The RFP Database
New business relationships start here

Combined Synopsis/Solicitation for Grounds Maintenance- Multiple Schedules- Fort Campbell, KY


Kentucky, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1. Combined Synopsis/Solicitation for Grounds Maintenance- Multiple Schedules- Fort Campbell, KY

Schedule C - Tennessee Cantonment Area and landfills


Schedule E- Campbell Army Airfield and Sabre Heliport


2. Solicitation Number: W91248-16-T-0011


3. Classification Code: S208- Landscaping/Grounds Keeping Services


4. Set-Side: 100% Hubzone Set-aside for Small Business Concerns


5. Closing Response Date: 19 February 2016, 2:00 PM CST


Restrictions: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.603, 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. Solicitation Number W91248-16-T-0011 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, dated 4 December 2015 and as outlined below. The NAICS is 561730; small business size standard is $7,500,000.00; acquisition is 100% Hubzone Small Business Set- Aside, all eligible offeror may submit an offer that will be considered by this agency. The contractor is responsible for providing all labor, supplies, equipment, and supervision required to perform Grounds Maintenance and landscaping in the cantonment, landfills, and airfields as listed in the Performance Work Statement (PWS). It is contemplated that the Period of Performance will be one 12-Month Base Period and Two (2) 12- month Option Periods. The complete Offer Schedule, PWS, Technical Exhibits, Wage Determinations, and associated documents are at the end of this FebBizOpps announcement under Additional Documentation. Offerors shall complete all line items listed on the offer schedule in order to be considered for award. The provision 52.212-1, -Instruction to Offerors-Commerical Items(OCT 2015) is applicable to this solicitation and is tailored as follows: Paragraphs (d), and (i) are deleted. Offerors shall include CAGE Code, DUNS and TIN with their quote. 52.252-1, Solicitation Provisions Incorporated by Reference with fill in as http://farsite.hill.af.mil ; The provision at 52.212-2, Evaluation- Commercial Items (OCT 2014) with evaluations factors as: 1) Past Performance 2), Technical and 3) and Price. To be technically acceptable, the offeror must receive a "Technically Acceptable Rating" for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and two option periods. The government may choose to exercise the Extension of Services at the end of any performance period (Base or option periods), utilizing the rates of that performance period. Specifics regarding the Basis for Contract Award are at the end of this document. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2015), an Offeror's Representations and Certifications may be located at https://www.sam.gov/portal/public/SAM, or perspective offerors can complete Representation and Certification using website https://www.sam.gov/portal/public/SAM, Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The following Contract Clauses are applicable: 52.212-4, Contract Terms and Conditions- Commercial Items (MAY 2015); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2016), The following FAR clauses cited within are applicable : 52.222-50 Combating Trafficking in Persons (MAR 2015); 52.233-3 Protest After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004);52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.203-13-Contractor Code of Business Ethics and Conduct (OCT 2015); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015); 52.209-6, Protecting the Government's Interest when subcontracting with contractors debarred, suspended or proposed for debarment (OCT 2015); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015); 52.219-6, Notice of HUBZone Set -Aside or Sole Source Award (NOV 2011); 52.219-8 Utilization of Small Business Concerns (OCT 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2016); 52.222-21, Prohibition of Segregation Facilities (APR 2015); 52.222-26, Equal Opportunity (APR 2015);52.222-35 Equal Opportunity for Veterans (OCT 2015); 52.222-36 Equal Opportunity for Workers With Disabilities (JUL 2014); 52.222-37 Employment Reports on Veterans (OCT 2015);52.222-40 Notification of Employees Rights Under the National Labor Relations Act (DEC 2010); 52.222-54 Employment Eligibility Verification (OCT 2015); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011): 52.225-1 Buy American - Supplies (MAY 2014); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (011090- Gardner/011210- Laberor/011270 Tractor Operator); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014). Other applicable clauses for this requirement are 52.204-7- System for Award Management (JUL 2013); 52.216-1 Type of Contract (APR 1984) Fixed Price; 52.216-19 Order Limitations (OCT 1995) fill in as (a) $100.00 (b) (1) $5,000.00 (2) $5,000.00; or (3) 3 and (d) 5; 52.216-21 Requirements (OCT 1995) fill in as after the period of performance has been reached; 52.217-8 Option To Extend Services (Nov 1999) fill in as period of performance of the last delivery order; 52.217-9 Option to Extend the Term of the Contract (MAR 2000) fill ins are 30; 60; and Three (3) Years; 52.228-5 Insurance- Work on a Government Installation (JAN 1997); 52.232-18- Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) fill in 30 September 2016and 30 September 2016; 52.232-40 Providing Accelerated payments to Small Business Subcontractors (DEC 2013) ;
The following DFARS clauses are applicable: 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (SEP 2013); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Alternate A, System for Award Management (FEB 2014); 252.216-7006 Ordering (MAY 2011) fill in (a) 1 March 2016, 28 February 2019; 252.232-7003- Electronic Submission of Payment Requests (JUN 2012); 252.232-7010, Levies on Contract Payments(Dec 2006); 252.244-7000- Subcontracts for Commercial Items & Commercial Components (JUN 2013); 5152.209-4000 DOD Anti-Terrorism (AT) Standards (FEB 2009) and 5152.233-4000, HQ AMC - Level Protest Program (FEB 2014) Additional applicable provisions are located on the next page. All offers are due no later than 19 February 2016 at 2:00 PM CST. All responsible sources may submit an offer. In accordance with 52.212-1 Instructions to Offerors, paragraph (f), all quotes received AFTER the closing date will be viewed as LATE, and therefore will not be considered. Offerors may be submitted via email (the preferred method) to the individual below. If there are ANY questions concerning this solicitation, please send the question to the email listed below.


