Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOLICITATION NOTICE

H -- GREASE GRIT TRAP SERVICES

Notice Date
3/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA304713R0006
 
Point of Contact
Mary LouWalther, Phone: (210)671-1732, Nell Hitchye, Phone: 210-671-0583
 
E-Mail Address
marylou.walther@us.af.mil, erma_nell.hitchye@us.af.mil
(marylou.walther@us.af.mil, erma_nell.hitchye@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0001 2,700 Gallon GREASE/GRIT/HOLDING TANK/OIL MAINT FFP Services, Non-personal. Contractor shall perform Base Grease & Grit Trap, Line Interceptor Trap, Sewage Holding Tank & Oil Water Separator Maintenance Services at Lackland AFB, Lackland Training Annex and Kelly Field Annex, TX. Work Performed shall be in accordance with Performance Work Statement (Attachment 1). BASE GREASE TRAP SERVICE SEMI-ANNUAL FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0002 95,400 Gallon BASE GREASE TRAP SERVICE FFP QUARTERLY FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0003 33,750 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE EVERY OTHER MONTH FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0004 750 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE MONTHLY FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0005 1,910 Gallon BASE GRIT TRAP SERVICES FFP BASE GRIT TRAP SERVICES QUARTERLY FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0006 4,350 Gallon LINT TRAP SERVICE FFP LINT TRAP SERVICE SEMI-ANNUAL FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0007 15,000 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0008 1,800 Gallon HOLDING TANK SUMP PUMP FFP HOLDING TANK SUMP PUMP EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0009 200 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0010 3,600 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0011 26,860 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0012 18,000 Gallon PERFORM ON-CALL/EMERGENCY SVS FFP PERFORM ON-CALL/EMERGENCY SVS GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0013 500 Gallon ON CALL EMERGENCY FFP ON CALL EMERGENCY GRIT TRAP SERVICES FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0014 2,500 Gallon ON-CALL EMERGENCY SERVICES FFP ON-CALL EMERGENCY SERVICES LINT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0015 10,000 Gallon ON-CALL EMERGENCY SERVICES FFP ON-CALL EMERGENCY SERVICES HOLDING TANK SERVICES FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0016 7,000 Gallon ON-CALL EMERGENCY SERVICES FFP ON-CALL EMERGENCY SERVICES OIL/WATER SEPARATORT SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0017 5,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP GREASE TRAP SERVICES QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0018 16,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0019 5,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY SERVICES (WHASC) GREASE TRAP SERVICES FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0020 8,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON CALL EMERGENCY SERVICE OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1001 5,400 Gallon GREASE/GRIT/HOLDING TANK/OIL MAINT FFP Services, Non-personal. Contractor shall perform Base Grease & Grit Trap, Line Interceptor Trap, Sewage Holding Tank & Oil Water Separator Maintenance Services at Lackland AFB, Lackland Training Annex and Kelly Field Annex, TX. Work Performed shall be in accordance with Performance Work Statement (Attachment 1). BASE GREASE TRAP SERVICE (SEMI ANNUAL) FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1002 190,800 Gallon GREASE TRAP SERVICE FFP GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1003 67,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1004 1,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1005 3,820 Gallon BASE GRIT TRAP SERVICE FFP BASE GRIT TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1006 8,700 Gallon LINT TRAP SERVICE FFP LINT TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1007 30,000 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1008 3,600 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1009 400 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1010 7,200 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1011 53,720 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1012 35,000 Gallon BASE ON-CALL EMERGENCY SERVICE FFP BASE ON-CALL EMERGENCY SERVICE GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1013 1,000 Gallon ON-CALL EMERGENCY GRIT TRAP SERIVCE FFP ON-CALL EMERGENCY GRIT TRAP SERIVCE GRIT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1014 4,500 Gallon ON-CALL EMERGENCY LINT TRAP SERVICE FFP ON-CALL EMERGENCY LINT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1015 20,000 Gallon ON-CALL EMERGENCY HOLDING TANK FFP ON-CALL EMERGENCY HOLDING TANK SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1016 14,000 Gallon ON-CALL EMERGENCY OIL/WATER SEPARATOR FFP ON-CALL EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1017 10,000 Gallon WILFORD HALL AMBULATORY SUR. CENTER FFP GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1018 32,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1019 5,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL EMEGENCY SERVICE (WHASC) GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1020 8,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON CALL EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2001 5,400 Gallon GREASE/GRIT/HOLDING TANK/OIL MAINT FFP Services, Non-personal. Contractor shall perform Base Grease & Grit Trap, Line Interceptor Trap, Sewage Holding Tank & Oil Water Separator Maintenance Services at Lackland AFB, Lackland Training Annex and Kelly Field Annex, TX. Work Performed shall be in accordance with Performance Work Statement (Attachment 1) BASE GREASE TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2002 190,800 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2003 67,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2004 1,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2005 3,820 Gallon BASE GRIT TRAP SERVICE FFP BASE GRIT TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2006 8,700 Gallon LINT TRAP SERVICE FFP LINT TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2007 30,000 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2008 3,600 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2009 400 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE SEMI ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2010 7,200 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2011 53,720 Gallon OIL/WATER SEPARATOR SERVICE qUARTER FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2012 35,000 Gallon ON-CALL BASE EMERGENCY SERVICE FFP ON-CALL BASE EMERGENCY SERVICE GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2013 1,000 Gallon ON CALL/EMERGENCY GRIT TRAP SERVICE FFP ON CALL/EMERGENCY GRIT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2014 4,500 Gallon ON CALL EMERGENCY LINT TRAP SERVICE FFP ON CALL EMERGENCY LINT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2015 20,000 Gallon ON-CALL EMERGENCY HOLDING TANK SERVICE FFP ON-CALL EMERGENCY HOLDING TANK SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2016 14,000 Gallon ON-CALL/EMERGENCY OIL/WATER SEPARATOR FFP ON-CALL/EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2017 10,000 Gallon WILFORD HALL AMB SURG CENTER (WHASC FFP GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2018 32,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP OIL/WATER SERPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2019 5,000 Gallon OWILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY SERVICES (WHASC) GREASE TRAP SERVICES FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2020 8,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3001 5,400 Gallon GREASE/GRIT/HOLDING TANK/OIL MAINT FFP Services, Non-personal. Contractor shall perform Base Grease & Grit Trap, Line Interceptor Trap, Sewage Holding Tank & Oil Water Separator Maintenance Services at Lackland AFB, Lackland Training Annex and Kelly Field Annex, TX. Work Performed shall be in accordance with Performance Work Statement of Work (Attachment 1) BASE GREASE TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3002 190,900 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3003 67,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3004 1,200 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3005 3,820 Gallon BASE GRIT TRAP SERVICE FFP BASE GRIT TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3006 8,700 Gallon LINT TRAP SERVICE FFP LINT TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3007 30,000 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3008 3,600 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3009 400 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE SEMI ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3010 7,200 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3011 53,720 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3012 35,000 