Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

J -- Mobile Corrosion Rehabilitation Facility - (Draft)

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Irwin, P.O. Box 105095, Fort Irwin, California, 92310-5095, United States
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-18-R-0012
 
Archive Date
9/26/2018
 
Point of Contact
Skyler McLane, Phone: 7603808054
 
E-Mail Address
skyler.d.mclane.civ@mail.mil
(skyler.d.mclane.civ@mail.mil)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Combined Synopsis-Solicitation Performance Work Statement This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote is W9124B-18-R-0012 issued as a request for quotation (RFQ). The National Training Center (NTC) Mission and Installation Contracting Command (MICC), Fort Irwin, CA. intends an award of contract to the offeror who demonstrates the capability of providing Mobile Corrosion Rehabilitation Services for Government-owned equipment in accordance with manufacturer specifications and required publications. Corrosion rehabilitation services include, but are not limited to Cleaning, Surface Preparation and Painting Undercarriage with Paint (as required). Services are too include chemical agent resistant coating (CARC). Obtaining and maintaining any and all certifications required for CARC applications is required for the duration of the contract. Prices must be guaranteed for the first twelve (12) months from time of award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 dated 15 Jun 2018. This effort will be for a base year and four (4) option years. Upon completion of the base year, and completion of any subsequent follow-on years, the Government will evaluate Contractor performance and determine whether to continue and exercise the next follow-on year or resolicit the requirement. This RFP is issued as a total (100%) small-business set-aside. The associated NAICS code is 811121, Automotive Body, Paint, and Interior Repair and Maintenance. An award of a firm fixed-price contract is anticipated with the following language and priced contract line item numbers (CLINs). 1. This firm-fixed price contract is to establish a Mobile Corrosion Rehabilitation Services for Government-owned equipment in accordance with manufacturer specifications and required publications. Corrosion rehabilitation services include, but are not limited to Cleaning, Surface Preparation and Painting Undercarriage with Paint (as required). 2. The intent of the Government is to award a base year and have 4 follow-on option years. The periods of performance are as follows: a. Base Year 24 September 2018 - 23 September 2019 b. Option Year 1 24 September 2019 - 23 September 2020 c. Option Year 2 24 September 2020 - 23 September 2021 d. Option Year 3 24 September 2021 - 23 September 2022 e. Option Year 4 24 September 2022 - 23 September 2023 This effort will be for a base year and 4 follow-on years. Upon completion of the base year, and completion of any subsequent follow-on years, the Government will evaluate Contractor performance and determine whether to continue and exercise the next follow-on year or resolicit the requirement. 3. A summary invoice or an itemized invoice shall be submitted through Wide Area Workflow (WAWF) via https://wawf.eb.mil/ at least monthly or upon expiration of this contract, whichever occurs first, for all supplies during a billing period, identifying the supplies covered therein, stating their total dollar vale, and supported by receipt copies of the delivery receipts. This will be a firm fixed-price contract. 4. Vendor's personnel to contact: Name Address City Telephone Email SCHEDULE OF CONTRACT LINE ITEMS Base Year CLIN 0001: Mobile Corrosion Service Cost Monthly cost $_______________________ CLIN 0002: Manpower reporting Monthly cost $_______________________ Year Total Cost $_______________________ Option Year 1 CLIN 1001: Mobile Corrosion Service Cost Monthly cost $_______________________ CLIN 1002: Manpower reporting Monthly cost $_______________________ Year Total Cost $_______________________ Option Year 2 CLIN 2001: Mobile Corrosion Service Cost Monthly cost $_______________________ CLIN 2002: Manpower reporting Monthly cost $_______________________ Year Total Cost $_______________________ Option Year 3 CLIN 3001: Mobile Corrosion Service Cost Monthly cost $_______________________ CLIN 3002: Manpower reporting Monthly cost $_______________________ Year Total Cost $_______________________ Option Year 4 CLIN 4001: Mobile Corrosion Service Cost Monthly cost $_______________________ CLIN 4002: Manpower reporting Monthly cost $_______________________ Year Total Cost $_______________________ TOTAL PROPOSAL $__________________________________ STATEMENT OF WORK PERFORMANCE WORK STATEMENT FOR CORROSION PREVENTION AND CONTROL MOBILE CORROSION REHABILITATION FACILITIES 26 September 2016 SECTION I DESCRIPTION OF SERVICES 1.0 Objective: The Contractor shall provide Mobile Corrosion Rehabilitation Services for Government-owned equipment in accordance with manufacturer specifications and required publications. Corrosion rehabilitation services include, but are not limited to Cleaning, Surface Preparation and Painting Undercarriage with Paint (as required). 1.1 Scope of Work: The Contractor shall provide Mobile Corrosion Rehabilitation Facility (MCRF) support services on Government-owned equipment in accordance with manufacturers' specifications and applicable Army Technical Manuals (TM's) and Technical Bulletins (TB's). The Contractor shall provide all labor, training, management, supervision, tools, equipment, materials, and supplies necessary to perform corrosion rehabilitation and whole item painting of Government-owned vehicles, equipment, and components in accordance with the appropriate manufacturer specifications and the applicable publications listed in Appendix "A". This equipment includes but is not limited to all tactical, special purpose and support vehicles, tracked vehicles, mobile communication equipment, container systems, and related ground/air equipment. Although it is not an all-inclusive list, Appendix "B" lists the various types of vehicles, equipment and components on which the Contractor is required to perform services. Equipment corrosion rehabilitation services consists of inspection, cleaning, surface preparation, minor metal and fiberglass fabrication and repair, primer application, base coat and desert tan or two tone camouflage pattern paint application and quality control. A primary intent of this work is to restore the exterior appearance of Government equipment to a new coating condition to selected vehicle areas. As a field or intermediate application, the intent is to mitigate visible corrosion of the equipment, with minimal disassembly, via surface preparation and reapplication of appropriate primers and topcoat systems. The contractor is responsible for obtaining permits through the California Mojave Air Quality District for operating a MCRF within the boundaries of the National Training Center and Fort Irwin (NTC&FI) and providing a copy of the annual permit to the COR. The Contractor shall provide and erect temporary shelters to perform the described work and protect the equipment from exposure to inclement weather during the corrosion repair. The Government shall provide a continuous work area of no less than 150-ft by 200-ft (or equivalent continuous area), exclusive of any vehicle/asset parking areas. The Government shall be responsible for moving vehicles/assets to and from the site. The Contractor shall interface with the Government to arrange for moving vehicles within the MCRF during repair. 