SOLICITATION NOTICE
S -- Office of Personnel Management (OPM) SES Orientation Briefing - OPM RFP Solicitation: 24361818R0001 Combined Synopsis/Solicitation - OPM RFP Solicitation: 24361818R0001 Pricing Worksheet
- Notice Date
- 10/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
- ZIP Code
- 20415-7710
- Solicitation Number
- 24361818R0001
- Archive Date
- 3/19/2018
- Point of Contact
- Laurie Griffin,
- E-Mail Address
-
OPOTeamCmailbox@opm.gov
(OPOTeamCmailbox@opm.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- OPM RFP Solicitation: 24361818R0001 Pricing Worksheet OPM RFP Solicitation: 24361818R0001 Title: Office of Personnel Management (OPM) SES Orientation Briefing Classification Code: NAICS Code: 722320 - Catering Procurement: Purchase Order (PO) for Commercial Services DESCRIPTION: This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102(g) and in the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a separate written solicitation will not be issued. The Solicitation number is: 24361818R0001 and is issued as a Request for Proposals (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through FAC Number/Effective Date: FAC 05-95 01/19/17 The Office of Procurement Operations (OPO), on behalf of the Office of Personnel Management (OPM) Federal Executive Institute (FEI), part of the Center for Leadership Development (CLD) under Human Resources Solutions (HRS), is requesting proposals for SES Orientation Briefing related services as specified herein. The NAICS code for this procurement is 722320 - Catering. This solicitation is being issued on a restricted basis as a women-owned, small business. This solicitation has a location restriction for logistical reasons for a women-owned, small business that is within a twenty (20) mile radius from the performance location of the Madison Auditorium, located at the United States Patent and Trademark Office (USPTO), 600 Dulany Street, Alexandria, VA 22314. This venue does not have access to a kitchen or staging location. Proposals will be accepted up to 4:00 P.M., Eastern Standard Time on Tuesday, October 24, 2017 CONTRACTING OFFICE ADDRESS AND POINTS OF CONTACT (POC): The U.S. Office of Personnel Management Office of Procurement Operations (OPO) 1900 E Street NW Washington DC 20415 PRIMARY Laurie Griffin Contract Specialist OPOTeamCmailbox@opm.gov SECONDARY Merwin Charles Contracting Officer OPOTeamCmailbox@opm.gov COMMUNICATIONS AND QUESTIONS: All communications and questions con c erning this s oli c it a tion including reque s t s f or cl a ri f ic a ti o n shall be m ade in writing to Laurie Griffin at OPOTeamCmailbox@opm.gov. OPM’s response will be answered and provided to all offerors via posting on www.fbo.gov. Vendors are encouraged to actively monitor said site for updates. Same/similar questions will be grouped together for a single response Responses to questi o ns will not reference the inquiring interested vendor. Questions will be accepted until 2:00PM EST on Friday, October 20, 2017 and responses will be provided on the www.fbo.gov site. For submission of q u esti o ns and com m ents, refer to the specific text of this solicitation and use the following header in the email subject line: Subject: RFP No. 24361818R0001 – Office of Personnel Management (OPM) SES Orientation Briefing Kindly include a reference in the following format: RFP Section, P a ragraph(s), Page(s). Offerors are solely responsible for ensuring their offer is received at the designated place and time for receipt of offers. As soon as an offeror is aware of any proble m or a m biguity in the speci f i c a tio n s, ter m s or conditions, i n stru c tions o r evalu a tion c riteria of this soli c itatio n, they must notify the OPM Contracting Points of Contact (POCs) listed above. NOTE: Communication with officials other than the POC’s referenced above may compromise the competitiveness of this acquisition and result in the cancellation of the solicitation and/or exclusion of your proposal. PROPOSAL EVALUATION: OPM will use FAR Part 12.203 procedures for solicitation, evaluation, and award in conjunction with simplified acquisition procedures under FAR Part 13. OPM will use a best value based approach to select an awardee considering both non-price and price related factors. The evaluation of proposals will cover these non-price related factors: technical approach and past performance (Catering Qualifications Summary Template). The non-price related factors, when combined, are significantly more important than total price. A pricing worksheet (attached to FedBizOpps announcement) shall be completed as part of vendor proposal. The Pricing worksheet and the Catering Qualifications Summary Template should be submitted as separate attachments. Additionally, refer to Section C for additional deliverables. NON-PRICE FACTORS: Evaluation of the technical portion of proposals will be conducted by a technical review panel in accordance with the evaluation criteria stated in FAR Clause 52.212-2, Evaluation - Commercial Items (Oct 2014) below in the “Non-Price Evaluation Factors” NON-PRICE RELATED FACTOR ONE: TECHNICAL APPROACH (a) The offeror shall include in its proposal a discussion of the offeror's proposed technical approach to respond to the requirements in the requirements section of this document. Present clear and convincing evidence of a thorough understanding the scope of work as described in the SOO, and a sound low risk technical approach to accomplishing this work. Include: · A narrative describing your understanding of this requirement. o A mere restatement of the requirements defined in Section C will be evaluated less favorably. · A description of your technical expertise for meeting the requirements of this proposal. Your narrative should include, at a minimum: o Indicate the initial plan to gain an understanding of OPM’s operation’s needs; o Describe your strategy for dealing with potential significant technical, administrative, or managerial problems that could arise, particularly those issues that impact deliverable deadlines. · Vendor should state they have availability for Tuesday, November 28, 2017 from 7:45 a.m. to 5:00 p.m. and Wednesday, November 29, 2017 from 7:45 am to 5:00 pm. at minimum. (b) The offeror should describe its capability of meeting the required services as described in the SOO. NON-PRICE RELATED FACTOR TWO: PAST PERFORMANCE- Catering Qualifications Summary Template This non-price evaluation factor measures the quality of an offeror’s experience in performing projects similar in size, scope and complexity to those described in this solicitation. Catering Qualifications Summary Template shall be completed fully and submitted with the proposal as a separate file. The Government will utilize the Catering Qualifications Summary Template submitted with the solicitation and other available sources to assess the quality of work performed on relevant projects. FACTOR THREE: PRICE: Offerors shall submit Firm-Fixed Price proposals for prices described in Section B and reflected in the pricing worksheet attachment. Contractors must complete the attached pricing worksheet provided in an additional attachment on the www.fbo.gov site. Please provide any additional price related information in the pricing portion of the proposal. Additional information must contain sufficient information to allow the Government to perform a basic analysis of the proposed price of the work. Offerors are instructed to submit their best and final prices for each line in the price worksheet. PROPOSAL PREPARATION INFORMATION: Proposal information must be provided in two separate volumes, and they are: 1) Technical Information (No more than 5 pages) a. Technical Approach b. Past Performance- Catering Qualifications Summary Template 2) Price related information a. Pricing worksheet Proposals shall also include the following information in addition to all other necessary information as described elsewhere in this RFP: 1) RFP number 24361818R0001 2) Time specified for receipt of offers. 3) Name, address, telephone number, and email address of offeror. 4) Price for each line item in the requirement given above and any discount terms, including discounts for prompt payment. 