SOLICITATION NOTICE
J -- Repair of two (2) each, 500-Ton Carrier/Sanyo Absorption Chillers (Model Number TSA-16LJ-51E-LE)
- Notice Date
- 5/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY18T0004
- Archive Date
- 8/31/2018
- Point of Contact
- Michael W. Vincent, Phone: 5082336138
- E-Mail Address
-
michael.w.vincent.civ@mail.mil
(michael.w.vincent.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Contracting Command, APG, Natick Contracting Division on behalf of the US Army Garrison - Natick, Directorate of Public Works has a requirement to perform repair on two (2) each, 500-Ton Carrier/Sanyo Absorption Chillers (Model Number TSA-16LJ-51E-LE) at the Natick Soldier Systems Center, Natick, MA 01760. This is a combined synopsis/solicitation for repair/maintenance of commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W911QY18T0004 and issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS). The North American Industry Classification System is 238220. This requirement is 100% Small Business Set-Aside. The Small Business Size Standard is $15 million. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the Quote, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address no later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall contain: 1. Bid Schedule, Total Price: _________ 2. Technical Information shall describe past experience performing similar work on Absorption Chillers. 3. Copies of appropriate licenses and certificates as it relates to repairing of Absorption Chillers. 4. FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. 5. Provide DUNS Number and CAGE Code with quote. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria IAW FAR 15.101-2 and 52.212-2. Quotes are due 1 June 2018 @ 2:00PM. Quotes are to only be submitted via e-mailed to Michael Vincent at michael.w.vincent.civ@mail.mil. Contracting Office Address: Army Contracting Command - Aberdeen Proving Ground, Natick Contracting Division 10 General Greene Avenue Natick, Massachusetts 01760-5011 United States Place of Performance: Natick Soldier Systems Center 10 General Greene Avenue Natick, Massachusetts 01760 United States Primary Point of Contact: Michael Vincent Contract Officer michael.w.vincent.civ@mail.mi ph: 508-233-6138 ADDENDUM to 52.212-4 PERFORMANCE WORK STATEMENT The Contractor shall provide all labor, materials, and equipment necessary to perform all work as outlined here in. All work is to be performed in Building 67 at the US Army Soldier Systems Center (NSSC), Natick, MA. The Contractor shall start the work within fifteen (15) days after award. All work shall be performed during normal business hours Monday through Friday from 7:00am to 5:00p.m., excluding Federal holidays. In the event that after hours work is authorized, the Contracting Officer's Representative (COR) shall be notified a minimum of 24 hours in advance of all work to be performed on nights and weekends so that security can be coordinated. Period of Performance shall not to exceed 45 days, anticipated repair shall take 30 days in one continuous effort. The subject Chillers are already operational, since the cooling season has begun. The site will not be available with respect to viewing the present condition of Condenser, Absorber, and Evaporator. The Absorption Chillers are eleven (11) years old. They have been cleaned about four times since the original installation. Also, there is a need for welding to reinforce the Division Plates (as stated below). TASK: The repairs listed below shall be performed on two (2) each, 500-Ton Carrier/Sanyo Absorption Chillers (Model Number TSA-16LJ-51E-LE) located in Building 67 of the US Army Soldier Systems Center in Natick, MA. Upon completion of the work, all equipment shall be in full operating condition to original Carrier manufacture's standards. 