1.2 Workload: The Contractor shall provide and maintain a labor force to support the acceptance base workload of 5 units per week (TECH EXHIBIT 1.2.1). The COR shall coordinate with NTC tenant units for the programming and delivery of 5 units (consisting of combat vehicles, tactical vehicles or support equipment of different or same model type) per week and provide the contractor a copy of the program/production list No Later Than (NLT) 1530 hours the first workday of the week prior to the delivery date. All items received by the Contractor shall be completed within thirty (30) calendar days after the date of receipt. In the event the Contractor is not able to complete an item within the required thirty (30) days, the Contractor shall notify the Contracting Officers Representative (COR) immediately by email. The contractor shall post the date each unit processes into each production phase and provide the Contracting Officers Representative (COR) with a production report (CDRL 1.2.2) NLT 1530 hours the last workday of each week. Although not a phase, the production report will include a column indicating the date that the unit was picked up by the owning customer. Production phases are: a. Accepted date b. Surface Preparation Phase c. Paint Application Phase d. Final Completion date e. Ready for Return to Unit (RFI) date 1.3 Equipment Rehabilitation Services: The Contractor's work on each piece of equipment shall start when the vehicle, equipment, and components are delivered by the Government and received for repair by the Contractor. All items received by the Contractor shall be completed within thirty (30) calendar days after receipt. 1.4 Equipment Cleaning: The owner shall deliver the equipment to the MCRF clean and ready for service. If the equipment is delivered dirty and not ready, or in the event inclement weather caused delivered equipment to become unacceptable of service (i.e. sand or dust buildup) the contractor shall notify the COR who in turn will contact the owning unit and coordinate appropriate actions required to return the equipment back to a "Ready for Service" condition. The contractor will notify the COR, by email, as to the time and date the item is returned to the MCRF for processing. In this circumstance, the 30 day completion requirement will be extended for the period of time, after the notification, which the customer takes to pick-up, re-clean and return the equipment to the MCRF for processing. 1.5 Surface Preparation: All surfaces to be recoated shall receive surface preparation before recoating. Surface preparation shall be applied to the extent possible to remove all boldly, visible corrosion from the surface of the equipment before primer application. The Contractor shall disassemble component pieces that individually weigh less than 75 pounds and can be removed with simple mechanical hand tools (i.e., bolt removal) from the vehicle exterior. Such pieces should ONLY be removed to provide better access to areas showing visible signs of corrosion (e.g., rust staining, visible corrosion in any joints or crevices, misalignment of parts, etc.). It is not necessary to disassemble/repair joints that appear intact. For areas where the disassembly is not feasible under the above-requirements, the Contractor shall provide the best possible SSPC method to remove hard-to-reach corrosion. 1.6 Power Hand Tool Surface Preparation: Where power hand tools are used for surface preparation the surfaces shall be prepared in accordance with TM 43-0139 and SSPC SP-15 "Commercial Grade Power Tool Cleaning". The procedures outlined in TM 43-0139 will take precedence over SSPC SP-15. 1.7 Hand Tool Surface Preparation: Where non-power hand tools are used, the Contractor shall follow TM 43-0139 and SSPC SP-2 "Hand Tool Cleaning". The procedures outlined in TM 43-0139 will take precedence over SSPC SP-2. 1.8 Spot Blasting: Spot blasting may be performed to facilitate hard to reach areas during surface preparation. The Contractor is responsible for obtaining permits through the California Mojave Air Quality District for operating a Government Furnished Equipment (GFE) media blast shelter within the boundaries of the NTC&FI and providing a copy of the annual permit to the COR. All critical areas of the vehicles, equipment, and components subject to spot blast damage shall be adequately masked and protected with suitable covering. 1.9 Feathering and Solvent Cleaning: The painted area surrounding any blasted or hand-tooled area shall be feathered to make a smooth transition between the bare metal and the remaining top coat. As stipulated above, where the system is not showing rust-through, it shall be thoroughly scuff-sanded to abrade the remaining topcoat or epoxy primer. Following surface preparation the Contractor shall use acceptable California EPA approved solvent to wipe down all surfaces to be recoated. 1.10 Disposal of Materials: The Contractor shall dispose of all HAZMAT in accordance the NTC Hazardous Materials and Hazardous Waste Management Plan, Appendix "C". 1.11 Paint Preparation and Painting Services: The Contractor shall be responsible for the proper application of the paint system, including cleaning, masking, primer application, basecoat and topcoat application. 1.12 Masking: Masking of all glass or plastic windows, mirrors, lenses, lights and areas not to be coated shall be accomplished before any type of primer or paint application. All bare metal hydraulic cylinder tubes shall be covered to prevent damage. 1.13 Paint Products: The Contractor shall provide and mix all paint products in accordance with manufacturers' instructions when applicable. Single component MIL-DTL-53039 Type IV (tan), Fed Std 33446 topcoat, or other applicable colors as identified by COR and MIL-DTL-53022 Type III epoxy primer shall be applied by the MCRF. Two tone camouflage pattern will be applied using Sherwin Williams Product# M64BPN3552-4364 Bailey Brown and Product# M64BPW3553-4364 Aguto Cream) or equivalents. 1.14 Primer: Prior to application of the primer coat, the surface to be painted must conform to the required surface preparation standards. Any surface not meeting the requirements of the specified standard shall be returned to the surface preparation process. The Contractor shall follow the guidance contained in TM 43-0139 and the manufacturer's requirements/guidance. The coating shall be inspected after application to determine conformance to requirements. The Contractor is responsible for fixing defects which would affect the coatings performance. 1.15 Topcoat: The Contractor shall follow the guidance contained in TM 43-0139 and the manufacturers' requirements/guidance. The coating shall be inspected after application to determine conformance to requirements. The Contractor is responsible for fixing defects, which would affect the coatings performance. Painting of undercarriage will be performed as required and upon written approval of the COR at no additional cost to the Government. 1.16 Over Coating: It is not necessary to completely remove previous coatings down to bare metal; however, the existing topcoat shall be thoroughly cleaned and scuff sanded in accordance with TM 43-0139 to create the appropriate surface profile. After the necessary cleaning and surface preparation, the Contractor can proceed to apply the overcoat. Any coating showing corrosion, cracking, blistering from rust or flaking shall not be over coated and shall be referred back to the surface preparation process. 1.17 Registration Marking: All registration marking shall be in accordance with the directions of Technical Manual (TM) 43-0139. 1.18 Camouflage Patterns: The Contractor shall obtain guidance from the COR before proceeding with any camouflage patterns. Camouflage pattern shall be applied in accordance with the guidance contained in TM 43-0139; Chapter 4 Camouflaging Procedures and Army Regulation 750-1; Chapter 8. 1.19 Spot Paint: Spot remediation shall be limited to areas where the spot of concern is less than 1 square foot in area and in total. If the spots meet these requirements, then the Contractor shall be allowed to repair the spot areas of concern. The area shall be hand-tool cleaned and painted in accordance with applicable technical references. 1.20 Final Cleaning: This service requirement includes cleaning windows, mirrors and any dust or dirt that was the by-product of the repair process in the interior of vehicles and equipment. The Contractor shall remove all tape or any other masking applied during servicing and repairing of the equipment. 1.21 Fiberglass Repair: The Contractor shall be permitted to make fiberglass repairs to areas identified as repairable and that improve the condition of the fiberglass component prior to recoating at no additional cost to the Government. 