Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2018 FBO #6239
SOLICITATION NOTICE

G -- Snowmobile Rides Base Plus 4 years

Notice Date
12/21/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561520 — Tour Operators
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0096
 
Response Due
1/10/2019
 
Archive Date
3/11/2019
 
Point of Contact
303-372-7057
 
Small Business Set-Aside
N/A
 
Description
Request for Quote (RFQ) #: Snowmobile Rides This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, January 3, 2019 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to jacqueline.obryan@va.gov no later than 4:00pm EST, January 10, 2019. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0096. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 561520 with a small business size standard of $20.5M. This solicitation is full and open competitive. Price/Cost Schedule: See also attached statement of work for detailed information. ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Snowmobile Rides Base Year 3/01/2019 to 2/29/2020 Period of Performance: 4/1/2019 to 4/4/2019 _____________ _____________ 0002 Snowmobile Rides Option Year 1: 3/01/2020 to 2/28/2021 Period of Performance: 3/30/2020 to 4/2/2020 _____________ _____________ 0003 Snowmobile Rides Option Year 2: 3/01/2021 to 2/28/2022 Period of Performance: 3/29/2021 to 4/1/2021 _____________ _____________ 0004 Snowmobile Rides Option Year 3: 3/01/2022 to 2/28/2023 Period of Performance: 2022 Dates TBD _____________ _____________ 0005 Snowmobile Rides Option Year 4: 3/01/2023 to 2/28/2024 Period of Performance: 2023 Dates TBD _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); Snowmobile rides. Reference attached Statement of Work for full description Performance will occur at the Winter Sports Clinic in Snowmass Village, Colorado on behalf of the Veterans Affairs Medical Center, located in Grand Junction 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volume: Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. ( End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.222-41 Service Contract Labor Standards The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to jacqueline.obryan@va.gov by 4:00pm EST, January 10, 2019. Name and email of the individual to contact for information regarding the solicitation: Jacqueline O Bryan Jacqueline.Obryan@va.gov Attachments: Statement of Work Wage Determination Attachment 1 STATEMENT OF WORK Objective The Department of Veterans Affairs has a bona-fide need for a contractor to provide snowmobile rides for the annual National Disabled Veterans Winter Sports Clinic in Snowmass Village, Colorado. Background The National Disabled Veterans Winter Sports Clinic provides snowmobile opportunities for participants as an alternate activity during the event. Scope The contractor shall provide snowmobile rides. Contractor shall be able to supply at least 50 snowmobile rides for veterans per day and have the staffing support for this number of rides. Contractor shall provide staff that has the experience and ability to work with individuals who have disabilities and provide seating stabilization. Contractor shall provide helmets to all riders. Contractor shall have the resources and equipment available to supply the rides. Contractor shall groom and prep trails prior to the event. Contractor shall make every effort possible to supply rides even during seasons of low snowfall, to include hauling snow to create trails. All rides will be performed as one group and will include safety instructions, ride instructions, snowmobile participant loading, snowmobile ride, and snowmobile participant unloading. Government Furnished Information The government will provide the contractor the number of veterans signed up to participate one week prior to the activity to allow the contractor to adequately prepare. Period of Performance This is a one-year contract with four one-year options. The period of performance is four consecutive days for each year and is as follows: April 1-4, 2019 March 30 to April 2, 2020 March 29 to April 1, 2021 2022 dates TBD 2023 dates TBD The period of performance for option years 3 and 4 will be provided with the execution of each option year which will occur at least 30 days prior to the start date of the option year. Contractor shall provide rides from 0800 hours to 1200 hours. Contractor shall provide rides for at least 2 hours per day during designated time frame for four consecutive days. Attachment 2 Wage Determination WD 15-5439 (Rev.