 01311 - Secretary I 19.12 01312 - Secretary II 21.84 01313 - Secretary III 24.11 01320 - Service Order Dispatcher 16.76 01410 - Supply Technician 27.02 01420 - Survey Worker 17.92 01531 - Travel Clerk I 13.22 01532 - Travel Clerk II 14.16 01533 - Travel Clerk III 15.16 01611 - Word Processor I 15.91 01612 - Word Processor II 17.86 01613 - Word Processor III 19.98 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.36 05010 - Automotive Electrician 22.35 05040 - Automotive Glass Installer 20.34 05070 - Automotive Worker 21.19 05110 - Mobile Equipment Servicer 19.63 05130 - Motor Equipment Metal Mechanic 22.81 05160 - Motor Equipment Metal Worker 21.22 05190 - Motor Vehicle Mechanic 22.83 05220 - Motor Vehicle Mechanic Helper 18.71 05250 - Motor Vehicle Upholstery Worker 20.54 05280 - Motor Vehicle Wrecker 21.22 05310 - Painter, Automotive 22.14 05340 - Radiator Repair Specialist 21.22 05370 - Tire Repairer 13.58 05400 - Transmission Repair Specialist 23.49 07000 - Food Preparation And Service Occupations 07010 - Baker 13.05 07041 - Cook I 12.99 07042 - Cook II 13.84 07070 - Dishwasher 9.76 07130 - Food Service Worker 11.55 07210 - Meat Cutter 19.04 07260 - Waiter/Waitress 10.10 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.40 09040 - Furniture Handler 17.39 09080 - Furniture Refinisher 22.85 09090 - Furniture Refinisher Helper 19.50 09110 - Furniture Repairer, Minor 21.21 09130 - Upholsterer 19.41 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.81 11060 - Elevator Operator 12.33 11090 - Gardener 16.09 11122 - Housekeeping Aide 12.81 11150 - Janitor 12.81 11210 - Laborer, Grounds Maintenance 13.67 11240 - Maid or Houseman 11.29 11260 - Pruner 12.83 11270 - Tractor Operator 15.33 11330 - Trail Maintenance Worker 13.76 11360 - Window Cleaner 13.61 12000 - Health Occupations 12010 - Ambulance Driver 17.48 12011 - Breath Alcohol Technician 20.44 12012 - Certified Occupational Therapist Assistant 22.91 12015 - Certified Physical Therapist Assistant 22.60 12020 - Dental Assistant 18.36 12025 - Dental Hygienist 32.95 12030 - EKG Technician 30.31 12035 - Electroneurodiagnostic Technologist 30.31 12040 - Emergency Medical Technician 17.48 12071 - Licensed Practical Nurse I 20.15 12072 - Licensed Practical Nurse II 22.05 12073 - Licensed Practical Nurse III 24.57 12100 - Medical Assistant 14.97 12130 - Medical Laboratory Technician 21.14 12160 - Medical Record Clerk 15.47 12190 - Medical Record Technician 17.31 12195 - Medical Transcriptionist 17.02 12210 - Nuclear Medicine Technologist 34.99 12221 - Nursing Assistant I 10.52 12222 - Nursing Assistant II 11.83 12223 - Nursing Assistant III 12.91 12224 - Nursing Assistant IV 14.49 12235 - Optical Dispenser 21.62 12236 - Optical Technician 16.60 12250 - Pharmacy Technician 15.13 12280 - Phlebotomist 14.49 12305 - Radiologic Technologist 26.93 12311 - Registered Nurse I 29.51 12312 - Registered Nurse II 32.76 12313 - Registered Nurse II, Specialist 32.76 12314 - Registered Nurse III 39.32 12315 - Registered Nurse III, Anesthetist 39.32 12316 - Registered Nurse IV 47.11 12317 - Scheduler (Drug and Alcohol Testing) 23.50 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.66 13012 - Exhibits Specialist II 26.74 13013 - Exhibits Specialist III 31.85 13041 - Illustrator I 22.72 13042 - Illustrator II 28.98 13043 - Illustrator III 33.08 13047 - Librarian 32.55 13050 - Library Aide/Clerk 16.83 13054 - Library Information Technology Systems 28.66 Administrator 13058 - Library Technician 18.32 13061 - Media Specialist I 18.36 13062 - Media Specialist II 20.56 13063 - Media Specialist III 22.88 13071 - Photographer I 17.96 13072 - Photographer II 20.21 13073 - Photographer III 25.04 13074 - Photographer IV 30.62 13075 - Photographer V 37.06 13110 - Video Teleconference Technician 21.03 14000 - Information Technology Occupations 14041 - Computer Operator I 18.50 14042 - Computer Operator II 20.70 14043 - Computer Operator III 23.06 14044 - Computer Operator IV 25.64 14045 - Computer Operator V 28.39 14071 - Computer Programmer I (see 1) 27.62 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 