1. Drain Evaporator, Condenser and Absorber bundles, then remove the respective heads on both sides of each chiller and clean tubes of two (2) each Chillers - Condenser, Absorber, and Evaporator; replace all the gaskets on both sides of each chiller, again for Condenser, Absorber, and Evaporator. 2. Replace ¾ inch Diaphragm Valve. 3. Repair, weld as necessary, the Division Plates. 4. Provide Eddy Current Testing on the Condenser, Absorber, and Evaporator tubes. 5. Perform Solution Correction including adding Lithium Molybdate and Octyl Alcohol to each Chiller. 6. Reinstall heads and fill the bundles. 7. Perform start-up on two (2) each chillers. 8. Supply extra set of gaskets (for both sides of each chiller) for storage on site in Natick. INSPECTION AND TESTING: 1. The Contracting Officer's Representative (COR) shall inspect the equipment to determine that the specifications of this contract have been met. The Contractor shall perform all necessary work to correct any deficiencies determined by the COR to ensure compliance. 2. When all work has been completed by the Contractor and checked by the COR, the Contractor shall notify the COR so that he can witness final actual operation and testing of the systems. Before final acceptance, any deficiencies discovered during the testing shall be promptly corrected by the Contractor and readjusted until the systems are functioning properly. SPECIAL REPORTING REQUIREMENT: Contractor shall be responsible for proper CMRA reporting. SPECIAL INSTRUCTIONS: 1. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall provide all information required for background checks to meet installation access requirement to be accomplished by installation's Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 2. Contractor shall dispose of debris by placing it into the Metal Recycling Dumpster at Building 20. Coordinate with Richard Valcourt, 508-233-5582 regarding the proper disposing. 3. All work must conform to applicable codes and all governing regulations and associated references by Massachusetts Building Code, NFPA Life Safety Code, National Plumbing and National Fuel Gas Codes, Environmental Protection Agency, and ASHRAE. 4. It is the responsibility of the contractor to repair or replace any government property damaged by his personnel or his subcontractor's personnel while performing the work listed above. 5. The Contractor shall utilize a Wide Area Work Flow (WAWF) electronic form of payment submission. 6. The Contractor shall present copies of appropriate licenses and certificates as it relates to repairing and servicing of Absorption Chillers. WARRANTY: 1. The contractor shall warranty his work for a period of one year, starting on the date that the project is determined to be complete by the COR. ANTITERRORISM/SECURITY REQUIREMENTS: 1. AT Level 1 Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. 2. Access and general protection/security policy and procedure: Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirement to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). Increased Security upon Entry into NSSC: Since the events of 11 September 2001, security at the U.S. Army Natick Soldier Systems Center has increased making entry into the installation more time consuming at certain times and under certain circumstances. Contractor is responsible for familiarizing himself/herself with the entry procedures at designated Contractor entry gate and expected delays, and for including all costs for same in their base contract bid price. No future request for adjustment in neither price nor time will be allowed due to Contractor entry conditions and circumstances. INSURANCE REQUIREMENTS In accordance with clause 52.228-5, incorporated herein, prior to commencing any work at the U.S. Army Soldier System Center in Natick, Massachusetts the contractor shall have and maintain during the entire period of performance under this contract the following minimum amounts of insurance: WORKMEN'S COMPENSATION AND EMPLOYERS LIABILITY - $100,000.00 AUTOMOBILE LIABILITY - $200,000.00 PER PERSON $500,000.00 PER OCCURRENCE $500,000.00 PER OCCURRENCE FOR BODILY INJURY $20,000.00 PER OCCURRENCE FOR PROPERTY DAMAGE GENERAL LIABILITY - $500,000.00 PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE The following listed FAR clauses apply to this solicitation and are hereby incorporated. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2016) 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 - Convict Labor. June 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21 - Prohibition of Segregated Facilities. (APR 2015) 52.222-26 -- Equal Opportunity. (Sep 2016) 52.222-36 - Equal Opportunity for Workers with Disabilities. (FEB 2016) 52.222-41-Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-62 Paid Sick Leave under Executive Order 13706 (JAN 2017) 52.225-3 - Buy American -Free Trade Agreements - Israeli Trade Act (May 2014) 52.225-13 - Restrictions on Certain Foreign Purchases. (JUN 2008) 52.228-5 - Insurance -- Work on a Government Installation 52.232-8 - Discounts for Prompt Payment. (FEB 2002) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4 - Applicable Law for Breach of Contract Claim. (SEP 2016) 252.201-7000 Contracting Officer's Representative. (DEC 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.204-7000 Disclosure of Information. (OCT 2016) 252.204-7002 Payment for Subline Items Not Separately Priced (DEC 1991) 252.204-7003 Control of Government Personnel Work Product. (APR 1992) 252.204-7004 Alternate A, System for Award Management. (DEC 1991) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (OCT 2016) 252.225-7001 Buy American and Balance of Payments Program. (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors. (DEC 2017) 252.225-7048 Export-Controlled Items (JAN 2018) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (JUN 2012) 252.232-7010 Levies on Contract Payments. (DEC 2006) 252.247-7023 Transportation of Supplies by Sea. (APR 2014) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 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. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (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) XXX (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). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xviii) 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. (xix) 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) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo or 2 in 1 Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection/acceptance location: Destination/Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0490 Issue By DoDAAC W911QY Admin DoDAAC W911QY Inspect By DoDAAC W905JZ Service Acceptor (DoDAAC) W905JZ -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Name Email Phone Job Title Boris Lerner boris.lerner.civ@mail.mil 508.233.5800 COR Michael Vincent michael.w.vincent.civ@mail.mil 508.233.6138 Contracting Officer Joe Mahoney joseph.w.mahoney.civ@mail.mil 508.233.6126 Contract Specialist (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Michael Vincent, Contracting Officer (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) ADDENDUM to 52.212-4 Accounting for Contract Services Requirement (Manpower Report) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA "Contractor User Guide" or "Subcontractor User Guide". The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://ecmra.mil. The required information includes: (1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: W038AA (2) Command of the Requiring Activity that would be performing the mission if not for the contractor: W905JZ (3) Contracting Officer (KO) and contact information: Michael Vincent, 508-233-6138, michael.w.vincent.civ@mail.mil (4) Contracting Officer's Representative (COR) and contact information: Boris Lerner, 508-233-5800, boris.lerner.civ@mail.mil. (5) Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC: (J042) (6) Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. US Army Soldier Systems Center, 10 General Greene Avenue, Natick, MA 01760 (7) Contractor Type: Prime. (8) Direct labor hours (including subcontractors) for each FSC: (9) Direct labor dollars paid this reporting period (including subcontractors) for each FSC:. (10) Weapons system support indication: No If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors cannot input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. WD 15-4055 (Rev.