-7) was first posted on www.wdol.gov on 07/10/2018 ************************************************************************************ 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.: 2015-5439 Daniel W. Simms Division of | Revision No.: 7 Director Wage Determinations| Date Of Revision: 07/03/2018 _______________________________________|____________________________________________ 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: Colorado Area: Colorado Counties of Eagle, Garfield, Lake, Moffat, Pitkin, Rio Blanco, Routt ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.33 01012 - Accounting Clerk II 17.05 01013 - Accounting Clerk III 18.68 01020 - Administrative Assistant 23.98 01035 - Court Reporter 16.36 01041 - Customer Service Representative I 14.77 01042 - Customer Service Representative II 16.61 01043 - Customer Service Representative III 18.13 01051 - Data Entry Operator I 13.34 01052 - Data Entry Operator II 14.91 01060 - Dispatcher, Motor Vehicle 19.64 01070 - Document Preparation Clerk 13.03 01090 - Duplicating Machine Operator 13.03 01111 - General Clerk I 14.16 01112 - General Clerk II 15.46 01113 - General Clerk III 17.34 01120 - Housing Referral Assistant 18.24 01141 - Messenger Courier 11.40 01191 - Order Clerk I 15.07 01192 - Order Clerk II 16.45 01261 - Personnel Assistant (Employment) I 15.18 01262 - Personnel Assistant (Employment) II 16.98 01263 - Personnel Assistant (Employment) III 18.94 01270 - Production Control Clerk 21.48 01290 - Rental Clerk 13.72 01300 - Scheduler, Maintenance 14.62 01311 - Secretary I 14.62 01312 - Secretary II 16.36 Page 1 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 01313 - Secretary III 18.24 01320 - Service Order Dispatcher 17.55 01410 - Supply Technician 23.98 01420 - Survey Worker 17.15 01460 - Switchboard Operator/Receptionist 15.36 01531 - Travel Clerk I 14.85 01532 - Travel Clerk II 15.58 01533 - Travel Clerk III 16.67 01611 - Word Processor I 13.03 01612 - Word Processor II 14.62 01613 - Word Processor III 16.36 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.72 05010 - Automotive Electrician 23.28 05040 - Automotive Glass Installer 21.79 05070 - Automotive Worker 21.79 05110 - Mobile Equipment Servicer 18.79 05130 - Motor Equipment Metal Mechanic 24.79 05160 - Motor Equipment Metal Worker 21.79 05190 - Motor Vehicle Mechanic 24.79 05220 - Motor Vehicle Mechanic Helper 17.26 05250 - Motor Vehicle Upholstery Worker 20.55 05280 - Motor Vehicle Wrecker 21.79 05310 - Painter, Automotive 23.28 05340 - Radiator Repair Specialist 21.79 05370 - Tire Repairer 14.76 05400 - Transmission Repair Specialist 24.79 07000 - Food Preparation And Service Occupations 07010 - Baker 16.24 07041 - Cook I 14.99 07042 - Cook II 17.14 07070 - Dishwasher 11.38 07130 - Food Service Worker 12.50 07210 - Meat Cutter 16.41 07260 - Waiter/Waitress 10.13 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.78 09040 - Furniture Handler 15.57 09080 - Furniture Refinisher 22.47 09090 - Furniture Refinisher Helper 18.59 09110 - Furniture Repairer, Minor 21.56 09130 - Upholsterer 20.83 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 14.96 11060 - Elevator Operator 14.11 11090 - Gardener 21.43 11122 - Housekeeping Aide 14.11 11150 - Janitor 14.11 11210 - Laborer, Grounds Maintenance 16.85 11240 - Maid or Houseman 11.48 11260 - Pruner 15.25 11270 - Tractor Operator 20.24 11330 - Trail Maintenance Worker 16.85 11360 - Window Cleaner 15.75 12000 - Health Occupations 12010 - Ambulance Driver 21.04 12011 - Breath Alcohol Technician 21.04 12012 - Certified