Wanda Jobe    270-412-2302    wanda.f.jobe.civ@mail.mil or



Or via mail to the following address:
MICC- Fort Campbell
ATTN: Ms Wanda Jobe
Bldg 6923, 38th & Desert Storm
Fort Campbell, KY 42223-5355



SPECIAL PROVISIONS


SCHEDULE OF INSURANCE.


a. The Contractor shall, at their own expense, provide and maintain during the entire performance period of this contract the minimum types, and amounts of insurance required below:


Workmen's Compensation and Employer's Liability        $100,000.00
Insurance


General Liability Insurance for Bodily Injury Liability
Minimum Per Occurrence                $500,000.00


Automobile Liability Insurance:
Minimum Per Person                    $200,000.00
Minimum Per Occurrence for Bodily Injury        $500,000.00
Minimum Per Occurrence for Property        $ 20,000.00
Damage


b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed or prescribed and (2) until 30 days after the insurer or the Contracting gives written notice to the Contracting Officer, whichever period is longer.


c. The Contractor shall insert the substance of the clause, entitled "Insurance - Work on a Government Installation (FAR 52.228-05)," in subcontracts under this contract that require work on a Government installation and shall required subcontractors to provide and maintain the insurance required above.


5152.233-4000 AMC-LEVEL PROTEST PROGRAM (FEB 2014) (LOCAL
CLAUSE)


Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is
to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.


Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000


Fax: (256) 450-8840 or email usarmy.redstone.usamc.mb.protests@mail.mil
The AMC-Level Protest procedures are found at:


http://www.amc.army.mil/amc/commandcounsel.html.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain
the HQ AMC-Level Protest Procedures.


(End of Clause)



BASIS FOR CONTRACT AWARD:



This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). For an offer's submission to be determined "Technically Acceptable" and receive consideration for award based upon lowest price submitted, the offer must receive a rating of "Acceptable" for each technical acceptability standard and past performance factor. The Government will award the contract to the offer that meets all the evaluation criteria with an "Acceptability" rating. Trade-offs between cost/price and non-cost/price factors are not permitted.


A price analysis of the offer received will be in accordance with the techniques of FAR Part 15.404. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option period, second option period, and one-half of the second period. Offerors are required to only price the base and two options. Offerors shall not submit a price for the potential one-half year extension of services period.