5) Prospective contractors must be registered in the System for Award Management (SAM) database. Information regarding SAM requirements may be obtained at www.sam.gov. 6) The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. Offers that fail to furnish the required information and representations, or those which reject the terms and conditions of the solicitation will be evaluated less favorably. If the offeror is proposing subcontractors, proposal responses shall include a Contractor Teaming Arrangement (CTA) between no more than two partners. A copy of the CTA Agreement must be provided in response to this solicitation. The CTA Agreement must contain all of the elements identified below and be in accordance with Federal Acquisition Regulations (FAR) 9.6 Contractor Teaming Arrangements. Specifically, the CTA Agreement shall: • Identify the Team Lead and no more than one additional Team Member; • Identify the Team Member who shall be exclusively responsible for performance and successful delivery of all requirements within this solicitation • Team Lead shall not limit any rights of OPM to work directly with the other Team Member CTA’s which are not in affirmative agreement with the above items are not in conformance with this solicitation and shall be evaluated less favorably. Subcontracting/CTA/JV is NOT required in order for an offeror to submit a proposal response, and/or be awarded a contract. However, offerors may consider subcontracting/CTA/JV’s that are in accordance with FAR and solicitation requirement stated herein as a means to more fully meet the requirements. Rules concerning subcontracting: The Government considers the prime offeror and subcontractors as a single entity. Therefore, the prime contractor must demonstrate the capability of performing the required services. Post-award changes shall not be considered. Rules concerning CTAs: The Government considers team members to be separate entities. Therefore, the team members must demonstrate the capability of providing/performing the required products/services. However, the Team Lead commits to meeting all requirements of this solicitation and the proposed technical response. Post-award changes shall not be considered. Rules concerning Joint Ventures: A Joint Venture is equivalent to a single entity and will be considered as one (1) company. Offerors proposing as a Joint Venture shall submit their agreement. Post-award changes shall not be considered. SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS B.1 General The awarded vendor shall provide all items as defined with Section-C Statement of Objectives (SOO) at the place of performance identified. B.2 Purchase Order (PO) Clauses For all commercially applicable clauses please see “Attachment One- Provisions and Clauses” of this combined solicitation/synopsis. B.3 Contract Line Item Number (CLIN) Complete the “Pricing Worksheet” attached in the www.fbo.gov package. SECTION C - STATEMENT OF OBJECTIVES U.S. Office of Personnel Management (OPM) SES Orientation Briefing (1) STATEMENT OF OBJECTIVES The Office of Personnel Management’s (OPM) Human Resources Solutions (HRS) division provides services that assist the Federal Government in achieving its missions by: Partnering with agencies to provide effective human resource solutions that develop leaders, attract and build a high quality public sector workforce, and transform agencies into high performing organizations; and Offering services that enhance the agencies' ability to attract and acquire specific talent. The Federal Executive Institute (FEI), part of the Center for Leadership Development (CLD) under HRS, is the federal government’s premier leadership development center for executives. Since 1968, FEI has provided executive education programs for GS-15s and members of the Senior Executive Service (SES). At present, these programs include the FEI SES Leading EDGE portfolio delivered in Washington D.C. area, a four-week Leadership for a Democratic Society (LDS) program, offered ten times per fiscal year, and a variety of open-enrollment and custom-designed program offerings. FEI delivers residential programs on its campus in Charlottesville, VA, as well as delivers the FEI experience at selected venues nationally and internationally including locations in Washington, D.C. 2. SCOPE: In support of its mission, FEI needs a contractor to provide catering services for the government-wide SES Orientation Briefing scheduled for November 28 - 29, 2017 at the U.S. Patent and Trademark Office’s Madison Auditorium, Alexandria, VA. The SES Orientation Briefing is a program under the OPM FEI SES Leading EDGE Senior Executive development portfolio. SES Leading EDGE seeks to strengthen the Federal Senior Executives throughout all phases of the Senior Executive life cycle. Other portfolio objectives include enhancing cross-agency collaboration, delivering better government performance and greater value for taxpayers, and elevating esprit de corps and ideals of service. The SES Orientation Briefings are two-day programs held twice per year in conjunction with the White House Presidential Personnel Office. The Briefings aim to: · Accelerate the success of Senior Executives in their first two years of executive service. · Orient new Senior Executives to their enterprise-wide role and environment. · Provide practical advice on the unique challenges new Senior Executives face. · Explore the career SES role as the link between top Presidential appointees and the rest of the Federal workforce. The SES Orientation Briefings are offered only to career Senior Executive Service (SES), SES Equivalents, Senior Leader (SL), and Scientific and Professional (ST) members from across the Federal government. Speakers typically include top level advisors to the President, Cabinet secretaries and deputies, and expert faculty and thought leaders from the private, public, and nonprofit sectors and academia. The maximum number for catering (food service) support is 280, accounting for a maximum 250 Senior Executive participants, plus FEI staff, faculty, volunteers, and presenters. Catering services are provided onsite in the Madison Auditorium to ensure the undivided attention of the executives in order to achieve Briefing learning objectives and for efficiency and economy objectives as the Madison Auditorium and accompanying conference services are provided at no cost to FEI. The Briefing agenda and learning process employ working and networking lunches to maximize networking and learning opportunities. These require a very rapid and unobtrusive distribution and clearing of boxed lunches while participants are engaged in exercises and discussions at their tables 3. SUMMARY OF REQUIREMENTS: The contractor shall be required to provide food and beverage service as outlined below: 3.1 Program Dates: · Support for the Briefing is planned for Tuesday, November 28, 2017 from 7:45 a.m. to 5:00 p.m. and Wednesday, November 29, 2017 from 7:45 am to 5:00 pm. These dates and timeframes are subject to change. · At least 45 days prior to the event, FEI will notify the contractor to: o Confirm the event date, hours, and location. o Estimate the maximum number requiring food service support. o Identify the type of food and beverage service required and the menu. · FEI reserves the right to change or cancel these dates, and prefers vendors who have flexible cancellation policies. 3.2 Location Requirements: · The contractor must be able to deliver catering services at a facility in the Washington, DC metropolitan area such as the United States Patent and Trademark Office (USPTO), (600 Dulany Street, Alexandria, VA) or other venue, subject to change. Vendors who can demonstrate prior experience working in and are familiar with Madison Auditorium at USPTO are preferred. · Please note: the participants will eat in the same space, the Madison Auditorium where the Briefing is being delivered -- there are not separate learning and dining spaces. 3.3 Catering Services Requirements: The contractor must: Provide food and beverage services featuring a variety of selections, including health-conscious options. For example: Box lunch options would include a red meat, white meat, salad with salmon/chicken, vegan, and gluten free. Special dietary needs, such as diabetic and kosher options, sometimes at the last minute. Provide catering services throughout the two days of the Briefing at times and with protocols FEI specifies. Provide food and beverage service for approximately 190 to 280 people. Show costs for each of the following food/beverage service options (any of which may not be exercised): Continuous break service -- Coffee/tea/water/soda beverage service throughout the day with Day 1 afternoon addition to the beverage service of nuts and cookies. Boxed lunch served via wait staff, with support of FEI staff Navy blue table cloths for participant round tables and two beverage stations, placed during set-up and changed at the end of Day 1. Below is a chart connecting the above requirements to typical timeframes for the typical food and beverage services that the vendor should be able to provide: Times (Day 1) Services Vendor Should be Able to Provide 7:45 a.m. – 4:30 p.m. Continuous beverage service This should include the option for coffee, tea, water (both still and sparkling), and soda, as well as beverage condiments such as sugar, sweetener, creamers, stirring utensils, linens, napkins, etc. 10:30 a.m. – 10:45 a.m. refreshing items, such as trail mix, nuts, granola bars, etc. to the beverage tables 11:45 a.m. – 1:00 p.m. Lunch (will confirm exact times the week prior) Served boxed lunch with beverage service included. This should also include table linens, napkins, disposable utensils, the disposable box, and glass cups for drinks. 