Occupational Therapist Assistant 30.37 12015 - Certified Physical Therapist Assistant 25.94 12020 - Dental Assistant 18.02 12025 - Dental Hygienist 37.73 Page 2 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 12030 - EKG Technician 33.70 12035 - Electroneurodiagnostic Technologist 33.70 12040 - Emergency Medical Technician 21.04 12071 - Licensed Practical Nurse I 19.88 12072 - Licensed Practical Nurse II 22.24 12073 - Licensed Practical Nurse III 24.80 12100 - Medical Assistant 16.95 12130 - Medical Laboratory Technician 21.13 12160 - Medical Record Clerk 18.74 12190 - Medical Record Technician 21.16 12195 - Medical Transcriptionist 19.88 12210 - Nuclear Medicine Technologist 48.88 12221 - Nursing Assistant I 11.45 12222 - Nursing Assistant II 12.88 12223 - Nursing Assistant III 14.05 12224 - Nursing Assistant IV 15.77 12235 - Optical Dispenser 18.12 12236 - Optical Technician 19.88 12250 - Pharmacy Technician 17.37 12280 - Phlebotomist 15.77 12305 - Radiologic Technologist 32.82 12311 - Registered Nurse I 23.56 12312 - Registered Nurse II 28.83 12313 - Registered Nurse II, Specialist 28.83 12314 - Registered Nurse III 34.88 12315 - Registered Nurse III, Anesthetist 34.88 12316 - Registered Nurse IV 41.79 12317 - Scheduler (Drug and Alcohol Testing) 27.55 12320 - Substance Abuse Treatment Counselor 25.94 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 23.00 13012 - Exhibits Specialist II 28.48 13013 - Exhibits Specialist III 34.85 13041 - Illustrator I 23.00 13042 - Illustrator II 28.48 13043 - Illustrator III 34.85 13047 - Librarian 31.56 13050 - Library Aide/Clerk 13.96 13054 - Library Information Technology Systems 28.48 Administrator 13058 - Library Technician 16.68 13061 - Media Specialist I 18.12 13062 - Media Specialist II 21.70 13063 - Media Specialist III 24.20 13071 - Photographer I 17.25 13072 - Photographer II 19.31 13073 - Photographer III 23.90 13074 - Photographer IV 29.24 13075 - Photographer V 35.37 13090 - Technical Order Library Clerk 17.54 13110 - Video Teleconference Technician 18.98 14000 - Information Technology Occupations 14041 - Computer Operator I 13.86 14042 - Computer Operator II 15.50 14043 - Computer Operator III 17.92 14044 - Computer Operator IV 19.93 14045 - Computer Operator V 22.07 14071 - Computer Programmer I (see 1) 17.71 14072 - Computer Programmer II (see 1) 21.95 14073 - Computer Programmer III (see 1) 26.84 14074 - Computer Programmer IV (see 1) Page 3 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 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 13.86 14160 - Personal Computer Support Technician 19.93 14170 - System Support Specialist 28.73 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.66 15020 - Aircrew Training Devices Instructor (Rated) 34.67 15030 - Air Crew Training Devices Instructor (Pilot) 41.20 15050 - Computer Based Training Specialist / Instructor 28.66 15060 - Educational Technologist 30.95 15070 - Flight Instructor (Pilot) 41.20 15080 - Graphic Artist 24.39 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 41.55 15086 - Maintenance Test Pilot, Rotary Wing 41.55 15088 - Non-Maintenance Test/Co-Pilot 41.55 15090 - Technical Instructor 22.04 15095 - Technical Instructor/Course Developer 26.97 15110 - Test Proctor 19.43 15120 - Tutor 19.43 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.16 16030 - Counter Attendant 11.16 16040 - Dry Cleaner 13.47 16070 - Finisher, Flatwork, Machine 11.16 16090 - Presser, Hand 11.16 16110 - Presser, Machine, Drycleaning 11.16 16130 - Presser, Machine, Shirts 11.16 16160 - Presser, Machine, Wearing Apparel, Laundry 11.16 16190 - Sewing Machine Operator 14.38 16220 - Tailor 15.28 16250 - Washer, Machine 11.69 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 25.15 19040 - Tool And Die Maker 30.73 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.12 21030 - Material Coordinator 21.48 21040 - Material Expediter 21.48 21050 - Material Handling Laborer 16.85 21071 - Order Filler 15.71 21080 - Production Line Worker (Food Processing) 17.12 21110 - Shipping