18.50 14160 - Personal Computer Support Technician 25.64 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 33.14 15020 - Aircrew Training Devices Instructor (Rated) 40.11 15030 - Air Crew Training Devices Instructor (Pilot) 48.06 15050 - Computer Based Training Specialist / Instructor 33.14 15060 - Educational Technologist 30.33 15070 - Flight Instructor (Pilot) 48.06 15080 - Graphic Artist 24.99 15090 - Technical Instructor 24.41 15095 - Technical Instructor/Course Developer 29.85 15110 - Test Proctor 19.71 15120 - Tutor 19.71 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.07 16030 - Counter Attendant 9.07 16040 - Dry Cleaner 10.99 16070 - Finisher, Flatwork, Machine 9.07 16090 - Presser, Hand 9.07 16110 - Presser, Machine, Drycleaning 9.07 16130 - Presser, Machine, Shirts 9.07 16160 - Presser, Machine, Wearing Apparel, Laundry 9.07 16190 - Sewing Machine Operator 11.71 16220 - Tailor 12.51 16250 - Washer, Machine 9.79 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.94 19040 - Tool And Die Maker 24.29 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.21 21030 - Material Coordinator 20.91 21040 - Material Expediter 20.91 21050 - Material Handling Laborer 12.78 21071 - Order Filler 13.73 21080 - Production Line Worker (Food Processing) 19.21 21110 - Shipping Packer 16.45 21130 - Shipping/Receiving Clerk 16.45 21140 - Store Worker I 14.39 21150 - Stock Clerk 19.11 21210 - Tools And Parts Attendant 19.21 21410 - Warehouse Specialist 19.21 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.75 23021 - Aircraft Mechanic I 25.74 23022 - Aircraft Mechanic II 26.75 23023 - Aircraft Mechanic III 28.06 23040 - Aircraft Mechanic Helper 19.86 23050 - Aircraft, Painter 23.81 23060 - Aircraft Servicer 22.76 23080 - Aircraft Worker 21.61 23110 - Appliance Mechanic 21.01 23120 - Bicycle Repairer 16.17 23125 - Cable Splicer 31.33 23130 - Carpenter, Maintenance 24.40 23140 - Carpet Layer 22.57 23160 - Electrician, Maintenance 28.70 23181 - Electronics Technician Maintenance I 25.72 23182 - Electronics Technician Maintenance II 27.79 23183 - Electronics Technician Maintenance III 29.80 23260 - Fabric Worker 20.10 23290 - Fire Alarm System Mechanic 23.71 23310 - Fire Extinguisher Repairer 21.37 23311 - Fuel Distribution System Mechanic 26.89 23312 - Fuel Distribution System Operator 22.07 23370 - General Maintenance Worker 21.37 23380 - Ground Support Equipment Mechanic 25.74 23381 - Ground Support Equipment Servicer 22.76 23382 - Ground Support Equipment Worker 21.61 23391 - Gunsmith I 21.37 23392 - Gunsmith II 23.77 23393 - Gunsmith III 25.51 23410 - Heating, Ventilation And Air-Conditioning 25.17 Mechanic 23411 - Heating, Ventilation And Air Contditioning 26.15 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 24.33 23440 - Heavy Equipment Operator 27.08 23460 - Instrument Mechanic 25.03 23465 - Laboratory/Shelter Mechanic 24.46 23470 - Laborer 15.44 23510 - Locksmith 23.29 23530 - Machinery Maintenance Mechanic 24.32 23550 - Machinist, Maintenance 23.37 23580 - Maintenance Trades Helper 18.52 23591 - Metrology Technician I 25.03 23592 - Metrology Technician II 26.01 23593 - Metrology Technician III 26.83 23640 - Millwright 25.21 23710 - Office Appliance Repairer 23.06 23760 - Painter, Maintenance 21.97 23790 - Pipefitter, Maintenance 30.24 23810 - Plumber, Maintenance 26.77 23820 - Pneudraulic Systems Mechanic 25.51 23850 - Rigger 25.51 23870 - Scale Mechanic 23.77 23890 - Sheet-Metal Worker, Maintenance 26.51 23910 - Small Engine Mechanic 18.79 23931 - Telecommunications Mechanic I 25.91 23932 - Telecommunications Mechanic II 26.92 23950 - Telephone Lineman 28.29 23960 - Welder, Combination, Maintenance 20.91 23965 - Well Driller 23.10 23970 - Woodcraft Worker 25.51 23980 - Woodworker 19.28 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.00 24580 - Child Care Center Clerk 14.97 24610 - Chore Aide 10.88 24620 - Family Readiness And Support Services 14.06 Coordinator 24630 - Homemaker 16.64 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 23.83 25040 - Sewage Plant Operator 22.82 25070 - Stationary Engineer 