In the event of an unacceptable past performance evaluation rating for an otherwise technically acceptable low price offeror, the Small Business Administration (SBA) will be contacted for a Certificate of Competency (COC) determination in accordance with procedures in FAR 19.601. In the event an offeror receives a rating of "unacceptable" for both the Technical Acceptability Factor and Past Performance Factor, a COC determination will not be requested as the offeror would remain "Unacceptable" based on the evaluation of the Technical Acceptability Factor.


Discussions or Negotiations: The offeror's initial offer should contain its best terms from a price and technical standpoint. Discussions, if any, will be conducted in accordance with FAR 12.602 and final offers will be evaluated in accordance with factors as were initial offers.


Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Bid Schedule will be considered non- responsive.


a. Evaluation Criteria.


(1) Evaluation criteria consist of factors and elements as listed below. The offers will be evaluated under three (3) evaluation factors:


Factor I: Technical Acceptability


Acceptability Standard 1: Experience
Acceptability Standard 2: Capability


Factor II: Past Performance


Within the Past Performance (Quality of Products/ Services, Timeliness of Performance, and Business Relations will be evaluated).


Factor III: Price


(2) Factor I -Technical Acceptability: The Technical Acceptability Factor evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements.


Acceptability Standard 1: Experience: The offeror demonstrates experience in performing work comparable to the magnitude identified in the PWS. The offeror shall submit a list of recent (within the past 3 years) and relevant contracts/subcontracts that demonstrate an ability to perform the work described in the solicitation. Specifically, the orders/contracts should demonstrate three years' experience in grounds maintenance and landscaping. Key Personnel, as identified in paragraph 2.1.12.1, qualifications will be evaluated to ensure the ability of the offeror to produce candidates who meet or exceed position requirements outlined in the PWS.


Acceptability Standard 2: Capability: Offeror shall provide official documentation to support and confirm qualifications/experience as outlined in the PWS, paragraph 6.1.1.17. This standard will be evaluated by assessing the offeror's proposal and its ability to demonstrate the following: offeror's ability to schedule the work, ensure adequate staffing, and supplies/materials to execute the work, ensure inspection services to ensure grounds maintenance standards are met, and procedures to ensure proper handling of hazardous materials, herbicides and pesticides.
The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined below. The individual standards will not receive an adjectival rating.


Table 1. Technical Acceptable/Unacceptable Ratings
Rating    Description
Acceptable    Offer clearly meets the minimum requirements of the solicitation.
Unacceptable    Offer does not clearly meet the minimum requirements of the solicitation.


(3) Factor II - Past Performance: The offeror shall submit a list of recent and relevant past contracts/subcontracts as defined below. The past performance evaluation will assess the offeror's probability of meeting the solicitation's requirements as indicated by that offeror's record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror's recent past performance and focusing on past performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's submission and data obtained from other sources, such as the Contractor Past Performance Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. Past performance areas of evaluation include:


- Business Relations
- Quality of Service
- Schedule
- Customer Satisfaction


Each offeror will receive a past performance rating of acceptable or unacceptable based on the Offeror's recent past performance, focusing on performance that is relevant to the contract requirements.


(a) Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated.


(b) Relevancy Assessment: To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services being procured under this solicitation. A relevancy determination of the offeror's (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror's contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the offer and obtained from other sources will be used to establish the relevancy of past performance.


The Past Performance Evaluation Team will review past performance information and determine the quality and usefulness as it applies to past performance rating.


Assigning Ratings. The Past Performance Factor will be assigned one (1) of the rating defined below.


Table 2: Past Performance Evaluation Ratings
Rating    Description
Acceptable    Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.
Unacceptable    Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.


Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered acceptable.


(4) Factor III: Price: The Price factor will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced.


(a) Options. Pricing submitted for the Offeror Schedule, will be evaluated for price reasonableness. The Government will evaluate the Offeror's total price, to include the base period, first option period, second option period, and one-half of the final option period, using price analysis techniques (See FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price.. Pricing must be provided for all line items in order for an offeror to be considered for award. Those offerors not providing pricing for all line items will be removed from consideration for award. The Government will award a single contract to the offeror whose offer represents the best value. All evaluation factors other than cost or price when combined are equally as important as cost or price.