2:30 p.m. – 2:45 p.m. Add limited cookies, nuts, fruit, etc. to beverage tables Times (Day 2) Services Vendor Should be Able to Provide 7:45 a.m. – 4:30 p.m. Continuous beverage service This should include the option for coffee, tea, water (both still and sparkling), and soda, as well as beverage condiments such as sugar, sweetener, creamers, stirring utensils, linens, napkins, etc. 10:30 a.m. – 10:45 a.m. Add limited refreshing items, such as trail mix, nuts, granola bars, etc. to beverage tables 11:45 a.m. – 1:00 p.m. Lunch (will confirm exact times the week prior) Served boxed lunch with beverage service included. This should also include table linens, napkins, disposable utensils, the disposable box, and glass cups for drinks. 3.4 Additional Requirements The vendor will provide adequate wait staff based on actual boxed-lunch headcount to ensure rapid delivery of the boxed lunches. The vendor shall bring adequate number of carts to support lunch delivery. FEI recommends a minimum number of five (5) carts based on past experience. Color-code the lunch boxes (e.g. with stickers or markings) to match menu card colors that the participants will display at their tables. FEI will provide the colors based on the agreed to menu. Provide all packaging necessary to prepare the boxed lunches. Linens, dishes, silverware, etc. should be provided in the contract package. (Tables and chairs will be provided by the meeting venue.) Coffee/tea/water/soda ("break service") should be provided throughout the entirety of the two day event. Beverages should be available for a range of time up to 7:45 a.m. to 5:00 p.m. or as needed both days. 4. QUALITY: In addition to high-quality food, the vendor should have a highly regarded reputation in their field. The presentation should be professional and refined for presentation to a Senior Executive audience. The vendor shall accommodate any special dietary needs, possibly at the last minute. The meals must be of high quality and offer a wide variety of healthy, nutritious, and flavorful food choices throughout the program. It is important catering staff and support personnel avoid disrupting the learning process. This means opening and breaking down boxes in a prep area outside the learning space, limiting conversations near entrances, and referring questions to FEI employees. 5. DELIVERABLES The contractor shall deliver food and beverage service during the program and clean up during and after the program is concluded each day. 6. PERIOD OF PERFOMANCE The contract will run from the date of award through December 31, 2017. 7. PLACE OF PERFORMANCE Work will be conducted at the Madison Auditorium, United States Patent and Trademark Office, Alexandria, VA, or another facility in the DC area. 8. AWARD TYPE The government intends to issue a firm fixed price contract for catering service but to be invoiced on the basis of actual amounts of catering services selected and provided. 9. QUALITY ASSURANCE SURVEILLANCE PLAN Deliverable Performance Standard Acceptable Quality Level (AQL) Monitoring Method Incentive / Price Reduction Catering Service Meals and break services provided as described above All food presented in appealing and appropriate manner (hot/cold, etc.) Observation and consumption Positive or Negative Performance Evaluations 10. OTHER REQUIREMENTS All vendors replying to this solicitation should fill out the attached Qualifications Summary Template form, in addition to providing evidence of how they can meet the requirements and the associated costs of delivering the requirements outlined herein. Catering Qualifications Summary Template 1. Name of your catering company: ______________________________________________ 2. Number of years your catering company has been in business: ______________________ 3. Have you catered events with 185 people (or more) before? _____ yes _____ no 4. Please explain in more detail the company’s experience catering large, formal events (especially educational conferences for a senior executive audience): ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 5. Do you offer vegetarian options? _____ yes _____ no 6. Do you offer gluten-free options? _____ yes _____ no 7. Are you able to accommodate special dietary requirements, sometimes at the last minute? _____ yes _____ no 8. Are you able to provide beverage service, including coffee, tea, sodas, and waters, throughout both days? _____ yes _____ no 9. Are you able to provide break/snack service for optional morning and/or afternoon breaks? _____ yes _____ no 10. Can you provide a menu that is for an Executive-level clientele? _____ yes _____ no 11. Can you serve lunch in the same space that is being used before and afterwards for learning (conference delivery)? _____ yes _____ no 12. Are you able to provide wait staff to serve up to 275 people? _____ yes _____ no 13. Will staff be available to set up any relevant items (such setting up and taking down the buffet, refreshing coffee service, putting table cloths on tables, cleaning up after the end of each day, etc.)? _____ yes _____ no 14. Are you able to provide (optional) disposable plates, cups, cutlery, napkins, table cloths, etc.? _____ yes _____ no 15. Are you able to provide the option for regular (non-disposable) plates, cups, cutlery, napkins, table cloths, etc.? _____ yes _____ no 16. Has your catering company worked with federal government clients before? _____ yes _____ no 17. Will there be a point of contact onsite throughout the entirety of the event to take the lead and ensure any problems are promptly resolved? _____ yes _____ no 18. What is your cancellation policy (in the event FEI needed to reschedule/cancel the event)? 19. Have you delivered catering services at USPTO in the Madison Auditorium before? _____ yes _____ no If yes, please describe your experience. 20. Do you have experience providing catering services to learners in the same space where educational material is being delivered (i.e., no separate learning versus dining space)? Please describe the methods you use to minimize distractions and to ensure prompt service with minimal delays. 21. Can you provide a reference (preferably from the federal government)? _____ yes _____ no 22. Reference information: ________________________________________________________________________________________________________________________________________________________________________________________________________________________ (Include name, agency, telephone number, and email address) ATTACHMENT ONE- PROVISIONS AND CLAUSES Solicitation Provisions : 1. FAR 52.212-1 Instructions to Offerors—Commercial Items (Oct 2016) is incorporated by reference. 2. FAR 52.212-2 Evaluation – Commercial Items (OCT 2014) As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: Evaluation—Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: NON-PRICE RELATED FACTOR ONE: TECHNICAL APPROACH NON-PRICE RELATED FACTOR TWO: PAST PERFORMANCE- Catering Qualifications Summary Template PRICE Non-Price Related Factors are listed in descending order of importance and, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 3. FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (JAN 2017) The offeror must complete this provision. If the offeror has already completed annual representations and certifications at https://www.sam.gov, then only paragraph (b) of this provision needs to be filled out. If the offeror has not completed annual representations and certifications, then paragraphs (c) through (u) of this provision must be filled out. 4. FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) is incorporated by reference. Contract Clauses : 1. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017) is incorporated by reference. 2. FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) is incorporated by reference. 3.. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] _X_ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). _X_ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67. ). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _X_ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (12) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 4. FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) is incorporated by reference. 5. FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 6. OPM-Specific Clauses: The following definitions apply to this contract: a. Information: This term is synonymous with the term Data. Both terms refer to single or multiple instances of any recorded or communicated fact or opinion being stored or transferred in any digital or analog format or medium. b. Controlled Unclassified Information (CUI): This term refers to that sub-category of Information where the loss, misuse, or unauthorized access or modification could adversely affect the national interest or the conduct of federal programs, or the privacy to which individuals are entitled under 5 USC Section 552a (the Privacy Act) that has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept classified in the interest of national defense or foreign policy. c. Personally Identifiable Information (PII): This term refers to that sub-category of CUI that can be used to distinguish or trace an individual’s identity, either alone or when combined with other personal or identifying information that is linked or linkable to a specific individual. d. Information System: This term refers to a system composed of people and equipment that processes or interprets Information. e. Information Technology (IT) System: This term refers to that sub-category of Information System composed of hardware, software, data, and networks that processes or interprets Information. f. Information Security Incident (ISI): This term refers to any event that includes the known, potential, or suspected exposure, loss of control, compromise, unauthorized disclosure, unauthorized acquisition, or unauthorized access of any Contractor or Government Information or Information Systems. g. Record: (1) For the purpose of Records Management, this term refers to all recorded Information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transactions of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the US Government or because of the informational value of the data in them. (2) For the purpose of the Privacy Act, this term refers to any item, collection, or grouping of Information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, or criminal or employment history, and that contains the person's name, or the identifying number, symbol, or other identifier assigned to the individual, such as a fingerprint, voiceprint, or a photograph. h. System of Records on individuals: This term refers to a group of any Records from which Information is retrieved by the name of the individual or by some identifying number, symbol, or other identifier assigned to the individual. i. Operation of a System of Records: This term refers to the performance of any of the activities associated with maintaining the System of Records, including the collection, use, and dissemination of Records. j. Privileged User: This term refers to a user that is assigned an organization-defined privileged role that allows that individual to perform certain security-relevant functions that ordinary users are not authorized to perform. These privileged roles include, but are not limited to, IT system development, key management, account management, network and system administration, database administration, and web administration. (End of Clause) a. Applicability (1) This clause applies to the Contractor, its subcontractors and teaming partners, and employees (hereafter referred to collectively as “Contractor”). (2) These requirements are applicable to all Information, regardless of medium, maintained by the Contractor for the performance of this contract. (3) These requirements are in addition to all applicable requirements established by the Privacy Act of 1974 (5 U.S.C. 552a); and to all other requirements established by various Federal statutes, mandates, and Executive Orders for the management and security of Information and Information Systems. The following additional requirements should not be construed to alter or diminish civil and/or criminal liabilities provided under the Privacy Act or any other applicable Federal statutes. b. Authorization to Handle Controlled Unclassified Information (CUI) (1) Prior to receiving, collecting, transmitting, storing, using, accessing, sharing, or removing CUI from any approved locations; the Contractor must receive approval in writing from the Chief Information Officer (CIO) through the Contracting Officer (CO) or Contracting Officer’s Representative (COR). (2) If the Contractor should begin to receive, collect, transmit, store, use, access, or share CUI without appropriate approval, it should be reported as an Information Security Incident (ISI). (3) Prior to removing CUI from any approved location, electronic device, removable media, or storage container, approval must be received in writing from the CO or COR. c. Authorization to Use Information Technology (IT) Systems (1) Prior to designing, developing, operating, accessing, or using an IT system that will store or process Information other than general information necessary to manage the contract (such as billing), the Contractor must receive approval in writing from the CIO through the CO or COR. (2) The time required to obtain approval may be lengthy, and the Contractor should identify this requirement as soon as possible. (3) If the Contractor should begin to operate, access, or use an IT system without appropriate approval, it must be reported as an ISI. d. Retention of Authorizing Documentation The Contractor must maintain a current and complete file of all documentation authorizing handling of CUI during the period of performance of the contract, unless otherwise instructed by the Contracting Officer. Documentation will be made accessible during inspections or upon written request by the CO or the COR. (End of Clause) a. ISI Reporting Activities (1) Contractors must report any and all ISI involving OPM Information to the OPM Security Monitoring Center (SMC) at CyberSolutions@opm.gov, 844-377-6109. The SMC is available 24 hours per day, 365 days per year. (2) Contractors must report any and all ISI involving information technology (IT) systems and Controlled Unclassified Information (CUI) immediately upon becoming aware of the ISI but no later than 30 minutes after becoming aware of the ISI, regardless of day or time; regardless of internal investigation, evaluation, or confirmation of procedures or activities; and regardless of whether the ISI is suspected, known, or determined to involve IT systems operated in support of this contract. (3) Contractors reporting an ISI to the SMC by email or phone must copy the Contracting Officer (CO) or Contracting Officer’s Representative (COR) if possible; but if not, must notify the CO or COR immediately after reporting to the SMC. (4) When reporting an ISI to the SMC by email: (a) Do not include any CUI in the subject or body of any email; (b) Use FIPS 140-2 compliant encryption methods to protect CUI to be included as an email attachment, and do not include passwords in the same email as the encrypted attachment; and (c) Provide any supplementary information or reports related to a previously reported incident directly to the OPM SMC with the following text in the subject line of the email: “Supplementary Information / Report related to previously reported incident # [insert number].” b. ISI Review and Response Activities (1) The Contractor must provide full access and cooperation for all activities determined by CO or COR to be required to ensure an effective review and response to protect OPM’s Information and Information Systems operated in support of this contract. (2) The Contractor must promptly respond to all requests by the CO or COR for ISI and system-related information, including but not limited to disk images, log files, event information, and any other information determined by OPM to be required for a rapid but comprehensive technical and forensic review. (3) OPM, at its sole discretion, may obtain the assistance of Federal agencies and/or third party firms to aid in ISI Review and Response activities. c. ISI Determination Activities (1) The Contractor must not make any determinations related to an ISI associated with Information Systems or Information maintained by the Contractor in support of the activities authorized by this contract, including determinations related to notification of affected individuals and/or Federal agencies (except reporting criminal activity to Law Enforcement Organizations) and offering of services, such as credit monitoring. (2) The Contractor must not conduct any internal ISI-related review or response activities that could modify or eliminate any existing technical configuration or information or forensic technical evidence existing at the time of the ISI without approval from the OPM Chief Information Officer (CIO) through the CO or COR. (3) All