Packer 17.33 21130 - Shipping/Receiving Clerk 17.33 21140 - Store Worker I 11.81 21150 - Stock Clerk 16.56 21210 - Tools And Parts Attendant 17.12 21410 - Warehouse Specialist 17.12 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.70 23019 - Aircraft Logs and Records Technician 22.58 23021 - Aircraft Mechanic I 26.22 23022 - Aircraft Mechanic II 27.70 23023 - Aircraft Mechanic III 29.18 23040 - Aircraft Mechanic Helper 20.21 23050 - Aircraft, Painter 26.09 23060 - Aircraft Servicer 22.58 23070 - Aircraft Survival Flight Equipment Technician 26.09 23080 - Aircraft Worker 23.67 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 23.67 Page 4 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 26.22 II 23110 - Appliance Mechanic 22.47 23120 - Bicycle Repairer 14.05 23125 - Cable Splicer 33.13 23130 - Carpenter, Maintenance 22.77 23140 - Carpet Layer 23.23 23160 - Electrician, Maintenance 24.87 23181 - Electronics Technician Maintenance I 23.11 23182 - Electronics Technician Maintenance II 25.53 23183 - Electronics Technician Maintenance III 27.09 23260 - Fabric Worker 21.67 23290 - Fire Alarm System Mechanic 25.81 23310 - Fire Extinguisher Repairer 20.11 23311 - Fuel Distribution System Mechanic 26.22 23312 - Fuel Distribution System Operator 20.11 23370 - General Maintenance Worker 18.63 23380 - Ground Support Equipment Mechanic 26.22 23381 - Ground Support Equipment Servicer 22.58 23382 - Ground Support Equipment Worker 23.67 23391 - Gunsmith I 20.11 23392 - Gunsmith II 23.23 23393 - Gunsmith III 26.22 23410 - Heating, Ventilation And Air-Conditioning 25.56 Mechanic 23411 - Heating, Ventilation And Air Contidioning 27.01 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 28.16 23440 - Heavy Equipment Operator 23.83 23460 - Instrument Mechanic 26.22 23465 - Laboratory/Shelter Mechanic 24.72 23470 - Laborer 16.85 23510 - Locksmith 24.72 23530 - Machinery Maintenance Mechanic 31.48 23550 - Machinist, Maintenance 23.07 23580 - Maintenance Trades Helper 18.24 23591 - Metrology Technician I 26.22 23592 - Metrology Technician II 27.70 23593 - Metrology Technician III 29.18 23640 - Millwright 27.78 23710 - Office Appliance Repairer 22.51 23760 - Painter, Maintenance 16.91 23790 - Pipefitter, Maintenance 26.37 23810 - Plumber, Maintenance 24.75 23820 - Pneudraulic Systems Mechanic 26.22 23850 - Rigger 26.22 23870 - Scale Mechanic 23.23 23890 - Sheet-Metal Worker, Maintenance 20.58 23910 - Small Engine Mechanic 19.64 23931 - Telecommunications Mechanic I 31.19 23932 - Telecommunications Mechanic II 33.00 23950 - Telephone Lineman 26.22 23960 - Welder, Combination, Maintenance 21.10 23965 - Well Driller 26.12 23970 - Woodcraft Worker 26.22 23980 - Woodworker 20.11 24000 - Personal Needs Occupations 24550 - Case Manager 18.02 24570 - Child Care Attendant 14.93 24580 - Child Care Center Clerk 19.01 Page 5 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 24610 - Chore Aide 12.10 24620 - Family Readiness And Support Services 18.02 Coordinator 24630 - Homemaker 18.02 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 28.64 25040 - Sewage Plant Operator 26.62 25070 - Stationary Engineer 28.64 25190 - Ventilation Equipment Tender 19.95 25210 - Water Treatment Plant Operator 26.14 27000 - Protective Service Occupations 27004 - Alarm Monitor 21.46 27007 - Baggage Inspector 15.93 27008 - Corrections Officer 26.86 27010 - Court Security Officer 24.28 27030 - Detection Dog Handler 17.82 27040 - Detention Officer 26.86 27070 - Firefighter 22.06 27101 - Guard I 15.93 27102 - Guard II 17.82 27131 - Police Officer I 26.78 27132 - Police Officer II 29.75 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 16.80 28042 - Carnival Equipment Repairer 17.86 28043 - Carnival Worker 12.51 28210 - Gate Attendant/Gate Tender 16.94 28310 - Lifeguard 13.84 28350 - Park Attendant (Aide) 18.95 28510- Recreation Aide/Health Facility Attendant 13.83 28515 - Recreation Specialist 23.47 28630 - Sports Official 15.09 28690 - Swimming Pool Operator 20.19 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.86 