SOLICITATION NOTICE
R -- MEDICAL COURIER SERVICE - MEDICAL COURIER SERVICE
- Notice Date
- 8/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
- ZIP Code
- 92055-5191
- Solicitation Number
- N68094-16-T-0059
- Archive Date
- 8/30/2016
- Point of Contact
- Kenneth D. Harmon, Phone: 7607636343
- E-Mail Address
-
kenneth.d.harmon.civ@mail.mil
(kenneth.d.harmon.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK COURIER SERVICE NOTICE OF INTENT- PLEASE PUT PRICING ON LINES PROVIDED IN SOLICITATION AND EMAIL TO KENNETH.D.HARMON.CIV@MAIL.MIL PRIOR TO CLOSING DATE AND TIME. Combined Synopsis/Solicitation Solicitation Number: N68094-16-T-0059 Service Description: COURIER SERVICE This is a Combined Synopsis/Solicitation for the purchase of Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as an 100% Total Small Business Set-Aside. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-16-T-0059, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is, "492110", with a small business standard of "1500" employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89 effective July 14, 2016 and Defense Federal Acquisition Regulation Supplement DPN 20160630 effective June 30, 2016. "The units shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA, with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The unit shall be installed in compliance with OSHA requirements." DESCRIPTION: DRIVER COURIER FOR MEDICAL MATERIAL "Contractor must comply to all Government requirements contained in this solicitation inclusive of attached Statement of Work (SOW) or Performance Work Statement (PWS). CLIN 0001: Routine Delivery (POP 1 Oct 2016 - 30 Sep 2017) (1) Pickup, transport, and delivery of samples/slides/tissue blocks/ blood products medical from Naval Medical Center San Diego to Naval Hospital Camp Pendleton once daily. Departing SD at 1000 and arriving NHCP no later than 1200. (2) Pickup, transport, and delivery of samples/slides/tissue blocks/ blood products medical from Naval Hospital Camp Pendleton to Naval Medical Center San Diego once daily. Departing NHCP at 1200 and arriving SD no later than 1400. Naval Hospital Camp Pendleton (NHCP) 200 Mercy Circle Camp Pendleton, Ca 92055 Naval Medical Center San Diego (NMCSD) 34800 Bob Wilson Dr. San Diego, Ca 92055 Quantity Unit of Issue Unit Price Extended Price 251 EA ______________ ___________________ CLIN 0002: Specialty Delivery As Needed (POP 1 Oct 2016 - 30 Sep 2017) As needed deliveries between NHCP and specialty labs (delivered after or during routine NMCSD drop) SPECIALTY LABS: Rady's Children's Hospital 3020 Children's Way San Diego, Ca. 92123 Naval Health Research Center 140 Sylvester Rd San Diego, CA 92106-3521 UCSD Medical Center 200 West Arbor Drive San Diego, CA 92103 Naval Environmental Unit Bldg 3300 (Dry Side) 32nd Street Naval Base San Diego, Ca, 92136-5599 Sharp Memorial Hospital 7901 Frost St. San Diego, CA 92123 San Diego County Public Health 3851 Rosecrans Street San Diego, CA 92110 Quantity Unit of Issue Unit Price Extended Price 100 EA ______________ _________________ CLIN 003: Specialty Delivery (POP 1 Oct 2016 - 30 Sep 2017) Pickup, transport, and delivery of Microbiology samples from Naval Hospital Camp Pendleton to Naval Medical Center San Diego on weekends (Sat& Sun) starting 0l Oct 2016 to 30 Sep 2017. Departing NHCP at 1200 and arriving at NMCSD no later than 1400. Quantity Unit of Issue Unit Price Extended Price 105 EA ______________ ___________________ CLIN 0004: Specialty Delivery (POP 1 Oct 2016 - 30 Sep 2017) Pickup, transport, and delivery of Microbiology samples from Naval Hospital Camp Pendleton to Naval Medical Center San Diego on federal holidays. Departing NHCP at 1200 and arriving at NMCSD no later than 1400 Quantity Unit of Issue Unit Price Extended Price 10 EA ______________ ___________________ CLIN 0005: Specialty Delivery As Needed (POP 1 Oct 2016 - 30 Sep 2017) As needed Emergency deliveries between NHCP and specialty labs (delivered after or during routine NMCSD drop) Quantity Unit of Issue Unit Price Extended Price 5 EA ______________ ___________________ TOTAL: $_____________ SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR DETAILS PERIOD OF PERFORMANCE: October 1, 2016 through September 30, 2017 SERVICE LOCATION: Naval Hospital Camp Pendleton (NHCP) 200 Mercy Circle Camp Pendleton, Ca 92055 Responses/quotes MUST be received no later than 15 Aug 2016 at 10:00am (Pacific Daylight Time). Forward responses by e-mail to Kenneth.D.Harmon.civ@mail.mil. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/. For equipment repair/maintenance solicitations/procurements only authorized service providers of the manufacturer will be accepted. Authorized manufacturer certifications/confirmations must be provided upon request of the Contracting Office. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (Apr 2014) (2) FAR 52.212-2: Evaluation - Commercial Items (Oct 2014): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) Part 9 and whose offer represents the "best value" as defined as "the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement using the following evaluation factors: (a) Compliance with Solicitation/SOW Requirements: Contractor offer in sufficient detail to ascertain the contractor offer has met all solicitation requirements and has a good understanding of the Government requirement; confidence/high probability requirements will be met. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (May 2015) (4) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (Jun 2015) (5) 52.204-7 -- System for Award Management (Jul 2013) (a) Definitions. As used in this provision- "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 System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror 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 offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror 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) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) (6) FAR 52.204-13 System for Award Management Maintenance (Jul 2013) (a) Definition. As used in this clause-- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS 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 System for Award Management (SAM) database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and 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) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits. (b) 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. (c) (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 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. The Contractor shall provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(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. 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. (3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted- (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. (d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. (End of Clause) (7) FAR 52.209-11 (Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.) (Feb 2016) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (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 an 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; and (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) (8) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm (End of Provision) FAR 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(s): http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm (End of clause) (9) 52.219-1 Alt I Small Business Program Representations (October 2014) (10) 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) (11) FAR 52.228-5 Insurance -- Work on a Government Installation (Jan 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective -- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) OTHER CLAUSES, TERMS, AND CONDITIONS: 252.203-7998--PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999--PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEC 2015) (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012, Covered Defense Information and Cyber Incident Reporting, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology (IT) service or system operated on behalf of the Government (see 252.204-7012(b)(1)(ii))- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (see http://dx.doi.org/10.6028/NIST.SP.800-171), not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (Dec 2015) (a) Definitions. As used in this clause-- Adequate security means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. Compromise means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. Contractor attributional/proprietary information means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company. Contractor information system means an information system belonging to, or operated by or for, the Contractor. Controlled technical information means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. Covered contractor information system means an information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information. Covered defense information means unclassified information that-- (i) Is-- (A) Provided to the contractor byor on behalf of DoD in connection with the performance of the contract; or (B) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract; and (ii) Falls in any of the following categories: (A) Controlled technical information. (B) Critical information (operations