Gallon BASE ON-CALL/EMERGENCY SERVICE FFP BASE ON-CALL/EMERGENCY SERVICE GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3013 1,000 Gallon ON-CALL EMERGENCY GRIT TRAP SERVICE FFP ON-CALL EMERGENCY GRIT TRAP SERVICE GRIT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3014 4,500 Gallon ON-CALL/EMERGENCY LINT TRAP SERVICE FFP ON-CALL/EMERGENCY LINT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3015 20,000 Gallon ON-CALL/EMERGENCY HOLDING TANK SVC FFP ON-CALL/EMERGENCY HOLDING TANK SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3016 14,000 Gallon ON-CALL/EMERGENCY OIL/WATER SEPARATOR FFP ON-CALL/EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3017 10,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3018 32,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3019 5,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY SERVICES (WHASC) GREASE TRAP SERVICES FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3020 8,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY OI/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4001 5,400 Gallon GREASE/GRIT/HOLDING TANK/OIL MAINT FFP Services, Non-personal. Contractor shall perform Base Grease & Grit Trap, Line Interceptor Trap, Sewage Holding Tank & Oil Water Separator Maintenance Services at Lackland AFB, Lackland Training Annex and Kelly Field Annex, TX. Work Performed shall be in accordance with Performance Work Statement (Attachment 1). BASE GREASE TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4002 190,800 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4003 67,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4004 1,500 Gallon BASE GREASE TRAP SERVICE FFP BASE GREASE TRAP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4005 3,820 Gallon BASE GRIT TRAP SERVICE FFP BASE GRIT TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4006 8,700 Gallon LINT TRAP SERVICE FFP LINT TRAP SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4007 30,000 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE MONTHLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4008 3,600 Gallon HOLDING TANK SUMP PUMP SERVICE FFP HOLDING TANK SUMP PUMP SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4009 400 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE SEMI-ANNUAL FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4010 7,200 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE EVERY OTHER MONTH FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4011 53,720 Gallon OIL/WATER SEPARATOR SERVICE FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4012 35,000 Gallon BASE ON-CALL/EMERGENCY SERVICE FFP BASE ON-CALL/EMERGENCY SERVICE GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4013 1,000 Gallon ON-CALL/EMERGENCY GRIT TRAP SERVICE FFP ON-CALL/EMERGENCY GRIT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4014 4,500 Gallon ON-CALL/EMERGENCY LINT TRAP SERVICE FFP ON-CALL/EMERGENCY LINT TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4015 20,000 Gallon ON-CALL/EMERGENCY HOLDING TANK SERVICE FFP ON-CALL/EMERGENCY HOLDING TANK SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4016 14,000 Gallon ON-CALL/EMERGENCY OIL/WATER SEPARATOR FFP ON-CALL/EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4017 10,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP GREASE TRAP SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4018 32,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP OIL/WATER SEPARATOR SERVICE QUARTERLY FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4019 5,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY SERVICES (WHASC) GREASE TRAP SERVICE FOB: Destination ESTIMATED NET AMT ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4020 8,000 Gallon WILFORD HALL AMB SUR CENTER (WHASC) FFP ON-CALL/EMERGENCY OIL/WATER SEPARATOR SERVICE FOB: Destination ESTIMATED NET AMT TOTAL PRICES FOR ALL YEARS TOTALS FOR BASE PERIOD AND ALL OPTION YEARS Base Year Total: 01 April 2013- 30 September 2013 tiny_mce_marker________________ 1st Option Year Total: 01 October 2013-30 September 2014 tiny_mce_marker_____________ 2nd Option Year Total: 01 October 2014-30 September 2015 tiny_mce_marker_______________ 3rd Option Year Total: 01 October 2015-30 September 2016 tiny_mce_marker________________ 4th Option Year Total: 01 October 2016-30 September 2017 tiny_mce_marker_________________ TOTAL AMOUNT OF ALL YEARS: tiny_mce_marker___________________________ INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government 0020 Destination Government Destination Government 1001 Destination Government Destination Government 1002 Destination Government Destination Government 1003 Destination Government Destination Government 1004 Destination Government Destination Government 1005 Destination Government Destination Government 1006 Destination Government Destination Government 1007 Destination Government Destination Government 1008 Destination Government Destination Government 1009 Destination Government Destination Government 1010 Destination Government Destination Government 1011 Destination Government Destination Government 1012 Destination Government Destination Government 1013 Destination Government Destination Government 1014 Destination Government Destination Government 1015 Destination Government Destination Government 1016 Destination Government Destination Government 1017 Destination Government Destination Government 1018 Destination Government Destination Government 1019 Destination Government Destination Government 1020 Destination Government Destination Government 2001 Destination Government Destination Government 2002 Destination Government Destination Government 2003 Destination Government Destination Government 2004 Destination Government Destination Government 2005 Destination Government Destination Government 2006 Destination Government Destination Government 2007 Destination Government Destination Government 2008 Destination Government Destination Government 2009 Destination Government Destination Government 2010 Destination Government Destination Government 2011 Destination Government Destination Government 2012 Destination Government Destination Government 2013 Destination Government Destination Government 2014 Destination Government Destination Government 2015 Destination Government Destination Government 2016 Destination Government Destination Government 2017 Destination Government Destination Government 2018 Destination Government Destination Government 2019 Destination Government Destination Government 2020 Destination Government Destination Government 3001 Destination Government Destination Government 3002 Destination Government Destination Government 3003 Destination Government Destination Government 3004 Destination Government Destination Government 3005 Destination Government Destination Government 3006 Destination Government Destination Government 3007 Destination Government Destination Government 3008 Destination Government Destination Government 3009 Destination Government Destination Government 3010 Destination Government Destination Government 3011 Destination Government Destination Government 3012 Destination Government Destination Government 3013 Destination Government Destination Government 3014 Destination Government Destination Government 3015 Destination Government Destination Government 3016 Destination Government Destination Government 3017 Destination Government Destination Government 3018 Destination Government Destination Government 3019 Destination Government Destination Government 3020 Destination Government Destination Government 4001 Destination Government Destination Government 4002 Destination Government Destination Government 4003 Destination Government Destination Government 4004 Destination Government Destination Government 4005 Destination Government Destination Government 4006 Destination Government Destination Government 4007 Destination Government Destination Government 4008 Destination Government Destination Government 4009 Destination Government Destination Government 4010 Destination Government Destination Government 4011 Destination Government Destination Government 4012 Destination Government Destination Government 4013 Destination Government Destination Government 4014 Destination Government Destination Government 4015 Destination Government Destination Government 4016 Destination Government Destination Government 4017 Destination Government Destination Government 4018 Destination Government Destination Government 4019 Destination Government Destination Government 4020 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-APR-2013 TO 30-SEP-2013 N/A 802 CE/CERF F2M3CB KATHE MASCH 1675 GOTT ST BLDG 5595 LACKLAND AFB TX 78236 210-671-2348 FOB: Destination F2M3CB 0002 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0003 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0004 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0005 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0006 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0007 