(b) Unbalanced Pricing. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices.



WD 05-2187 (Rev.-17) was first posted on www.wdol.gov on 01/05/2016
*****************************************************************************
*******
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-2187
Daniel W. Simms Division of | Revision No.: 17
Director Wage Determinations| Date Of Revision: 12/29/2015
_______________________________________|_____________________________________
_______
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for
calendar year 2016 applies to all contracts subject to the Service Contract
Act for which the solicitation was issued on or after January 1, 2015. If
This contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on
contractor requirements and worker protections under the EO is available at
www.dol.gov/whd/govcontracts.
_____________________________________________________________________________
_______
States: Indiana, Kentucky, Tennessee
Area: Indiana Counties of Perry, Posey, Spencer, Vanderburgh, Warrick
Kentucky Counties of Butler, Caldwell, Christian, Crittenden, Daviess,
Hancock,
Henderson, Hopkins, Livingston, Logan, Lyon, McLean, Muhlenberg, Ohio, Todd,
Trigg, Union, Warren, Webster
Tennessee Counties of Montgomery, Stewart
_____________________________________________________________________________
_______
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE
RATE
01000 - Administrative Support And Clerical Occupations
01011 - Accounting Clerk I
12.35
01012 - Accounting Clerk II
13.86
01013 - Accounting Clerk III
15.50
01020 - Administrative Assistant
15.65
01040 - Court Reporter
13.03
01051 - Data Entry Operator I
11.55
01052 - Data Entry Operator II
12.60
01060 - Dispatcher, Motor Vehicle
15.64
01070 - Document Preparation Clerk
11.00
01090 - Duplicating Machine Operator
11.00
01111 - General Clerk I
10.83
01112 - General Clerk II
11.82
01113 - General Clerk III
13.26
01120 - Housing Referral Assistant
14.53
01141 - Messenger Courier
9.22
01191 - Order Clerk I
11.10
01192 - Order Clerk II
12.33
01261 - Personnel Assistant (Employment) I
14.43
01262 - Personnel Assistant (Employment) II
16.14
01263 - Personnel Assistant (Employment) III
18.00
01270 - Production Control Clerk
19.18
01280 - Receptionist
10.38
01290 - Rental Clerk
9.95
01300 - Scheduler, Maintenance
11.65
01311 - Secretary I
11.65
01312 - Secretary II
13.03
01313 - Secretary III
14.53
01320 - Service Order Dispatcher
14.35
01410 - Supply Technician
16.15
01420 - Survey Worker
11.93
01531 - Travel Clerk I
12.44
01532 - Travel Clerk II
13.21
01533 - Travel Clerk III
13.92
01611 - Word Processor I
11.98
01612 - Word Processor II
13.44
01613 - Word Processor III
15.03
05000 - Automotive Service Occupations
05005 - Automobile Body Repairer, Fiberglass
17.91
05010 - Automotive Electrician
17.11
05040 - Automotive Glass Installer
16.28
05070 - Automotive Worker
16.28
05110 - Mobile Equipment Servicer
14.59
05130 - Motor Equipment Metal Mechanic
17.91
05160 - Motor Equipment Metal Worker
16.28
05190 - Motor Vehicle Mechanic
17.91
05220 - Motor Vehicle Mechanic Helper
13.73
05250 - Motor Vehicle Upholstery Worker
15.45
05280 - Motor Vehicle Wrecker
16.28
05310 - Painter, Automotive
17.11
05340 - Radiator Repair Specialist
16.28
05370 - Tire Repairer
12.86
05400 - Transmission Repair Specialist
17.19
07000 - Food Preparation And Service Occupations
07010 - Baker
13.37
07041 - Cook I
10.90
07042 - Cook II
12.15
07070 - Dishwasher
8.49
07130 - Food Service Worker
8.48
07210 - Meat Cutter
13.12
07260 - Waiter/Waitress
8.97
09000 - Furniture Maintenance And Repair Occupations
09010 - Electrostatic Spray Painter
17.17
09040 - Furniture Handler
11.82
09080 - Furniture Refinisher