security). Specific facts identified through the Operations Security process about friendly intentions, capabilities, and activities vitally needed by adversaries for them to plan and act effectively so as to guarantee failure or unacceptable consequences for friendly mission accomplishment (part of Operations Security process). (C) Export control. Unclassified information concerning certain items, commodities, technology, software, or other information whose export could reasonably be expected to adversely affect the United States national security and nonproliferation objectives. To include dual use items; items identified in export administration regulations, international traffic in arms regulations and munitions list; license applications; and sensitive nuclear technology information. (D) Any other information, marked or otherwise identified in the contract, that requires safeguarding or disseminationcontrols pursuant to and consistent with law, regulations, and Governmentwide policies (e.g., privacy, proprietary business information). Cyber incident means actions taken through the use of computer networks that result in an actual or potentially adverse effect on an information system and/or the information residing therein. Forensic analysis means the practice of gathering, retaining, and analyzing computer-related data for investigative purposes in a manner that maintains the integrity of the data. Malicious software means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware. Media means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which information is recorded, stored, or printed within an information system. Operationally critical support means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation. Rapid(ly) report(ing) means within 72 hours of discovery of any cyber incident. Technical information means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Adequate security. The Contractor shall provide adequate security for all covered defense information on all covered contractor information systems that support the performance of work under this contract. To provide adequate security, the Contractor shall-- (1) Implement information systems security protections on all covered contractor information systems including, at a minimum-- (i) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government-- (A) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract; and (B) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract; or (ii) For covered contractor information systems that are not part of an IT service of system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1)(i) of this clause-- (A) The security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations, http://dx.doi.org/10.6028/NIST.SP.800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer; or (B) Alternative but equally effective security measures used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection approved in writing by an authorized representative of the DoD CIO prior to contract award; and (2) Apply other security measures when the Contractor reasonably determines that such measures, in addition to those identified in paragraph (b)(1) of this clause, may be required to provide adequate security in a dynamic environment based on an assessed risk or vulnerability. (c) Cyber incident reporting requirement. (1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor's ability to perform the requirements of the contract that are designated as operationally critical support, the Contractor shall-- (i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor's network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor's ability to provide operationally critical support; and (ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil. (2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil. (3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/certificate.html. (d) Malicious software. The Contractor or subcontractors that discover and isolate malicious software in connection with a reported cyber incident shall submit the malicious software in accordance with instructions provided by the Contracting Officer. (e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest. (f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis. (g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause. (h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which the information is being released. (i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD-- (1) To entities with missions that may be affected by such information; (2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents; (3) To Government entities that conduct counterintelligence or law enforcement