determinations related to an ISI associated with Information Systems or Information maintained by the Contractor in support of the activities authorized by this contract will be made only by the OPM CIO through the CO or COR. (4) The Contractor must report criminal activity to Law Enforcement Organizations upon becoming aware of such activity. (End of Clause) a. The Contractor must permit and cooperate with any mutually agreed upon pre-scheduled onsite or offsite information security inspections, such as: (1) Before initiation of the performance period; (2) As periodically scheduled for contract oversight and compliance purposes; (3) As determined by the OPM Chief Information Officer (CIO) through the Contracting Officer (CO) or Contracting Officer’s Representative (COR) to be required for evaluation of or in response to any reported Information Security Incident (ISI); or (4) As determined by the OPM CIO through the CO or COR to be required to address any risk of non-compliance with the requirements of this contract. b. OPM will provide the Contractor with a Post-Inspection Report, which will state findings and specify the Contractor’s requirement for remediating findings to maintain compliance with this contract. c. The Contractor must provide a formal response to the OPM Post-Inspection Report within fifteen (15) days of receipt of the report for critical/high risk findings and within thirty (30 days for all other findings. (End of Clause) If at any time during Contract performance it is determined that the Contractor is not in full compliance with the security requirements of this Contract, the Government may immediately suspend performance under this Contract and require the immediate return of all Controlled Unclassified Information (CUI) materials and information to the Government at full Contractor expense. Any work suspension resulting from a security lapse will not be subject to equitable adjustment; all costs incurred will be borne by the Contractor. (End of Clause) a. Within thirty (30) days after the end of the contract performance period or after the contract is suspended or terminated by the Contracting Officer, unless otherwise instructed by the Contracting Officer, the Contractor must return all original OPM-provided and OPM-Activity-Related Information, such as records, files, and metadata in electronic or hardcopy format, including but not limited to the following: (1) provided by OPM; (2) obtained by the Contractor while conducting activities in accordance with the contract with OPM; (3) distributed for any purpose by the Contractor to any other related organization and/or any other component or separate business entity; or (4) received from the Contractor by any other related organization and/or any other component or separate business entity. b. Within forty-five (45) days after the end of the contract performance period or after the contract is suspended or terminated by the Contracting Officer, unless otherwise instructed by the Contracting Officer, the Contractor must provide the Contracting Officer and COR with an associated Certification of Verified Return of all original OPM and OPM-Activity-Related Information, such as records, files, and metadata in electronic or hardcopy format, including but not limited to the following: (1) provided by OPM; (2) obtained by the Contractor while conducting activities in accordance with the contract with OPM; (3) distributed for any purpose by the Contractor to any other related organization and/or any other component or separate business entity; or (4) received from the Contractor by any other related organization and/or any other component or separate business entity. (End of Clause) Within sixty (60) days after the end of the contract performance period or after the contract is suspended or terminated by the Contracting Officer, BUT ONLY after the Contracting Officer (CO) or Contracting Officer’s Representative (COR) has accepted and approved the Contractor’s compliance with the Certification of Verified Return, the Contractor must execute secure destruction of all copies of all OPM and OPM-activity-related files and information (including but not limited to all records, files, and metadata in electronic or hardcopy format) not returned to OPM and held in possession by the Contractor, by procedures approved by the CO or COR in advance and in accordance with applicable OPM IT Security Policy Requirements, including but not limited to the following: (1) provided by OPM; (2) obtained by the Contractor while conducting activities in accordance with the contract; (3) distributed for any purpose by the Contractor to any other related organization and/or any other component or separate business entity; or (4) received from the Contractor by any other related organization and/or any other component or separate business entity. Within seventy-five (75) days after the end of the contract performance period or after the contract is suspended or terminated by the CO, BUT ONLY after the CO or COR has accepted and approved the Contractor’s compliance with the Certification of Verified Return, the Contractor must provide the CO or COR with Certification of Secure Destruction of all existing active and archived originals and/or copies of all OPM and OPM-activity-related files and information, (including but not limited to all records, files, and metadata in electronic or hardcopy format); by procedures approved by OPM in advance and in accordance with applicable OPM IT Security Policy Requirements; including but not limited to the following: (1) provided by OPM; (2) obtained by the Contractor while conducting activities in accordance with the contract; (3) distributed for any purpose by the Contractor to any other related organization and/or any other component or separate business entity; or (4) received from the Contractor by any other related organization and/or any other component or separate business entity. (End of Clause) OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded. (July 2005) (a) The Contractor warrants that, to the best of the Contractor’s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest (OCI), as defined in FAR 9.5, Organizational and Consultants Conflicts of Interest, or that the Contractor has disclosed all such relevant information. (b) The Contractor agrees that if an actual or potential OCI is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. This disclosure must include a description of actions, which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict. (c) The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an OCI. If the Contractor was aware of a potential OCI prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contacting Office, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (d) The Contractor must include this clause in all subcontracts and in lower tier subcontracts unless a waiver is requested from, and granted by, the Contracting Officer. (e) In the event that a requirement changes in such a way as to create a potential conflict of interest for the Contractor, the Contractor must: (1) Notify the Contracting Officer of a potential conflict, and; (2) Recommend to the Government an alternate approach which would avoid the potential conflict, or (3) Present for approval a conflict of interest mitigation plan that will: (i) Describe in detail the changed requirement that creates the potential conflict of interest; and (ii) Outline in detail the actions to be taken by the Contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information, or other acceptable means. (4) The Contractor must not commence work on a changed requirement related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed. (5) If the Contracting Officer determines that it is in the best interest of the Government to proceed with work, notwithstanding a conflict of interest, a request for waiver must be submitted in accordance with FAR 9.503. 