Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2010 FBO #3164
SOLICITATION NOTICE

70 -- Software Maint, Upgrade 14 Servers, Solaris 8 Op System

Notice Date
7/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAR-10-NR-0262
 
Archive Date
8/14/2010
 
Point of Contact
Jon McIver, Phone: 480-584-9433, Linda Ferro, Phone: 314 801 0957
 
E-Mail Address
jon.mciver@nara.gov, linda.ferro@nara.gov
(jon.mciver@nara.gov, linda.ferro@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with 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 Request for Quotation number is NAR-10-NR-0262. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 effective July 8, 2010. This acquisition is set aside for small business only. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. The period of performance is: From Date of award for 12 months of service. This will be a firm-fixed price contract. The purpose of this contract is to obtain a firm fixed price contract to procure software maintenance to enable the on-going regular installation of software patches on the NARA Sun servers identified in detail below for 14 servers. All of these servers are executing the Solaris 8 Operating System, for which Sun’s standard support terminated as of 3/31/2009. The business address for the National Archives is located at the National Archives and Records Administration Archives II Facility 8601 Adelphi Road, Suite 430 (Room 4330) College Park, Maryland 20740-6001. The award will be made to the Lowest Price Technically Acceptable Small Business Source in accordance with FAR Subpart 13.106-2(b)((i). Product under NAICS codes: 423430 or 541519 or other appropriate codes. Due Date for Submissions: Offerors are requested to submit quotes by 4PM EDT July 30, 2010. Failure to do so may result in a rejection of the quotation as untimely. Submit to kevin.schumacher@nara.gov and linda.ferro@ nara.gov. 1.0Pricing Table 1. Vendor ___________________________________________________________ Contact _________________________________ Phone_______________________________ Date__________________________ Vendor POC email address____________________________________________ ITEM #1, Description, “Solaris 8 Vintage Patch Service (Software Maintenance) IAW with line items shown below”. Brand Name or Equal. Server NameSerial #System#CPUs Unit PriceTotal Cost CMRSLDAP-HM33217550 SunFire V210 1_________________ CMRSLDAP-HM33156905 SunFire V210 2_________________ CMRSINFO-HM33156685SunFire V210 2 _________________ CMRSANDEV-HM33156851 SunFire V210 2_________________ CMRSWAREDB-323V0192 SunFire V480 4 _________________ CMRSDEVDB-135C0905SunFire 280R 1_________________ CMRSPRODDB-138H2AC8SunFire 4800 8_________________ MILRECS02-FM33820087 SunFire V210 2_________________ MILRECS03-FM33750274SunFire V210 2 _________________ CMRSWEB01-FM33750371 SunFire V210 2 _________________ CMRSWEB02-FM33750514 SunFire V210 2 _________________ CMRSTST7-HN33633650 SunFire v240 2 _________________ CMRSPRD01-336AD1F76SunFire V440 4 _________________ CMRSPRD02-337AD1326SunFire V440 4 _________________ TOTAL QUOTED PRICE _________ Shipping: Vendor shall quote estimated price for shipping as part of quote. FOB destination. Origin of Manufacture: Supplies furnished under this request for quotation are of domestic origin unless otherwise indicated by the quoter. Origin:____________________________________________________________ Contract Specialist: Technical Representative: Kevin Schumacher Linda Ferro/Brian Smith Phone 314 801 0598 Phone 314 801 0957/314-801-9169 FAX 314 801 0605linda.ferro@ nara.gov kevin.schumacher@nara.gov Administrative Address: Equipment Location National Archives and Records AdministrationNational Archives and Records Administration 9700 Page Avenue8601 Adelphi Road St Louis MO 63132College Park, MD 20740 Clause - FAR 52.211-6 -- Brand Name or Equal (Aug 1999) (a) 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. (b) 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— (i) Brand name, if any; and (ii) 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. (c) 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. (d) 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. Salient Features – Brand Name or Equal (Solaris 8 Vintage Patch Service). The following information is required in order to consider your quote/proposal. Vendors proposing alternate solutions shall ensure the solution meets the salient features below. Failure to complete the information below will result in rejection of the quote as non responsive. Brand name or equal: Solaris 8 Vintage Patch Service Vendor complete showing how offering fills requirement CompatibleServers listed above. UpdatesFrequency and scope equivalent service to Vintage Patch. PERFORMANCE WORK STATEMENT INFORMATION TECHNOLOGY (IT) SOFTWARE MAINTENANCE 1.0The National Archives and Records Administration requires software maintenance to enable the on-going regular installation of software patches on the NARA Sun servers, identified above. All of these servers are executing the Solaris 8 Operating System, for which Sun’s standard support terminated as of 3/31/2009. Vintage Patch service and software for 14 servers listed above.. Software will allow NARA contractor system administration staff to regularly install patches and updates to the servers’ operating system. This maintenance shall include a year subscription to the software maintenance service, which in addition to the software updates generally includes information on operating system vulnerabilities and problems, along with technical assistance - typically telephonic, via email and through websites, to troubleshoot problems and issues associated with the installation and operation of these patches. The objective of these activities is to reduce system vulnerabilities and downtime by keeping the servers’ operating system secure and performing optimally, The servers are physically located at the National Archives and Records Administration Archives II facility in College Park, Maryland. The period of the Solaris 8 Vintage Patch Service will be from contract award for 12 months. The award is expected on or before September 1, 2010. 