1.22 Bodywork: Metal bodywork repairs are limited to welding of patches and panels but would exclude all frame or structural repairs. In the event frames are found bent, cracked or broken; the Contractor shall "Stop Work" and notify the COR who will remove the equipment from workload. The Government shall determine the best method of frame repair/replacement and process the equipment to the approved repair facility. The Government shall reschedule the item for future workload once repaired and available. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES The Government shall provide the facilities, equipment, materials, and services as listed. a. HAZMAT disposal IAW NTC Hazardous Materials and Hazardous Waste Management Plan requirements. The Government shall provide the Contractor with refuse collection services, as well as approved refuse collection containers and receptacles for non-hazardous garbage, debris, and recyclable materials that shall be located in or near the MCRF. All waste shall be handled, stored, and disposed of in accordance with local laws and regulations. b. Mobile Media Blast Facility, NSN 4910-01-C91-8289, composed of: 1) 1 each 40ft Media Blast CONNEX w/Equipment 2) 1 each 40ft Electrical/Compressed Air CONNEX w/Equipment 3) 1each 40ft Air Filtration CONNEX w/Equipment 4) Blast Facility upkeep and equipment maintenance will be provided at no cost to the Government. 2.1 CONTRACTOR FURNISHED PROPERTY AND SERVICES The Contractor shall provide the facilities, equipment, materials, and services as listed. a. 80'L X 30'W X 15'H deployable paint facility with drive through capabilities, filtration system, ground cover, infrared heating/drying equipment, fire suppression equipment, solar back up lighting, and work lights. b. 80'L X 30'W X 15'H deployable vehicle preparation facility with drive through capabilities, filtration system, ground cover, fire suppression equipment, solar back up lighting, and work lights. c. Portable Compressed Air Equipment d. Portable Power Generation Equipment e. Painting tools and equipment f. Corrosion removal equipment, including vacuum recovery system g. General safety and industrial hygiene equipment to include but not limited to required signage, rag bins, garbage cans, extension cords, respirators, work gloves, push brooms, hard hats, first-aid kit, eye wash station, safety glasses, caution tapes and cones. h. Consumables - include but not limited to paint, sanding screens, sanding discs, back up pads, filter bags, pre-filters, masking foil and tapes, isopropyl alcohol (exempt solvent), mixing cups, rags, cleaning tools, spray nozzles, rivets, and protective work suits. i. Portable Bathroom Facilities (Port-A-Potty) w/Hand Wash Station and periodic servicing j. Office Cell Phone, email account & Internet k. Potable Drinking Water l. Blast Facility media/material 3.0 QUALITY CONTROL: The Contractor shall develop, maintain and implement a Quality Control Plan to ensure services are performed in accordance with the subject Performance Work Statement, their Standard Repair Process (SRP), the publications listed in Appendix ‘A'. The Contractor shall develop and implement procedures to identify and prevent defective services from occurring and recurring. The Contractor shall have at least one (1) person with background in Quality Control (QC) training equivalent to National Association of Corrosion Engineers (NACE), Coating Inspector Level 1 on staff or with access to the job site. The availability, or lack thereof, of the Level 1 Inspector shall not be a consideration in 30 day completion requirement. The Contractor shall develop written procedures, within the QCP which include details of each phase in the corrosion rehabilitation process, e.g., cleaning services, surface preparation, coatings application, minor body repair, quality control, waste material disposal, etc. The failure to produce a final product to meets the established standards, as determined by the government, indicates a flaw(s) not only in the corrosion rehabilitation processes but also in the QC process. As such the QC process shall include steps, methods or processes to correct QC process such as those describe in paragraph 3.2. The proposed QCP shall be submitted with the Proposal Package for review during source selection. A final QC Plan shall be submitted to the government not later than thirty days after contract award for approval. 3.1 QUALITY ASSURANCE The COR may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections. The Government may decrease the number of quality control inspections if merited by performance. The Government shall periodically inspect the environmental condition of the Contractor's facilities to ensure compliance with regulatory standards. 3.2 PERFORMANCE NON-CONFORMANCE Government identified performance non-conformances or discrepancy are rated levels 1-3 based on severity of deviation from standards, the affect they have on customer mission and the degree of failure of the contractors QC Process or failure to implement it. The rating determines to whom the Contract Discrepancy Report (CDR) will be issued, the local supervisor/management or to the Corporate or Home Office. The contractor's response to an issued CDR is determined by an established process and shall include but is not limited to the following: a) Actions taken or planned to correct the specific discrepancy b) Action taken or planned to correct the weakness which allowed deficient products/services to be provided to the government for acceptance c) Target date(s) for implementation of planned actions d) Root cause of the discrepancy e) Corrective Action taken or planned to eliminate the root cause(s) and prevent recurrence of the discrepancy, to include addressing people, process, tools, equipment etc. f) Determination of whether other processes are affected by the identified root cause(s) g) Determination of whether other products/services are affected by the identified root cause(s), including products or services already delivered to the customer or in the queue for delivery. h) If your government approved Quality Control Plan (QCP)/Quality Management System (QMS) etc. is based on the contract mandate for a "Higher Quality" system (FAR 52.246-11) or your choice to use a higher quality system such as ISO or ANSI, you shall identify and describe the process (es) associated with the discrepancy, how/why the process(es) failed and proposed changes to the process(es) to prevent reoccurrence of the discrepancy. Process failure cannot be a personnel issue, if personnel failures are the cause of the discrepancy a quality process is at fault or missing that should have identified the personnel weakness and the process(es) associated with correcting the weakness. Include an explanation of how to obtain discrepancy/root cause associated contractor documents, both the original and corrected versions. After editing, the QCP/QMS etc., they shall be submitted to the KO within 30 days of CAP acceptance and shall be reevaluated and approved by the government. 4.0 RECOGNIZED HOLIDAYS The Contractor is not required to provide service on the following days: New Year's Day January 1st Martin Luther King Jr. Day Third Monday of January President's Day Third Monday of February Good Friday Friday before Easter Sunday Memorial Day, Last Monday of May Independence Day July 4th Labor Day First Monday in September Veterans Day November 11th Thanksgiving Day Fourth Thursday of November Day Following Thanksgiving In lieu of Columbus Day Christmas Day December 25th * Note: If a holiday falls on a Saturday, that day shall be observed on the preceding Friday. If the holiday falls on a Sunday, that day shall be observed on the following Monday. 4. 1 SMOKING Smoking is NOT permitted in any Government building or work area. Smoking is authorized only in designated smoking areas. 4.2 PROJECT MANAGERS/SUPERVISOR The Contractor shall provide responsible individuals to act as Team Lead and/or supervisor who shall be present whenever work is being accomplished at the job site. The Contractor's Team Lead must be authorized to make decisions and direct operations to ensure timely and effective performance of the MCRF services. The Contractor's Team Lead, or alternate, shall be available during normal working hours to meet with the COR as necessary. 