1752.209-75 Reducing Text Messaging While Driving (Oct 2009) (a) In accordance with Section 4 of the Executive Order, “Federal Leadership on Reducing Text Messaging While Driving,” dated October 1, 2009, you are hereby encouraged to: (1) Adopt and enforce policies that ban text messaging while driving company-owned or -rented vehicles or Government-owned, -leased or –rented vehicles, or while driving privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government; and (2) Consider new company rules and programs, and reevaluating existing programs to prohibit text messaging while driving, and conducting education, awareness, and other outreach for company employees about the safety risks associated with texting while driving. These initiatives should encourage voluntary compliance with the company’s text messaging policy while off duty. (b) For purposes of complying with the Executive Order: (1) "Texting" or "Text Messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (2) "Driving" means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary. 1752.222-70 Notice of Requirement for Certification of Nonsegregated Facilities (July 2005) By signing this offer or contract, the contractor will be deemed to have signed and agreed to the provisions of Federal Acquisition Regulations (FAR) Clause 52.222-21, Certification of Nonsegregated Facilities, incorporated by reference in this solicitation/contract. The certification provides that the bidder or offeror does not maintain or provide for its employees, facilities which are segregated on a basis of race, color, religion, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the bidder/offeror does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. FAR Clause 52.222-21 must be included in all subcontracts as well. 1752.222-71 Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (July 2005) (a) If this contract contains FAR Clause 52.222-35 ( Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), your company must comply with the requirements of this clause, including the listing of employment opportunities with the local office of the state employment service system. (b) If this contract contains FAR clauses 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) or 52.222-38 (Compliance with Veterans’ Employment Reporting Requirements), you are reminded that your company must comply with the special reporting requirements described in those clauses. Y our company must submit information on several aspects of its employment and hiring of special disabled and Vietnam era veterans or other veterans who served on active duty during a war or in a campaign or expedition for which a campaign badge has been authorized. You must submit this information no later than September 30 of each year, in the “ Federal Contractor Veterans’ Employment Report” or VETS-100 Report. The U.S. Department of Labor has established a web site for submitting this report. The address is: http://www.vets100.cudenver.edu. 1752.223-71 Environmentally Preferable Products and Services (January 2017) (a) Executive Order 13693, Planning for Federal Sustainability in the Next Decade, requires in agency acquisitions of goods and services (i) use of sustainable environmental practices, including acquisition of biobased, environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and (ii) use of paper of at least 30 percent post-consumer fiber content. (b) By signing this offer or contract, the contractor will be deemed to have signed and agreed that all goods and services provided under this contract will comply with the above requirements of Executive Order 13693. 1 752.224-71 Freedom of Information Act Requests (Sep 2009) (a) Offerors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore: (1) All items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked in all documents submitted to the U.S. Office of Personnel Management (OPM or The Government). Marking of items will not necessarily preclude disclosure when the OPM determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable. (2) No later than five (5) business days after award of a contract, blanket purchase agreement (BPA), or order, the Contractor must provide OPM a redacted copy of the contract/BPA/order in electronic format. This copy will be used to satisfy any requests for copies of the contract/BPA/order under the FOIA. If the Contracting Officer believes that any redacted information does not require protection from public release, the issue will be resolved in accordance with paragraph 3.104-4(d) of the Federal Acquisition Regulation. (b) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. (c) In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor's responsible employees. (d) Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both. 1752.232-71 Method of Payme nt (July 2005) (a) Payments under this contract will be made either by check or by wire transfer through the Treasury Financial Communications System at the option of the Government. (b) The Contractor must forward the following information in writing to the Contracting Officer not later than seven (7) days after receipt of notice of award: (1) Full Name (where practicable), title, telephone number, and complete mailing address of responsible official(s): (i) to whom check payments are to be sent, and (ii) who may be contacted concerning the bank account information requested below. (2) The following bank account information required to accomplish wire transfers: (i) Name, address, and telegraphic abbreviation of the receiving financial institution. (ii) Receiving financial institution's 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.) (iii) Recipient's name and account number at the receiving financial institution to be credited with the funds. If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the correspondent financial institution through which the receiving institution receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide: (A) Address and telegraphic abbreviation of the correspondent financial institution. (B) The correspondent financial institution's 9-digit ABA identifying number for routing transfer of funds. (c) Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in writing at least 30 days before the effective date of the change. It is the Contractor’s responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts. (d) The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor's name and contract number 1752.232-73 Small Business Invoice Requirements (October 2012) (a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services): (1) Name and address of the contractor. (2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.) (3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms ( e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.) (9) Electronic funds transfer (EFT) banking information. (i) The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision ( e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause ( e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (ii) The last four digits of the contractor’s bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect. (iii) EFT banking information is not required if the Government waived the requirement to pay by EFT. (10) The vendor’s certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice. (11) Any other information or documentation required by the contract ( e.g., evidence of shipment). (b) Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box. (c) ALL small business invoices—without exception—must have unique identifying numbers, and be submitted via e-mail to OPM’s Small Business Invoice e-mail box at: SmallBusinessInvoices@opm.gov Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses. (d) Please attach ONLY one invoice to each e-mail, and use the following format for the subject line of the e-mail: <Contractor name>&<Invoice no>&<Amount>&<Contract Number>/<Call or Order Number> Example: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000 (e) Payment due dates will only be calculated from the date that invoices are received in the Small Business Invoice e-mail box. (f) Inquiries regarding payment of invoices should be e-mailed to InvoiceInquiries@opm.gov. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state “INQUIRY,” followed by the information described in paragraph (d) above. Example: INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000 Do NOT use the Prompt Pay e-mail box for inquiries. (g) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor. 1752.232-74 Providing Accelerated Payment to Small Business Subcontractors (Oct 2012) (a) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (Note: OMB Policy Memorandum M-12-16 is accessible on line at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2012/m-12-16.pdf.) (b) Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents. (c) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business. 