-6) was first posted on www.wdol.gov on 01/16/2018 ************************************************************************************ 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.: 2015-4055 Daniel W. Simms Division of | Revision No.: 6 Director Wage Determinations | Date Of Revision: 01/10/2018 ______________________________________________|______________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 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 $10.35 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 2018. 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 ____________________________________________________________________________________ This wage determination is applicable to the following cities and towns in the following counties in MASSACHUSETTS: MIDDLESEX COUNTY: Ashland, Framingham, Holliston, Hopkinton, Hudson, Marlborough, Natick, Sudbury WORCESTER COUNTY: Hopedale, Mendon, Milford, Southborough ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 16.70 01012 - Accounting Clerk II 18.74 01013 - Accounting Clerk III 20.97 01020 - Administrative Assistant 28.64 01035 - Court Reporter 20.86 01041 - Customer Service Representative I 14.26 01042 - Customer Service Representative II 16.03 01043 - Customer Service Representative III 17.49 01051 - Data Entry Operator I 16.00 01052 - Data Entry Operator II 17.45 01060 - Dispatcher, Motor Vehicle 19.79 01070 - Document Preparation Clerk 16.93 01090 - Duplicating Machine Operator 16.93 01111 - General Clerk I 14.66 01112 - General Clerk II 16.00 01113 - General Clerk III 18.17 01120 - Housing Referral Assistant 23.44 01141 - Messenger Courier 15.71 01191 - Order Clerk I 17.76 01192 - Order Clerk II 19.37 01261 - Personnel Assistant (Employment) I 18.11 01262 - Personnel Assistant (Employment) II 20.26 01263 - Personnel Assistant (Employment) III 22.59 01270 - Production Control Clerk 27.23 01290 - Rental Clerk 17.19 01300 - Scheduler, Maintenance 18.80 01311 - Secretary I 18.80 01312 - Secretary II 21.03 01313 - Secretary III 23.44 01320 - Service Order Dispatcher 17.49 01410 - Supply Technician 28.64 01420 - Survey Worker 18.77 01460 - Switchboard Operator/Receptionist 15.26 01531 - Travel Clerk I 13.79 01532 - Travel Clerk II 14.92 01533 - Travel Clerk III 16.08 01611 - Word Processor I 17.72 01612 - Word Processor II 19.89 01613 - Word Processor III 20.39 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 26.16 05010 - Automotive Electrician 22.37 05040 - Automotive Glass Installer 21.40 05070 - Automotive Worker 21.40 05110 - Mobile Equipment Servicer 19.38 05130 - Motor Equipment Metal Mechanic 23.35 05160 - Motor Equipment Metal Worker 21.40 05190 - Motor Vehicle Mechanic 23.35 05220 - Motor Vehicle Mechanic Helper 18.07 05250 - Motor Vehicle Upholstery Worker 20.34 05280 - Motor Vehicle Wrecker 21.40 05310 - Painter, Automotive 22.37 05340 - Radiator Repair Specialist 21.40 05370 - Tire Repairer 14.22 05400 - Transmission Repair Specialist 23.35 07000 - Food Preparation And Service Occupations 07010 - Baker 14.36 07041 - Cook I 15.19 07042 - Cook II 16.76 07070 - Dishwasher 11.10 07130 - Food Service Worker 12.03 07210 - Meat Cutter 20.00 07260 - Waiter/Waitress 12.62 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.64 09040 - Furniture Handler 13.14 09080 - Furniture Refinisher 18.64 09090 - Furniture Refinisher Helper 15.05 09110 - Furniture Repairer, Minor 16.94 09130 - Upholsterer 18.64 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.67 11060 - Elevator Operator 12.67 11090 - Gardener 