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0008 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0009 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0010 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0011 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0012 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0013 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0014 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0015 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0016 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 0017 POP 01-APR-2013 TO 30-SEP-2013 N/A 59 MDSG CCR F2MTW7 CONTRACT SERVICES 2200 BERQUIST DR RM 7 LACKLAND AFB TX 78236 210-292-8387 FOB: Destination F2MTW7 0018 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 0019 POP 01-APR-2013 TO 30-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 0020 POP 01-APR-2013 TO 26-SEP-2013 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 1001 POP 01-OCT-2013 TO 30-SEP-2014 N/A 802 CE/CERF F2M3CB KATHE MASCH 1675 GOTT ST BLDG 5595 LACKLAND AFB TX 78236 210-671-2348 FOB: Destination F2M3CB 1002 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1003 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1004 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1005 POP 01-APR-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1006 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1007 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1008 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1009 POP 01-APR-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1010 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1011 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1012 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1013 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1014 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1015 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 1016 POP 01-OCT-2013 TO 30-SEP-2014 N/A 59 MDSG CCR F2MTW7 CONTRACT SERVICES 2200 BERQUIST DR RM 7 LACKLAND AFB TX 78236 210-292-8387 FOB: Destination F2MTW7 1017 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 1018 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 1019 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 1020 POP 01-OCT-2013 TO 30-SEP-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 2001 POP 01-OCT-2014 TO 30-SEP-2015 N/A 802 CE/CERF F2M3CB KATHE MASCH 1675 GOTT ST BLDG 5595 LACKLAND AFB TX 78236 210-671-2348 FOB: Destination F2M3CB 2002 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2003 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2004 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2005 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2006 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2007 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2008 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2009 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2010 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2011 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2012 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2013 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2014 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2015 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2016 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 2017 POP 01-OCT-2014 TO 30-SEP-2015 N/A 59 MDSG CCR F2MTW7 CONTRACT SERVICES 2200 BERQUIST DR RM 7 LACKLAND AFB TX 78236 210-292-8387 FOB: Destination F2MTW7 2018 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 2019 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 2020 POP 01-OCT-2014 TO 30-SEP-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 3001 POP 01-OCT-2015 TO 30-SEP-2016 N/A 802 CE/CERF F2M3CB KATHE MASCH 1675 GOTT ST BLDG 5595 LACKLAND AFB TX 78236 210-671-2348 FOB: Destination F2M3CB 3002 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3003 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3004 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3005 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3006 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3007 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3008 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3009 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3010 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3011 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3012 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3013 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3014 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3015 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3016 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 3017 POP 01-OCT-2015 TO 30-SEP-2016 N/A 59 MDSG CCR F2MTW7 CONTRACT SERVICES 2200 BERQUIST DR RM 7 LACKLAND AFB TX 78236 210-292-8387 FOB: Destination F2MTW7 3018 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 3019 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 3020 POP 01-OCT-2015 TO 30-SEP-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 4001 POP 01-OCT-2016 TO 30-SEP-2017 N/A 802 CE/CERF F2M3CB KATHE MASCH 1675 GOTT ST BLDG 5595 LACKLAND AFB TX 78236 210-671-2348 FOB: Destination F2M3CB 4002 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4003 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4004 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4005 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4006 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4007 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4008 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4009 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4010 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4011 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4012 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4013 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4014 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4015 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4016 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2M3CB 4017 POP 01-OCT-2016 TO 30-SEP-2017 N/A 59 MDSG CCR F2MTW7 CONTRACT SERVICES 2200 BERQUIST DR RM 7 LACKLAND AFB TX 78236 210-292-8387 FOB: Destination F2MTW7 4018 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 4019 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 4020 POP 01-OCT-2016 TO 30-SEP-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination F2MTW7 CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (DEC 2012) Alternate I APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.215-1 Alt I Instructions to Offerors--Competitive Acquisition (Jan 2004) - Alternate I OCT 1997 52.217-5 Evaluation Of Options JUL 1990 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-14 Limitations On Subcontracting NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.232-23 Assignment Of Claims JAN 1986 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.216-7006 Ordering MAY 2011 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed price requirement type contract resulting from this solicitation. (End of provision) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00 (insert dollar figure or quantity), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $300,000. ; (2) Any order for a combination of items in excess of $250,000.00 ; (3) A series of orders from the same ordering office within 30days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after expiration of contract. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within no later than 15 days before the contract expires. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within no later than 15 days before the contract expires provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Truck driver, Medium WG-7 $16.75 Truck Driver, Heavy-WG-8 $17.96 (End of clause) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (a) "Hazardous material", as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material Identification No. (If none, insert "None") ___________________ ___________________ ___________________ ___________________ ___________________ ___________________ (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to-- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and (iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of clause) 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) (a) Definitions. As used in this clause-- "Toxic chemical means a chemical or chemical category listed in 40 CFR 372.65." (b) Federal facilities are required to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050), and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13101-13109). (c) The Contractor shall provide all information needed by the Federal facility to comply with the following: (1) The emergency planning reporting requirements of section 302 of EPCRA. (2) The emergency notice requirements of section 304 of EPCRA. (3) The list of Material Safety Data Sheets, required