23.83 25190 - Ventilation Equipment Tender 18.03 25210 - Water Treatment Plant Operator 22.82 27000 - Protective Service Occupations 27004 - Alarm Monitor 20.30 27007 - Baggage Inspector 13.48 27008 - Corrections Officer 24.29 27010 - Court Security Officer 27.70 27030 - Detection Dog Handler 19.14 27040 - Detention Officer 24.29 27070 - Firefighter 27.25 27101 - Guard I 13.48 27102 - Guard II 19.14 27131 - Police Officer I 28.28 27132 - Police Officer II 31.43 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.43 28042 - Carnival Equipment Repairer 12.02 28043 - Carnival Equpment Worker 9.59 28210 - Gate Attendant/Gate Tender 16.04 28310 - Lifeguard 12.78 28350 - Park Attendant (Aide) 17.94 28510 - Recreation Aide/Health Facility Attendant 11.54 28515 - Recreation Specialist 22.22 28630 - Sports Official 14.29 28690 - Swimming Pool Operator 16.68 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.30 29020 - Hatch Tender 24.30 29030 - Line Handler 24.30 29041 - Stevedore I 23.38 29042 - Stevedore II 25.20 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.17 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.31 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.98 30021 - Archeological Technician I 20.13 30022 - Archeological Technician II 22.75 30023 - Archeological Technician III 28.18 30030 - Cartographic Technician 28.81 30040 - Civil Engineering Technician 23.40 30061 - Drafter/CAD Operator I 20.33 30062 - Drafter/CAD Operator II 22.75 30063 - Drafter/CAD Operator III 25.43 30064 - Drafter/CAD Operator IV 31.30 30081 - Engineering Technician I 18.92 30082 - Engineering Technician II 21.23 30083 - Engineering Technician III 26.18 30084 - Engineering Technician IV 31.87 30085 - Engineering Technician V 38.78 30086 - Engineering Technician VI 42.58 30090 - Environmental Technician 25.50 30210 - Laboratory Technician 25.35 30240 - Mathematical Technician 28.72 30361 - Paralegal/Legal Assistant I 19.08 30362 - Paralegal/Legal Assistant II 23.64 30363 - Paralegal/Legal Assistant III 28.92 30364 - Paralegal/Legal Assistant IV 34.98 30390 - Photo-Optics Technician 28.27 30461 - Technical Writer I 21.76 30462 - Technical Writer II 26.62 30463 - Technical Writer III 32.20 30491 - Unexploded Ordnance (UXO) Technician I 24.25 30492 - Unexploded Ordnance (UXO) Technician II 29.35 30493 - Unexploded Ordnance (UXO) Technician III 35.17 30494 - Unexploded (UXO) Safety Escort 24.25 30495 - Unexploded (UXO) Sweep Personnel 24.25 30620 - Weather Observer, Combined Upper Air Or (see 2) 24.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 28.18 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 14.29 31030 - Bus Driver 18.56 31043 - Driver Courier 17.63 31260 - Parking and Lot Attendant 13.52 31290 - Shuttle Bus Driver 19.00 31310 - Taxi Driver 12.09 31361 - Truckdriver, Light 19.00 31362 - Truckdriver, Medium 19.28 31363 - Truckdriver, Heavy 19.99 31364 - Truckdriver, Tractor-Trailer 19.99 99000 - Miscellaneous Occupations 99030 - Cashier 11.80 99050 - Desk Clerk 12.64 99095 - Embalmer 28.63 99251 - Laboratory Animal Caretaker I 11.48 99252 - Laboratory Animal Caretaker II 12.37 99310 - Mortician 33.98 99410 - Pest Controller 17.02 99510 - Photofinishing Worker 14.65 99710 - Recycling Laborer 18.85 99711 - Recycling Specialist 21.14 99730 - Refuse Collector 17.57 99810 - Sales Clerk 12.68 99820 - School Crossing Guard 11.57 99830 - Survey Party Chief 19.84 99831 - Surveying Aide 13.14 99832 - Surveying Technician 18.07 99840 - Vending Machine Attendant 14.61 99841 - Vending Machine Repairer 16.98 99842 - Vending Machine Repairer Helper 14.61 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 2) 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(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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3LR4178AW03/listing.html)
- Place of Performance
- Address: 639 Everux Street, Dover AFB, Connecticut, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN03524671-W 20140925/140924000016-36edc59634b6c64eefc92699ffb1b162 (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 |