4.3 ENVIRONMENTAL, SAFETY, AND OCCUPATIONAL HEALTH (ESOH) REQUIREMENTS The Contractor shall be responsible complying with all local, state, and Federal Environmental, Safety, and Occupational Health (ESOH) requirements applicable to the MCRF work. 4.3.1 CONTRACTOR SAFETY The Contractor shall maintain a safe working environment at all times. The Contractor shall train all employees in all applicable safety practices and document records of the training shall be maintained to include participants, instructors and curriculum. The Contractor shall be responsible for establishing a Safety Program and providing program information to all employees. The safety program shall be established by a Safety Plan which shall be submitted to the Government for approval no later than thirty days after the contract is awarded. 4.3.2 ENVIRONMENTAL PLAN The contractor shall develop an Environmental Plan consistent with local, state and federal policy and regulations. Among other things, the handling and disposal of hazardous waste and spill management shall be included in the plan. The Contractor shall train all employees in all applicable environmental practices and document records of the training shall be maintained to include participants, instructors and curriculum. The plan shall be submitted to the Government for approval no later than thirty days after the contract is awarded. 4.3.3 COMPLIANCE WITH LAWS AND REGULATIONS The Contractor shall ensure compliance with all local, state, and Federal ESOH regulations as well as local Army Orders and procedures. In the event environmental laws/regulations change during the term of this effort, the Contractor is required to comply as the changes come into effect. The Contractor shall be responsible for all occupational health hazards for their own workforce. 5. CONTRACTOR MANPOWER REPORTING 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 contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower,army.pentagon.mil. The required information includes: 1. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative. 2. Contract number including task and delivery order number. 3. Beginning and ending dates covered by reporting period. 4. Contractor name, address and phone number, email address, identity of contractor employee entering data. 5. Estimated direct labor hours including subcontractors. 6. Estimated direct dollars paid this reporting period including subcontractor. 7. Total payments including subcontractor. 8. Predominant Federal Service Code (FSC) reflecting services provided by contractor and separate predominant FSC for each subcontractor if different. 9. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information). 10. Locations where the contractor and subcontractors perform the work (specified by Zip Code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website). 11. Presence of deployment or contingency contract language. 12. Number of contractor and subcontractor employees deployed in theater this reporting period by country. As part of its submission, the contractor shall also provide the estimated total cost, if any, incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 6. NOTIFICATION OF HAZARDOUS SPILLS Nuisance spills, minor releases, etc., which do not require immediate attention are not considered emergencies per OSHA Standard 1910.120. The quantity of product spilled does not by itself determine if an incidental spill has occurred. Variables include the type of material spilled and the location of the spill. An ordinary spill that can be safely handled by workers is not an emergency. The Contractor shall notify the U.S. Army organization immediately upon a reportable/emergency hazardous material spill which endangers people or the environment and shall provide spill response kits to clean up any spill. Upon completion of cleaning the spill, the Contractor shall dispose of all debris in accordance with their HAZMAT disposal plan and the rules of all Federal, state, local, and base regulations. 7. DISPOSAL OF HAZARDOUS WASTE (HAZMAT) The Contractor shall dispose of HAZMAT IAW Federal, state, local, and base regulations. 8. PERSONAL PROTECTIVE EQUIPMENT The Contractor shall be responsible for providing and/or requiring personal protective equipment for theiremployees. The Contractor shall be responsible for employee compliance with the use of required protective equipment. At a minimum, this shall include the requirement from 29 CFR Part 1910 Subpart I Personal Protective Equipment. 9. VEHICLE PASSES AND BASE ACCESS It is the Contractor's responsibility to obtain vehicle and personnel passes after notification of award if access to any Army installation is required to perform the work. Requests shall be submitted on company letterhead stationery and shall contain the following information: a. Contract Number: b. Commencement and expiration dates of contract: c. Names of Installations you are requesting to visit: d. Completed personnel list: e. Completed vehicle list: 10. CONTRACTOR AND SUBCONTRACTOR EMPLOYEE COMPLIANCE WITH INSTALLATION RULES AND REGULATIONS The Contractor shall be responsible for ensuring that its employees fully comply with the following provisions: a. The Contractor is responsible for providing information required to obtain permits, passes, or security badges required for Contractor personnel or equipment access. This includes information required for police or background checks or investigations and all other requirements of the issuing activity. b. The Contractor is responsible for ensuring such permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee or completion of a project. c. All Contractor personnel performing work under this effort who require access to military installations shall obtain personal entry and vehicle passes from the Provost Marshall's Office of each base. d. Base Commanders have broad authority to remove or exclude any individual in fulfilling their responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the mission. In the exercise of this authority, the Commander may refuse to grant personal entry passes or may bar Contractor employees, including employees who have been granted a personal entry pass. Refusal to grant an employee a personal entry pass or debarment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. e. The Contractor's employees shall observe and comply with all base rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. f. The Contractor personnel performing work under this effort shall be readily identifiable as an employee of the Contractor using uniforms or nametags, or via an alternate method approved by the Contracting Officer. 11. CONTRACTOR EMPLOYEES: All Contractor employees shall be subject to and comply with all applicable Army installation rules, regulations, and policies. The Contractor is responsible for ensuring that each of its employees fully comply with the following provisions, and shall flow down to subcontracts via a clause to satisfy this contractual obligation. This compliance includes those regulations relating to base parking and driving regulations. a. All Contractor employees shall park their vehicles in only designated parking lots unless the COR authorizes otherwise. b. All personnel employed by the Contractor in the performance of this effort, or any representative of the Contractor entering the Government installation shall abide by all security regulations of the installation and shall be subject to such checks as may be deemed necessary. The Contractor must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. The Contractor and his employees shall follow any direction given by Military Police or other security or safety personnel. c. The contractor will comply at all times with base security requirements to include base pass requirements and personnel security checks. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base (Include DL#, SSN & DOB) so completion of the required minimum NCIC checks can be completed. The letter will also specify the contractor individual(s) authorized to sign requests for installation vehicle passes. The contracting officer will endorse the request and forward it to the issuing DES installation pass and registration office for processing. When reporting to the pass and registration office for issue of a vehicle pass, contractor individual(s) shall provide a valid driver's license and current vehicle registration. d. AT Level I 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 10 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 AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. e. 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 also provide all information required for background checks to meet installation access requirements 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. f. iWATCH Training: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 10 calendar days after contract award. g. Physical Security: The contractor shall safeguard all government property provided for contractor use and contractor property to be furnished to the government, including controlled documents and equipment (e.g. system diagrams, codes, software, hardware and operating procedures). At the close of each work period controlled documents, tools, facilities, support equipment, and other valuable materials shall be secured. h. Key Control: The contractor will adhere to the installation operating instruction control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government keys will be turned in at the end of employment or contract. i. All staff assigned to the facility by the Contractor shall maintain proper standards of courtesy, service, and professionalism in dealing with base personnel. j. Contracted employees shall wear clothing that identifies the business name. In addition, the Common Access Card (CAC) issued by the Government to the employees shall be in their possession at all times and shall be displayed above the waist front side when it does not pose a physical safety or health risk to the employee. 12. RISK OF LOSS (Contractor Owned Property) The Contractor assumes risk of, and shall be responsible for any loss or destruction of, damage to, Contractor-furnished property or equipment used in conjunction with this contract. The Government assumes no responsibility for risk of loss for Contractor-owned property. 13. DATA RIGHTS: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 14. TECHNICAL DEFINITIONS: 14.1 Body Repair Classification: Vehicles/Equipment body repair shall be classified by the COR as follows: 14.2 Minor: Less than 25 percent of surface area of the item involved. 14.3 Moderate: 25 percent to 50 percent of surface area involved and/or replacement or repaired reinforcement of up to 40 percent of structural supports. 14.4 Extensive: More than 50 percent but not to exceed 75 percent of surface area of the item involved and/or replacement or reinforcement of 50 percent to 75 percent of structural supports. 14.5 Extreme: Greater than 75 percent of surface area of the item involved and/or replacement or reinforcement of greater than 75 percent of structural supports. 14.6 Chemical Agent Resistant Coating (CARC): One or two part paint system utilized in the desert pattern painting system on Army ground equipment. 14.7 Mobile Corrosion Rehabilitation Facility (MCRF): A mobile facility/shop where corrosion repair is completed. 14.8 Desert Paint Pattern: Tan color paint pattern applied to all Army ground equipment. 14.9 Epoxy Primer (EP): Utilized as the coating to cover bare metal and provide the initial barrier between the equipment and the elements. 14.10 Material Safety Data Sheet (MSDS): Lists chemical components, toxicity levels and personnel safety, medical and response procedures. 14.11 Volatile Organic Compound (VOC): Any compound of carbon, excluding carbon monoxide, carbon dioxide, carbonic acid, metallic carbide or carbonates, and ammonium carbonate, which participates in atmospheric photochemical reactions. APPENDICES: A Publications B TECH EXHIBIT 1.2.1 Vehicle Cube to "Unit" Conversion C NTC Hazardous Materials and Hazardous Waste Management Plan D CDRL 1.2.2 Production Report   Appendix A - Publications Publication Title Date TM 43-0139 Painting Instructions for Army Material Jun 2008 AR 750-59 Army Corrosion and Control Program Dec 2005 TB 43-0147 Color, Marking, and Camouflage Patterns Used on Military Equipment TB 43-0213 Corrosion Prevention and Control Including Rust proofing Procedures for Tactical Vehicles and Trailers TB 55-46-1 Standard Characteristics (Dimensions, Weight, and Cube for Transportation of Military Vehicles and Other Outsize/Overweight equipment (In Toe Line Item Number Sequence) 29 CFR Part 1910.95 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Hearing Protection 29 CFR Part 1910.133 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Eye and Face Protection 29 CFR Part 1910.134 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Respiratory Protection 29 CFR Part 1910.135 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Head Protection 29 CFR Part 1910.136 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Foot Protection 29 CFR Part 1910.138 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Hand Protection 29 CFR Part 1910.252 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Welding Eye Protection 29 CFR Part 1910.1001 Occupation Safety and Health Act (OSHA) Standards Jan 2005 Protective Clothing SSPC SP-15 Commercial Grade Power Tool Cleaning SSPC SP-2 Hand Tool Cleaning SSPC VIS-3 Guide and Reference Photographs for Steel Surfaces Prepared by Hand and Power Tool Cleaning SSPC PA 2 Measurement of Dry Coating Thickness with Magnetic Gages Appendix B - TECH EXHIBIT 1.2.1 (Vehicle Cube to "Unit" Conversion) LIN MODEL NOMENCLATURE TB 55-46-1 Cubic Ft "UNIT" EQUATION EA302U SPARK Adaptive Roller Kit Spark (OIF) 40.25 E02807 M200 CHASSIS TRAILER: GENERATOR 2-1/2 TON 2 WHEEL W/E 377.25 G42170 PU-789 GEN SET DED TM: 10KW 60HZ MTD ON M116A2 PU-798 543.25 G58151 M56 GENERATOR SMOKE MECHANICAL: MOTORIZED FOR DUAL PURPOSE UNIT M56 642.25 G78135 AN/MJQ-33 GENERATOR SET: DIESE ENGINE 508.25 H01907 AN/ASM-146 ELECTRONIC SHOP SHELTER MOUNTED AVIONICS: AN/ASM-146 LESS POWER 631.25 H01912 AN/ASM-147 ELECTRONIC SHOP SHELTER MOUNTED AVIONICS: AN/ASM-147 LESS POWER 619.25 J35813 MEP-002A (DSL) GEN ST DSL ENG: 5KW 60HZ 1-3PH AC 120/208 120/240V TAC UTIL 34.25 J36109 MEP-005A GEN ST DSL ENG: 30KW 60HZ 3PH AC 120/208 240/416V 50HZ TAC UTIL 92.25 J38369 MEP-105A GEN ST DSL ENG: 60KW 60HZ 3PH AC 120/208 240/416V SKD TACT PREC 184.25 J49055 POLMC111 GEN ST GAS ENG: 7.5 KW DC 28.5 V WHL MTD 76.25 P28083 AN/MJQ-35 POWER PLANT ELEC DED TM: 5KW 60HZ 554.25 P42262 AN/MJQ-37 POWER PLANT: DIESEL TRL/MTD 10KW60HZ 577.25 S01427 S250 SHELTER: NONEXPANDABLE S250 279.25 T96838 LMTV M1073 TRAILER FLAT BED: 7 1/2 TON 4 WHEEL 484.25 T96883 LMTV M1061 TRAILER FLATBED: 5 TON 4 WHEEL GENERAL PURPOSE 552.25 W94536 M796 TRAILER BOLSTER: GENERAL PURPOSE 4 TON 4 WHEEL W/E 522.25 W98825 M149 TRAILER TANK: WATER 400 GALLON 1-1/2 TON 2 WHEEL W/E 592.25 B83002 M1077A1 BED CARGO: DEMOUNTABLE PLS 8X20 960.5 E72804 250WDMH268 COMP UNIT RTY: AIR TRLR MTD DSL DRVN 250CFM 100PSI 983.5 G35851 PU-803B/G (TRL MTD) GENERATOR SET DIESEL ENGINE TM: PU-803 762.5 G53778 PU-802 GENERATOR SET DIESEL ENGINE TM: PU-802 762.5 G78306 PU-805 GENERATOR SET: DIESEL TRL/MTD 60KW 50/60HZ PU805 CHASSIS W/FENDE 790.5 J35492 PU-405A/M GEN ST DSL ENG TM: 15KW 60HZ MTD ON M-200A1 PU-405 897.5 L28351 MKT-90 KITCHEN FIELD TRAILER MOUNTED: MTD ON M103A3 TRAILER 956.5 S01563 S788 SHELTER: NONEXPD LTWR MP RIGID -WALL S788 102LX84WX67H MTD HMMWV 1056.5 S25681 SEQ CONT MAINT SHOP EQUIPMENT: CONTACT MAINTENANCE ORD/ENG TRUCK MOUNTING 974.5 T05096 HMMWV M966 TRUCK UTILITY: TOW CARRIER ARMD 1-1/4 TON 4X4 W/E (HMMWV) 771.5 T07543 HMMWV M1037 TRUCK UTILITY: S250 SHELTER CARRIER 4X4 W/E (HMMWV) 995.5 T07679 HMMWV M1097 TRUCK UTILITY: HEAVY VARIANT HMMWV 4X4 10000 GVW W/E 685.5 T32629 HIPPO LOAD HANDLING SYS (LHS): 2000 GAL COMP WATER TANK-RACK (HIPPO) 907.5 T34704 HMMWV M1151 TRUCK UTILITY: ECV ARMAMENT CARRIER W/IAP ARMOR READY 918.5 LIN MODEL NOMENCLATURE TB 55-46-1 Cubic Ft "UNIT" EQUATION T37588 HMMWV M1152 TRUCK UTILITY EXPANDED CAPACITY ENHANCED 732.5 T38844 