1752.233-70 OPM Protest Procedures [Applicable to Solicitations Only] (Jan 2017) (a) An interested party who files a protest with OPM has the option of requesting review and consideration of the protest by either the Contracting Officer (CO) or the Senior Procurement Executive (SPE). The protest must clearly indicate the official to whom it is directed. (b) If the protest is directed to the SPE, a copy of the protest must be sent to the Director of the Contracting Group at the same time the protest is filed with the CO in accordance with FAR 52.233-2. The address of the Director of the Contract Group is: Elijah Anderson, Acting Director Contracting Group, Office of Procurement Operations U.S. Office of Personnel Management 1900 E Street N.W., Room 1342 Washington, DC 20415 (c) Review and consideration of a protest by the SPE is an alternative to review and consideration by the CO. 1752.237-70 Non-Personal Services (July 2005) (a) As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor must promptly notify the Contracting Officer of this communication or action. (b) The Contractor must not perform any inherently Governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee may state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with the contract, Contractor employees must identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee must state that they have no authority to in any way change the contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. (c) The Contractor must insure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause limits the Government's rights in any way under any other provision of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this clause must be included in all subcontracts at any tier. 1752.242-88 Contract Performance Information (July 2005) (a) Dissemination of Contract Performance Information The Contractor must not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed must be submitted to the Contracting Officer for approval. (b) Contractor Testimony All requests for the testimony of the Contractor or its employees, and any intention to testify as an expert witness relating to: (a) any work required by, and or performed under, this contract: or (b) any information provided by any party to assist the Contractor in the performance of this contract, must be immediately reported to the Contracting Officer. Neither the Contractor nor its employees must testify on a matter related to work performed or information provided under this contract, either voluntarily or pursuant to a request, in any judicial or administrative proceeding unless approved by the Contracting Officer or required by a judge in a final court order. ATTACHMENT TWO- WAGE DETERMINATION ************************************************************************************ 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.: 2015-4281 Daniel W. Simms Division of | Revision No.: 7 Director Wage Determinations| Date Of Revision: 07/25/2017 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any 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 $10.20 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 2017. 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. ____________________________________________________________________________________ States: District of Columbia, Maryland, Virginia Area: District of Columbia Statewide Maryland Counties of Calvert, Charles, Prince George's Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 18.06 01012 - Accounting Clerk II 20.28 01013 - Accounting Clerk III 22.68 01020 - Administrative Assistant 31.98 01035 - Court Reporter 21.84 01041 - Customer Service Representative I 14.94 01042 - Customer Service Representative II 16.81 01043 - Customer Service Representative III 18.33 01051 - Data Entry Operator I 14.88 01052 - Data Entry Operator II 16.23 01060 - Dispatcher, Motor Vehicle 19.28 01070 - Document Preparation Clerk 16.17 01090 - Duplicating Machine Operator 16.17 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.74 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 16.18 01191 - Order Clerk I 15.12 01192 - Order Clerk II 16.50 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 25.24 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 17.24 01410 - Supply Technician 31.98 01420 - Survey Worker 20.03 01460 - Switchboard Operator/Receptionist 15.07 01531 - Travel Clerk I 14.80 01532 - Travel Clerk II 15.91 01533 - Travel Clerk III 17.08 01611 - Word Processor I 16.56 01612 - Word Processor II 18.59 01613 - Word Processor III 20.79 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 28.60 05010 - Automotive Electrician 23.51 05040 - Automotive Glass Installer 22.15 05070 - Automotive Worker 22.15 05110 - Mobile Equipment Servicer 19.04 05130 - Motor Equipment Metal Mechanic 24.78 05160 - Motor Equipment Metal Worker 22.15 05190 - Motor Vehicle Mechanic 24.78 05220 - Motor Vehicle Mechanic Helper 18.49 05250 - Motor Vehicle Upholstery Worker 21.63 05280 - Motor Vehicle Wrecker 22.15 05310 - Painter, Automotive 23.51 05340 - Radiator Repair Specialist 22.15 05370 - Tire Repairer 14.44 05400 - Transmission Repair Specialist 24.78 07000 - Food Preparation And Service Occupations 07010 - Baker 14.14 07041 - Cook I 15.15 07042 - Cook II 17.61 07070 - Dishwasher 10.72 07130 - Food Service Worker 11.01 07210 - Meat Cutter 20.10 07260 - Waiter/Waitress 10.67 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.86 09040 - Furniture Handler 14.06 09080 - Furniture Refinisher 20.23 09090 - Furniture Refinisher Helper 15.52 09110 - Furniture Repairer, Minor 17.94 09130 - Upholsterer 19.86 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.54 11060 - Elevator Operator 12.66 11090 - Gardener 18.52 11122 - Housekeeping Aide 12.66 11150 - Janitor 12.66 11210 - Laborer, Grounds Maintenance 13.82 11240 - Maid or Houseman 12.22 11260 - Pruner 12.25 11270 - Tractor Operator 16.94 11330 - Trail Maintenance Worker 13.82 11360 - Window Cleaner 14.28 12000 - Health Occupations 12010 - Ambulance Driver 22.31 12011 - Breath Alcohol Technician 21.35 12012 - Certified Occupational Therapist Assistant 27.96 12015 - Certified Physical Therapist Assistant 25.93 12020 - Dental Assistant 19.78 12025 - Dental Hygienist 45.00 12030 - EKG Technician 33.48 12035 - Electroneurodiagnostic Technologist 33.48 12040 - Emergency Medical Technician 22.31 12071 - Licensed Practical Nurse I 19.07 12072 - Licensed Practical Nurse II 21.35 12073 - Licensed Practical Nurse III 24.13 12100 - Medical Assistant 17.17 12130 - Medical Laboratory Technician 18.98 12160 - Medical Record Clerk 18.80 12190 - Medical Record Technician 21.04 12195 - Medical Transcriptionist 20.50 12210 - Nuclear Medicine Technologist 39.16 12221 - Nursing Assistant I 11.74 12222 - Nursing Assistant II 13.19 12223 - Nursing Assistant III 14.40 12224 - Nursing Assistant IV 16.16 12235 - Optical Dispenser 20.67 12236 - Optical Technician 17.38 12250 - Pharmacy Technician 18.12 12280 - Phlebotomist 17.93 12305 - Radiologic Technologist 33.85 12311 - Registered Nurse I 27.64 12312 - Registered Nurse II 33.44 12313 - Registered Nurse II, Specialist 33.44 12314 - Registered Nurse III 40.13 12315 - Registered Nurse III, Anesthetist 40.13 12316 - Registered Nurse IV 48.10 12317 - Scheduler (Drug and Alcohol Testing) 25.90 12320 - Substance Abuse Treatment Counselor 27.04 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.37 13012 - Exhibits Specialist II 26.46 13013 - Exhibits Specialist III 32.37 13041 - Illustrator I 20.48 13042 - Illustrator II 25.38 13043 - Illustrator III 31.03 13047 - Librarian 37.95 13050 - Library Aide/Clerk 16.35 13054 - Library Information Technology Systems 34.26 Administrator 13058 - Library Technician 20.89 13061 - Media Specialist I 22.66 13062 - Media Specialist II 25.36 13063 - Media Specialist III 28.27 13071 - Photographer I 16.65 13072 - Photographer II 18.90 13073 - Photographer III 23.67 13074 - Photographer IV 28.65 13075 - Photographer V 33.76 13090 - Technical Order Library Clerk 20.54 13110 - Video Teleconference Technician 23.38 14000 - Information Technology Occupations 14041 - Computer Operator I 18.92 14042 - Computer Operator II 21.18 14043 - Computer Operator III 23.60 14044 - Computer Operator IV 26.22 14045 - Computer Operator V 29.05 14071 - Computer Programmer I (see 1) 26.36 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 18.92 14160 - Personal Computer Support Technician 26.22 14170 - System Support Specialist 37.87 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 36.47 15020 - Aircrew Training Devices Instructor (Rated) 44.06 15030 - Air Crew Training Devices Instructor (Pilot) 52.81 15050 - Computer Based Training Specialist / Instructor 36.47 15060 - Educational Technologist 36.80 15070 - Flight Instructor (Pilot) 52.81 15080 - Graphic Artist 30.47 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 48.72 15086 - Maintenance Test Pilot, Rotary Wing 48.72 15088 - Non-Maintenance Test/Co-Pilot 48.72 15090 - Technical Instructor 28.79 15095 - Technical Instructor/Course Developer 35.22 15110 - Test Proctor 23.24 15120 - Tutor 23.24 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.41 16030 - Counter Attendant 11.41 16040 - Dry Cleaner 14.66 16070 - Finisher, Flatwork, Machine 11.41 16090 - Presser, Hand 11.41 16110 - Presser, Machine, Drycleaning 11.41 16130 - Presser, Machine, Shirts 11.41 16160 - Presser, Machine, Wearing Apparel, Laundry 11.41 16190 - Sewing Machine Operator 