2.0Contractor selection to perform this task order will be based on low price technically acceptable. The government reserves the right to make award without discussion or clarification, without entering into negotiations, and without requesting best and final offers. A.Technical Understanding and Approach. An assessment will be made of technical understanding of and overall approach to this project as it relates to the Performance Work Statement (PWS). NARA will assess and determine the soundness of the Offeror’s relevant capability, capacity and competence to perform the requirements; the Offeror’s understanding of and approach to the requirements; whether the Offeror proposes adequate techniques / approaches to provide effective and efficient services. B.Relevant Past Performance. The vendor will be evaluated to assess the demonstrated quality of performance on previous relevant contracts. The Government reserves the right to fully investigate all relevant past performance information. Vendor shall provide 3 references and POCs. C.Selection of the firm to perform this task order will be based on NARA’s assessment of lowest price technically acceptable to the Government. 8.0 QUOTATION SUBMISSION INSTRUCTIONS The National Archives and Records Administration (NARA) requires Offerors to provide a written quotation. Please use the format in Paragraph 1 for your submission of quote. Price Quotation. The quotations will be evaluated in accordance with the procedures outlined in FAR Subpart 13.106-2(b)((i) lowest price small business offeror that submits the lowest price technically acceptable offer. Limit your technical description to no more than 5 pages. A.The Offeror must provide the following information on the first page of the pricing quotation: (1) RFQ Number; (2) Name and address of Offeror; (3) Name and telephone number of point of contact; (4) Name of contract administration office (if available); (5) Proposed prices per the Schedule of Prices - best prices offered to the government (6) Business Size Description and CCR, DUNS number. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (June 2008); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the offeror that submits the lowest price technically acceptable small business brand name or equal offer; each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009), with the quotation. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JUNE 2010). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (Jun 2003), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act-Supplies, 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration, and 52.233-2 Service of Protest (Sep 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Jon McIver. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. Solicitation must include FAR 52.212-3 Representations and Certifications detailing all company required information. Clauses: These clauses will be incorporated into the final order. Clause - Security of systems handling and protection of personally identifiable information (January 2010) (a) Applicability This clause applies to all personally identifiable information, as defined in Section B, regardless of the medium in which it is found and includes paper records. (b) Definitions. As used in this clause: “Breach” means the loss of control, compromise, unauthorized disclosure, unauthorized acquisition, unauthorized access, or any similar situation where persons other than authorized users, and for other than authorized purpose, have access or potential access to personally identifiable information, in usable form whether physical or electronic. “Personally identifiable information (PII)” means any information that permits the identity of an individual to be directly or indirectly inferred, including any other information that is linked or linkable to that individual regardless of whether the individual is a citizen of the United States, legal permanent resident, or a visitor to the United States. Examples of PII include the following: (1)Name. (2)Date of birth. (3)Mailing address. (4)Telephone number. (5)Social Security Number. (6)Email address. (7)Zip code. (8)Account numbers. (9)Certificate/license numbers. (10)Vehicle identifiers including license plates. (11)Uniform resource locators (URLs). (12)Internet protocol addresses. (13)Biometric identifiers (e.g., fingerprints). (14)Photographic facial images. (15)Any other unique identifying number or characteristic. (16)Any information where it is reasonably foreseeable that the information will be linked with other information to identify the individual. “Sensitive personally identifiable information (sensitive PII)” means a subset of PII, which if lost, compromised or disclosed without authorization, could result in substantial harm, embarrassment, inconvenience, or unfairness to an individual. (1) Complete social security numbers, alien registration numbers (A-number) and biometric identifiers (such as fingerprint, voiceprint, or iris scan) are considered sensitive PII even if they are not coupled with additional PII. (2) Additional examples include any grouping of information that contains an individual’s name or other unique identifier plus one or more of the following elements: (i) Driver’s license number, passport number, or truncated social security number (such as last 4 digits); (ii) Date of birth (month, day, and year); (iii) Citizenship or immigration status; (iv) Financial information such as account numbers or electronic funds transfer information; (v) Medical information; and/or (vi) System authentication information such as mother’s maiden name, account passwords or personal identification numbers. (3) Other PII may be “sensitive” depending on its context, such as a list of employees with less than satisfactory performance ratings or an unlisted home address