HMMWV M997 TRUCK AMBULANCE: 4 LITTER ARMD 4X4 W/E (HMMWV) 1026.5 T38873 HMMWV M1165 TRUCK UTILITY: EXPANDED CAPACITY ENHANCED 918.5 T49255 4K M4K TRUCK LIFT FORK: DSL DRVN 4000 LB CAP ROUGH TERRAIN 754.5 T61494 HMMWV M998 TRUCK UTILITY: CARGO/TROOP CARRIER 1-1/4 TON 4X4 W/E (HMMWV) 769.5 T61562 HMMWV M1038 TRUCK UTILITY: CARGO/TROOP CARRIER 1-1/4 TON 4X4 W/E W/W (HMMWV) 837.5 T61630 HMMWV M1113 TRUCK UTILITY: EXPANDED CAPACITY 4X4 W/E HMMWV M1113 780.5 T65274 MTV M1157A1P2 W/W TRUCK DUMP: 10 TON W/WINCH 918.5 T65342 MTV M1157A1P2 WO/W TRUCK DUMP: 10 TON W/WINCH 918.5 T92242 HMMWV M1025 (Arm Car) TRUCK UTILITY: ARMT CARRIER ARMD 1-1/4 TON 4X4 W/E (HMMWV) 656.5 T92310 HMMWV M1026 (Arm Car) TRUCK UTILITY: ARMT CARRIER ARMD 1-1/4 TON 4X4 W/E W/W (HMMWV) 677.5 T92446 HMMWV M1114 TRUCK UTILITY: EXPANDED CAPACITY UP ARMORED HMMWV 4X4 W/E 903.5 T95555 MTV M1095 TRAILER CARGO: MTV W/DROPSIDES M1095 1048.5 T95924 M1102 TRAILER CARGO: HIGH MOBILITY 1-1/4 TON 677.5 T95992 M1101 LIGHT TACTICAL TRAILER: 3/4 TON 677.5 T96564 LMTV M1082 TRAILER FLAT BED: M1082 TRLR CARGO LMTV W/DROPSIDES 922.5 YF200T M1224 MATV 1605 1 YF200T M1224A1 MRAP MAXPRO MEAP 1605 1 YF200T MaxPro (Basic) MAXXPRO 2193 1 YF202N Surrogate (M923A2) S-CAIMAN TRK SURROGATE, MRAP TRNG 2400 1 YF202N Surrogate (M923A2) S-COUGAR TRK SURROGATE, MRAP TRNG 2400 1 YF2074 Surrogate (M923A2) S- BUFFALO TRK SURROGATE, MRAP TRNG 2400 1 YF550B JSV JERRV TRK SURROGATE, MRAP TRNG 1558 1 YH9023 HUSKY MKII Vehicle Mtd Mine Detection Veh 1542 1 C10990 M1064 CARRIER 120 MILLIMETER MORTAR: SELF PROPELLED ARMORED 1519 1 C12815 M1059 CARRIER SMOKE GENERATOR: FULL TRACKED ARMORED 1190 1 C17989 M113 Chassis CARRIER TRAINING DEVICE: FT OPPOSING FORCES (OPFOR SURR VEH OSV 1961 1 C18234 M113 CARRIER PERSONNEL FULL TRACKED: ARMORED (RISE) 1289 1 C36151 LRT-110 CRANE WHEEL MTD: HYDRAULIC LIGHT 7-1/2 TON W/CAB 1597 1 C84541 SC-209 CONTAINER ASSEMBLY REFRIGERATED: 8X8X20 W/9000 BTU REF UNIT 1280 1 D11049 M548 CARRIER CARGO: TRACKED 6 TON 1850 1 D11538 M577 CARRIER COMMAND POST: LIGHT TRACKED 1284 1 D12087 M113A2 CARRIER PERSONNEL FULL TRACKED: ARMORED 1166 1 F64544 CONTAINERIZED FORWARD: REPAIR SYSTEM (FRS) 1280 1 G74783 CAT 130G GRADER ROAD MOTORIZED: DSL DRVN HVY (CCE) 2284 1 G87229 M58 GENERATOR SMOKE MECHANICAL: MECHANIZED SMOKE OBSCURANT SYSTEM 1167 1 J35680 PU-707 GEN ST DSL ENG TM: 60KW 400HZ MTD ON M-200A1 PU-707 1105 1 L76556 MW24C LOADER SCOOP TYPE: DSL 2-1/2CU YD HINGE FRME W/MULTI PURP BUCKET 2172 1 M74226 RG31 Med Mine Prot VEH 1658 1 LIN MODEL NOMENCLATURE TB 55-46-1 Cubic Ft "UNIT" EQUATION P42194 AN/MJQ-41B POWER PLANT: ELECTRIC TRL/MTD 60KW 50/60HZ AN/MJQ 41 1579 1 P42614 AN/MJQ-39 POWER PLANT ELECTRIC TRAILER MTD: AN/MJQ-39 1524 1 S09989 XM1098 SEMITRAILER TANK: POTABLE WATER 5000 GALLON 2229 1 S25885 SATS SHOP EQUIPMENT: AUTOMOTIVE VEHICLE 1280 1 S70027 M871 SEMITRAILER FLAT BED: BREAKBULK/CONT TRANSPORTER 22-1/2 TON 2049 1 S70517 M172 SEMITRAILER LOW BED: 25 TON 4 WHEEL W/E 2409 1 S70594 M870 SEMITRAILER LOW BED: 40 TON 6 WHEEL W/E 2480 1 S72024 M127 SEMITRAILER STAKE: 12 TON 4 WHEEL W/E 2139 1 S72178 ACVCIG6203 SEMITRAILER STAKE: 20 TON 4 WHEEL 2252 1 S73372 M969 SEMITRAILER TANK: 5000 GAL FUEL DISPENSING AUTOMOTIVE W/E 2147 1 S74490 M313 SEMITRAILER VAN: EXPANSIBLE 6 TON 4 WHEEL (ARMY) 2435 1 S74832 M750 SEMITRAILER VAN: REPAIR PARTS STORAGE 6 TON 4 WHEEL W/E 2398 1 T10275 S/EQ MILS52330 SHOP EQUIP ELEC REP SEMITRLR MTD 2387 1 T33786 320 RT TRACTOR WHEELED IND: DED 4X4 W/FORKLIFT AND CRANE ATT (HMMH) 1137 1 T34437 FLU-419 SEEV TRACTOR WHEELED: DSL 4X4 W/EXCAVATOR AND FRONT LOADER 1417 1 T41135 MTV M1083 TRUCK CARGO: MTV W/E W/W 1730 1 T41203 MTV M1084 TRUCK CARGO: MTV W/MHE W/E 1904 1 T41447 MTV M1083A1P2 W/W TRUCK CARGO: 5 TON W/WINCH 1730 1 T48944 6K RTFL TRUCK LIFT FORK: DED 6000 LB VARIABLE REACH RT AMMO HDLG 1801 1 T59448 LMTV M1078A1P2 WO/W TRUCK CARGO: WO/WINCH 1423 1 T60081 LMTV M1078 TRUCK CARGO: 4X4 LMTV W/E 1423 1 T60149 LMTV M1078 TRUCK CARGO: 4X4 LMTV W/E W/W 1423 1 T61239 MTV M1088 TRUCK TRACTOR: MTV W/E 1755 1 T61307 MTV M1088 TRUCK TRACTOR: MTV W/E W/W 1755 1 T61704 MTV M1085 TRUCK CARGO: MTV LWB W/E 2191 1 T61908 MTV M1083 TRUCK CARGO: MTV W/E 1730 1 T62359 LMTV M1079A1P2 TRUCK VAN: M1079A1P2 WO/WINCH 1562 1 T64911 MTV M1090 TRUCK DUMP: MTV W/E 1768 1 T64979 MTV M1090 TRUCK DUMP: MTV W/E W/W 1758 1 T65312 SATS MOD 1 SATS FIELD MAINTENANCE MODULE 1 1412 1 T67136 MTV M1083A1P2 TRUCK: EXPANDABLE VAN WO/WINCH 1730 1 T88983 LMTV M1084A1P2 TRUCK TRACTOR: WO/WINCH 1764 1 T93271 MTV M1085A1P2 TRUCK CARGO: LWB WO/WINCH 2191 1 T93484 LMTV M1079 TRUCK VAN: LMTV W/E 1562 1 T93761 LMTV M1076 TRAILER: PALLETIZED LOADING 8X20 2285 1 T94671 MTV M1089A1P2 TRUCK WRECKER: 2234 1 T94709 MTV M1089 TRUCK WRECKER: MTV W/E W/W 2234 1 W76473 M9 ACE TRACTOR FULL TRACKED HIGH SPEED: ARMORED COMBAT EARTHMOVER (ACE) 1884 1 W83529 D7G TRACTOR FULL TRCKD LOW SPD: DSL MED DBP W/BULDOZ W/SCARIF RIPPER 2316 1 W91074 JD-410 TRACTOR WHL IND: DSL W/BACKHOE W/LOADER W/HYD TOOL ATTACH (CCE) 2086 1 LIN MODEL NOMENCLATURE TB 55-46-1 Cubic Ft "UNIT" EQUATION X40794 M923 TRUCK CARGO DROP SIDES 5 TON 6X6 W/E 2370 1 X40931 M925 TRUCK CARGO DROP SIDES 5 TON 6X6 W/W W/E 2494 1 X43708 M929 TRUCK DUMP 5 TON 6X6 W/E 2207 1 X58915 2000 GALLON TRUCK TANK: WATER 2000 GALLON 6X6 44000 GVW 2123 1 X59326 M931 TRUCK TRACTOR 5 TON 6X6 W/E 1986 1 X59463 M932 TRUCK TRACTOR 5 TON 6X6 W/WINCH W/E 2106 1 C20414 BRIDGE AVLSC60-60 FT BRIDGE ARMOR VEH LAUNCH SCISSOR TY: CL 60 ALUM 60 FT LG OF SPAN 2580 1.5 F40375 M2 BRADLEY FIGHTING VEHICLE: FULL TRACKED INFANTRY HI SURVIVABILITY (IFV) 2509 1.5 H01855 AN/ASM-189 ELECTRONIC SHOP SEMITRAILER MOUNTED: AN/ASM-189 LESS POWER 3095 1.5 L43664 M48A5 AVLB LAUNCH M60 SERIES TANK CHASS TRNSPTG: 40 AND 60 FT BRDGE TY CL60 3705 1.5 R50681 M88A1 RECOVERY VEHICLE FULL TRACKED: MEDIUM 3607 1.5 R50885 M88A2 RECOVERY VEHICLE FULL TRACKED: HEAVY 3496 1.5 S70159 M872 SEMITRAILER FLATBED: BREAKBULK/CONT TRANS CML 34T 2886 1.5 S75175 M129 SEMITRAILER VAN: SUPPLY 12 TON 4 WHEEL W/E 2684 1.5 T13152 S/EQ MILS45537 SHOP EQUIP ORGANZL REP LIGHT TRK MTD 2902 1.5 T39518 HEMTT M977 TRUCK CARGO: TACTICAL 8X8 HEAVY EXPANDED MOBILITY W/W W/LT CRANE 3639 1.5 T39586 HEMTT M985 TRUCK CARGO: TACTICAL 8X8 HEAVY EXPANDED MOBILITY W/MED CRANE 3630 1.5 T41271 MTV M1087 TRUCK VAN: EXPANSIBLE MTV W/E M1087A1 2640 1.5 T41515 LMTV M1078A1P2 TRUCK CARGO: 5 TON WO/WINCH 2640 1.5 T49119 10K M10A TRUCK LIFT FORK: DSL DRVN 10000 LB CAP 48IN LD CTR ROUGH TERRAIN 2627 1.5 T58161 HEMTT M978 TRUCK TANK: FUEL SERVICING 2500 GALLON 8X8 HEAVY EXP MOB W/WINCH 3639 1.5 T59048 HET M1070 TRUCK TRACTOR: HEAVY EQUIPMENT TRANSPORTER (HET) 3639 1.5 T59278 HEMTT M977A2 TRUCK CARGO: TACTICAL 8X8 HEAVY EXPANDED MOBILITY W/LT CRANE 2770 1.5 T60576 M916 TRUCK TRACTOR: 6X4 52000 GVW 3065 1.5 T61035 M911 TRUCK TRACTOR: HET 8X6 85000 GVW W/DUAL MIDSHIP WINCH (CS) W/E 3497 1.5 T61103 M915 TRUCK TRACTOR LINE HAUL 50000GVW 6X4 2509 1.5 T61171 M920 TRUCK TRACTOR MET 8X6 75000 GVW W/W 3472 1.5 T63093 HEMTT M984 TRUCK WRECKER: TACTICAL 8X8 HEAVY EXPANDED MOBILITY W/WINCH 2658 1.5 T87243 HEMTT M978 TRUCK TANK: FUEL SERVICING 2500 GALLON 8X8 HEAVY EXP MOB 3639 1.5 T91656 M916 TRUCK TRACTOR: LET 6X6 66000 GVW W/W C/S 3065 1.5 T96496 HEMTT M1120 TRUCK CARGO: TACTICAL 8X8 HEAVY EXPANDED MOB W/LHS 2874 1.5 X41105 M927 TRUCK CARGO 5 TON 6X6 XLWB W/E 2994 1.5 X41242 M928 TRUCK CARGO 5 TON 6X6 XLWB W/W W/E 3137 1.5 X62237 M934 TRUCK VAN EXPANSIBLE 5 TON 6X6 3316 1.5 X63299 M936 TRUCK WRECKER 5 TON 6X6 W/WINCH W/E 2670 1.5 S70243 M270 SEMITRAILER LOW BED: WRECKER 12 TON 4 WHEEL 40 FT W/E 4097 2 S70661 M747 SEMITRAILER LOW BED: HEAVY EQUIPMENT TRANSPORTER 60 TON W/E 4655 2 S70759 M15A2 SEMITRAILER LOW BED: 50 TON 8 WHEEL 4328 2 T40999 PLS M1075 TRUCK CARGO: HEAVY PLS TRANSPORTER 15-16.5 TON 10X10 4470 2 T41067 PLS M1074 TRUCK CARGO: HEAVY PLS TRANSPORTER 15-16.5 TON 10X10 W/MHE W/E 4821 2 LIN MODEL NOMENCLATURE TB 55-46-1 Cubic Ft "UNIT" EQUATION S70859 M1000 SEMITRAILER LOW BED: 70 TN HEAVY EQUIPMENT TRANSPORTER (HET) 6428 3 T13168 M1 ABRAMS TANK COMBAT FULL TRACKED: 120 MILLIMETER GUN 6999 3 NOTE: One Unit is based on the Cubic FT of the M925 5Ton which is 2494 Cu Ft IAW TB 55-46-1 dtd 02012011 Appendix C - NTC Hazardous Materials and