15.71 16220 - Tailor 16.64 16250 - Washer, Machine 12.51 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 24.71 19040 - Tool And Die Maker 28.29 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.11 21030 - Material Coordinator 25.24 21040 - Material Expediter 25.24 21050 - Material Handling Laborer 13.83 21071 - Order Filler 15.09 21080 - Production Line Worker (Food Processing) 18.11 21110 - Shipping Packer 17.65 21130 - Shipping/Receiving Clerk 17.65 21140 - Store Worker I 12.49 21150 - Stock Clerk 17.98 21210 - Tools And Parts Attendant 18.11 21410 - Warehouse Specialist 18.11 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 32.92 23019 - Aircraft Logs and Records Technician 23.91 23021 - Aircraft Mechanic I 31.25 23022 - Aircraft Mechanic II 32.92 23023 - Aircraft Mechanic III 34.52 23040 - Aircraft Mechanic Helper 21.22 23050 - Aircraft, Painter 29.92 23060 - Aircraft Servicer 23.91 23070 - Aircraft Survival Flight Equipment Technician 29.92 23080 - Aircraft Worker 25.42 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 25.42 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 31.25 II 23110 - Appliance Mechanic 21.75 23120 - Bicycle Repairer 14.43 23125 - Cable Splicer 31.48 23130 - Carpenter, Maintenance 22.45 23140 - Carpet Layer 20.49 23160 - Electrician, Maintenance 27.98 23181 - Electronics Technician Maintenance I 30.17 23182 - Electronics Technician Maintenance II 32.03 23183 - Electronics Technician Maintenance III 33.75 23260 - Fabric Worker 22.55 23290 - Fire Alarm System Mechanic 22.91 23310 - Fire Extinguisher Repairer 20.77 23311 - Fuel Distribution System Mechanic 27.60 23312 - Fuel Distribution System Operator 23.45 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 31.25 23381 - Ground Support Equipment Servicer 23.91 23382 - Ground Support Equipment Worker 25.42 23391 - Gunsmith I 20.77 23392 - Gunsmith II 24.15 23393 - Gunsmith III 27.00 23410 - Heating, Ventilation And Air-Conditioning 28.33 Mechanic 23411 - Heating, Ventilation And Air Contidioning 29.84 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 26.13 23440 - Heavy Equipment Operator 22.91 23460 - Instrument Mechanic 27.34 23465 - Laboratory/Shelter Mechanic 25.64 23470 - Laborer 14.98 23510 - Locksmith 23.54 23530 - Machinery Maintenance Mechanic 27.44 23550 - Machinist, Maintenance 26.10 23580 - Maintenance Trades Helper 18.27 23591 - Metrology Technician I 27.34 23592 - Metrology Technician II 28.79 23593 - Metrology Technician III 30.19 23640 - Millwright 28.19 23710 - Office Appliance Repairer 22.96 23760 - Painter, Maintenance 21.75 23790 - Pipefitter, Maintenance 26.55 23810 - Plumber, Maintenance 25.21 23820 - Pneudraulic Systems Mechanic 27.00 23850 - Rigger 27.72 23870 - Scale Mechanic 24.15 23890 - Sheet-Metal Worker, Maintenance 24.81 23910 - Small Engine Mechanic 20.49 23931 - Telecommunications Mechanic I 29.95 23932 - Telecommunications Mechanic II 31.55 23950 - Telephone Lineman 32.28 23960 - Welder, Combination, Maintenance 24.34 23965 - Well Driller 22.91 23970 - Woodcraft Worker 27.00 23980 - Woodworker 20.77 24000 - Personal Needs Occupations 24550 - Case Manager 19.40 24570 - Child Care Attendant 12.79 24580 - Child Care Center Clerk 17.77 24610 - Chore Aide 11.57 24620 - Family Readiness And Support Services 19.40 Coordinator 24630 - Homemaker 19.40 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 33.03 25040 - Sewage Plant Operator 24.67 25070 - Stationary Engineer 33.03 25190 - Ventilation Equipment Tender 23.58 25210 - Water Treatment Plant Operator 24.67 27000 - Protective Service Occupations 27004 - Alarm Monitor 23.09 27007 - Baggage Inspector 15.38 27008 - Corrections Officer 25.08 27010 - Court Security Officer 26.37 27030 - Detection Dog Handler 20.57 27040 - Detention Officer 25.08 27070 - Firefighter 28.10 27101 - Guard I 15.38 27102 - Guard II 20.57 27131 - Police Officer I 29.70 27132 - Police Officer II 33.00 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.59 28042 - Carnival Equipment Repairer 14.63 28043 - Carnival Worker 9.24 28210 - Gate Attendant/Gate Tender 15.74 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 17.62 28510 - Recreation Aide/Health Facility Attendant 12.85 28515 - Recreation Specialist 21.82 28630 - Sports Official 14.03 28690 - Swimming Pool Operator 18.21 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 27.98 29020 - Hatch Tender 27.98 29030 - Line Handler 27.98 29041 - Stevedore I 25.78 29042 - Stevedore II 29.33 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 41.44 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.58 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 31.47 30021 - Archeological Technician I 20.19 30022 - Archeological Technician II 22.60 30023 - Archeological Technician III 27.98 30030 - Cartographic Technician 27.98 30040 - Civil Engineering Technician 26.41 30051 - Cryogenic Technician I 24.89 30052 - Cryogenic Technician II 27.49 30061 - Drafter/CAD Operator I 20.19 30062 - Drafter/CAD Operator II 22.60 30063 - Drafter/CAD Operator III 25.19 30064 - Drafter/CAD Operator IV 31.00 30081 - Engineering Technician I 22.92 30082 - Engineering Technician II 25.72 30083 - Engineering Technician III 28.79 30084 - Engineering Technician IV 35.64 30085 - Engineering Technician V 43.61 30086 - Engineering Technician VI 52.76 30090 - Environmental Technician 27.41 30095 - Evidence Control Specialist 22.47 30210 - Laboratory Technician 24.41 30221 - Latent Fingerprint Technician I 33.09 30222 - Latent Fingerprint Technician II 36.55 30240 - Mathematical Technician 28.94 30361 - Paralegal/Legal Assistant I 21.36 30362 - Paralegal/Legal Assistant II 26.47 30363 - Paralegal/Legal Assistant III 32.36 30364 - Paralegal/Legal Assistant IV 39.16 30375 - Petroleum Supply Specialist 27.49 30390 - Photo-Optics Technician 27.98 30395 - Radiation Control Technician 27.49 30461 - Technical Writer I 25.75 30462 - Technical Writer II 31.51 30463 - Technical Writer III 38.12 30491 - Unexploded Ordnance (UXO) Technician I 26.34 30492 - Unexploded Ordnance (UXO) Technician II 31.87 30493 - Unexploded Ordnance (UXO) Technician III 38.20 30494 - Unexploded (UXO) Safety Escort 26.34 30495 - Unexploded (UXO) Sweep Personnel 26.34 30501 - Weather Forecaster I 26.93 30502 - Weather Forecaster II 32.75 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.98 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.87 31020 - Bus Aide 14.32 31030 - Bus Driver 20.85 31043 - Driver Courier 15.38 31260 - Parking and Lot Attendant 11.06 31290 - Shuttle Bus Driver 16.83 31310 - Taxi Driver 13.98 31361 - Truckdriver, Light 16.83 31362 - Truckdriver, Medium 18.28 31363 - Truckdriver, Heavy 20.54 31364 - Truckdriver, Tractor-Trailer 20.54 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.54 99030 - Cashier 10.51 99050 - Desk Clerk 12.92 99095 - Embalmer 27.90 99130 - Flight Follower 26.34 99251 - Laboratory Animal Caretaker I 13.24 99252 - Laboratory Animal Caretaker II 14.47 99260 - Marketing Analyst 33.51 99310 - Mortician 34.10 99410 - Pest Controller 18.70 99510 - Photofinishing Worker 13.20 99710 - Recycling Laborer 19.20 99711 - Recycling Specialist 23.54 99730 - Refuse Collector 17.01 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 16.25 99830 - Survey Party Chief 25.06 99831 - Surveying Aide 15.57 99832 - Surveying Technician 23.81 99840 - Vending Machine Attendant 15.48 99841 - Vending Machine Repairer 19.67 99842 - Vending Machine Repairer Helper 15.48 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.41 per hour or $176.40 per week or $764.40 per month HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 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. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** 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 2015, unless otherwise indicated. ** 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 (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). 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 the 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 U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 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 Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). 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" should be used to compare job definitions to ensure 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 (See 29 CFR 4.152(c)(1)).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/24361818R0001/listing.html)
- Place of Performance
- Address: United States Patent and Trademark Office (USPTO), 600 Dulany Street, Alexandria, Virginia, 22314, United States
- Zip Code: 22314
- Zip Code: 22314
- Record
- SN04717769-W 20171021/171019230943-3a91f2bd9c686b54fe557791c48f7abc (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 |