21.68 11122 - Housekeeping Aide 15.71 11150 - Janitor 15.71 11210 - Laborer, Grounds Maintenance 17.13 11240 - Maid or Houseman 11.80 11260 - Pruner 15.54 11270 - Tractor Operator 20.21 11330 - Trail Maintenance Worker 17.13 11360 - Window Cleaner 17.33 12000 - Health Occupations 12010 - Ambulance Driver 19.89 12011 - Breath Alcohol Technician 19.89 12012 - Certified Occupational Therapist Assistant 26.98 12015 - Certified Physical Therapist Assistant 27.35 12020 - Dental Assistant 20.38 12025 - Dental Hygienist 41.12 12030 - EKG Technician 34.09 12035 - Electroneurodiagnostic Technologist 34.09 12040 - Emergency Medical Technician 19.89 12071 - Licensed Practical Nurse I 21.33 12072 - Licensed Practical Nurse II 23.86 12073 - Licensed Practical Nurse III 26.60 12100 - Medical Assistant 18.58 12130 - Medical Laboratory Technician 19.41 12160 - Medical Record Clerk 17.82 12190 - Medical Record Technician 19.94 12195 - Medical Transcriptionist 21.33 12210 - Nuclear Medicine Technologist 42.55 12221 - Nursing Assistant I 11.60 12222 - Nursing Assistant II 13.04 12223 - Nursing Assistant III 14.23 12224 - Nursing Assistant IV 15.97 12235 - Optical Dispenser 23.63 12236 - Optical Technician 20.54 12250 - Pharmacy Technician 20.80 12280 - Phlebotomist 19.24 12305 - Radiologic Technologist 34.58 12311 - Registered Nurse I 31.18 12312 - Registered Nurse II 40.19 12313 - Registered Nurse II, Specialist 40.19 12314 - Registered Nurse III 48.63 12315 - Registered Nurse III, Anesthetist 48.63 12316 - Registered Nurse IV 58.29 12317 - Scheduler (Drug and Alcohol Testing) 24.64 12320 - Substance Abuse Treatment Counselor 19.60 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 22.35 13012 - Exhibits Specialist II 27.69 13013 - Exhibits Specialist III 33.87 13041 - Illustrator I 22.35 13042 - Illustrator II 27.69 13043 - Illustrator III 33.87 13047 - Librarian 34.75 13050 - Library Aide/Clerk 18.05 13054 - Library Information Technology Systems 28.03 Administrator 13058 - Library Technician 19.49 13061 - Media Specialist I 19.98 13062 - Media Specialist II 21.93 13063 - Media Specialist III 24.46 13071 - Photographer I 19.47 13072 - Photographer II 21.78 13073 - Photographer III 26.98 13074 - Photographer IV 33.00 13075 - Photographer V 39.93 13090 - Technical Order Library Clerk 18.65 13110 - Video Teleconference Technician 19.94 14000 - Information Technology Occupations 14041 - Computer Operator I 19.71 14042 - Computer Operator II 22.05 14043 - Computer Operator III 24.58 14044 - Computer Operator IV 27.32 14045 - Computer Operator V 30.25 14071 - Computer Programmer I (see 1) 24.68 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 19.71 14160 - Personal Computer Support Technician 27.32 14170 - System Support Specialist 37.98 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 35.72 15020 - Aircrew Training Devices Instructor (Rated) 43.22 15030 - Air Crew Training Devices Instructor (Pilot) 51.80 15050 - Computer Based Training Specialist / Instructor 35.72 15060 - Educational Technologist 34.22 15070 - Flight Instructor (Pilot) 51.80 15080 - Graphic Artist 31.54 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 46.46 15086 - Maintenance Test Pilot, Rotary Wing 46.46 15088 - Non-Maintenance Test/Co-Pilot 46.46 15090 - Technical Instructor 30.70 15095 - Technical Instructor/Course Developer 37.53 15110 - Test Proctor 24.77 15120 - Tutor 24.77 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 12.03 16030 - Counter Attendant 12.03 16040 - Dry Cleaner 15.08 16070 - Finisher, Flatwork, Machine 12.03 16090 - Presser, Hand 12.03 16110 - Presser, Machine, Drycleaning 12.03 16130 - Presser, Machine, Shirts 12.03 16160 - Presser, Machine, Wearing Apparel, Laundry 12.03 16190 - Sewing Machine Operator 15.99 16220 - Tailor 16.69 16250 - Washer, Machine 12.63 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 27.49 19040 - Tool And Die Maker 32.45 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.40 