by section 311 of EPCRA. (4) The emergency and hazardous chemical inventory forms of section 312 of EPCRA. (5) The toxic chemical release inventory of section 313 of EPCRA, which includes the reduction and recycling information required by section 6607 of PPA. (6) The toxic chemical and hazardous substance release and use reduction goals of section 2(e) of Executive Order 13423 and of Executive Order 13514. (End of clause) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify 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 prescribe, or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 September2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or www.arnet.gov (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or www.arnet.gov (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 252.223-7001 HAZARD WARNING LABELS (DEC 1991) (a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract. (b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labeling requirements of one of the following statutes: (1) Federal Insecticide, Fungicide and Rodenticide Act; (2) Federal Food, Drug and Cosmetics Act; (3) Consumer Product Safety Act; (4) Federal Hazardous Substances Act; or (5) Federal Alcohol Administration Act. (c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labeled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard. MATERIAL (If None, Insert "None.") ACT __________________________________ _____________________________ __________________________________ _____________________________ (d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract. (e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract). (End of clause) 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, The AETC ombudsman is Mr. David Jones, Deputy Director of Contracting, 2035 First Street West, Randolph AFB TX 78150-4304, telephone 210-652-7907; facsimile 210-652-8344. The alternate AETC ombudsman is Mr. Steve Smith, Chief Clearance & Programs Support Division, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-7075. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) HAZARDOUS MATERIALS (HazMat) REQUIREMENTS (LACKLAND 0002) (FEB 11) The awardee will be required to register prior to performance with the 802 CES/CEANP Installation HazMat Management Program (IHMP) Office. The contractor shall obtain the Contractor HazMat Usage Form from the IHMP Office (210-671-5350/0333, Bldg 5595). This is to be accomplished immediately after receipt of award or Notice of Award. The contractor shall provide an inventory and Material Safety Data Sheet (MSDS) of all HazMat to be used or stored on Lackland AFB prior to beginning performance. The contractor shall submit a monthly usage report for all HazMat consumed during the preceding month to the IHMP Office by the fifth work day of the subsequent month. FORMER AETC CLAUSES (LACKLAND 0009) (FEB 11) Smoking in AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Lackland Air Force Base Traffic Code All applicable Traffic Codes will be enforced and apply to all personnel operating vehicles on Lackland Air Force Base (LAFB). They are extracted from LAFB Instruction 31-204. For a complete listing of all LAFB Traffic Codes and all other applicable traffic policies and procedures, please contact the Contracting Office for a copy of LAFB Instruction 31-204. Cell Phone Usage Contractors are advised that LAFB Instruction 31-204 prohibits cellular telephone usage when approaching and entering any installation entry gate, or exiting of Lackland AFB. Cell phone usage by drivers on LAFB is prohibited in moving vehicles unless used with a hands-free device. The 802nd Security Forces Squadron (SFS) is strictly enforcing this regulation. Those found in violation of this regulation are subject to be ticketed. Base Fire Prevention Program The contractor will be required to comply with the applicable Fire Prevention Program, for LAFB the applicable directive is LAFB Instruction 32-2001, dated 20 Feb 04. Contact the Contracting Office for a copy of Lackland AFB Instruction 32-2001. SECURITY REQUIREMENTS FOR UNCLASSIFIED SOLICITATIONS AND CONTRACTS (LACKLAND 0010) (FEB 11) 1. Base Entry and Vehicle Control Requirements. Contractor shall comply with AFFARS Clause 5352.242-9000, "Contractor access to Air Force installations" which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. 2. Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check with Inquiries (NACI) request, before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Quality Assurance Evaluator or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny computer access. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed to perform duties requiring computer access. After submission of the complete security package through the security office and completion of an adjudicated NACI, contractor employees may obtain their "Common Access Card" (CAC) for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. Contractor shall comply with AFFARS Clause 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel which is hereby incorporated by reference if not otherwise included. The contractor shall comply with DODD 5200.08R Physical Security Program, (Chapter 3, Section C.3) requirements. 3. Installation Access. Criminal History Check will be conducted on all prime/subcontractor employees requiring base access. The contractor shall provide the Contracting Officer and the Information Protection Office a current list of employees needing access within 3 working days after receiving award or Notice of Award. The list shall include employee's name, date of birth, state driver's license/state ID number and state of issue. Notifications of contractor employee additions and deletions shall be provided with the same information listed above and within 3 working days. Within 10 business days after receipt of the list the Government will notify the Contractor that installation access passes are available for those employees clearing the criminal history check. The duration of any pass issued will not exceed one year or the duration of the contract, whichever is shorter. This process will be repeated at the exercise of any option period. 4. Government Data. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW with the records management procedures in Air Force Instruction (AFI) 33 - 322, Records Management Program, Air Force Manual (AFMAN) 33-363, Management of Records, and the Air Force Records Disposition Schedule (AF RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/rims.cfm 5. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters and AFI 31-401 (Chapter 8). Contractor shall report to Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 6. Freedom of Information. The contractor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the Contracting Officer. 7. Physical Security. The contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 8. Key Control. The contractor shall safeguard all keys issued by the government and ensure they are used only by authorized contractor personnel. The contractor shall not duplicate issued keys and shall report lost keys to the contracting officer immediately. The contractor will be charged for lost keys, re-keying, and lock replacement as applicable. 9. Additional Security Requirements. NACI's will be IAW Homeland Security Presidential Directive 12 (HSPD-12). If this contract requires access to classified materials the contractor shall comply with DOD 5200.1-R, AFI 31-401, AFI 33-201, Volume 1, and Volume 2 (COMSEC), AFSSI 7700 (Emission Security), AFSSI 8502, (Organizational Computer Security), and AFPD 16-14, (Information Protection), and Operations Security (OPSEC) Instructions. 10. Unescorted Entry to Restricted/Controlled Areas. If this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with DOD 5200.2-R, Appendix 1, and AFI 31-501, Personnel Security Program Management (Paragraph 3.24). If the performance of this contract requires unescorted entry to a restricted/controlled area, personnel must have a favorably adjudicated NACI investigation. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Quality Assurance Evaluator or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to restricted/controlled areas. In this instance the Contracting Officer will notify the contractor of the denial. That individual will not be allowed to perform duties requiring access to restricted/controlled areas. Upon receipt of a favorable investigation results and authorization by the appropriate commander, the contractor member will receive appropriate entry credentials for access to restricted/controlled areas, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. 11. Credentials Turn-In. Upon completion of performance, termination of the contract or termination of performance on this contract by any individual for any reason, the contractor shall turn in all CAC Cards, Base Identification Passes, Restricted Area Badges, and any other documents issued by the government to the Issuing office, Quality Assurance Evaluator, or Project Manager. 12. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on Lackland AFB. (End of Clause) CONTRACT WORK HOURS (LACKLAND 0014) (MAY 2011) 1. The contractor shall provide service on the dates and at the times specified in the contract. Any deviation to these dates and times will be only as authorized by the Contracting Officer. Contract performance requirements are governed by the contract. Contractor personnel shall take their direction concerning their duty status and hours of performance from their contractor management chain and not from government personnel. 2. The contractor is advised that special activities including but not limited to commander's calls, sports days, employee quality of life meetings, late reporting, staggered reporting times, early release, down-days (goal days), physical fitness time, office picnics, and holiday parties are for government personnel only and do not apply to the contractor employees unless expressly stated otherwise in the contract. If any special activity occurs, the contractor will continue to perform contract requirements unless expressly excused by the contracting officer. In the event that the contracting officer excuses performance, the contractor understands that its employees' participation in such event will not be at government expense. The contractor is further advised that any special time off granted by the president or other competent authority is for government personnel only and does not apply to the contractor employees. 3. If the contractor is prevented from performing due to acts beyond the contractor's control including emergency base closure the standards in clause 52.212-4(f) and or 52.249-8/9/10 as appropriate will be applied to determine if the non-performance is excusable. In the event of an emergency base closure due to weather or other contingency situation the contracting officer will notify the contractor of any changes in performance requirements. The Contractor shall be responsible for instructing contractor personnel concerning their duty status. Under no circumstances will the contractor be paid for supplies or services not delivered. WAGE DETERMINATION WD 05-2521 (Rev.-13) was first posted on www.wdol.gov on 06/19/2012 ************************************************************************************ 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.: 2005-2521 Diane C. Koplewski Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/13/2012 _______________________________________|____________________________________________ State: Texas Area: Texas Counties of Atascosa, Bandera, Bexar, Comal, De Witt, Edwards, Gillespie, Gonzales, Guadalupe, Karnes, Kendall, Kerr, Kinney, McMullen, Medina, Real, Uvalde, Val Verde, Wilson ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.82 01012 - Accounting Clerk II 15.51 01013 - Accounting Clerk III 17.35 01020 - Administrative Assistant 21.96 01040 - Court Reporter 22.14 01051 - Data Entry Operator I 11.59 01052 - Data Entry Operator II 12.65 01060 - Dispatcher, Motor Vehicle 16.11 01070 - Document Preparation Clerk 13.27 01090 - Duplicating Machine Operator 13.27 01111 - General Clerk I 11.26 01112 - General Clerk II 13.21 01113 - General Clerk III 15.45 01120 - Housing Referral Assistant 19.91 01141 - Messenger Courier 11.03 01191 - Order Clerk I 12.49 01192 - Order Clerk II 13.63 01261 - Personnel Assistant (Employment) I 17.04 01262 - Personnel Assistant (Employment) II 19.23 01263 - Personnel Assistant (Employment) III 21.26 01270 - Production Control Clerk 18.59 01280 - Receptionist 11.89 01290 - Rental Clerk 14.90 01300 - Scheduler, Maintenance 15.96 01311 - Secretary I 15.96 01312 - Secretary II 17.86 01313 - Secretary III 19.91 01320 - Service Order Dispatcher 14.26 01410 - Supply Technician 21.96 01420 - Survey Worker 16.65 01531 - Travel Clerk I 12.19 01532 - Travel Clerk II 12.94 01533 - Travel Clerk III 13.60 01611 - Word Processor I 13.33 01612 - Word Processor II 14.96 01613 - Word Processor III 16.73 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.41 05010 - Automotive Electrician 17.75 05040 - Automotive Glass Installer 16.77 05070 - Automotive Worker 16.77 05110 - Mobile Equipment Servicer 14.96 05130 - Motor Equipment Metal Mechanic 18.68 05160 - Motor Equipment Metal Worker 16.77 05190 - Motor Vehicle Mechanic 18.41 05220 - Motor Vehicle Mechanic Helper 14.17 05250 - Motor Vehicle Upholstery Worker 15.83 05280 - Motor Vehicle Wrecker 16.77 05310 - Painter, Automotive 17.75 05340 - Radiator Repair Specialist 16.77 05370 - Tire Repairer 11.12 05400 - Transmission Repair Specialist 18.68 07000 - Food Preparation And Service Occupations 07010 - Baker 12.53 07041 - Cook I 9.42 07042 - Cook II 11.33 07070 - Dishwasher 7.76 07130 - Food Service Worker 8.51 07210 - Meat Cutter 12.63 07260 - Waiter/Waitress 7.94 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 15.03 09040 - Furniture Handler 10.46 09080 - Furniture Refinisher 15.03 09090 - Furniture Refinisher Helper 12.00 09110 - Furniture Repairer, Minor 13.42 09130 - Upholsterer 15.03 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.02 11060 - Elevator Operator 9.02 11090 - Gardener 13.57 11122 - Housekeeping Aide 10.53 11150 - Janitor 10.53 11210 - Laborer, Grounds Maintenance 11.41 11240 - Maid or Houseman 8.80 11260 - Pruner 10.36 11270 - Tractor Operator 12.91 11330 - Trail Maintenance Worker 11.41 11360 - Window Cleaner 11.60 12000 - Health Occupations 12010 - Ambulance Driver 14.40 12011 - Breath Alcohol Technician 14.74 12012 - Certified Occupational Therapist Assistant 28.34 12015 - Certified Physical Therapist Assistant 26.24 12020 - Dental Assistant 14.50 12025 - Dental Hygienist 32.84 12030 - EKG Technician 23.56 12035 - Electroneurodiagnostic Technologist 23.56 12040 - Emergency Medical Technician 14.40 12071 - Licensed Practical Nurse I 15.73 12072 - Licensed Practical Nurse II 17.60 12073 - Licensed Practical Nurse III 19.62 12100 - Medical Assistant 13.01 12130 - Medical Laboratory Technician 16.80 12160 - Medical Record Clerk 13.61 12190 - Medical Record Technician 14.86 12195 - Medical Transcriptionist 13.76 12210 - Nuclear Medicine Technologist 29.68 12221 - Nursing Assistant I 10.42 12222 - Nursing Assistant II 11.71 12223 - Nursing Assistant III 12.78 12224 - Nursing Assistant IV 14.35 12235 - Optical Dispenser 14.94 12236 - Optical Technician 15.20 12250 - Pharmacy Technician 16.23 12280 - Phlebotomist 14.35 12305 - Radiologic Technologist 24.06 12311 - Registered Nurse I 24.40 12312 - Registered Nurse II 29.85 12313 - Registered Nurse II, Specialist 29.85 12314 - Registered Nurse III 36.11 12315 - Registered Nurse III, Anesthetist 36.11 12316 - Registered Nurse IV 43.28 12317 - Scheduler (Drug and Alcohol Testing) 18.26 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.12 13012 - Exhibits Specialist II 22.45 13013 - Exhibits Specialist III 27.46 13041 - Illustrator I 18.68 13042 - Illustrator II 23.15 13043 - Illustrator III 26.62 13047 - Librarian 25.63 13050 - Library Aide/Clerk 11.03 13054 - Library Information Technology Systems 23.15 Administrator 13058 - Library Technician 14.44 13061 - Media Specialist I 15.87 13062 - Media Specialist II 17.79 13063 - Media Specialist III 19.84 13071 - Photographer I 14.29 13072 - Photographer II 16.15 13073 - Photographer III 18.92 13074 - Photographer IV 21.54 13075 - Photographer V 26.14 13110 - Video Teleconference Technician 16.33 14000 - Information Technology Occupations 14041 - Computer Operator I 15.51 14042 - Computer Operator II 17.35 14043 - Computer Operator III 19.35 14044 - Computer Operator IV 21.50 14045 - Computer Operator V 23.80 14071 - Computer Programmer I (see 1) 22.29 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 15.51 14160 - Personal Computer Support Technician 21.50 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.31 15020 - Aircrew Training Devices Instructor (Rated) 31.51 15030 - Air Crew Training Devices Instructor (Pilot) 37.76 15050 - Computer Based Training Specialist / Instructor 26.31 15060 - Educational Technologist 26.86 15070 - Flight Instructor (Pilot) 37.76 15080 - Graphic Artist 22.57 15090 - Technical Instructor 18.93 15095 - Technical Instructor/Course Developer 23.16 15110 - Test Proctor 15.28 15120 - Tutor 15.28 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.64 16030 - Counter Attendant 8.64 16040 - Dry Cleaner 10.50 16070 - Finisher, Flatwork, Machine 8.64 16090 - Presser, Hand 8.64 16110 - Presser, Machine, Drycleaning 8.64 16130 - Presser, Machine, Shirts 8.64 16160 - Presser, Machine, Wearing Apparel, Laundry 8.64 16190 - Sewing Machine Operator 11.08 16220 - Tailor 11.63 16250 - Washer, Machine 9.37 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 16.35 19040 - Tool And Die Maker 19.26 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 12.22 21030 - Material Coordinator 18.59 21040 - Material Expediter 18.59 21050 - Material Handling Laborer 10.58 21071 - Order Filler 11.28 21080 - Production Line Worker (Food Processing) 12.22 21110 - Shipping Packer 12.67 21130 - Shipping/Receiving Clerk 12.67 21140 - Store Worker I 10.23 21150 - Stock Clerk 13.18 21210 - Tools And Parts Attendant 12.22 21410 - Warehouse Specialist 12.22 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 20.73 23021 - Aircraft Mechanic I 19.59 23022 - Aircraft Mechanic II 20.73 23023 - Aircraft Mechanic III 21.85 23040 - Aircraft Mechanic Helper 13.74 23050 - Aircraft, Painter 17.58 23060 - Aircraft Servicer 15.39 23080 - Aircraft Worker 16.41 23110 - Appliance Mechanic 17.25 23120 - Bicycle Repairer 11.12 23125 - Cable Splicer 19.50 23130 - Carpenter, Maintenance 16.16 23140 - Carpet Layer 15.04 23160 - Electrician, Maintenance 19.55 23181 - Electronics Technician Maintenance I 22.30 23182 - Electronics Technician Maintenance II 23.80 23183 - Electronics Technician Maintenance III 25.32 23260 - Fabric Worker 14.33 23290 - Fire Alarm System Mechanic 17.71 23310 - Fire Extinguisher Repairer 13.77 23311 - Fuel Distribution System Mechanic 17.42 23312 - Fuel Distribution System Operator 14.33 23370 - General Maintenance Worker 15.37 23380 - Ground Support Equipment Mechanic 19.59 23381 - Ground Support Equipment Servicer 15.10 23382 - Ground Support Equipment Worker 16.10 23391 - Gunsmith I 14.33 23392 - Gunsmith II 15.37 23393 - Gunsmith III 17.42 23410 - Heating, Ventilation And Air-Conditioning 17.42 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.44 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 17.55 23440 - Heavy Equipment Operator 17.42 23460 - Instrument Mechanic 20.11 23465 - Laboratory/Shelter Mechanic 16.41 23470 - Laborer 10.03 23510 - Locksmith 15.48 23530 - Machinery Maintenance Mechanic 17.57 23550 - Machinist, Maintenance 17.42 23580 - Maintenance Trades Helper 12.21 23591 - Metrology Technician I 20.11 23592 - Metrology Technician II 21.29 23593 - Metrology Technician III 22.45 23640 - Millwright 19.02 23710 - Office Appliance Repairer 16.68 23760 - Painter, Maintenance 16.16 23790 - Pipefitter, Maintenance 19.33 23810 - Plumber, Maintenance 18.21 23820 - Pneudraulic Systems Mechanic 17.42 23850 - Rigger 17.42 23870 - Scale Mechanic 15.13 23890 - Sheet-Metal Worker, Maintenance 17.78 23910 - Small Engine Mechanic 15.37 23931 - Telecommunications Mechanic I 21.97 23932 - Telecommunications Mechanic II 23.21 23950 - Telephone Lineman 20.66 23960 - Welder, Combination, Maintenance 17.15 23965 - Well Driller 17.15 23970 - Woodcraft Worker 17.42 23980 - Woodworker 13.16 24000 - Personal Needs Occupations 24570 - Child Care Attendant 9.45 24580 - Child Care Center Clerk 12.07 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 10.76 Coordinator 24630 - Homemaker 13.69 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 18.19 25040 - Sewage Plant Operator 16.47 25070 - Stationary Engineer 18.19 25190 - Ventilation Equipment Tender 12.13 25210 - Water Treatment Plant Operator 16.43 27000 - Protective Service Occupations 27004 - Alarm Monitor 14.89 27007 - Baggage Inspector 11.24 27008 - Corrections Officer 21.15 27010 - Court Security Officer 21.15 27030 - Detection Dog Handler 14.37 27040 - Detention Officer 21.15 27070 - Firefighter 22.59 27101 - Guard I 11.24 27102 - Guard II 14.20 27131 - Police Officer I 23.14 27132 - Police Officer II 25.77 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.89 28042 - Carnival Equipment Repairer 10.39 28043 - Carnival Equpment Worker 8.25 28210 - Gate Attendant/Gate Tender 12.51 28310 - Lifeguard 11.05 28350 - Park Attendant (Aide) 13.88 28510 - Recreation Aide/Health Facility Attendant 10.13 28515 - Recreation Specialist 14.76 28630 - Sports Official 11.05 28690 - Swimming Pool Operator 13.35 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.90 29020 - Hatch Tender 18.90 29030 - Line Handler 18.90 29041 - Stevedore I 17.63 29042 - Stevedore II 20.19 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) 27.16 30021 - Archeological Technician I 16.47 30022 - Archeological Technician II 17.18 30023 - Archeological Technician III 23.40 30030 - Cartographic Technician 23.74 30040 - Civil Engineering Technician 20.21 30061 - Drafter/CAD Operator I 17.13 30062 - Drafter/CAD Operator II 19.16 30063 - Drafter/CAD Operator III 21.37 30064 - Drafter/CAD Operator IV 26.29 30081 - Engineering Technician I 15.91 30082 - Engineering Technician II 17.86 30083 - Engineering Technician III 19.98 30084 - Engineering Technician IV 24.75 30085 - Engineering Technician V 30.27 30086 - Engineering Technician VI 36.63 30090 - Environmental Technician 19.43 30210 - Laboratory Technician 19.16 30240 - Mathematical Technician 23.74 30361 - Paralegal/Legal Assistant I 16.70 30362 - Paralegal/Legal Assistant II 21.82 30363 - Paralegal/Legal Assistant III 26.68 30364 - Paralegal/Legal Assistant IV 32.25 30390 - Photo-Optics Technician 23.74 30461 - Technical Writer I 24.59 30462 - Technical Writer II 30.08 30463 - Technical Writer III 34.17 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) 21.37 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.74 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.95 31030 - Bus Driver 16.78 31043 - Driver Courier 13.17 31260 - Parking and Lot Attendant 9.64 31290 - Shuttle Bus Driver 14.18 31310 - Taxi Driver 11.35 31361 - Truckdriver, Light 14.18 31362 - Truckdriver, Medium 15.07 31363 - Truckdriver, Heavy 16.69 31364 - Truckdriver, Tractor-Trailer 16.69 99000 - Miscellaneous Occupations 99030 - Cashier 9.41 99050 - Desk Clerk 9.68 99095 - Embalmer 18.80 99251 - Laboratory Animal Caretaker I 10.07 99252 - Laboratory Animal Caretaker II 10.84 99310 - Mortician 22.43 99410 - Pest Controller 15.42 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 13.34 99711 - Recycling Specialist 14.83 99730 - Refuse Collector 12.11 99810 - Sales Clerk 10.86 99820 - School Crossing Guard 10.97 99830 - Survey Party Chief 18.41 99831 - Surveying Aide 12.83 99832 - Surveying Technician 15.33 99840 - Vending Machine Attendant 11.39 99841 - Vending Machine Repairer 14.08 99842 - Vending Machine Repairer Helper 11.39 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 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. PERFORMANCE WORK STATEMENT PERFORMANCE WORK STATEMENT FOR GREASE & GRIT TRAP, LINT INTERCEPTOR TRAP, SEWAGE HOLDING TANK AND OIL/WATER SEPARATOR MAINTENANCE LACKLAND AIR FORCE BASE 18 JANUARY 2013 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision and all other items or services necessary to perform Grease & Grit Trap, Lint Interceptor Trap, Sewage Holding Tank and Oil/Water Separator Maintenance as defined in this Performance Work Statement (PWS). Contractor shall be responsible for periodic maintenance to pump, clean and dispose of waste from in ground grease traps, grit traps, lint interceptor traps, oil/water separators, sewage holding tanks, and lift stations. In case of backup, contractor shall also clear drain lines coming from tanks, traps, and separators clear of obstructions up to 50ft. Tanks, traps, separators and holding tanks are located in ground at various areas and buildings throughout Lackland AFB, Lackland Training Annex, Wilford Hall Ambulatory Surgical Center (WHASC) and Kelly Field Annex. Workload estimates, including building numbers, tank and trap type, size and pumping frequency is identified in Appendix 1. Contractor is only responsible for all classes of non-hazardous waste. 1.1. BASIC SERVICES. The contractor shall perform maintenance management of all tanks, traps and separators to ensure tanks, traps and separators comply with federal, state, local environmental laws, and with San Antonio Water Systems (SAWS) regulations. Contractor personnel shall have all required licenses and permits necessary to perform services and disposal prior to the performance of any work on this contract. Maintenance management consists of, but is not limited to, contractor establishing and adjusting pumping and cleaning frequencies, performing over-sight of all traps, tanks, separators and disposing of waste as necessary to ensure systems do not overflow. Drainage lines shall be clear of grease, oil, sand, and dirt to ensure they are kept free flowing for a distance of 50ft from any tank, trap, and separator. The contractor shall ensure all grates, covers, grills, etc., are repositioned on the tanks and traps. Contractor shall also ensure the surrounding work area is cleaned and disinfected to prevent annoying odors from any spillage before departing the area. Contractor shall re-perform pumping, cleaning and clearing of clogged lines and traps/tanks when work requirements have not been adequately performed. Re-performance shall be at no additional cost to the government. 1.2. SPECIAL REQUIREMENTS 1.2.1. OIL/WATER SEPARATORS. Contractor shall pump all oil, oil residue and other waste from separators. Contractor shall ensure the separator is drained completely; inspect all parts for problems; wash and drain the separator and fill with clear water as required for the unique configuration of the separator. Contractor is responsible for transporting all materials from oil/water separators to an approved, off-base oil recovery and storage facility. (Note special cleaning requirements listed on Appendix 1 for building 829). 