or phone number. In contrast, a business card or public telephone directory of agency employees contains PII but it is not sensitive. (c) Data Security. (1) The Contractor shall limit access to the data covered by this clause to those employees and subcontractors who require the information in order to perform their official duties under this contract. (2) The Contractor, Contractor employees, and subcontractors must physically or electronically secure sensitive PII when not in use and/or under the control of an authorized individual, and when in transit to prevent unauthorized access or loss. (3) When sensitive PII is no longer needed or required to be retained under applicable Government records retention policies, it must be destroyed, as specified in the contract, or if not specified in the contract, through means that will make the sensitive PII irretrievable. (4) The Contractor shall only use sensitive PII obtained under this contract for purposes of the contract; it shall not be disclosed, released, disseminated, or published without the prior written consent of the Contracting Officer. (5) If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (6) At expiration or termination of this contract, the Contractor shall turn over all sensitive PII obtained under the contract that is in its possession. (d) Systems Access. Work to be performed under this contract may require the handling of PII. The Contractor shall provide the Government access to, and information regarding those systems handling sensitive PII for the Government under the contract, when requested by the Government, as part of the Contractor’s responsibility to ensure compliance with security requirements, and shall otherwise cooperate with the Government in assuring compliance with such requirements. Government access shall include independent testing of controls, system penetration testing by the Government, Federal Information Security Management Act data reviews, and access by agency Inspectors General (IG) for IG reviews. (e) Systems Security. (1) In performing its duties related to management, operation, and/or access of systems containing PII under this contract, the Contractor, its employees and subcontractors shall comply with all applicable security requirements and rules of conduct applicable to the agency’s systems as described in: a) NARA Directive 1608; b) NARA Notice 2010-045; c) NARA Penalty Guide (Personnel 300, Appendix 752A - Penalty Guide); and d) NARA’s Media Protection Methodology (2) In addition, the use of contractor-owned laptops or other portable storage devices to process or store sensitive PII is prohibited under this contract until the Contractor provides, and the Contracting Officer, in coordination with the Senior Agency Official for Privacy or the SAOP’s designee, approves the Contractor’s written acknowledgment that the following requirements are met: (i) Laptops and other portable storage devices must employ encryption that is NIST Federal Information Processing Standard (FIPS) 140-2 validated (or its successor), and approved; (ii) The Contractor has developed and implemented a process to ensure that security and other applications software are kept current; (iii) Mobile computing devices utilize anti-virus software and a host-based firewall mechanism; (iv) Removable media, such as hard drives, flash drives, devices with flash memory, CDs and floppy disks containing sensitive PII shall not be removed from a Government facility unless they are encrypted using a NIST FIPS 140-2 or successor approved product; (v) When no longer needed, all removable media, hard drives, and flash memory shall be destroyed in accordance with Government security requirements identified in NARA’s Media Protection Methodology; (vi) The Contractor shall maintain an accurate inventory of devices used in the performance of this contract; (vii) Contractor employee annual training and rules of conduct/behavior shall be developed by NARA as part of its annual PII training program. This training will be completed within 30 days of contract employees beginning work on a sensitive PII project and thereafter annually. Such completion will be acknowledged by employees in writing and reported to NARA’s Senior Agency Official for Privacy or the SAOP’s designee (viii) All sensitive PII obtained under this contract shall be removed from contractor-owned information technology assets upon termination or expiration of Contractor work. Removal must be accomplished in accordance with NARA’s Media Protection Methodology, which the Contracting Officer will provide at the outset of work and later upon request. Certification of data removal will be performed by the Contractor’s Project Manager and written notification confirming acknowledgment will be delivered to the Contracting Officer within 30 days of termination/expiration of Contractor work. (ix) Back up of any systems or files containing PII shall be treated in the same manner as the original data containing PII, with the same protections and obligations. (3) The Contractor shall require FIPS 140-2 (or successor) encryption of any sensitive PII when transmitted electronically across the Internet or other public works. (f) Breach Notification to Government. (1) The Contractor has been provided with: NARA Directive 1608, and is aware of its roles, responsibilities, and relationship with the Government in case of data breach. (2) In the event of any actual or suspected breach of sensitive PII, the Contractor shall immediately, and in no event later than one hour of discovery, report the breach to the Contracting Officer, the Contracting Officer’s Technical Representative (COTR), the Senior Agency Official for Privacy and the Chief Information Officer in accordance with NARA Directive 1608, (3) The Contractor is responsible for positively verifying that notification is received and acknowledged by appropriate Government parties identified in subparagraph (2) above. (g) Flowdown of security requirements to