17.17
09090 - Furniture Refinisher Helper
13.82
09110 - Furniture Repairer, Minor
15.50
09130 - Upholsterer
17.17
11000 - General Services And Support Occupations
11030 - Cleaner, Vehicles
8.73
11060 - Elevator Operator
9.93
11090 - Gardener
12.49
11122 - Housekeeping Aide
9.38
11150 - Janitor
9.95
11210 - Laborer, Grounds Maintenance
9.93
11240 - Maid or Houseman
7.90
11260 - Pruner
9.42
11270 - Tractor Operator
11.68
11330 - Trail Maintenance Worker
9.93
11360 - Window Cleaner
10.70
12000 - Health Occupations
12010 - Ambulance Driver
13.86
12011 - Breath Alcohol Technician
15.41
12012 - Certified Occupational Therapist Assistant
21.53
12015 - Certified Physical Therapist Assistant
22.48
12020 - Dental Assistant
14.05
12025 - Dental Hygienist
25.70
12030 - EKG Technician
20.58
12035 - Electroneurodiagnostic Technologist
20.58
12040 - Emergency Medical Technician
13.68
12071 - Licensed Practical Nurse I
14.93
12072 - Licensed Practical Nurse II
16.69
12073 - Licensed Practical Nurse III
18.61
12100 - Medical Assistant
11.37
12130 - Medical Laboratory Technician
16.90
12160 - Medical Record Clerk
12.26
12190 - Medical Record Technician
13.71
12195 - Medical Transcriptionist
13.40
12210 - Nuclear Medicine Technologist
27.88
12221 - Nursing Assistant I
10.15
12222 - Nursing Assistant II
11.41
12223 - Nursing Assistant III
12.45
12224 - Nursing Assistant IV
13.98
12235 - Optical Dispenser
16.90
12236 - Optical Technician
13.99
12250 - Pharmacy Technician
14.75
12280 - Phlebotomist
13.98
12305 - Radiologic Technologist
21.61
12311 - Registered Nurse I
21.17
12312 - Registered Nurse II
25.89
12313 - Registered Nurse II, Specialist
25.89
12314 - Registered Nurse III
31.32
12315 - Registered Nurse III, Anesthetist
31.32
12316 - Registered Nurse IV
37.54
12317 - Scheduler (Drug and Alcohol Testing)
19.08
13000 - Information And Arts Occupations
13011 - Exhibits Specialist I
16.88
13012 - Exhibits Specialist II
20.92
13013 - Exhibits Specialist III
25.91
13041 - Illustrator I
16.88
13042 - Illustrator II
20.92
13043 - Illustrator III
25.91
13047 - Librarian
23.16
13050 - Library Aide/Clerk
9.39
13054 - Library Information Technology Systems
20.92
Administrator
13058 - Library Technician
13.35
13061 - Media Specialist I
15.09
13062 - Media Specialist II
16.88
13063 - Media Specialist III
18.83
13071 - Photographer I
13.29
13072 - Photographer II
14.87
13073 - Photographer III
18.42
13074 - Photographer IV
21.08
13075 - Photographer V
22.87
13110 - Video Teleconference Technician
15.09
14000 - Information Technology Occupations
14041 - Computer Operator I
14.13
14042 - Computer Operator II
16.01
14043 - Computer Operator III
17.85
14044 - Computer Operator IV
19.84
14045 - Computer Operator V
21.98
14071 - Computer Programmer I (see 1)
20.94
14072 - Computer Programmer II (see 1)
25.96
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
14.13
14160 - Personal Computer Support Technician
21.98
15000 - Instructional Occupations
15010 - Aircrew Training Devices Instructor (Non-Rated)
29.95
15020 - Aircrew Training Devices Instructor (Rated)
36.23
15030 - Air Crew Training Devices Instructor (Pilot)
39.68
15050 - Computer Based Training Specialist / Instructor
27.36
15060 - Educational Technologist
27.18
15070 - Flight Instructor (Pilot)
39.68
15080 - Graphic Artist
19.39
15090 - Technical Instructor
18.54
15095 - Technical Instructor/Course Developer
22.68
15110 - Test Proctor
14.96
15120 - Tutor
14.96
16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 - Assembler
8.96
16030 - Counter Attendant
8.96
16040 - Dry Cleaner
11.16
16070 - Finisher, Flatwork, Machine
8.96
16090 - Presser, Hand
8.96
16110 - Presser, Machine, Drycleaning
8.96
16130 - Presser, Machine, Shirts