Hazardous Waste Management Plan NTC & Ft Irwin Hazardous Materials and Hazardous Waste Management Plan (HMHWMP) dated March 2006 is under revision and not available at this time. For more information regarding this document, please contact the NTC HAZMART Manager, phone (760) 380-2149. NTC HAZMART is located at Building # 649, Fort Irwin, Ca 92310. Additional information regarding Hazardous Materials and Hazardous Waste Management can be obtained by contacting the Fort Irwin Department of Public Works (DPW), phone (760) 380-3743/6712/5044. DPW is located at Building# 602, Fort Irwin, Ca. 92310. Appendix D - CDRL 1.2.2 Production Report (Format) Company: Site Mgr: Phone: Corrosion Prevention and Painting Contract# POP: COR: Mark L. Twigg Phone: 760‐380‐4884 Unit Input Workload Contractor Input UNIT SERIAL# MODEL Unit EQUIL Programmed Production Week STAGE PREP PAINT FINAL CLAUSES & PROVISIONS Clauses 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and, Clause 252.204-7004, Required Central Contractor Registration will apply to the resulting contract. Clause 52.212-5, Contract Terms and Conditions Required to Implement Executive Orders, Commercial Items and the appropriate clauses within, to include the following, will apply to the resulting contract: 52.219-8 Utilization of Small Business Concerns; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-41, Service Contract Act of 1965, as Amended (May 1989). FAR Clause 52.232-36, Payment by Third Party. Full versions of all clauses may be obtained on the Internet at http://farsite.hill.af.mil/. WD 15-5629 (Rev.-8) was first posted on www.wdol.gov on 07/17/2018 ************************************************************************************ 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.: 2015-5629 Daniel W. Simms Division of | Revision No.: 8 Director Wage Determinations| Date Of Revision: 07/11/2018 _______________________________________|_____________________________________ 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 _____________________________________________________________________________ State: California Area: California Counties of Riverside, San Bernardino _____________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.83 01012 - Accounting Clerk II 17.77 01013 - Accounting Clerk III 20.27 01020 - Administrative Assistant 28.08 01035 - Court Reporter 26.52 01041 - Customer Service Representative I 13.84 01042 - Customer Service Representative II 15.56 01043 - Customer Service Representative III 16.98 01051 - Data Entry Operator I 13.43 01052 - Data Entry Operator II 14.65 01060 - Dispatcher, Motor Vehicle 22.41 01070 - Document Preparation Clerk 16.83 01090 - Duplicating Machine Operator 16.87 01111 - General Clerk I 13.30 01112 - General Clerk II 14.92 01113 - General Clerk III 17.43 01120 - Housing Referral Assistant 22.02 01141 - Messenger Courier 13.34 01191 - Order Clerk I 16.98 01192 - Order Clerk II 18.53 01261 - Personnel Assistant (Employment) I 18.07 01262 - Personnel Assistant (Employment) II 20.20 01263 - Personnel Assistant (Employment) III 22.53 01270 - Production Control Clerk 23.51 01290 - Rental Clerk 16.61 01300 - Scheduler, Maintenance 17.66 01311 - Secretary I 17.66 01312 - Secretary II 19.75 01313 - Secretary III 22.02 01320 - Service Order Dispatcher 19.54 01410 - Supply Technician 28.08 01420 - Survey Worker 19.93 01460 - Switchboard Operator/Receptionist 14.51 01531 - Travel Clerk I 13.19 01532 - Travel Clerk II 13.98 01533 - Travel Clerk III 14.85 01611 - Word Processor I 16.09 01612 - Word Processor II 18.06 01613 - Word Processor III 20.20 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.65 05010 - Automotive Electrician 24.40 05040 - Automotive Glass Installer 22.92 05070 - Automotive Worker 22.92 05110 - Mobile Equipment Servicer 21.08 05130 - Motor Equipment Metal Mechanic 23.56 05160 - Motor Equipment Metal Worker 22.92 05190 - Motor Vehicle Mechanic 23.56 05220 - Motor Vehicle Mechanic Helper 20.22 05250 - Motor Vehicle Upholstery Worker 22.44 05280 - Motor Vehicle Wrecker 22.92 05310 - Painter, Automotive 24.40 05340 - Radiator Repair Specialist 22.92 05370 - Tire Repairer 13.98 05400 - Transmission Repair Specialist 23.56 07000 - Food Preparation And Service Occupations 07010 - Baker 14.36 07041 - Cook I 15.44 07042 - Cook II 18.08 07070 - Dishwasher 10.77 07130 - Food Service Worker 11.77 07210 - Meat Cutter 17.59 07260 - Waiter/Waitress 11.43 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.84 09040 - Furniture Handler 12.46 09080 - Furniture Refinisher 18.16 09090 - Furniture Refinisher Helper 14.86 09110 - Furniture Repairer, Minor 17.40 09130 - Upholsterer 18.16 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.76 11060 - Elevator Operator 14.09 11090 - Gardener 19.21 11122 - Housekeeping Aide 14.09 11150 - Janitor 14.09 11210 - Laborer, Grounds Maintenance 14.40 11240 - Maid or Houseman 11.74 11260 - Pruner 13.27 11270 - Tractor Operator 18.21 11330 - Trail Maintenance Worker 14.40 11360 - Window Cleaner 16.17 12000 - Health Occupations 12010 - Ambulance Driver 17.85 12011 - Breath Alcohol Technician 19.64 12012 - Certified Occupational Therapist Assistant 34.07 12015 - Certified Physical Therapist Assistant 33.30 12020 - Dental Assistant 17.27 12025 - Dental Hygienist 45.16 12030 - EKG Technician 27.58 12035 - Electroneurodiagnostic Technologist 27.58 12040 - Emergency Medical Technician 17.85 12071 - Licensed Practical Nurse I 18.94 12072 - Licensed Practical Nurse II 21.18 12073 - Licensed Practical Nurse III 23.72 12100 - Medical Assistant 14.31 12130 - Medical Laboratory Technician 22.06 12160 - Medical Record Clerk 18.32 12190 - Medical Record Technician 20.49 12195 - Medical Transcriptionist 22.00 12210 - Nuclear Medicine Technologist 48.34 12221 - Nursing Assistant I 12.33 12222 - Nursing Assistant II 13.87 12223 - Nursing Assistant III 15.13 12224 - Nursing Assistant IV 16.97 12235 - Optical Dispenser 17.78 12236 - Optical Technician 18.00 12250 - Pharmacy Technician 17.83 12280 - Phlebotomist 18.67 12305 - Radiologic Technologist 33.59 12311 - Registered Nurse I 31.47 12312 - Registered Nurse II 38.49 12313 - Registered Nurse II, Specialist 38.49 12314 - Registered Nurse III 48.20 12315 - Registered Nurse III, Anesthetist 48.20 12316 - Registered Nurse IV 57.77 12317 - Scheduler (Drug and Alcohol Testing) 25.67 12320 - Substance Abuse Treatment Counselor 25.31 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 23.89 13012 - Exhibits Specialist II 29.60 13013 - Exhibits Specialist III 36.38 13041 - Illustrator I 26.08 13042 - Illustrator II 32.31 13043 - Illustrator III 39.52 13047 - Librarian 32.79 13050 - Library Aide/Clerk 16.49 13054 - Library Information Technology Systems 29.60 Administrator 13058 - Library Technician 22.40 13061 - Media Specialist I 21.36 13062 - Media Specialist II 23.89 13063 - Media Specialist III 26.64 13071 - Photographer I 16.93 13072 - Photographer II 18.94 13073 - Photographer III 24.13 13074 - Photographer IV 32.91 13075 - Photographer V 39.80 13090 - Technical Order Library Clerk 16.68 13110 - Video Teleconference Technician 18.25 14000 - Information Technology Occupations 14041 - Computer Operator I 17.82 14042 - Computer Operator II 19.93 14043 - Computer Operator III 22.89 14044 - Computer Operator IV 25.73 14045 - Computer Operator V 28.50 14071 - Computer Programmer I (see 1) 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 17.82 14160 - Personal Computer Support Technician 25.73 14170 - System Support Specialist 30.46 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.73 15020 - Aircrew Training Devices Instructor (Rated) 42.03 15030 - Air Crew Training Devices Instructor (Pilot) 50.37 15050 - Computer Based Training Specialist / Instructor 34.73 15060 - Educational Technologist 48.37 15070 - Flight Instructor (Pilot) 50.37 15080 - Graphic Artist 22.59 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 45.48 15086 - Maintenance Test Pilot, Rotary Wing 45.48 15088 - Non-Maintenance Test/Co-Pilot 45.48 15090 - Technical Instructor 22.84 15095 - Technical Instructor/Course Developer 27.94 15110 - Test Proctor 18.44 15120 - Tutor 18.44 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 12.03 16030 - Counter Attendant 12.03 16040 - Dry Cleaner 13.74 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 14.47 16220 - Tailor 15.46 16250 - Washer, Machine 12.60 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.24 19040 - Tool And Die Maker 24.16 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.38 21030 - Material Coordinator 22.14 21040 - Material Expediter 22.14 21050 - Material Handling Laborer 16.24 21071 - Order Filler 14.17 21080 - Production Line Worker (Food Processing) 15.38 21110 - Shipping Packer 15.08 21130 - Shipping/Receiving Clerk 15.08 21140 - Store Worker I 12.12 21150 - Stock Clerk 17.25 21210 - Tools And Parts Attendant 15.38 21410 - Warehouse Specialist 15.38 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 36.39 23019 - Aircraft Logs and Records Technician 28.45 23021 - Aircraft Mechanic I 33.61 23022 - Aircraft Mechanic II 36.39 23023 - Aircraft Mechanic III 37.79 23040 - Aircraft Mechanic Helper 23.84 23050 - Aircraft, Painter 31.94 23060 - Aircraft Servicer 28.45 23070 - Aircraft Survival Flight Equipment Technician 31.94 23080 - Aircraft Worker 30.21 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 30.21 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 33.61 II 23110 - Appliance Mechanic 22.41 23120 - Bicycle Repairer 13.98 23125 - Cable Splicer 38.04 23130 - Carpenter, Maintenance 27.67 23140 - Carpet Layer 25.73 23160 - Electrician, Maintenance 29.81 23181 - Electronics Technician Maintenance I 28.04 23182 - Electronics Technician Maintenance II 30.18 23183 - Electronics Technician Maintenance III 30.97 23260 - Fabric Worker 21.45 23290 - Fire Alarm System Mechanic 23.19 23310 - Fire Extinguisher Repairer 22.39 23311 - Fuel Distribution System Mechanic 32.16 23312 - Fuel Distribution System Operator 25.39 23370 - General Maintenance Worker 21.13 23380 - Ground Support Equipment Mechanic 33.61 23381 - Ground Support Equipment Servicer 28.45 23382 - Ground Support Equipment Worker 30.21 23391 - Gunsmith I 22.39 23392 - Gunsmith II 26.33 23393 - Gunsmith III 28.62 23410 - Heating, Ventilation And Air-Conditioning 24.62 Mechanic 23411 - Heating, Ventilation And Air Contidioning 28.42 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 29.41 23440 - Heavy Equipment Operator 32.65 23460 - Instrument Mechanic 31.49 23465 - Laboratory/Shelter Mechanic 28.19 23470 - Laborer 13.32 23510 - Locksmith 26.40 23530 - Machinery Maintenance Mechanic 27.12 23550 - Machinist, Maintenance 24.78 23580 - Maintenance Trades Helper 13.87 23591 - Metrology Technician I 31.49 23592 - Metrology Technician II 33.06 23593 - Metrology Technician III 34.32 23640 - Millwright 24.76 23710 - Office Appliance Repairer 20.06 23760 - Painter, Maintenance 21.05 23790 - Pipefitter, Maintenance 25.18 23810 - Plumber, Maintenance 23.72 23820 - Pneudraulic Systems Mechanic 28.62 23850 - Rigger 28.62 23870 - Scale Mechanic 26.33 23890 - Sheet-Metal Worker, Maintenance 27.67 23910 - Small Engine Mechanic 17.79 23931 - Telecommunications Mechanic I 26.92 23932 - Telecommunications Mechanic II 31.30 23950 - Telephone Lineman 25.88 23960 - Welder, Combination, Maintenance 19.51 23965 - Well Driller 37.50 23970 - Woodcraft Worker 28.62 23980 - Woodworker 21.59 24000 - Personal Needs Occupations 24550 - Case Manager 17.53 24570 - Child Care Attendant 13.05 24580 - Child Care Center Clerk 16.40 24610 - Chore Aide 11.17 24620 - Family Readiness And Support Services 17.53 Coordinator 24630 - Homemaker 17.77 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 33.10 25040 - Sewage Plant Operator 31.44 25070 - Stationary Engineer 33.10 25190 - Ventilation Equipment Tender 22.76 25210 - Water Treatment Plant Operator 31.44 27000 - Protective Service Occupations 27004 - Alarm Monitor 25.70 27007 - Baggage Inspector 13.15 27008 - Corrections Officer 38.27 27010 - Court Security Officer 33.62 27030 - Detection Dog Handler 15.95 27040 - Detention Officer 38.27 27070 - Firefighter 28.64 27101 - Guard I 13.15 27102 - Guard II 15.95 27131 - Police Officer I 40.90 27132 - Police Officer II 45.44 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 15.50 28042 - Carnival Equipment Repairer 17.01 28043 - Carnival Worker 11.38 28210 - Gate Attendant/Gate Tender 14.63 28310 - Lifeguard 12.86 28350 - Park Attendant (Aide) 16.37 28510 - Recreation Aide/Health Facility Attendant 11.94 28515 - Recreation Specialist 20.27 28630 - Sports Official 13.03 28690 - Swimming Pool Operator 20.65 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 25.51 29020 - Hatch Tender 25.51 29030 - Line Handler 25.51 29041 - Stevedore I 23.70 29042 - Stevedore II 27.33 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 43.18 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 29.77 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 32.78 30021 - Archeological Technician I 24.64 30022 - Archeological Technician II 27.72 30023 - Archeological Technician III 34.21 30030 - Cartographic Technician 34.35 30040 - Civil Engineering Technician 30.51 30051 - Cryogenic Technician I 29.49 30052 - Cryogenic Technician II 31.97 30061 - Drafter/CAD Operator I 24.64 30062 - Drafter/CAD Operator II 27.72 30063 - Drafter/CAD Operator III 30.79 30064 - Drafter/CAD Operator IV 37.88 30081 - Engineering Technician I 19.68 30082 - Engineering Technician II 22.09 30083 - Engineering Technician III 24.70 30084 - Engineering Technician IV 30.60 30085 - Engineering Technician V 37.43 30086 - Engineering Technician VI 45.29 30090 - Environmental Technician 26.89 30095 - Evidence Control Specialist 26.14 30210 - Laboratory Technician 23.44 30221 - Latent Fingerprint Technician I 28.61 30222 - Latent Fingerprint Technician II 31.60 30240 - Mathematical Technician 33.92 30361 - Paralegal/Legal Assistant I 21.57 30362 - Paralegal/Legal Assistant II 26.72 30363 - Paralegal/Legal Assistant III 32.69 30364 - Paralegal/Legal Assistant IV 39.55 30375 - Petroleum Supply Specialist 31.97 30390 - Photo-Optics Technician 33.63 30395 - Radiation Control Technician 31.97 30461 - Technical Writer I 26.69 30462 - Technical Writer II 32.64 30463 - Technical Writer III 39.50 30491 - Unexploded Ordnance (UXO) Technician I 27.44 30492 - Unexploded Ordnance (UXO) Technician II 33.20 30493 - Unexploded Ordnance (UXO) Technician III 39.79 30494 - Unexploded (UXO) Safety Escort 27.44 30495 - Unexploded (UXO) Sweep Personnel 27.44 30501 - Weather Forecaster I 29.49 30502 - Weather Forecaster II 35.20 30620 - Weather Observer, Combined Upper Air Or (see 2) 30.79 Surface Programs 30621 - Weather Observer, Senior (see 2) 32.23 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 33.20 31020 - Bus Aide 13.88 31030 - Bus Driver 20.57 31043 - Driver Courier 15.40 31260 - Parking and Lot Attendant 11.22 31290 - Shuttle Bus Driver 16.90 31310 - Taxi Driver 12.01 31361 - Truckdriver, Light 16.90 31362 - Truckdriver, Medium 21.82 31363 - Truckdriver, Heavy 22.51 31364 - Truckdriver, Tractor-Trailer 22.51 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 16.19 99030 - Cashier 12.13 99050 - Desk Clerk 12.34 99095 - Embalmer 29.32 99130 - Flight Follower 27.44 99251 - Laboratory Animal Caretaker I 14.00 99252 - Laboratory Animal Caretaker II 15.19 99260 - Marketing Analyst 26.90 99310 - Mortician 33.96 99410 - Pest Controller 16.58 99510 - Photofinishing Worker 15.19 99710 - Recycling Laborer 27.20 99711 - Recycling Specialist 33.79 99730 - Refuse Collector 23.91 99810 - Sales Clerk 17.13 99820 - School Crossing Guard 12.33 99830 - Survey Party Chief 42.35 99831 - Surveying Aide 22.38 99832 - Surveying Technician 30.61 99840 - Vending Machine Attendant 14.42 99841 - Vending Machine Repairer 18.52 99842 - Vending Machine Repairer Helper 14.42 _____________________________________________________________________________ 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: $4.48 per hour or $179.20 per week or $776.53 per month HEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 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/a1266afa211b1229c128032d73d1e3b6)
 
Place of Performance
Address: Ft Irwin, California, 62310, United States
Zip Code: 62310
 
Record
SN05059022-W 20180830/180828231025-a1266afa211b1229c128032d73d1e3b6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.