subcontractors. (1) The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph (g), in all subcontracts under this contract, and require written subcontractor acknowledgement of same. (2) Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. (End of clause) Clause - Destroy Hardware. The objective of this service contract is to replace malfunctioning equipment and to ensure that the systems are operational as soon as possible. Government personnel will place service calls to the service provider, based on established ordering procedures, and coordinate technical issues and parts returned. The contractor shall furnish replacement parts covered under the network service and deliver service identified on equipment list. NARA will destroy hardware that possibly contains Personally Identifiable Information (PII) data and will not return hardware that possibly contains PII as part of the hardware return or replacement process. Clause - Data Protection Service: Keep Hard Disk. NARA is requiring the data protection service for keeping the hard-drive of existing equipment and any new equipment under maintenance to ensure the protection of any PII that may be contained on the hard drive. See Office of Management and Budget Memorandum, “M-07-16, Safeguarding Against and Responding to the Breach of Personally Identifiable Information, dated May 22, 2007”. NARA will not return hardware that possibly contains PII data, and will handle the destruction of this hardware internally. Clause – PII Protection. To comply with PII directives, no storage media (disk drives, tapes, etc) requiring maintenance or replacement in conjunction with this contract may be removed from the National Archives & Records Administration facility, unless an appropriate organization official explicitly authorizes an exception. Clause – ORCA Registration or Clause 52.212-5. If not awarded under GSA Schedule, quotes must include ORCA registration or a completed copy of 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Dec 2009) NARA 8.3 STANDARDS OF CONDUCT DEC 2005 (a) The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the task order work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. (b) The Contractor will be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. (c) Where applicable, the requirements of this clause must be expressly incorporated into subcontract(s) and must be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this task order. (d) The Government retains the right to remove permanently any employee of the Contractor from performing duties assigned under this task order at the Federal building should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the Federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all-inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site: (1)Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; (2)Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; (3)Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which interfere with the normal and efficient operations of the Government; (4)Theft, vandalism, immoral conduct, or any other criminal actions; (5)Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; (6)Improper use of official authority or credentials, as a supervisor or employee of the Contractor; (7)Violation of Agency and Contractor security procedures and regulations; and (8)Violation of the rules and regulations governing federal public buildings and grounds set forth in 41 CFR Subpart 102-74 Conduct on Federal Property. (e) Following a recommendation from an agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Contractor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Contractor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Contractor in writing. In the event of a dispute, the Contracting Officer will make a final determination. (f) Upon a determination of the Government that an employee of the Contractor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building must be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee must be immediately surrendered, returned, or delivered to the security officer of the federal building. g. During the course of this contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with confidential documents and confidential information about documents and proposed Federal Agency actions. The Contractor, including Contractor’s personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (End of Clause) NARA 8.4PERMITS AND LICENSES SEP 1998 In performance of work under this contract, the Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. (End of Clause) NARA 8.8 SIGN IN / SIGN OUT LOGSEP 1998 All contract employees, including subcontract employees, must sign in and out at the beginning and end of their shifts or, if a temporary vendor employee, when reporting in and leaving for a service call, on a log established at the Archives facility(ies) for contract administration purposes. The NARA Form 6026 Record of Time of Arrival and Departure from Building shall be used for this purpose unless the COR prefers to use NA Form 3032B, a Daily Time and Attendance Record. The contract employee must sign in when reporting to the building for additional services, overtime, or emergency call-back service and sign out when leaving. The NA Form 6026 shall be marked to indicate whether the purpose of the contract employee visit was for overtime, emergency call back, additional services, or regular duty. Contract supervisors must indicate their position titles next to their signatures. The log shall be the property of the Government. (End of Clause) NARA 8.9 INSURANCE REQUIREMENTS SEP 1998 a. In accordance with the clause of this contract entitled “INSURANCE--WORK ON A GOVERNMENT INSTALLATION” (FAR 52.228-5), the Contractor shall acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum amounts set forth below. TYPES OF INSURANCEMINIMUM AMOUNT Workmen's Compensation and all$100,000, except as provided occupational disease for in FAR 28.307(a) Employee's Liability Insurance and all$100,000 per accident occupational disease when not covered by Workmen's Compensation above General Liability Insurance (Comprehensive) Bodily Injury per occurrence$500,000 Property Damage per occurrence$100,000 Vehicle Liability Insurance (Comprehensive) Bodily Injury per person$200,000 Bodily Injury per accident$500,000 Property Damage per accident$100,000 b. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Clause) NARA 8.10 OVERTIME SEP 1998 All overtime cost is included in the contract price. The Contractor is obligated, at no additional compensation, to meet all requirements of this contract. The Contractor shall pay overtime premiums to all employees as required by the terms and conditions of this contract, and all applicable State and Federal laws at no increase in the contract fixed price and no additional expense to the Government. (End of Clause) NARA 8.11 COOPERATION WITH OTHER ON-SITE CONTRACTORS SEP 1998 a. When the Government undertakes or awards other contracts for additional work at the facilities, the Contractor shall: (1) fully cooperate with the other Contractors and Government employees and (2) carefully fit its own work to such other additional contracted work as may be directed by the Contracting Officer’s Representative (COR). The Contractor shall not commit or permit any act which will interfere with the performance of work awarded to another Contractor or with the performance of other Government employees. b. In any case where, in the course of fulfilling the contract requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor shall restore such disturbed work to a condition satisfactory to the COR and guarantee such restored work to the same extent as it was guaranteed under the other contract. (End of Clause) Organizational Conflict of Interest (OCI) 13.1The primary purpose of this clause is to aid in ensuring that: 13.1.1The Contractor's objectivity and judgement are not biased because of its present, or currently planned interests, (financial, contractual, organizational, or otherwise) which relate to work under this task order; 13.1.2The Contractor does not obtain an unfair competitive advantage by virtue of its access to non-public information regarding the Government's program plans and actual or anticipated resources; and 13.1.3 The Contractor does not obtain any unfair competitive advantage by virtue of its access to proprietary information belonging to others. 13.2 The Contractor will be ineligible to participate in any capacity in contracts, subcontracts, or proposals thereof (solicited or unsolicited) which stem directly from the Contractor's performance of work under this task order unless the Contractor is the sole source. 13.3 If the Contractor, in the performance of this task order, obtains access to information such as plans, policies, reports, studies, financial plans, or data which has not been released or otherwise made available to the public, the Contractor agrees that without prior written approval of the Contracting Officer, it will not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, (b) compete for work based on such information for a period of one year after the completion of this task order, or until such information is released or otherwise made available to the public, whichever occurs first, (c) submit an unsolicited proposal to the Government which is based on such information until one (1) year after such information is released or otherwise made available to the public, or (d) release such information unless such information has previously been released or otherwise made available to the public by the Government. 13.4 The Contractor must include this or substantially the same clause, including this paragraph, in consulting agreements and subcontracts of all tiers. The terms "Task Order," "Contractor," and "Contracting Officer" will be appropriately modified to preserve the Government's rights. 13.5 The Contractor represents that it has disclosed to the Contracting Officer, prior to award, all facts relevant to the existence or potential existence of organizational conflict of interest as that term is used in FAR Subpart 9.5. The Contractor represents that if it discovers an organizational conflict of interest or potential conflict of interest after award, a prompt and full disclosure must be made in writing to the Contracting Officer. This disclosure must include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate such conflicts. NARA CONTRACTOR PERSONAL IDENTITY VERIFICATION (PROCEDURES IDENTIFICATION/BUILDING PASS) Identification/Building Pass 1. Photo Identification Badges will be provided to those that meet the below Physical Access Suitability requirements. The Contractor shall make its personnel available for photo identification badges on a schedule to be determined by the Contracting Officer’s Representative (COR). The badges will be made by the Government utilizing supplies, materials and equipment provided by the Government. Each Contractor employee shall sign the appropriate badge at the time of photographing. (a) Contractor personnel designated to receive an ID/Building Pass will be subjected to NACI background investigation and must be approved in accordance with Homeland Security Presidential Directive-12 (HSPD-12) and OMB guidance M-05-24. (b)The Contractor is responsible for ensuring that each of its employees performing work under this contract display their photo-identification badges at all times they are present on-duty in the building. Refusal or repeated neglect to display the photo-identification may result in an unsuitable determination. (c)Upon termination, resignation or other event leading to a contract employee leaving duty under this contract, the Contractor is responsible for returning all Government identification, building passes, keys, and other Government property issued to that employee. Failure on the part of the Contractor may result in the Contractor's liability for all costs associated with correcting the resultant breech in building security. (d)The Contractor shall notify the COR when the employee badges are lost. It shall be the responsibility of the Contractor to pay for replacement badges at the current replacement cost per badge. (e)The requirements of this clause are applicable to and shall be flowed down to all subcontractors who will work at the Archives facility(ies). 