1.2.1.1 LINT TRAPS. Contractor shall pump all water and waste from trap. Contractor shall ensure walls and floor of trap, filter support, inlet and outlet pipes are free from solidified lint buildup and free flowing. Remove filters(s), clean and reinstall ensuring filters are securely seated. 1.2.2. MONTHLY MAINTENANCE/CLEANING SCHEDULE. Contractor shall provide a monthly schedule showing the building number, dates and approximate times each trap, tank and separator shall be serviced. The schedule shall be provided to the Contracting Officer's Representative (COR) five working days prior to the start of each month of performance. 1.2.3. MANIFESTS. The contractor shall prepare and submit manifests for all disposal requirements. Manifests will be signed by authorized Base Environmental personnel prior to transporting waste to an off-base site. Waste will not be permitted to go off base until manifests have been signed by authorized government personnel. The contractor shall provide a copy of the manifest and the completed copy (disposal facility area completed and signed) to the COR before departing the base no later than close of business of the next duty day. 1.2.4. WORKLOAD ESTIMATES. The workload estimate is provided only as historical data for contractor use. The government encourages the contractor to use best industry practices, current technologies and innovative processes and products as necessary to achieve optimum performance of the systems. The contractor shall recycle waste products whenever possible at no additional cost to the government. 1.2.5. EMERGENCY RESPONSE. The contractor shall respond on-site within two hours after verbal notification from authorized government personnel to emergencies, such as overflows, clogged lines or backups. 1.2.6. ON-CALL SERVICE. The contractor shall provide on-call pumping service when requested by the government. The contractor shall respond within four hours after verbal notification by authorized government personnel. 1.3. GENERAL INFORMATION. 1.3.1. HOURS OF OPERATION. All work shall be performed during the normal duty day, 7:30 A. M. to 4:15 P. M., Monday thru Friday, except for federal holidays, emergency response and on-call service. When access to a facility permits, service may begin earlier, upon approval of authorized government personnel. 1.3.2. CRIMINAL BACKGROUND CHECKS: Contractor shall ensure a criminal background check has been performed on all employees working on the installation. Only minimum level National Crime Information Center (NCIC) background checks are required for the performance of this contract. This requirement is mandatory as called for in AFI 10-245, Air Force Antiterrorism Standards, paragraph 2.18. These checks shall be accomplished prior to the first day of performance. Background checks shall be accomplished at no additional cost to the government. 1.3.3. REPORTS. The contractor shall track and submit a typed, monthly narrative report of all pumping performed and quantities collected. The report shall be submitted to the COR no later than the fifth workday of the following month. The report shall identify, as a minimum, the building number, service frequency, date, amounts pumped, description of equipment condition, general description (configuration) and capacity for each tank, trap and oil/water separator. The report shall also identify the inspection/monitor dates for each of the systems and any other additional repairs/maintenance needed. The contractor shall provide copies of all documentation pertaining to this contract when requested by the government. 1.3.4. SPILL PLAN. Contractor shall provide a spill plan to the Contracting Officer (CO) at the post-award conference. Any required revisions to the plan shall be accomplished and approved by the CO prior to the performance of any work on the installation. Spill plan shall detail steps taken in the event of an environmental spill of any type of waste product covered by this contract. Contractor shall notify the COR immediately of any spills within the confines of the installation. Contractor shall be responsible for all aspects of the spill cleanup at no additional cost to the government. 1.3.5. RESTRICTED AREAS. Some of the grease traps are located within the restricted fenced area of Building 2000 Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISRA).Building 1175 located in the Texas Air National Guard (TANG) area and Building 4895 located at the Total Energy Plant (TEP), part of Wilford Hall Ambulatory Surgical Center (WHASC). The government will provide escort (s) into these areas for performance of work. The contractor shall notify the COR a minimum of two workdays (except for emergency response) prior to entering the area to ensure escorts will be available. 1.3.6. DAMAGES. The contractor shall take precautions to prevent damage to government property. The contractor shall repair or replace damaged items (to include ruts) at no additional cost to the government. 1.3.7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY. The contractor is required to perform grease/grit trap, lint interceptor trap, sewage holding tank and oil/water separator maintenance services. These services have been determined to be essential for mission performance during crisis by 802 CES. 1.3.8. QUALITY ASSURANCE. The government will inspect contractor work and document inspections. Acceptance of work will be the responsibility of 802 CES/CEOSS, Service Contract Section. 1.3.9. QUALITY CONTROL. The contractor shall develop and maintain a Quality Control Program to ensure services are performed in accordance with the PWS. The contractor shall develop and implement procedures to track, identify, prevent, remedy and ensure non-recurrence of defective service. Contractor's Quality Control Plan shall be summarized and provided to the CO in the form of a Quality Control Plan (QCP) within 10 work days after award of contract. QCP shall be updated as necessary and a copy provided to the CO and COR within 5 work days of revision. 1.3.10 CONTRACTOR MANPOWER REPORTING REQUIREMENTS The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Grease & Grit Trap Services, via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 01 October through 30 September. While inputs may be reported anytime during the FY, all data shall be reported no later than 31 October of each calendar year. Contractors may direct questions to the CMRA help desk." Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. User Manuals: Data for Air Force service requirements must be in put at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CRMA link at http://www.ecmra.mil. 2. SERVICE SUMMARY. Item # Performance Objective PWS Para. Monthly Performance Threshold 1 Maintains grease traps, grit traps, lint traps, sewage holding tanks and oil/water separators 1, 1. 1.2.1 & 1.2.1.1 0 defects 2 Provides Monthly Maintenance and Cleaning Schedule and Monthly Report in specified time frames 1.2.2 & 1.3.3 No more than 1 defect 3 Complies with federal, state, local and SAWS laws and regulations 1.1. 0 defects 4 Submits manifests for signature and provides copies to government 1.2.3 0 defects 5 Responds to Emergency and on-call requirements in specified time frame 1.2.5 & 1.2.6 0 defects Defect - A service that does not meet the requirements of the PWS; multiple defects may be found during one inspection (ex. inspection may identify defects for SS items 1 & 3). 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. UTILITIES. The government will provide water and electricity as needed in performance of work. APPENDIX 1 - WORKLOAD HISTORY 18 JANUARY 2013 GREASE TRAPS LOCATION BLDG NO. PUMPING FREQUENCY # OF TRAPS SIZE OF TRAPS (Gals) LAFB 2325 Monthly 1 25 LAFB 8210 Monthly 1 100 LTA 124 Every Other Month 1 5000 LAFB 2490 Every Other Month 1 5500 LAFB 8206 Every Other Month 1 750 LTA 118 Quarterly 1 500 LAFB 1286 Quarterly 1 1250 LAFB 1385 Quarterly 1 1000 KFA 2000 Quarterly 1 1500 LAFB 2300 Quarterly 1 1000 LAFB 2306 Quarterly 1 1000 WHMC East 4550 Quarterly 1 1500 WHMC North 4550 Quarterly 1 1000 LAFB 5570 Quarterly 1 1750 LAFB 6582 Quarterly 1 18000 LAFB 7025 Quarterly 1 1000 LAFB 7246 Quarterly 1 550 LAFB 7532 Quarterly 1 2500 LAFB 8400 Quarterly 1 1000 LAFB 9085 Quarterly 1 2000 LAFB 9110 Quarterly 1 1350 LAFB 9210 Quarterly 1 1500 LAFB 9310 Quarterly 1 1500 LAFB 9410 Quarterly 1 1200 LAFB 10175 Quarterly 1 1000 LAFB 10345 Quarterly 1 1500 LAFB 10416 Quarterly 1 1600 LAFB 10810 Quarterly 1 5000 KFA 1207 Semi-Annual 1 1000 LAFB 3220 Semi-Annual 1 1350 LAFB 6476 Semi-Annual 1 350 APPENDIX 1 - WORKLOAD HISTORY (continued) GRIT TRAPS LOCATION BLDG NO. PUMPING FREQUENCY # OF TRAPS SIZE OF TRAPS (Gals) LAFB 230 Quarterly 1 75 LAFB 5010 Quarterly 1 200 LAFB 5499 Quarterly 6 120 LAFB 7241 Quarterly 1 360 LTA 7390 Quarterly 1 200 LINT TRAPS LOCATION BLDG NO. PUMPING FREQUENCY # OF TRAPS SIZE OF TRAPS (Est Gals) LTA 126 Semi-Annual 