investigations; (4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32CFR 236); or (5) To a support services contractor (``recipient'') that is directly supporting Government activities under a contract that includes the clause at (j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government's use and release of such information. (k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data. (l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor's responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements. (m) Subcontracts. The Contractor shall-- (1) Include the substance of this clause, including this paragraph (m), in all subcontracts, including subcontracts for commercial items; and (2) Require subcontractors to rapidly report cyber incidents directly to DoD at http://dibnet.dod.mil and the prime Contractor. This includes providing the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon as practicable. (End of clause) INVOICING INSTRUCTIONS: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 IN 1 SERVICES ONLY ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. NOT APPLICABLE ----------------------------------------------------------------------- (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0248 Issue By DoDAAC N68094 Admin DoDAAC N68094 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N68094 Accept at Other DoDAAC N/A LPO DoDAAC N68094 DCAA Auditor DoDAAC N/A 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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. WAWF Acceptor/COR Email Address: @med.navy.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. @med.navy.mil ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) (End of clause) SPECIAL TERM: Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Naval Hospital Camp Pendleton and/or support medical & dental clinics via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil HEALTH SCREENING REQUIREMENTS: Naval Hospital Camp Pendleton's (NHCP) Health Industry Representative (HIR) Health Screening Requirements Policy Statement and the Joint Commission Hospital Accreditation Standards of 2014, NHCP requires all HIRs (defined as individuals performing a health or medical equipment-related service(s), who come within three feet of patients or a sterile field) to maintain health screening including an influenza vaccination (within last 12 months) and a tuberculosis screening (within last 60 months) prior to receiving access to NHCP. Health screening may be submitted to Ms. Denise Mullins via email at NHCP_OMSCREEN@med.navy.mil, via fax at 760-725-3786, or via mail at: Department of the Navy Commanding Officer Naval Hospital Camp Pendleton ATTN: Occupational Health Department Box 555191 Camp Pendleton, CA 92055-5191 CONTRACTOR ACCESS TO CPEN Access to Camp Pendleton: The contractor will be responsible, and at contractor expense, to coordinate with the Naval Hospital Camp Pendleton to attain access to Camp Pendleton. Following web-site provides current base access procedures: http://www.pendleton.marines.mil/About/BaseInformation/BaseAccess.aspx WAGE DETERMINATION WD 15-5635 (Rev.-1) was first posted on www.wdol.gov on 03/15/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5635 Daniel W. Simms Division of | Revision No.: 1 Director Wage Determinations| Date Of Revision: 03/08/2016 |_ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. State: California Area: California County of San Diego **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.82 01012 - Accounting Clerk II 17.75 01013 - Accounting Clerk III 19.86 01020 - Administrative Assistant 27.50 01035 - Court Reporter 21.08 01041 - Customer Service Representative I 14.16 01042 - Customer Service Representative II 15.91 01043 - Customer Service Representative III 17.37 01051 - Data Entry Operator I 15.00 01052 - Data Entry Operator II 16.37 01060 - Dispatcher, Motor Vehicle 19.16 01070 - Document Preparation Clerk 15.87 01090 - Duplicating Machine Operator 15.87 01111 - General Clerk I 13.54 01112 - General Clerk II 15.34 01113 - General Clerk III 17.22 01120 - Housing Referral Assistant 20.30 01141 - Messenger Courier 13.16 01191 - Order Clerk I 15.16 01192 - Order Clerk II 16.55 01261 - Personnel Assistant (Employment) I 18.29 01262 - Personnel Assistant (Employment) II 20.67 01263 - Personnel Assistant (Employment) III 23.10 01270 - Production Control Clerk 24.21 01290 - Rental Clerk 16.09 01300 - Scheduler, Maintenance 17.28 01311 - Secretary I 17.28 01312 - Secretary II 18.08 01313 - Secretary III 20.30 01320 - Service Order Dispatcher 17.60 01410 - Supply Technician 26.96 01420 - Survey Worker 19.16 01460 - Switchboard Operator/Receptionist 13.90 01531 - Travel Clerk I 