2. Physical Access Suitability (a) The Government will have, and will exercise, full and complete control over granting, denying, withholding or terminating suitability determinations for all contract employees granted access to Government facilities. All employees assigned to positions requiring access to NARA facilities under this contract shall be subject to back¬ground investigations at the "National Agency Check with Inquiries" (NACI) level. Contractor personnel with access to NARA Desktop Common Productivity Tools shall also be required to comply with this requirement. The Government may, as it deems appropriate, authorize and grant temporary access to employees of the Contractor and its subcontractors. However, the granting of temporary access to any such employee will not be considered as assurance that full suitability determination will follow as a result or condition thereof. The granting of either temporary or full access will in no way prevent, preclude, or bar the withdrawal or termination of any such suitability determination by the Government as deemed necessary to protect facilities. (b)Unless otherwise specified, the Contractor must submit to the COR, as soon as possible, but not later than ten (10) working days before contract performance is required to begin, one (1) completed Form FD 258, Fingerprint Chart; one (1) background investigation form (SF 85, SF-85-P or SF-86, as applicable)((this may be through e-QIP system with prior coordination with the NARA Personnel Security Office); one (1) Form I-9, Employment Eligibility Verification; and one (1) Declaration for Federal Employment, Optional Form 306 (OF 306) for those officers of the firm who may visit the worksite during the period of this contract and for all employees who have access to the buildings in the performance of the contract work. These forms must be submitted for replacement employees (10) days before entrance on duty. The Government will be responsible for processing these forms and adjudicating the results of the investigations. If the Government receives an unsuitable report on any employee after processing these forms, the Contractor will be advised immediately that such employee cannot continue to work, or be assigned to work, under this contract. Contractors, who hire employees investigated and determined suitable during employment with preceding Contractors, are not required to submit another set of these forms, if the employee has been determined suitable within the past three (3) years, unless specifically requested to do so by the COR. ( c )During the course of this contract, regardless of where the work is being performed, in a NARA facility or another location authorized by the contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the provisions of the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with sensitive documents and sensitive information about documents and proposed Federal Agency actions. The Contractor, including Contractor’s personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (d)If Contractor Personnel have a completed NACI from another Federal Agency, verification of the completed NACI must be forwarded to the NARA Personnel Security Officer. This may require obtaining a copy of the completed investigation. If Contractor Personnel possess a National Security Clearance through another Federal Agency, the granting agency must provide verification of the Clearance to the NARA Personnel Security Officer. A National Security Clearance shall suffice in the event the personnel are performing work at NARA that only requires an investigation below that required for a National Security Clearance. (e)The requirements of this clause are applicable to, and must flow down, to all subcontractors who will work at NARA facility(ies). Quote Certification Statutory/Regulatory Compliance TRADE AGREEMENT ACT COUNTRY OF PRODUCTION: __________________ ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? IPv6 COMPLIANT: YES____ or NO_____? SECTION 508 COMPLIANT: YES_____ or NO____? Vendor Certification: (By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.) PRINT NAME AND TITLE OF PERSON AUTHORIZED TO SIGN: _________________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: _________________________________________ The Wage Determination will be attached to the final order. WD 05-2103 (Rev.-10) was first posted on www.wdol.gov on 06/22/2010 ************************************************************************************ 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.: 2005-2103 Shirley F. Ebbesen Division of | Revision No.: 10 Director Wage Determinations| Date Of Revision: 06/15/2010 _______________________________________|_______________________________ States: District of Columbia, Maryland, Virginia Area: District of Columbia Statewide Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince George's, St Mary's Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier, King George, Loudoun, Prince William, Stafford ________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.08 01012 - Accounting Clerk II 16.92 01013 - Accounting Clerk III 22.30 01020 - Administrative Assistant 31.41 01040 - Court Reporter 21.84 01051 - Data Entry Operator I 14.38 01052 - Data Entry Operator II 15.69 01060 - Dispatcher, Motor Vehicle 17.87 01070 - Document Preparation Clerk 14.21 01090 - Duplicating Machine Operator 14.21 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.74 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 13.62 01191 - Order Clerk I 15.12 01192 - Order Clerk II 16.50 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 