21030 - Material Coordinator 27.23 21040 - Material Expediter 27.23 21050 - Material Handling Laborer 14.26 21071 - Order Filler 15.51 21080 - Production Line Worker (Food Processing) 19.40 21110 - Shipping Packer 18.63 21130 - Shipping/Receiving Clerk 18.63 21140 - Store Worker I 13.41 21150 - Stock Clerk 18.14 21210 - Tools And Parts Attendant 19.40 21410 - Warehouse Specialist 19.40 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 30.33 23019 - Aircraft Logs and Records Technician 25.46 23021 - Aircraft Mechanic I 29.24 23022 - Aircraft Mechanic II 30.33 23023 - Aircraft Mechanic III 31.58 23040 - Aircraft Mechanic Helper 22.63 23050 - Aircraft, Painter 28.01 23060 - Aircraft Servicer 25.46 23070 - Aircraft Survival Flight Equipment Technician 28.01 23080 - Aircraft Worker 26.79 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 26.79 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 29.24 II 23110 - Appliance Mechanic 28.01 23120 - Bicycle Repairer 17.20 23125 - Cable Splicer 37.24 23130 - Carpenter, Maintenance 28.56 23140 - Carpet Layer 26.79 23160 - Electrician, Maintenance 32.18 23181 - Electronics Technician Maintenance I 26.39 23182 - Electronics Technician Maintenance II 27.59 23183 - Electronics Technician Maintenance III 28.80 23260 - Fabric Worker 25.46 23290 - Fire Alarm System Mechanic 29.24 23310 - Fire Extinguisher Repairer 24.26 23311 - Fuel Distribution System Mechanic 29.24 23312 - Fuel Distribution System Operator 24.26 23370 - General Maintenance Worker 23.18 23380 - Ground Support Equipment Mechanic 29.24 23381 - Ground Support Equipment Servicer 25.46 23382 - Ground Support Equipment Worker 26.79 23391 - Gunsmith I 24.26 23392 - Gunsmith II 26.79 23393 - Gunsmith III 29.24 23410 - Heating, Ventilation And Air-Conditioning 24.66 Mechanic 23411 - Heating, Ventilation And Air Contidioning 26.02 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 29.24 23440 - Heavy Equipment Operator 33.25 23460 - Instrument Mechanic 29.24 23465 - Laboratory/Shelter Mechanic 28.01 23470 - Laborer 15.05 23510 - Locksmith 28.01 23530 - Machinery Maintenance Mechanic 28.78 23550 - Machinist, Maintenance 25.30 23580 - Maintenance Trades Helper 21.55 23591 - Metrology Technician I 29.24 23592 - Metrology Technician II 30.33 23593 - Metrology Technician III 31.58 23640 - Millwright 29.24 23710 - Office Appliance Repairer 24.24 23760 - Painter, Maintenance 24.24 23790 - Pipefitter, Maintenance 30.83 23810 - Plumber, Maintenance 29.55 23820 - Pneudraulic Systems Mechanic 29.24 23850 - Rigger 29.24 23870 - Scale Mechanic 26.79 23890 - Sheet-Metal Worker, Maintenance 28.12 23910 - Small Engine Mechanic 26.79 23931 - Telecommunications Mechanic I 33.18 23932 - Telecommunications Mechanic II 34.42 23950 - Telephone Lineman 29.24 23960 - Welder, Combination, Maintenance 25.30 23965 - Well Driller 29.24 23970 - Woodcraft Worker 29.24 23980 - Woodworker 24.26 24000 - Personal Needs Occupations 24550 - Case Manager 15.78 24570 - Child Care Attendant 14.17 24580 - Child Care Center Clerk 17.60 24610 - Chore Aide 13.34 24620 - Family Readiness And Support Services 15.78 Coordinator 24630 - Homemaker 19.55 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 29.24 25040 - Sewage Plant Operator 26.84 25070 - Stationary Engineer 29.24 25190 - Ventilation Equipment Tender 22.63 25210 - Water Treatment Plant Operator 26.84 27000 - Protective Service Occupations 27004 - Alarm Monitor 22.45 27007 - Baggage Inspector 15.85 27008 - Corrections Officer 27.85 27010 - Court Security Officer 27.85 27030 - Detection Dog Handler 18.95 27040 - Detention Officer 27.85 27070 - Firefighter 26.32 27101 - Guard I 15.85 27102 - Guard II 18.95 27131 - Police Officer I 27.16 27132 - Police Officer II 30.18 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.63 28042 - Carnival Equipment Repairer 14.62 28043 - Carnival Worker 10.92 28210 - Gate Attendant/Gate Tender 16.24 28310 - Lifeguard 13.45 28350 - Park