13.51 01532 - Travel Clerk II 14.76 01533 - Travel Clerk III 16.21 01611 - Word Processor I 16.07 01612 - Word Processor II 18.04 01613 - Word Processor III 20.18 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.28 05010 - Automotive Electrician 22.37 05040 - Automotive Glass Installer 21.55 05070 - Automotive Worker 21.55 05110 - Mobile Equipment Servicer 19.83 05130 - Motor Equipment Metal Mechanic 23.16 05160 - Motor Equipment Metal Worker 21.55 05190 - Motor Vehicle Mechanic 22.75 05220 - Motor Vehicle Mechanic Helper 18.60 05250 - Motor Vehicle Upholstery Worker 20.75 05280 - Motor Vehicle Wrecker 21.55 05310 - Painter, Automotive 22.79 05340 - Radiator Repair Specialist 21.55 05370 - Tire Repairer 15.52 05400 - Transmission Repair Specialist 23.16 07000 - Food Preparation And Service Occupations 07010 - Baker 12.40 07041 - Cook I 13.55 07042 - Cook II 14.94 07070 - Dishwasher 9.46 07130 - Food Service Worker 10.31 07210 - Meat Cutter 15.71 07260 - Waiter/Waitress 9.71 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.94 09040 - Furniture Handler 14.32 09080 - Furniture Refinisher 19.94 09090 - Furniture Refinisher Helper 16.57 09110 - Furniture Repairer, Minor 18.49 09130 - Upholsterer 19.94 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.96 11060 - Elevator Operator 12.96 11090 - Gardener 17.18 11122 - Housekeeping Aide 12.96 11150 - Janitor 12.96 11210 - Laborer, Grounds Maintenance 13.92 11240 - Maid or Houseman 10.38 11260 - Pruner 13.45 11270 - Tractor Operator 14.90 11330 - Trail Maintenance Worker 13.92 11360 - Window Cleaner 14.20 12000 - Health Occupations 12010 - Ambulance Driver 18.34 12011 - Breath Alcohol Technician 20.17 12012 - Certified Occupational Therapist Assistant 28.39 12015 - Certified Physical Therapist Assistant 30.29 12020 - Dental Assistant 18.56 12025 - Dental Hygienist 44.04 12030 - EKG Technician 29.06 12035 - Electroneurodiagnostic Technologist 29.06 12040 - Emergency Medical Technician 18.34 12071 - Licensed Practical Nurse I 19.49 12072 - Licensed Practical Nurse II 21.81 12073 - Licensed Practical Nurse III 24.31 12100 - Medical Assistant 15.81 12130 - Medical Laboratory Technician 20.88 12160 - Medical Record Clerk 16.36 12190 - Medical Record Technician 18.19 12195 - Medical Transcriptionist 21.13 12210 - Nuclear Medicine Technologist 37.29 12221 - Nursing Assistant I 10.83 12222 - Nursing Assistant II 12.17 12223 - Nursing Assistant III 13.28 12224 - Nursing Assistant IV 14.90 12235 - Optical Dispenser 21.24 12236 - Optical Technician 16.53 12250 - Pharmacy Technician 17.41 12280 - Phlebotomist 15.77 12305 - Radiologic Technologist 33.46 12311 - Registered Nurse I 29.75 12312 - Registered Nurse II 35.92 12313 - Registered Nurse II, Specialist 35.92 12314 - Registered Nurse III 42.67 12315 - Registered Nurse III, Anesthetist 42.67 12316 - Registered Nurse IV 51.14 12317 - Scheduler (Drug and Alcohol Testing) 24.55 12320 - Substance Abuse Treatment Counselor 18.62 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.91 13012 - Exhibits Specialist II 25.91 13013 - Exhibits Specialist III 31.68 13041 - Illustrator I 21.12 13042 - Illustrator II 26.16 13043 - Illustrator III 32.00 13047 - Librarian 31.80 13050 - Library Aide/Clerk 14.59 13054 - Library Information Technology Systems 28.72 Administrator 13058 - Library Technician 19.55 13061 - Media Specialist I 20.72 13062 - Media Specialist II 23.18 13063 - Media Specialist III 25.85 13071 - Photographer I 16.33 13072 - Photographer II 18.44 13073 - Photographer III 22.63 13074 - Photographer IV 27.68 13075 - Photographer V 33.49 13090 - Technical Order Library Clerk 18.32 13110 - Video Teleconference Technician 17.71 14000 - Information Technology Occupations 14041 - Computer Operator I 17.02 14042 - Computer Operator II 19.04 14043 - Computer Operator III 21.22 14044 - Computer Operator IV 23.58 14045 - Computer Operator V 26.11 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 17.02 14160 - Personal Computer Support Technician 23.58 14170 - System Support Specialist 33.91 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 30.51 15020 - Aircrew Training Devices Instructor (Rated) 36.91 15030 - Air Crew Training Devices Instructor (Pilot) 44.25 15050 - Computer Based Training Specialist / Instructor 30.51 15060 - Educational Technologist 33.74 15070 - Flight Instructor (Pilot) 44.25 15080 - Graphic Artist 23.93 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 42.74 15086 - Maintenance Test Pilot, Rotary Wing 42.74 15088 - Non-Maintenance Test/Co-Pilot 42.74 15090 - Technical Instructor 26.13 15095 - Technical Instructor/Course Developer 31.96 15110 - Test Proctor 21.83 15120 - Tutor 21.83 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.99 