1 300 LTA 127 Semi-Annual 1 300 LAFB 1215 Semi-Annual 1 750 LAFB 1217 Semi-Annual 1 750 LAFB 1219 Semi-Annual 1 750 LAFB 10504 Semi-Annual 1 1500 SEPTIC HOLDING TANKS LOCATION BLDG NO. PUMPING FREQUENCY # OF TANKS SIZE OF TANKS (Gals) KFA 1808 Monthly 1 2500 LAFB 7602 Every Other Month 1 600 APPENDIX 1 - WORKLOAD HISTORY (continued) OIL/WATER SEPARATORS LOCATION BLDG NO. PUMPING FREQUENCY # OF SEPARATORS SIZE OF SEPARATOR (Gals) LAFB 5010 Every Other Month 1 1200 LTA 230 Quarterly 1 500 KFA 814 Quarterly 1 1700 KFA 872 Quarterly 1 500 KFA 1175 Quarterly 1 1000 LAFB 2890 Quarterly 1 30 WHMC 4895 Quarterly 1 8000 LAFB 5008 Quarterly 1 1000 LAFB 5045 Quarterly 1 4000 LAFB 7241 Quarterly 1 1000 LAFB 7245A Quarterly 1 3500 LAFB 7245B Quarterly 1 200 LAFB 10504 Semi-Annual 1 200 ON-CALL SERVICE GREASE TRAPS, LINT INTERCEPTOR TRAPS, GRIT TRAPS, SEWAGE HOLDING TANKS & OIL/WATER SEPARATORS TRAPS/TANKS/ SEPARATORS BLDG # OF TRAPS SIZE OF TRAPS (Gals) KFA ***829 1 20000 LAFB as Needed WHMC as Needed ***NOTE: The oil water separator at Building 829 consist of an underground vault with the separator located inside. The vault is about 10' X 10' X 14', with a 4' X 4' X 4' square service access manway. The separator tank is approximately 6-Feet in diameter and about 8 Feet long giving an approximate volume of 1,690 gallons. Since the opening of the separator constitutes a hazard, this separator requires confined space equipment to service. APPENDIX 2 -WORKLOAD HISTORY Note: Figures indicate number of gallons pumped. GREASE TRAPS GRIT TRAPS MONTH 2009 2010 2011 MONTH 2009 2010 2011 JAN 2,200 27,260 27,260 JAN 1,336 436 436 FEB 930 10,930 10,930 FEB 1,000 1,000 MAR 8,050 36,765 36,765 MAR 4,100 4,100 APR 8,050 7,760 7,760 APR 586 736 736 MAY 930 26,556 26,556 MAY JUN 8,550 16,650 16,650 JUN 500 JUL 1,800 23,025 23,025 JUL 586 586 586 AUG 3,230 8,525 8,525 AUG SEP 7,300 36,065 36,065 SEP OCT 1,600 8,260 8,260 OCT 786 586 586 NOV 930 23,440 23,440 NOV DEC 7,100 16,775 16,775 DEC TOTAL 50,670 242,011 242,011 TOTAL 3,794 7,444 7,444 OIL/WATER SEPARATORS SEWAGE HOLDING TANKS MONTH 2009 2010 2011 MONTH 2009 2010 2011 JAN 2,200 2,100 2,100 JAN 9,000 20,200 20,200 FEB 930 3,030 3,030 FEB 4,300 6,400 6,400 MAR 8,050 7,100 7,100 MAR 5,200 7,900 7,900 APR 8,050 4,000 4,000 APR 8,700 7,600 7,600 MAY 930 730 730 MAY 9,200 7,500 7,500 JUN 8,550 6,500 6,500 JUN 7,050 11,900 11,900 JUL 1,800 2,200 2,200 JUL 7,150 13,700 13,700 AUG 3,230 930 930 AUG 5,200 5,950 5,950 SEP 7,300 8,050 8,050 SEP 5,800 6,200 6,200 OCT 1,600 2,000 2,000 OCT 3,100 7,500 7,500 NOV 930 630 630 NOV 8,800 2,500 2,500 DEC 7,100 10,050 10,050 DEC 7,000 3,100 3,100 TOTAL 50,670 47,320 47,320 TOTAL 80,500 100,450 100,450 APPENDIX 2 -WORKLOAD HISTORY Note: Figures indicate number of gallons pumped. LINT INTERCEPTOR TRAP MONTH 2011 2012 DEC 3850 JUN 4350 TOTAL 3850 4350 ADDENDUM TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (Feb 2012) Addendum to 52.212-1(b), Submission of Offers. The paragraph is tailored as follows: 1. Paragraph (b)(4) is deleted in its entirety and replaced with paragraph C below. 2. Paragraph (b)(6) is deleted in its entirety and replaced with paragraph C below. 3. Paragraph (b)(10) is deleted in its entirety. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: -The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Addendum to 52.212-1(d), Product Samples, is deleted in its entirety. Addendum to 52.212-1(e), Multiple Offers, is deleted in its entirety. Addendum to 52.212-1(f), Late Submissions, Modifications, Revisions, and Withdraws of Offers, is tailored as follows: paragraph (1) is replaced with paragraph A below. Addendum to 52.212-1(h), Multiple Awards, is deleted in its entirety. A. Proposal Preparation Instructions To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, registration in System for Award Management; in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. To be considered, the complete proposal must be received not later than 3:00 P.M., Central Time on 15 Mar 2013 at 802d CONS/LGCAF, Attn: Mary Lou Walther, 1655 Selfridge Avenue, Lackland AFB TX 78236. Proposals received after 3:00 PM on 15 Mar 2013 will be late and will not be considered for award. All proposals must be in English. Fax or email proposals will not be considered. B. System for Award Management (SAM) The Offeror's company /business must be registered in SAM in order to be eligible for government contract award. C. Price General Instructions The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit other than certified cost or pricing data to the extent necessary for the contracting officer to determine the reasonableness of the price. Note that unrealistically low or high proposed costs or prices, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the Offeror does not understand the requirement or has submitted an unrealistic proposal. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be a reason to reject an Offeror's proposal. Compliance with these instructions is mandatory and failure to comply may render your proposal ineligible for award. Offers shall be sufficiently detailed to demonstrate their reasonableness and balance. The burden of proof for credibility of proposed costs/prices rests with the Offeror. Section B (Bid Schedule). The offeror shall complete the Section B (Bid Schedule) of the RFP and submit with Proposal in accordance with these instructions. A unit price shall be proposed and inserted for each Firm Fixed Price (FFP) Contract Line Item Number (CLIN) for each performance period and shall be rounded up to two decimal places. The extended amount must equal the unit price multiplied by the number/quantity of units. " Bid Shee t FA3047-13-R-0006" which is a ttached must be subm itted along with proposal. Bid -Sheet must be in hard copy/paper form as well as an electronic copy on a CD. (END OF ADDENDUM TO 52.212-1) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) This acquisition will utilize the Test Program for Certain Commercial Items, in accordance with FAR.13.5. Award will be made to the Offeror with the lowest evaluated price, who is deemed responsible in accordance with FAR Part 9.104 and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, system for award management, and all other information required by this solicitation. It is the Government's intent to evaluate proposals and award contracts without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms. However, the Government reserves the right to conduct discussions if the Contracting Officer (CO) later determines them to be necessary. (b) The Government intends to award one (1) contract for this 100%, Small Business Set-Aside, Grease & Grit Traps Services. The resultant contract will have a base period with four one-year options. (c) Unless specifically identified in your proposal, by submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, system for award managment and technical requirements. Failure to meet a requirement may result in a proposal being determined ineligible for award. (d) Offers will be ranked based on total overall evaluated prices. Rank by Total Evaluated Price, as submitted. The Government will rank all proposals by the initially proposed total evaluated price, from lowest to highest, including all option years. An offeror's proposed estimated price will be determined by multiplying the estimated quantities identified in the Bid Schedule by the proposed unit price for each CLIN. The extended amounts for each CLIN will then be totaled to obtain the estimated total for each performance period. The estimated total for the basic performance period will then be added to the estimated total for each Option period to obtain the Total Evaluated Price. The Total Evaluated Price consists of the base and all options periods. In addition the Option to Extend Services Clause (FAR 52.217-8), is also considered part of this overall evaluation. Price Evaluation: All proposed prices for all contract periods will be evaluated for reasonableness, which may be determined based on prices submitted by the competition, historical pricing, current market conditions, comparison to the Independent Government Estimate, and/or other proposal analysis techniques as described in FAR 15.404-1. Evaluation of option prices will not obligate the Government to exercise options. The Government may require submission of information other than cost or pricing data to the extent necessary to evaluate price reasonableness. Proposed contract line item prices will be evaluated for unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items or sub line items appears to be significantly overstated or understated as indicated by the application of price analysis techniques. An offeror's proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA304713R0006/listing.html)
 
Place of Performance
Address: JBSA-LACKLAND, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03000426-W 20130303/130302091343-d9617e0db36014affaf68071204dd612 (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.