Attendant (Aide) 17.74 28510 - Recreation Aide/Health Facility Attendant 13.58 28515 - Recreation Specialist 22.62 28630 - Sports Official 14.47 28690 - Swimming Pool Operator 19.44 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 26.79 29020 - Hatch Tender 26.79 29030 - Line Handler 26.79 29041 - Stevedore I 26.29 29042 - Stevedore II 29.25 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 41.33 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.50 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 31.38 30021 - Archeological Technician I 22.09 30022 - Archeological Technician II 24.71 30023 - Archeological Technician III 30.62 30030 - Cartographic Technician 30.62 30040 - Civil Engineering Technician 29.19 30051 - Cryogenic Technician I 32.51 30052 - Cryogenic Technician II 35.90 30061 - Drafter/CAD Operator I 22.09 30062 - Drafter/CAD Operator II 24.71 30063 - Drafter/CAD Operator III 27.55 30064 - Drafter/CAD Operator IV 33.91 30081 - Engineering Technician I 17.29 30082 - Engineering Technician II 19.42 30083 - Engineering Technician III 21.74 30084 - Engineering Technician IV 26.93 30085 - Engineering Technician V 32.93 30086 - Engineering Technician VI 38.49 30090 - Environmental Technician 28.49 30095 - Evidence Control Specialist 29.35 30210 - Laboratory Technician 28.31 30221 - Latent Fingerprint Technician I 32.51 30222 - Latent Fingerprint Technician II 35.90 30240 - Mathematical Technician 30.62 30361 - Paralegal/Legal Assistant I 20.44 30362 - Paralegal/Legal Assistant II 25.32 30363 - Paralegal/Legal Assistant III 30.97 30364 - Paralegal/Legal Assistant IV 37.46 30375 - Petroleum Supply Specialist 35.90 30390 - Photo-Optics Technician 30.62 30395 - Radiation Control Technician 35.90 30461 - Technical Writer I 30.02 30462 - Technical Writer II 36.72 30463 - Technical Writer III 44.44 30491 - Unexploded Ordnance (UXO) Technician I 26.26 30492 - Unexploded Ordnance (UXO) Technician II 31.78 30493 - Unexploded Ordnance (UXO) Technician III 38.09 30494 - Unexploded (UXO) Safety Escort 26.26 30495 - Unexploded (UXO) Sweep Personnel 26.26 30501 - Weather Forecaster I 32.51 30502 - Weather Forecaster II 39.53 30620 - Weather Observer, Combined Upper Air Or (see 2) 27.55 Surface Programs 30621 - Weather Observer, Senior (see 2) 30.62 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.78 31020 - Bus Aide 15.63 31030 - Bus Driver 20.75 31043 - Driver Courier 15.79 31260 - Parking and Lot Attendant 11.76 31290 - Shuttle Bus Driver 16.93 31310 - Taxi Driver 13.28 31361 - Truckdriver, Light 16.93 31362 - Truckdriver, Medium 18.70 31363 - Truckdriver, Heavy 21.83 31364 - Truckdriver, Tractor-Trailer 21.83 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.49 99030 - Cashier 11.25 99050 - Desk Clerk 13.70 99095 - Embalmer 31.93 99130 - Flight Follower 26.26 99251 - Laboratory Animal Caretaker I 16.06 99252 - Laboratory Animal Caretaker II 17.23 99260 - Marketing Analyst 41.20 99310 - Mortician 36.23 99410 - Pest Controller 20.42 99510 - Photofinishing Worker 14.38 99710 - Recycling Laborer 20.66 99711 - Recycling Specialist 24.38 99730 - Refuse Collector 18.75 99810 - Sales Clerk 13.61 99820 - School Crossing Guard 15.08 99830 - Survey Party Chief 26.71 99831 - Surveying Aide 17.67 99832 - Surveying Technician 24.29 99840 - Vending Machine Attendant 19.11 99841 - Vending Machine Repairer 22.61 99842 - Vending Machine Repairer Helper 19.11 ____________________________________________________________________________________ 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* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. 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/notices/d09f33c4ef25d78f2966bc673ceeb518)
- Place of Performance
- Address: Natick Soldier Systems Center, 10 General Greene Avenue, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04924547-W 20180518/180516230944-d09f33c4ef25d78f2966bc673ceeb518 (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 |