8.96
16160 - Presser, Machine, Wearing Apparel, Laundry
8.96
16190 - Sewing Machine Operator
11.86
16220 - Tailor
12.51
16250 - Washer, Machine
9.76
19000 - Machine Tool Operation And Repair Occupations
19010 - Machine-Tool Operator (Tool Room)
18.35
19040 - Tool And Die Maker
22.22
21000 - Materials Handling And Packing Occupations
21020 - Forklift Operator
13.85
21030 - Material Coordinator
19.18
21040 - Material Expediter
19.18
21050 - Material Handling Laborer
12.75
21071 - Order Filler
11.70
21080 - Production Line Worker (Food Processing)
13.85
21110 - Shipping Packer
14.07
21130 - Shipping/Receiving Clerk
14.07
21140 - Store Worker I
12.19
21150 - Stock Clerk
16.22
21210 - Tools And Parts Attendant
13.85
21410 - Warehouse Specialist
13.85
23000 - Mechanics And Maintenance And Repair Occupations
23010 - Aerospace Structural Welder
22.08
23021 - Aircraft Mechanic I
21.05
23022 - Aircraft Mechanic II
22.08
23023 - Aircraft Mechanic III
23.09
23040 - Aircraft Mechanic Helper
15.70
23050 - Aircraft, Painter
19.48
23060 - Aircraft Servicer
17.86
23080 - Aircraft Worker
18.98
23110 - Appliance Mechanic
17.18
23120 - Bicycle Repairer
12.87
23125 - Cable Splicer
22.66
23130 - Carpenter, Maintenance
15.78
23140 - Carpet Layer
16.86
23160 - Electrician, Maintenance
19.65
23181 - Electronics Technician Maintenance I
21.98
23182 - Electronics Technician Maintenance II
23.23
23183 - Electronics Technician Maintenance III
26.91
23260 - Fabric Worker
15.85
23290 - Fire Alarm System Mechanic
18.23
23310 - Fire Extinguisher Repairer
14.90
23311 - Fuel Distribution System Mechanic
20.41
23312 - Fuel Distribution System Operator
19.33
23370 - General Maintenance Worker
15.76
23380 - Ground Support Equipment Mechanic
21.05
23381 - Ground Support Equipment Servicer
17.86
23382 - Ground Support Equipment Worker
18.53
23391 - Gunsmith I
14.90
23392 - Gunsmith II
16.86
23393 - Gunsmith III
18.78
23410 - Heating, Ventilation And Air-Conditioning
17.97
Mechanic
23411 - Heating, Ventilation And Air Contditioning
18.88
Mechanic (Research Facility)
23430 - Heavy Equipment Mechanic
18.04
23440 - Heavy Equipment Operator
18.62
23460 - Instrument Mechanic
22.75
23465 - Laboratory/Shelter Mechanic
17.81
23470 - Laborer
11.20
23510 - Locksmith
17.80
23530 - Machinery Maintenance Mechanic
21.46
23550 - Machinist, Maintenance
17.80
23580 - Maintenance Trades Helper
13.82
23591 - Metrology Technician I
22.75
23592 - Metrology Technician II
23.79
23593 - Metrology Technician III
24.89
23640 - Millwright
23.03
23710 - Office Appliance Repairer
17.33
23760 - Painter, Maintenance
15.61
23790 - Pipefitter, Maintenance
21.57
23810 - Plumber, Maintenance
21.51
23820 - Pneudraulic Systems Mechanic
18.80
23850 - Rigger
18.78
23870 - Scale Mechanic
16.86
23890 - Sheet-Metal Worker, Maintenance
19.63
23910 - Small Engine Mechanic
14.85
23931 - Telecommunications Mechanic I
23.85
23932 - Telecommunications Mechanic II
25.02
23950 - Telephone Lineman
23.22
23960 - Welder, Combination, Maintenance
17.97
23965 - Well Driller
18.78
23970 - Woodcraft Worker
18.78
23980 - Woodworker
13.32
24000 - Personal Needs Occupations
24570 - Child Care Attendant
8.22
24580 - Child Care Center Clerk
12.43
24610 - Chore Aide
9.83
24620 - Family Readiness And Support Services
12.20
Coordinator
24630 - Homemaker
13.11
25000 - Plant And System Operations Occupations
25010 - Boiler Tender
19.84
25040 - Sewage Plant Operator
17.69
25070 - Stationary Engineer
20.67
25190 - Ventilation Equipment Tender
15.33
25210 - Water Treatment Plant Operator
17.69
27000 - Protective Service Occupations
27004 - Alarm Monitor
14.21
27007 - Baggage Inspector
11.06
27008 - Corrections Officer
15.64
27010 - Court Security Officer
16.68