29020 - Hatch Tender 23.86 29030 - Line Handler 23.86 29041 - Stevedore I 21.67 29042 - Stevedore II 25.39 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.15 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.30 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.97 30021 - Archeological Technician I 16.47 30022 - Archeological Technician II 18.42 30023 - Archeological Technician III 22.81 30030 - Cartographic Technician 22.81 30040 - Civil Engineering Technician 25.18 30051 - Cryogenic Technician I 25.37 30052 - Cryogenic Technician II 28.03 30061 - Drafter/CAD Operator I 16.47 30062 - Drafter/CAD Operator II 18.42 30063 - Drafter/CAD Operator III 20.53 30064 - Drafter/CAD Operator IV 25.27 30081 - Engineering Technician I 14.31 30082 - Engineering Technician II 16.47 30083 - Engineering Technician III 18.42 30084 - Engineering Technician IV 22.81 30085 - Engineering Technician V 27.92 30086 - Engineering Technician VI 33.77 30090 - Environmental Technician 25.64 Page 6 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 30095 - Evidence Control Specialist 22.90 30210 - Laboratory Technician 24.94 30221 - Latent Fingerprint Technician I 25.37 30222 - Latent Fingerprint Technician II 28.03 30240 - Mathematical Technician 22.81 30361 - Paralegal/Legal Assistant I 19.24 30362 - Paralegal/Legal Assistant II 23.83 30363 - Paralegal/Legal Assistant III 29.14 30364 - Paralegal/Legal Assistant IV 35.26 30375 - Petroleum Supply Specialist 28.03 30390 - Photo-Optics Technician 22.81 30395 - Radiation Control Technician 28.03 30461 - Technical Writer I 22.72 30462 - Technical Writer II 27.78 30463 - Technical Writer III 33.59 30491 - Unexploded Ordnance (UXO) Technician I 24.24 30492 - Unexploded Ordnance (UXO) Technician II 29.33 30493 - Unexploded Ordnance (UXO) Technician III 35.16 30494 - Unexploded (UXO) Safety Escort 24.24 30495 - Unexploded (UXO) Sweep Personnel 24.24 30501 - Weather Forecaster I 25.37 30502 - Weather Forecaster II 30.86 30620 - Weather Observer, Combined Upper Air Or (see 2) 20.53 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.81 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 29.33 31020 - Bus Aide 14.72 31030 - Bus Driver 19.35 31043 - Driver Courier 18.30 31260 - Parking and Lot Attendant 13.16 31290 - Shuttle Bus Driver 18.49 31310 - Taxi Driver 13.93 31361 - Truckdriver, Light 18.49 31362 - Truckdriver, Medium 19.88 31363 - Truckdriver, Heavy 21.31 31364 - Truckdriver, Tractor-Trailer 21.31 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.30 99030 - Cashier 12.37 99050 - Desk Clerk 13.57 99095 - Embalmer 24.24 99130 - Flight Follower 24.24 99251 - Laboratory Animal Caretaker I 18.10 99252 - Laboratory Animal Caretaker II 19.69 99260 - Marketing Analyst 27.06 99310 - Mortician 24.24 99410 - Pest Controller 21.27 99510 - Photofinishing Worker 13.15 99710 - Recycling Laborer 16.25 99711 - Recycling Specialist 19.40 99730 - Refuse Collector 14.75 99810 - Sales Clerk 13.94 99820 - School Crossing Guard 13.50 99830 - Survey Party Chief 18.99 99831 - Surveying Aide 14.43 99832 - Surveying Technician 17.96 99840 - Vending Machine Attendant 18.10 99841 - Vending Machine Repairer 22.85 99842 - Vending Machine Repairer Helper 18.10 Page 7 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 ____________________________________________________________________________________ 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 SCAcovered 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 Page 8 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 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: Page 9 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 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 Page 10 of 11 https://www.wdol.gov/wdol/scafiles/std/15-5439.txt?v=7 12/20/2018 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)). Page 11 of 11 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0096/listing.html)
 
Record
SN05181163-F 20181223/181221230028 (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.