22.03 01280 - Receptionist 14.43 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 16.98 01410 - Supply Technician 28.55 01420 - Survey Worker 20.03 01531 - Travel Clerk I 13.29 01532 - Travel Clerk II 14.36 01533 - Travel Clerk III 15.49 01611 - Word Processor I 15.63 01612 - Word Processor II 17.67 01613 - Word Processor III 19.95 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 25.26 05010 - Automotive Electrician 23.51 05040 - Automotive Glass Installer 22.15 05070 - Automotive Worker 22.15 05110 - Mobile Equipment Servicer 19.04 05130 - Motor Equipment Metal Mechanic 24.78 05160 - Motor Equipment Metal Worker 22.15 05190 - Motor Vehicle Mechanic 24.78 05220 - Motor Vehicle Mechanic Helper 18.49 05250 - Motor Vehicle Upholstery Worker 21.63 05280 - Motor Vehicle Wrecker 22.15 05310 - Painter, Automotive 23.51 05340 - Radiator Repair Specialist 22.15 05370 - Tire Repairer 14.44 05400 - Transmission Repair Specialist 24.78 07000 - Food Preparation And Service Occupations 07010 - Baker 13.85 07041 - Cook I 12.55 07042 - Cook II 14.60 07070 - Dishwasher 10.11 07130 - Food Service Worker 10.66 07210 - Meat Cutter 18.08 07260 - Waiter/Waitress 9.70 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.86 09040 - Furniture Handler 14.06 09080 - Furniture Refinisher 20.23 09090 - Furniture Refinisher Helper 15.52 09110 - Furniture Repairer, Minor 17.94 09130 - Upholsterer 19.86 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.54 11060 - Elevator Operator 10.54 11090 - Gardener 17.52 11122 - Housekeeping Aide 11.83 11150 - Janitor 11.83 11210 - Laborer, Grounds Maintenance 13.07 11240 - Maid or Houseman 11.26 11260 - Pruner 11.58 11270 - Tractor Operator 16.04 11330 - Trail Maintenance Worker 13.07 11360 - Window Cleaner 12.85 12000 - Health Occupations 12010 - Ambulance Driver 20.41 12011 - Breath Alcohol Technician 20.27 12012 - Certified Occupational Therapist Assistant 23.11 12015 - Certified Physical Therapist Assistant 21.43 12020 - Dental Assistant 17.18 12025 - Dental Hygienist 44.75 12030 - EKG Technician 27.67 12035 - Electroneurodiagnostic Technologist 27.67 12040 - Emergency Medical Technician 20.41 12071 - Licensed Practical Nurse I 19.07 12072 - Licensed Practical Nurse II 21.35 12073 - Licensed Practical Nurse III 24.13 12100 - Medical Assistant 15.01 12130 - Medical Laboratory Technician 18.04 12160 - Medical Record Clerk 17.42 12190 - Medical Record Technician 19.50 12195 - Medical Transcriptionist 18.77 12210 - Nuclear Medicine Technologist 37.60 12221 - Nursing Assistant I 10.80 12222 - Nursing Assistant II 12.14 12223 - Nursing Assistant III 13.98 12224 - Nursing Assistant IV 15.69 12235 - Optical Dispenser 20.17 12236 - Optical Technician 15.80 12250 - Pharmacy Technician 18.12 12280 - Phlebotomist 15.69 12305 - Radiologic Technologist 31.11 12311 - Registered Nurse I 27.64 12312 - Registered Nurse II 33.44 12313 - Registered Nurse II, Specialist 33.44 12314 - Registered Nurse III 40.13 12315 - Registered Nurse III, Anesthetist 40.13 12316 - Registered Nurse IV 48.10 12317 - Scheduler (Drug and Alcohol Testing) 21.73 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.86 13012 - Exhibits Specialist II 24.61 13013 - Exhibits Specialist III 30.09 13041 - Illustrator I 20.48 13042 - Illustrator II 25.38 13043 - Illustrator III 31.03 13047 - Librarian 33.88 13050 - Library Aide/Clerk 14.21 13054 - Library Information Technology Systems 30.60 Administrator 13058 - Library Technician 19.89 13061 - Media Specialist I 18.73 13062 - Media Specialist II 20.95 13063 - Media Specialist III 23.36 13071 - Photographer I 16.65 13072 - Photographer II 18.90 13073 - Photographer III 23.67 13074 - Photographer IV 28.65 13075 - Photographer V 33.76 13110 - Video Teleconference Technician 20.39 14000 - Information Technology Occupations 14041 - Computer Operator I 18.92 14042 - Computer Operator II 21.18 14043 - Computer Operator III 23.60 14044 - Computer Operator IV 26.22 14045 - Computer Operator V 29.05 14071 - Computer Programmer I (see 1) 26.36 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.92 14160 - Personal Computer Support Technician 26.22 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 36.47 15020 - Aircrew Training Devices Instructor (Rated) 44.06 15030 - Air Crew Training Devices Instructor (Pilot) 52.81 15050 - Computer Based Training Specialist / Instructor 36.47 15060 - Educational Technologist 35.31 15070 - Flight Instructor (Pilot) 52.81 15080 - Graphic Artist 26.80 15090 - Technical Instructor 25.08 15095 - Technical Instructor/Course Developer 30.67 15110 - Test Proctor 20.20 15120 - Tutor 20.20 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.88 16030 - Counter Attendant 9.88 16040 - Dry Cleaner 12.94 16070 - Finisher, Flatwork, Machine 9.88 16090 - Presser, Hand 9.88 16110 - Presser, Machine, Drycleaning 9.88 16130 - Presser, Machine, Shirts 9.88 16160 - Presser, Machine, Wearing Apparel, Laundry 9.88 16190 - Sewing Machine Operator 13.78 16220 - Tailor 14.66 16250 - Washer, Machine 10.88 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.14 19040 - Tool And Die Maker 23.38 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.02 21030 - Material Coordinator 22.03 21040 - Material Expediter 22.03 21050 - Material Handling Laborer 13.83 21071 - Order Filler 15.09 21080 - Production Line Worker (Food Processing) 18.02 21110 - Shipping Packer 15.09 21130 - Shipping/Receiving Clerk 15.09 21140 - Store Worker I 11.72 21150 - Stock Clerk 16.86 21210 - Tools And Parts Attendant 18.02 21410 - Warehouse Specialist 18.02 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 27.21 23021 - Aircraft Mechanic I 25.83 23022 - Aircraft Mechanic II 27.21 23023 - Aircraft Mechanic III 28.53 23040 - Aircraft Mechanic Helper 17.54 23050 - Aircraft, Painter 24.73 23060 - Aircraft Servicer 19.76 23080 - Aircraft Worker 21.01 23110 - Appliance Mechanic 21.75 23120 - Bicycle Repairer 14.43 23125 - Cable Splicer 26.02 23130 - Carpenter, Maintenance 21.40 23140 - Carpet Layer 20.49 23160 - Electrician, Maintenance 27.98 23181 - Electronics Technician Maintenance I 24.94 23182 - Electronics Technician Maintenance II 26.47 23183 - Electronics Technician Maintenance III 27.89 23260 - Fabric Worker 19.13 23290 - Fire Alarm System Mechanic 22.91 23310 - Fire Extinguisher Repairer 17.62 23311 - Fuel Distribution System Mechanic 22.81 23312 - Fuel Distribution System Operator 19.38 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 25.83 23381 - Ground Support Equipment Servicer 19.76 23382 - Ground Support Equipment Worker 21.01 23391 - Gunsmith I 17.62 23392 - Gunsmith II 20.49 23393 - Gunsmith III 22.91 23410 - Heating, Ventilation And Air-Conditioning 23.89 Mechanic 23411 - Heating, Ventilation And Air Contditioning 25.17 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 22.91 23440 - Heavy Equipment Operator 22.91 23460 - Instrument Mechanic 22.59 23465 - Laboratory/Shelter Mechanic 21.75 23470 - Laborer 14.98 23510 - Locksmith 21.90 23530 - Machinery Maintenance Mechanic 23.12 23550 - Machinist, Maintenance 22.91 23580 - Maintenance Trades Helper 18.27 23591 - Metrology Technician I 22.59 23592 - Metrology Technician II 23.80 23593 - Metrology Technician III 24.96 23640 - Millwright 28.19 23710 - Office Appliance Repairer 22.96 23760 - Painter, Maintenance 21.75 23790 - Pipefitter, Maintenance 24.63 23810 - Plumber, Maintenance 22.29 23820 - Pneudraulic Systems Mechanic 22.91 23850 - Rigger 22.91 23870 - Scale Mechanic 20.49 23890 - Sheet-Metal Worker, Maintenance 22.91 23910 - Small Engine Mechanic 20.49 23931 - Telecommunications Mechanic I 29.95 23932 - Telecommunications Mechanic II 31.55 23950 - Telephone Lineman 27.41 23960 - Welder, Combination, Maintenance 22.91 23965 - Well Driller 22.91 23970 - Woodcraft Worker 22.91 23980 - Woodworker 17.62 24000 - Personal Needs Occupations 24570 - Child Care Attendant 12.79 24580 - Child Care Center Clerk 17.77 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 16.90 Coordinator 24630 - Homemaker 18.43 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 27.30 25040 - Sewage Plant Operator 20.84 25070 - Stationary Engineer 27.30 25190 - Ventilation Equipment Tender 19.49 25210 - Water Treatment Plant Operator 20.84 27000 - Protective Service Occupations 27004 - Alarm Monitor 20.57 27007 - Baggage Inspector 12.71 27008 - Corrections Officer 22.80 27010 - Court Security Officer 24.72 27030 - Detection Dog Handler 20.57 27040 - Detention Officer 22.80 27070 - Firefighter 24.63 27101 - Guard I 12.71 27102 - Guard II 20.57 27131 - Police Officer I 26.52 27132 - Police Officer II 29.67 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.59 28042 - Carnival Equipment Repairer 14.63 28043 - Carnival Equpment Worker 9.24 28210 - Gate Attendant/Gate Tender 13.01 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 14.56 28510 - Recreation Aide/Health Facility Attendant 10.62 28515 - Recreation Specialist 18.04 28630 - Sports Official 11.59 28690 - Swimming Pool Operator 18.21 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.13 29020 - Hatch Tender 23.13 29030 - Line Handler 23.13 29041 - Stevedore I 21.31 29042 - Stevedore II 24.24 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.92 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.84 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.56 30021 - Archeological Technician I 20.19 30022 - Archeological Technician II 22.60 30023 - Archeological Technician III 27.98 30030 - Cartographic Technician 27.98 30040 - Civil Engineering Technician 26.41 30061 - Drafter/CAD Operator I 20.19 30062 - Drafter/CAD Operator II 22.60 30063 - Drafter/CAD Operator III 25.19 30064 - Drafter/CAD Operator IV 31.00 30081 - Engineering Technician I 22.92 30082 - Engineering Technician II 25.72 30083 - Engineering Technician III 28.79 30084 - Engineering Technician IV 35.64 30085 - Engineering Technician V 43.61 30086 - Engineering Technician VI 52.76 30090 - Environmental Technician 27.41 30210 - Laboratory Technician 23.38 30240 - Mathematical Technician 28.94 30361 - Paralegal/Legal Assistant I 21.36 30362 - Paralegal/Legal Assistant II 26.47 30363 - Paralegal/Legal Assistant III 32.36 30364 - Paralegal/Legal Assistant IV 39.16 30390 - Photo-Optics Technician 27.98 30461 - Technical Writer I 21.93 30462 - Technical Writer II 26.84 30463 - Technical Writer III 32.47 30491 - Unexploded Ordnance (UXO) Technician I 24.74 30492 - Unexploded Ordnance (UXO) Technician II 29.93 30493 - Unexploded Ordnance (UXO) Technician III 35.88 30494 - Unexploded (UXO) Safety Escort 24.74 30495 - Unexploded (UXO) Sweep Personnel 24.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.98 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 14.32 31030 - Bus Driver 20.85 31043 - Driver Courier 13.98 31260 - Parking and Lot Attendant 10.07 31290 - Shuttle Bus Driver 15.66 31310 - Taxi Driver 13.98 31361 - Truckdriver, Light 15.66 31362 - Truckdriver, Medium 17.90 31363 - Truckdriver, Heavy 19.18 31364 - Truckdriver, Tractor-Trailer 19.18 99000 - Miscellaneous Occupations 99030 - Cashier 10.03 99050 - Desk Clerk 11.58 99095 - Embalmer 23.05 99251 - Laboratory Animal Caretaker I 11.30 99252 - Laboratory Animal Caretaker II 12.35 99310 - Mortician 31.73 99410 - Pest Controller 17.69 99510 - Photofinishing Worker 13.20 99710 - Recycling Laborer 18.50 99711 - Recycling Specialist 22.71 99730 - Refuse Collector 16.40 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 13.43 99830 - Survey Party Chief 21.94 99831 - Surveying Aide 13.63 99832 - Surveying Technician 20.85 99840 - Vending Machine Attendant 14.43 99841 - Vending Machine Repairer 18.73 99842 - Vending Machine Repairer Helper 14.43 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAR-10-NR-0262/listing.html)
 
Place of Performance
Address: the National Archives, 8601 Adelphi Road Maryland, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02214494-W 20100724/100722234932-9d7937e350873151f489d87c6d43e7ef (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.