27030 - Detection Dog Handler
13.60
27040 - Detention Officer
15.64
27070 - Firefighter
18.17
27101 - Guard I
11.06
27102 - Guard II
13.60
27131 - Police Officer I
18.21
27132 - Police Officer II
20.24
28000 - Recreation Occupations
28041 - Carnival Equipment Operator
13.33
28042 - Carnival Equipment Repairer
14.17
28043 - Carnival Equpment Worker
9.87
28210 - Gate Attendant/Gate Tender
12.36
28310 - Lifeguard
11.74
28350 - Park Attendant (Aide)
14.24
28510 - Recreation Aide/Health Facility Attendant
10.09
28515 - Recreation Specialist
12.54
28630 - Sports Official
11.34
28690 - Swimming Pool Operator
16.81
29000 - Stevedoring/Longshoremen Occupational Services
29010 - Blocker And Bracer
18.57
29020 - Hatch Tender
18.57
29030 - Line Handler
18.57
29041 - Stevedore I
18.05
29042 - Stevedore II
19.63
30000 - Technical Occupations
30010 - Air Traffic Control Specialist, Center (HFO) (see 2)
35.77
30011 - Air Traffic Control Specialist, Station (HFO) (see 2)
24.66
30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2)
27.10
30021 - Archeological Technician I
17.66
30022 - Archeological Technician II
19.75
30023 - Archeological Technician III
24.48
30030 - Cartographic Technician
24.48
30040 - Civil Engineering Technician
24.86
30061 - Drafter/CAD Operator I
17.66
30062 - Drafter/CAD Operator II
19.75
30063 - Drafter/CAD Operator III
22.03
30064 - Drafter/CAD Operator IV
27.10
30081 - Engineering Technician I
15.52
30082 - Engineering Technician II
17.41
30083 - Engineering Technician III
19.48
30084 - Engineering Technician IV
24.14
30085 - Engineering Technician V
29.66
30086 - Engineering Technician VI
35.90
30090 - Environmental Technician
23.02
30210 - Laboratory Technician
21.43
30240 - Mathematical Technician
24.48
30361 - Paralegal/Legal Assistant I
15.98
30362 - Paralegal/Legal Assistant II
18.90
30363 - Paralegal/Legal Assistant III
23.12
30364 - Paralegal/Legal Assistant IV
27.95
30390 - Photo-Optics Technician
24.48
30461 - Technical Writer I
24.48
30462 - Technical Writer II
29.45
30463 - Technical Writer III
32.79
30491 - Unexploded Ordnance (UXO) Technician I
22.74
30492 - Unexploded Ordnance (UXO) Technician II
27.51
30493 - Unexploded Ordnance (UXO) Technician III
32.97
30494 - Unexploded (UXO) Safety Escort
22.74
30495 - Unexploded (UXO) Sweep Personnel
22.74
30620 - Weather Observer, Combined Upper Air Or (see 2)
22.03
Surface Programs
30621 - Weather Observer, Senior (see 2)
24.48
31000 - Transportation/Mobile Equipment Operation Occupations
31020 - Bus Aide
10.51
31030 - Bus Driver
14.07
31043 - Driver Courier
12.36
31260 - Parking and Lot Attendant
10.06
31290 - Shuttle Bus Driver
13.21
31310 - Taxi Driver
10.59
31361 - Truckdriver, Light
13.21
31362 - Truckdriver, Medium
14.07
31363 - Truckdriver, Heavy
15.07
31364 - Truckdriver, Tractor-Trailer
15.07
99000 - Miscellaneous Occupations
99030 - Cashier
7.88
99050 - Desk Clerk
8.22
99095 - Embalmer
22.29
99251 - Laboratory Animal Caretaker I
9.65
99252 - Laboratory Animal Caretaker II
10.31
99310 - Mortician
22.29
99410 - Pest Controller
13.39
99510 - Photofinishing Worker
12.74
99710 - Recycling Laborer
14.53
99711 - Recycling Specialist
17.02
99730 - Refuse Collector
13.30
99810 - Sales Clerk
10.75
99820 - School Crossing Guard
13.56
99830 - Survey Party Chief
18.67
99831 - Surveying Aide
11.09
99832 - Surveying Technician
16.97
99840 - Vending Machine Attendant
10.81
99841 - Vending Machine Repairer
12.82
99842 - Vending Machine Repairer Helper
10.81
_____________________________________________________________________________
_______
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor; 3 weeks after 8 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
4174)