16030 - Counter Attendant 9.99 16040 - Dry Cleaner 12.28 16070 - Finisher, Flatwork, Machine 9.99 16090 - Presser, Hand 9.99 16110 - Presser, Machine, Drycleaning 9.99 16130 - Presser, Machine, Shirts 9.99 16160 - Presser, Machine, Wearing Apparel, Laundry 9.99 16190 - Sewing Machine Operator 13.07 16220 - Tailor 13.83 16250 - Washer, Machine 10.71 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.93 19040 - Tool And Die Maker 25.80 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.88 21030 - Material Coordinator 24.21 21040 - Material Expediter 24.21 21050 - Material Handling Laborer 13.07 21071 - Order Filler 15.33 21080 - Production Line Worker (Food Processing) 18.88 21110 - Shipping Packer 14.99 21130 - Shipping/Receiving Clerk 14.99 21140 - Store Worker I 12.74 21150 - Stock Clerk 16.74 21210 - Tools And Parts Attendant 18.88 21410 - Warehouse Specialist 18.88 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 28.60 23019 - Aircraft Logs and Records Technician 23.06 23021 - Aircraft Mechanic I 27.56 23022 - Aircraft Mechanic II 28.60 23023 - Aircraft Mechanic III 29.62 23040 - Aircraft Mechanic Helper 20.10 23050 - Aircraft, Painter 24.71 23060 - Aircraft Servicer 23.06 23070 - Aircraft Survival Flight Equipment Technician 24.71 23080 - Aircraft Worker 24.07 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 24.07 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 27.56 II 23110 - Appliance Mechanic 20.66 23120 - Bicycle Repairer 15.52 23125 - Cable Splicer 28.71 23130 - Carpenter, Maintenance 22.28 23140 - Carpet Layer 18.15 23160 - Electrician, Maintenance 25.38 23181 - Electronics Technician Maintenance I 24.85 23182 - Electronics Technician Maintenance II 26.37 23183 - Electronics Technician Maintenance III 29.89 23260 - Fabric Worker 22.88 23290 - Fire Alarm System Mechanic 23.50 23310 - Fire Extinguisher Repairer 21.43 23311 - Fuel Distribution System Mechanic 30.44 23312 - Fuel Distribution System Operator 23.49 23370 - General Maintenance Worker 19.20 23380 - Ground Support Equipment Mechanic 27.56 23381 - Ground Support Equipment Servicer 23.06 23382 - Ground Support Equipment Worker 24.07 23391 - Gunsmith I 21.43 23392 - Gunsmith II 24.38 23393 - Gunsmith III 27.34 23410 - Heating, Ventilation And Air-Conditioning 25.93 Mechanic 23411 - Heating, Ventilation And Air Contditioning 26.91 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 28.70 23440 - Heavy Equipment Operator 29.77 23460 - Instrument Mechanic 26.59 23465 - Laboratory/Shelter Mechanic 25.86 23470 - Laborer 12.27 23510 - Locksmith 23.06 23530 - Machinery Maintenance Mechanic 27.13 23550 - Machinist, Maintenance 20.86 23580 - Maintenance Trades Helper 16.57 23591 - Metrology Technician I 26.59 23592 - Metrology Technician II 27.60 23593 - Metrology Technician III 30.26 23640 - Millwright 29.26 23710 - Office Appliance Repairer 21.74 23760 - Painter, Maintenance 21.93 23790 - Pipefitter, Maintenance 26.19 23810 - Plumber, Maintenance 24.77 23820 - Pneudraulic Systems Mechanic 27.34 23850 - Rigger 25.38 23870 - Scale Mechanic 23.13 23890 - Sheet-Metal Worker, Maintenance 25.37 23910 - Small Engine Mechanic 21.12 23931 - Telecommunications Mechanic I 28.77 23932 - Telecommunications Mechanic II 29.86 23950 - Telephone Lineman 28.72 23960 - Welder, Combination, Maintenance 23.82 23965 - Well Driller 27.38 23970 - Woodcraft Worker 27.34 23980 - Woodworker 20.46 24000 - Personal Needs Occupations 24550 - Case Manager 17.12 24570 - Child Care Attendant 11.87 24580 - Child Care Center Clerk 19.94 24610 - Chore Aide 10.59 24620 - Family Readiness And Support Services 17.12 Coordinator 24630 - Homemaker 20.77 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 29.72 25040 - Sewage Plant Operator 29.10 25070 - Stationary Engineer 29.72 25190 - Ventilation Equipment Tender 21.69 25210 - Water Treatment Plant Operator 29.10 27000 - Protective Service Occupations 27004 - Alarm Monitor 26.98 27007 - Baggage Inspector 13.86 27008 - Corrections Officer 31.17 27010 - Court Security Officer 31.17 27030 - Detection Dog Handler 23.51 27040 - Detention Officer 31.17 27070 - Firefighter 28.94 27101 - Guard I 13.86 27102 - Guard II 23.51 27131 - Police Officer I 35.16 27132 - Police Officer II 39.06 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 15.20 28042 - Carnival Equipment Repairer 16.19 28043 - Carnival Worker 10.89 28210 - Gate Attendant/Gate Tender 15.62 28310 - Lifeguard 13.53 28350 - Park Attendant (Aide) 17.38 28510 - Recreation Aide/Health Facility Attendant 12.67 28515 - Recreation Specialist 21.52 28630 - Sports Official 13.84 28690 - Swimming Pool Operator 17.11 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 28.99 29020 - Hatch Tender 28.99 29030 - Line Handler 28.99 29041 - Stevedore I 27.21 29042 - Stevedore II 30.76 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.70 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.38 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.14 30021 - Archeological Technician I 20.59 30022 - Archeological Technician II 22.84 30023 - Archeological Technician III 28.30 30030 - Cartographic Technician 28.30 30040 - Civil Engineering Technician 28.48 30051 - Cryogenic Technician I 27.06 30052 - Cryogenic Technician II 29.89 30061 - Drafter/CAD Operator I 20.42 30062 - Drafter/CAD Operator II 22.84 30063 - Drafter/CAD Operator III 25.47 30064 - Drafter/CAD Operator IV 31.34 30081 - Engineering Technician I 18.88 30082 - Engineering Technician II 21.19 30083 - Engineering Technician III 23.70 30084 - Engineering Technician IV 29.36 30085 - Engineering Technician V 35.91 30086 - Engineering Technician VI 43.45 30090 - Environmental Technician 22.65 30095 - Evidence Control Specialist 24.44 30210 - Laboratory Technician 21.62 30221 - Latent Fingerprint Technician I 25.94 30222 - Latent Fingerprint Technician II 28.65 30240 - Mathematical Technician 27.79 30361 - Paralegal/Legal Assistant I 21.71 30362 - Paralegal/Legal Assistant II 26.91 30363 - Paralegal/Legal Assistant III 32.91 30364 - Paralegal/Legal Assistant IV 39.82 30375 - Petroleum Supply Specialist 29.89 30390 - Photo-Optics Technician 28.30 30395 - Radiation Control Technician 29.89 30461 - Technical Writer I 25.81 30462 - Technical Writer II 31.56 30463 - Technical Writer III 38.18 30491 - Unexploded Ordnance (UXO) Technician I 25.23 30492 - Unexploded Ordnance (UXO) Technician II 30.53 30493 - Unexploded Ordnance (UXO) Technician III 36.59 30494 - Unexploded (UXO) Safety Escort 25.23 30495 - Unexploded (UXO) Sweep Personnel 25.23 30501 - Weather Forecaster I 27.06 30502 - Weather Forecaster II 32.91 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.47 Surface Programs 30621 - Weather Observer, Senior (see 2) 28.30 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 30.53 31020 - Bus Aide 14.37 31030 - Bus Driver 17.56 31043 - Driver Courier 13.59 31260 - Parking and Lot Attendant 10.07 31290 - Shuttle Bus Driver 14.66 31310 - Taxi Driver 12.33 31361 - Truckdriver, Light 14.66 31362 - Truckdriver, Medium 18.11 31363 - Truckdriver, Heavy 20.85 31364 - Truckdriver, Tractor-Trailer 20.85 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.88 99030 - Cashier 12.02 99050 - Desk Clerk 11.66 99095 - Embalmer 23.74 99130 - Flight Follower 25.23 99251 - Laboratory Animal Caretaker I 15.26 99252 - Laboratory Animal Caretaker II 16.01 99260 - Marketing Analyst 29.00 99310 - Mortician 24.43 99410 - Pest Controller 15.69 99510 - Photofinishing Worker 16.54 99710 - Recycling Laborer 19.84 99711 - Recycling Specialist 24.10 99730 - Refuse Collector 18.98 99810 - Sales Clerk 13.18 99820 - School Crossing Guard 12.59 99830 - Survey Party Chief 30.10 99831 - Surveying Aide 19.66 99832 - Surveying Technician 27.37 99840 - Vending Machine Attendant 14.19 99841 - Vending Machine Repairer 16.89 99842 - Vending Machine Repairer Helper 14.09 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2014, unless otherwise indicated Wage Determination: In accordance with Title 29, of the Code of Federal Regulations, Labor Standards for Federal Service Contracts, GSA considers the Service Contract Act (SCA) applies to this task order, applicable Department of Labor Wage Determination attached. Selected Occupational Code/Wage Category: 31043- DRIVER COURIER The Contractor is put on notice that regardless of the rate proposed for billing purposes and payment purposes, the Contractor is required by the Department of Labor during contract performance to pay non-exempt employees at least the applicable wage determination rate for the specific area(s), if a specific wage determination(s) exist. If none exists, the Contractor must pay the non-exempt employees at least the salary portion of the applicable rate dictated by the DOL. In addition, the Contractor will be held to the legal guidelines set by the SCA regarding fringe benefits, safe and sanitary working conditions, and notification to employees of minimum compensation allowed, and equivalent federal employee classification wage rates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-16-T-0059/listing.html)
- Place of Performance
- Address: Naval Hospital Camp Pendleton (NHCP), 200 Mercy Circle, CAMP PENDLETON, California, 92055, United States
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN04202845-W 20160803/160801234322-588c213615208c3b7b96a8d465737ff7 (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 |