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 ordinance, explosives, and incendiary materials. This
includes work such as screening, blending, dying, mixing, and pressing of
sensitive
ordance, 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 regrading 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
ordance, (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 ordance,
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
ordance, explosives, and incendiary material differential pay.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this
contract
(either by the terms of the Government contract, by the employer, by the
state or
local law, etc.), the cost of furnishing such uniforms and maintaining (by
laundering or dry cleaning) such uniforms is an expense that may not be borne
by an
employee where such cost reduces the hourly rate below that required by the
wage
determination. The Department of Labor will accept payment in accordance with
the
following standards as compliance:
The contractor or subcontractor is required to furnish all employees with an
adequate number of uniforms without cost or to reimburse employees for the
actual
cost of the uniforms. In addition, where uniform cleaning and maintenance is
made
the responsibility of the employee, all contractors and subcontractors
subject to
this wage determination shall (in the absence of a bona fide collective
bargaining
agreement providing for a different amount, or the furnishing of contrary
affirmative proof as to the actual cost), reimburse all employees for such
cleaning
and maintenance at a rate of $3.35 per week (or $.67 cents per day).
However, in
those instances where the uniforms furnished are made of "wash and wear"
materials, may be routinely washed and dried with other personal garments,
and do
not require any special treatment such as dry cleaning, daily washing, or
commercial
laundering in order to meet the cleanliness or appearance standards set by
the terms
of the Government contract, by the contractor, by law, or by the nature of
the work,
there is no requirement that employees be reimbursed for uniform maintenance
costs.
The duties of employees under job titles listed are those described in the
"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,
unless otherwise indicated. Copies of the Directory are available on the
Internet. A
links to the Directory may be found on the WHD home page at http://www.dol.
gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at
http://wdol.gov/.
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.
Such
conformed classes of employees shall be paid the monetary wages and furnished
the
fringe benefits as are determined. Such conforming process shall be
initiated by
the contractor prior to the performance of contract work by such unlisted
class(es)
of employees. The conformed classification, wage rate, and/or fringe
benefits shall
be retroactive to the commencement date of the contract. {See Section 4.6
(C)(vi)}
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
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 Wage
and Hour Division, Employment Standards Administration, U.S. Department of
Labor,
for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).
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 decision to the
contractor.
6) The contractor informs the affected employees.
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" (the Directory) should be used to compare job definitions to
insure
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.


Wanda F. Jobe, Contract Specialist, Phone 2704122302, Email wanda.f.jobe.civ@mail.mil - Kevin J Day, Contracting Officer, Phone 2707987854, Email kevin.j.day.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP