Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2016 FBO #5366
SOLICITATION NOTICE

J -- Fire Alarm Testing

Notice Date
7/31/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, Iowa, 50010
 
ZIP Code
50010
 
Solicitation Number
AG-6197-16-S-0018
 
Point of Contact
Sarah C Schauf, Phone: 5153377572
 
E-Mail Address
sarah.c.schauf@aphis.usda.gov
(sarah.c.schauf@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
B.1 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-8 effective 18 Jul 2016. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This RFQ is solicited as an unrestricted basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 - Security Systems Services (except Locksmiths) and the size standard is $20.5 million. The USDA does not intend to reimburse recipients of this RFQ for any costs incurred in preparing a quote. Prior to the preparation of your quote, please read all instructions contained herein. A Contractor's quote shall be clearly stated, complete and provide a straightforward, concise delineation if its capabilities and services to satisfy this RFP. B.2 SCHEDULE OF PRICES/COSTS All interested companies shall provide quotation for the following. All interested companies shall provide proposals for the following: ITEM SUPPLIES/SERVICES Unit Unit Price Net Amount 0001 12 MO tiny_mce_marker_______ tiny_mce_marker_____________ Fire Alarm System Operational Testing, Inspection and emergency service. Bldg. 5, 7, 9, 20, 21, 24, and 401. The Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, transportation, and other items and services necessary to perform routine inspections, testing, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems IAW the SOW. Period of performance 01 Sept 2016-31 Aug 2017 ITEM SUPPLIES/SERVICES Qty Unit Unit Price Net Amount 1001 12 MO tiny_mce_marker_______ __ tiny_mce_marker_____________ Fire Alarm System Operational Testing, Inspection and emergency service for Bldg. 3, 4, 5, 7, 9, 20, 21, 24, 401, 402, 403, 418 and 419. The Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, transportation, and other items and services necessary to perform routine inspections, testing, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems IAW the SOW. Period of performance 01 Sept 2017-31 Aug 2018. The Contractor shall be responsible for insuring all services, parts and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer's equipment and software specifications ITEM SUPPLIES/SERVICES Qty Unit Unit Price Net Amount 2001 12 MO tiny_mce_marker_______ __ tiny_mce_marker_____________ Fire Alarm System Operational Testing, Inspection and emergency service for Bldg. 3, 4, 5, 7, 9, 20, 21, 24, 401, 402, 403, 418 and 419. The Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, transportation, and other items and services necessary to perform routine inspections, testing, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems IAW the SOW. Period of performance 01 Sept 2018-31 Aug 2019. The Contractor shall be responsible for insuring all services, parts and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer's equipment and software specifications ITEM SUPPLIES/SERVICES Qty Unit Unit Price Net Amount 3001 12 MO tiny_mce_marker_______ __ tiny_mce_marker_____________ Fire Alarm System Operational Testing, Inspection and emergency service for Fire Alarm System Operational Testing and Inspection for Bldg. 3, 4, 5, 7, 9, 20, 21, 24, 401, 402, 403, 418 and 419. The Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, transportation, and other items and services necessary to perform routine inspections, testing, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems IAW the SOW. Period of performance 01 Sept 2019-31 Aug 2020. The Contractor shall be responsible for insuring all services, parts and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer's equipment and software specifications ITEM SUPPLIES/SERVICES Qty Unit Unit Price Net Amount 4001 12 Mo tiny_mce_marker_______ __ tiny_mce_marker_____________ Fire Alarm System Operational Testing, Inspection and emergency services for Bldg. 3, 4, 5, 7, 9, 20, 21, 24, 401, 402, 403, 418 and 419. The Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, transportation, and other items and services necessary to perform routine inspections, testing, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems IAW the SOW. Period of performance 01 Sept 2020-31 Aug 2021. The Contractor shall be responsible for insuring all services, parts and Original Equipment Manufacturer (OEM) components provided under this contract are in accordance with (IAW) the terms and conditions outlined herein, conform to the manufacturer's equipment and software specifications B.3 STATEMENT OF WORK Background: The USDA, National Centers for Animal Health is in need of a Fire Alarm Inspection and Service Agreement for sixteen (16) buildings to maintain and test the fire alarm systems and keep them in safe reliable operation. Scope: The USDA requires a Contractor to provide all personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform routine inspections, testing, maintenance, repairs, reporting, and annual fire alarm system operational testing and inspection in accordance with all National Fire Protection Association (NFPA) Codes and Standards, including, but not limited to, NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems. This intent of this requirement is for a campus wide Fire Alarm Systems inspection/testing, maintenance, and repair of Simplex fire protection at the USDA Campus located at 1920 Dayton Ave, Ames, Iowa, 50010. Contractor shall have required software and training to understand and troubleshoot Simplex 4010ES, 4100U, 4099-9001 fire alarm panels. The campus consists of multiple buildings that require fire systems inspection/testing, maintenance, and repair of alarm systems makes/models and components. All Contractor Technicians performing repairs or programming on the respective Fire Alarm Systems shall be possess a valid and current National Institute for Certification in Engineering Technologies (NICET) Level III Fire Alarm Technician Certification. Tasks: Fire Alarm System descriptions and details: Location: USDA, National Centers for Animal Health 1920 Dayton Ave Ames, Iowa 50010 Bldg. 3 1 - Fire Alarm Control Panel Simplex 4100U 2 - Notification Appliance Circuit remote power panels Simplex 4009 3 - Battery 2 - Analog Duct Smoke Detectors 1 - Horn/Strobe Signal Devices 15 - Rate of Rise Heat Detector 18 - Pull Stations - Single Action Bldg. 4 1 - Fire Alarm Control Panel Simplex 4100U 2 - Notification Appliance Circuit remote power panels Simplex 4009 3 - Battery Testing 1 - Horn/Strobe Signal Devices 3- Analog Duct Smoke Detectors 14 - Rate of Rise Heat Detector 17 - Pull Stations - Single Action Bldg. 5 1 - Fire Alarm Control Panel Simplex 4001 1 - Battery Testing 1 - Audio/Visual Signal Device 4 - Pull Stations - Single Action 4 - Horns Bldg. 7 1 - Annunciator 1- Fire Alarm Control Panel Simplex 4100U Panel 1 - Notification Appliance Circuit remote power panels Simplex 4009 2 - Battery Testing 1 - Audio/Visual Signal Device 15 - Analog Duct Detectors 172 - Analog Smoke Detectors 36 - Pull Stations - Single Action 42 - Strobes 60 - Speakers 76 - Speaker/Strobes Bldg. 9 1 - Annunciator 1 - Fire Alarm Control Panel Simplex 4100U 1 - Battery Testing 1 - Audio/Visual Signal Device 13 - Analog Duct Detectors 8 - Analog Smoke Detectors 13 - Heat Detectors 56 - Pull Station-Single Action 41 - Strobes 80 - Horn/Strobes 60 - Speaker/Strobes Bldg. 20 and 24 2 - Annunciator Panels 26 - Notification Appliance Circuit remote power panels Simplex 4009 8 - Fire Alarm Control Panel Simplex 4100U 1 - Fire Alarm Control Panel Simplex 4099-9001 35 - Battery testing 1 - Audio/Visual Signal Device 35 - Analog Duct Smoke Detectors 164 - Analog Smoke Detectors 14 - Beam Smoke Detectors 14 - Heat Detectors 95 - Pull Stations-Single Action 970- Speaker/Strobes Bldg. 21 1 - Annunciator 1 - Fire Alarm Control Panel Simplex 4100U 1 - Battery Testing 1 - Audio/Visual Signal Device 5 - Analog Duct Detectors 47- Analog Smoke Detectors 10 - Pull Station-Single Action 1 - Speaker/Strobes Bldg. 153 1 - Fire Alarm Control Panel Simplex 4100U 1 - Battery Testing 3 - Analog Smoke Detectors 1 - Horn/Strobe Signal Devices 22 - Rate of Rise Heat Detector 4 - Pull Stations - Single Action Bldg. 154 1 - Fire Alarm Control Panel Simplex 4100U 1 - Battery Testing 7 - Analog Smoke Detectors 3 - Analog Duct Smoke Detectors 1 - Horn/Strobe Signal Devices 52 - Rate of Rise Heat Detector 15 - Pull Stations - Single Action Bldg. 156 1 - Fire Alarm Control Panel Simplex 4100U 1 - Battery Testing 2 - Analog Smoke Detectors 4 - Analog Duct Smoke Detectors 3 - Horn/Strobe Signal Devices 10 - Rate of Rise Heat Detector 9 - Pull Stations - Single Action Bldg. 401 1 - Battery Testing 3 - Horn/Strobe Signal Devices 4 - Rate of Rise Heat Detector 3 - Pull Stations - Single Action Bldg. 402 1 - Fire Alarm Control Panel - Simplex 4010ES 1 - Battery Testing 11 - Horn/Strobe Signal Devices 1 - Rate of Rise Heat Detector 1 - Smoke Detector 2 - Duct Smoke Detectors 7 - Pull Stations - Single Action Bldg. 403 1 - Fire Alarm Control Panel - Simplex 4010ES 1 - Battery Testing 3 - Horn/Strobe Signal Devices 3 - Rate of Rise Heat Detector 1 - Smoke Detector 3 - Pull Stations - Single Action Bldg. 418 3 - Horn/Strobe Signal Devices 4 - Rate of Rise Heat Detector 3 - Pull Stations - Single Action Bldg. 419 1 - Fire Alarm Control Panel Simplex 4010ES 1 - Battery Testing - 4 years from date of manufacture battery replacement or upon failure including equipment, material, labor and battery recycling by Contractor 3 - Horn/Strobe Signal Devices 1 - Smoke Detector 1 - Duct Smoke Detector 1 - Pull Station - Single Action Coverage to include: - USDA shall be notified at least two weeks in advance prior to the annual inspection. - Annual Service report with handwritten or electronic service tickets - Contractor shall provide a report of the findings with a list of all devices inspected on the day of the inspection. The report shall list any items that need to be corrected or devices that need to be replaced. - Contractor shall provide an individual pricing with a break-down of labor and material costs for any services that are not covered by the contract due to damage rather than normal wear and tear for review within three working days. - Service coverage shall be Full Service 24 hours-7 days per week- 365 days/year - 4 hour or less - Emergency Response to have a competent Simplex Technician on site to repair a Fire Alarm Panel. - Replacement parts and labor for normal wear and tear items for all main fire alarm panels (Simplex 4001, 4009, 4099-1001, 4100U, 4010ES). Component replacement of central processing unit, to include reprogramming of system due to failure, replacement of circuit boards and all components in the control panels, annunciator panels and transponders. Replacement of batteries is covered. - Annual battery testing and replacement of batteries that are in service 4 years or replace upon failure including equipment, material, labor and battery recycling by Contractor. Not included: Replacement of faulty smoke detectors, pull stations, audible/visual units, and door contacts is not covered. Replacement of faulty wiring and fiber is not covered. General Requirements 1.01 Work Restrictions & Conditions A. Site Security Access 1. Access to the site is controlled by a security fence and visitor/contractor check-in/check-out system. All contractor/subcontractor employees shall sign-in and out at the south site entrance gate and wear a contractor/visitor identification badge at all times while on the site. The ID badges will be turned in at the end of the work day. A current government-issued identification with a picture ID is required for entry. 2. The Contractor shall use only the service roads and access routes approved by the Contracting Officer's Representative, Michael Kuennen or as designated. 3. Work shall be confined to Buildings 3, 4, 5, 7, 9, 20, 21, 24, 401, 402, 403, 418 and 419. Unless accompanied by a NCAH/USDA employee, the Contractor, subcontractors, and their employees shall not enter buildings or facilities not specifically part of this project. Reasons included, but are not limited to, disease control and health requirements. 4. Additional security requirements may be imposed when the Federal Government raises the Homeland Security Alert Level. Additional directions will be provided if the situation occurs. 5. Failure to comply with access requirements shall be adequate grounds for removal of the Contractor/subcontractor employees from the site and barring further site access to individuals. 6. No "tailgating" of USDA employees through secure entrances is allowed. 7. No animals/pets are allowed to be brought on the site regardless of whether they are left in a vehicle in the parking lot or not. B. Work Hours: Regular work hours for the site are 7:00am to 5:00pm, Monday through Friday, excluding Federal holidays. C. Work Outside Regular Work Hours: Is not authorized. 1.02 Quality Control Requirements A. COR shall review the completed work reports for approval prior to considering the work to be complete. 1.03 Temporary Facilities A. Utilities: The existing USDA utilities at the site may be used by the Contractor for completion of the contract work at no cost to the Contractor. The Contractor shall be responsible for making and removing any utility connections. B. Telephones: The Contractor shall equip all his foremen and work leaders with cell phones as necessary to coordinate the work effort. The Government will not provide any phone service to the project. C. Toilet Facilities: The Contractor is allowed to use Public Toilet Facilities within the Building 20 Conference area Rooms 1034 and 1049. D. Smoking is only allowed in the outdoor smoking building located at the northwest corner of Building 20. The contractor will need to check in and out at the South Guard Desk of Building 20 to use the smoking location, no propping of doors is allowed. Contractors are strongly encouraged to schedule a site visit to look at the Fire Alarm Systems. Contact Mike Kuennen via email @ michael.kuennen@ars.usda.gov to arrange for a site visit. Security Requirements: The Fire Alarm System Technicians will be provided an approved on-site escort to all locations necessary. This requirement is subject to the Service Contract Act. Wage Determination Delivery shall be provided no later than 60 days after receipt of order/award of contract. The contractor shall deliver all line item(s) FOB Destination to the entity and address identified below. SECTION C - CONTRACT CLAUSES FAR 52.252-2 - CLAUSE 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: http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: C.1 FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: Clause No Clause Title Date 52.203-3 Gratuities (Apr 1984) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.217-8 Option to Extend Services Fill-In Date: Within 30 calendar days of contract expiration date. (Nov 1999) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts). (May 2014) 52.228-5 Insurance -- Work on a Government Installation. (Jan 1997) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-13 Bankruptcy (Jul 1995) 52.243-1 Changes - Fixed Price, Alternate II (Apr 1984) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) C.2 FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS (JUN 2016) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(1), (4), (6), (8), (12), (22), (25), (26), (27), (28) (29), (30), (33), (42), (43), (44), (48), (54) and (57) Subparagraph (c)(1), (2), (3), (4), and (8) (End of Clause) C.3 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 30 days of contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 five (5) years and 6 months. (End of Clause) C.4 52.232-19 -- AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond the base year. 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 the base year, 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) C.7 CONTRACTOR RESPONSIBILITIES The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of West Virginia. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.7 SUPPLEMENTAL INSURANCE REQUIREMENTS The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here. In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation statutes. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful offeror must present to the Contracting Officer, prior to award, evidence of insurance without any exclusionary clauses that would void the coverages. When requested by the Contracting Officer, the Contractor shall provide a copy of all proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of Clause) C.8 INDEMNIFICATION (a) Responsibility for Government Property (1) The Contractor assumes full responsibility for and shall indemnify the Government against any and all losses or damage of whatsoever kind and nature to any and all Government property, including any equipment, supplies, accessories, or parts furnished, while in his custody and care for storage, repairs, or service to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent or representative of the Contractor or subcontractor. (2) If due to the fault, negligent acts (whether of commission or omission) and/or dishonesty of the Contractor or its employees, any Government-owned or controlled property is lost or damaged as a result of the Contractor's performance of this contract, the Contractor shall be responsible to the Government for such loss or damage, and the Government, at its option, may in lieu of payment thereof, require the Contractor to replace at his own expense, all property lost or damaged. (b) Hold Harmless and Indemnification Agreement The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any Contractor property or property owned by a third party occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. (c) Government's Right of Recovery Nothing in the above paragraphs shall be considered to preclude the Government from receiving the benefits of any insurance the Contractor may carry which provided for the indemnification of any loss or destruction of, or damages to property in the custody and care of the Contractor where such loss, destruction or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss, destruction of, or damage to Government property, and upon the request of the Contracting Officer shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery. (d) Government Liability The Government shall not be liable for any injury to the Contractor's personnel or damage to the Contractor's property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to other Federal statutory authority. C.9 FEDERAL HOLIDAYS The following days are considered Federal holidays and will be observed by the Contractor(s) in performance of work under the Contract: • New Year's Day (January 1) • Martin Luther King, Jr., Day (3rd Monday in January) • Washington's Birthday (3rd Monday in February) • Memorial Day (Last Monday in May) • Independence Day (July 4th) • Labor Day (1st Monday in September) • Columbus Day (2nd Monday in October) • Veterans Day (November 11) • Thanksgiving Day (4th Thursday in November) • Christmas Day (December 25th) If any of the above holidays falls on a Saturday, then the preceding Friday is the holiday. If any of the above holidays falls on a Sunday, then the following Monday is the holiday. In addition to the days designated above as holidays, the Government observes the following as non-working days: • Any other day designated by Federal Statute • Any day designated by Executive Order • Any other day designated by the President's Proclamation Contractor personnel shall work in accordance with the Government's designated holiday schedule unless otherwise stated specifically in the Contract. NOTE: Additional non-working days are sometimes authorized, but these are regional in nature (e.g., Inauguration Day in Washington, DC) and not included as Federal holidays for the purposes of this contract C.17 CONTRACT ADMINISTRATION DATA (Continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Name: ___________________________________________ Address: _________________________________________ City, State, Zip: ___________________________________ Telephone Number: ________________________________ Fax Number: _____________________________________ E-mail address: ___________________________________ DUNS: __________________________________________ b. GOVERNMENT: USDA APHIS 1920 Dayton AVE Ames Iowa 50010 CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) 2. INVOICES: Billing shall be made monthly, in arrears and once work is accepted by the Government. Invoices shall contain all required price and cost documentation, as applicable. Invoices shall be neat and legible and clearly state the labor hours, repair parts and associated costs, and any other required information, as applicable. See FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015). 3. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with IPP.gov, and FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015). C.18 CONTRACT SECURITY Add the following paragraphs to FAR Clause 52.204-2: All Contractor personnel shall be given escorted access by Government personnel for the duration of this service. Any additional Security Requirements as outlined below are subject to applicability based on the determination of the CO/COR (f) FSECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS LIST OF ATTACHMENTS Attachment Title 1 Wage Determination The information provided in List of Attachments is for reference only. The documents in List of Attachments are not intended to change the RFQ and any conflict therein should be resolved by referring and relying upon the RFQ. Because the List of Attachments reference materials may be outdated or contain information that has not been recently verified for accuracy, the Government does not warrant the accuracy of the information for purposes of this RFQ. SECTION E - SOLICITATION PROVISIONS E.1 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: http://www.acquisition.gov/far/index.html. Provision No Clause Title Date 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) *52.212-3 Offerors Representations and Certifications-Commercial Items (Apr 2016) 52.217-5 Evaluation of Options (Jul 1990) *Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. E.2 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • Technical Capability • Past Performance • Price The Government shall award to the offeror that submits the lowest priced technically acceptable (LPTA) quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) E.3 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of Provision) E.4 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Mailing Address: (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. USDA APHIS 1921 Dayton Ave Ames Iowa 50010 (End of Provision) E.5 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Reference paragraph (c) under referenced provision FAR 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The following paragraphs under referenced provision FAR 52.212-1 is hereby deleted: (e) Multiple offers (h) Multiple awards Quoters shall include the following with their quotes in order to be considered for award: Communications Between the Government and Offerors 1. Questions regarding this solicitation prior to quote submission may occur for the purpose of clarifying elements of the solicitation. a. Questions shall be submitted by e-mail to the Contracting Officer Sarah Schauf via email at sarah.c.schauf@aphis.usda.gov. Question(s) must be received by 11:00 a.m. Eastern standard time on August 8th, 2016. Questions received after this date and time will not receive a response. Answers to questions will be posted to the FEDBIZOPPS website via an amendment to the solicitation. 2. The hour and date for receipt of offers is 3:00 p.m. CST on August 22nd, 2016. Quoters shall submit one electronic quote, e-mailed, quote E-MAILED QUOTATION MUST BE RECEIVED IN THIS OFFICE BY THIS DATE AND TIME. E-mailed quotes must be submitted to the following e-mail address: sarah.c.schauf@aphis.usda.gov.. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 3. General Instructions: a. The selection of a source for award purposes will be conducted utilizing simplified acquisition procedures as delineated in FAR 13.5. Offers will be evaluated using the criteria under Section E, "Evaluation Factors for Award." Noncompliance with the Request for Proposal (RFP) requirements may hamper the Government's ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award. b. The Quote. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFQ, concurrence with the Statement of Work Statement, and contract type. c. It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. However, should discussions become necessary, the Government reserves the right to hold them. Submission of a quote that does not contain all of the items requested in the Instructions to Offerors may result in elimination from consideration for award. The Government reserves the right to make award solely on initial quotes received. Quoter bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designed office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. d. Quote Format and Structure - To provide a basis for sound evaluation by the Government, quoters must submit a complete quote. The information provided shall be concise, factual, complete, and demonstrate the quoter's capacity and capability to satisfactorily perform the requirements outlined in the solicitation. Quotes will be considered only from quoters that are regularly established in the business and in the judgment of the Government, are deemed financially responsible and able to show evidence of appropriate experience. e. Award for All of the Work: The Government intends to award one contract as a result of this solicitation. Offers received with less than the stated number of items listed in the Offer Schedule will be considered non- responsive and therefore, not considered for award. f. Instructions outlined in FAR 52.212-1, as supplemented herein, prescribe the format for the quotation and describe the approach for the development and presentation of quotation data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotations. g. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the Contracting Officer, in writing, with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial quotation, as received, without discussion. h. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) website at http://fbo.gov. Offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 4. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotations must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offerors shall list exception(s) and rationale for the exception(s). 5. Each quote shall be submitted in one e-mail and separated via attachment in three (3) separate and distinct parts/volumes: • Volume I: Technical Capability • Volume II: Past Performance • Volume III: Price 6. SUBMISSION OF OFFERS: a. Offerors shall complete and return all information designated in: i. Blocks 17(a) and 30(a-c) of SF 1449 ii. Contract Administration Data iii. The Price/Cost Schedule, Section B iv. 52.212-1, Instructions to Offerors--Commercial Items v. Proposal Submission Information vi. 52.212-3, Representations and Certifications, or valid completion in SAM is acceptable vii. All amendments issued shall be signed and dated. 7. By submission of a quote, the quoter acknowledges the requirement that the prospective awardee shall be registered in the System for Award Management (SAM) database prior to award. Offerors who are not registered in SAM should consider applying for registration immediately. Registration in SAM is a requirement to conduct business with the Federal Government. If the prospective awardee is not registered in SAM within the timeframe specified by the Contracting Officer, the successful offeror may be removed from further consideration for award. Offerors can register in SAM at https://www.sam.gov. Further, offeror must have the identified NAICS listed in the SAM registration. This is also requirement for award. E.6 ADDENDUM to FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) The following provisions are incorporated into 52.212-2 as an addendum to this solicitation: Basis for Contract Award This is a best value contract selection. The Government will utilize a Lowest Price Technically Acceptable ("LPTA") evaluation method for this requirement. Trade-offs between cost/price and non-cost/price factors are not permitted. The Government will award a single contract to the Contractor whose proposal is technically acceptable and the lowest price. Subject to the provisions contained herein, the Government intends to award a single contract resulting from this solicitation to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, and all other information required by the solicitation), provides the Lowest Priced, Technically Acceptable offer to satisfy the requirements of this solicitation and the SOW. Offers that fail to address all the requirements set forth in the Solicitation will be rejected. The Government intends to evaluate quotes and award a contract without discussions with Offerors. Therefore, the Offeror's submission should contain their best terms from a cost and technical standpoint. The Government reserves the right to reject an offer upon initial submission and not consider it for contract award if any required data is absent or the data received conveys a misunderstanding of the requirement. PROPOSAL SUBMISSION REQUIREMENTS Each Offeror's proposal MUST include the following components: Volume I: Technical Capability: Technical Capability: The Technical Factor evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. The Technical Capability Volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims in the Offeror's quote. Legibility, clarity and coherence are very important. Your responses will be evaluated against the Technical factors defined below. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Statements that the offeror understands, can, or will comply with the SOW (including referenced publications, technical data, etc.); statements paraphrasing the SOW or parts thereof (including applicable publications, technical data, etc.); and phrases such as "standard procedures will be employed" or "well known techniques will be used," etc., will be considered unacceptable. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. a. Quoter shall submit certification and demonstrate capability of inspecting, testing, maintaining and repairing Notifier Onyx type and Simplex Grinnell 4100 ES type Fire Alarm Systems in accordance with NFPA 72 - National Fire Alarm and Signaling Code and NFPA 13 - Installation of Automatic Fire Sprinkler Systems. b. Quoter shall submit name, point of contact, capabilities and experience of monitoring service. c. Quoter shall submit details of previous contracts within the last three years of similar scope and size of this acquisition, including government contracts. d. Quoter shall submit certification and demonstrate proposed vendor technicians performing repairs or programming changes to the systems possess a valid, current, NICET Level III Fire Alarm Technician certification. The technician shall also be factory trained and certified by the respective fire alarm system equipment manufacturer. The Technical Capability factor will be assigned an overall adjectival rating at the factor level. An Offeror shall achieve a minimum rating of "Acceptable" in the Technical Capability factor to be viable for award and shall demonstrate a sound approach that meets all requirements and objectives of the SOW. TABLE 1 Technical Capabilities Acceptable/Unacceptable Ratings Ratings Description Acceptable Proposal clearly meets the minimum requirements of the solicitation Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation To note, failure to provide a complete, detailed, realistic, and reasonable quote may reflect a lack of understanding of the requirements and may result in a determination that the Offeror's quote is unacceptable. The Government does not assume a duty to search for clarification data to cure problems or inconsistencies with an Offeror's quote. Evaluations will be on an Acceptable/Unacceptable basis. A failure in any one of the above requirements constitutes a failure for factor 1 and will not be further evaluated. Volume II: Past Performance: This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and Government offerings, inclusive of delivery, schedule compliance, product quality, and overall customer satisfaction. The Government will evaluate the offeror's Past Performance record to determine acceptability of a quote as follows: Past Performance shall be evaluated on an Acceptable/Unacceptable basis. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". The offeror will be evaluated on how well the contractor performed on the recent and relevant contracts submitted in the Past Performance quote. The offeror will be evaluated on the past performance record provided as part of the quote and any other relevant past performance information obtained from other sources which may include: Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The quote must identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three (3) years. Relevant is defined as work similar in complexity and magnitude of the work described in this SOW. This information shall include all of the following information for each identified contract/task order: • Project title • Description of the project • Contract number • Contract amount • Government Agency/Organization • COR's name, address, and phone number • Contracting Officer's name, address, and phone number • Contract and, if applicable, task order number • Current status, e.g., completed and/or if in progress, start and estimated completion dates • Dollar value and type of contract • Name of company being referenced • SOW paragraphs that the reference applies to • Key personnel (please highlight those individuals who worked on the relevant project(s) and are also being proposed for this effort.) • A brief narrative of why you deem the reference to be relevant to this effort. • Name/organization/position and phone number of knowledgeable individual who can be queried by Government evaluators Each quote will be evaluated to the extent to which the offeror has demonstrated an ability and willingness to perform: 1) A quality product or service (i.e. the conformance to contract requirements, specifications, and standards of good workmanship); 2) Timeliness of the contract with regard to completion of contract, task orders, milestones, delivery schedules and administrative requirements (e.g., effort that contributes to or affects the schedule variance); 3) Acceptable cost control with regard to the offeror's effectiveness in forecasting, managing, and controlling contract cost; 4) Good business relationships with regard to the timeliness, completeness and quality of problem identification and resolution, offeror's history of reasonable and cooperative behavior, customer satisfaction, timely award and management of subcontracts, and whether the contractor met their small/small disadvantaged and women owned business participation goals; 5) Management of personnel with regard to demonstration of a commitment to the management of personnel with regard to the offeror's performance in selecting, retaining, supporting, and replacing when necessary, personnel; and Regulator Compliance. Should the Government discover adverse past performance information to which the offeror(s) had not had a prior opportunity to respond, the Contracting Officer will conduct communications if deemed appropriate. The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to performance confidence assessment. Assigning Ratings. The Past Performance Factor will be assigned one of the ratings defined below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Volume III Price Price proposal shall contain pricing information. The prices shall be provided in accordance with Price/Cost Schedule, failure to provide pricing shall be cause for rejection of the proposal. Offers shall include pricing for the base year and all option years Technically acceptable quotes found to have a satisfactory record of past performance will be evaluated for the lowest price. The price offered by the Contractor will be evaluated for fairness and reasonableness utilizing price analysis techniques. If additional information is required, the Government may require a breakdown of the price offered. Award will be based on the lowest priced quote that meets or exceeds the acceptability standards for the non-cost factors. The prices proposed by the Offers with "Acceptable" technical capabilities and past performance rating will be evaluated for fairness and reasonableness. Offers that are not considered "Acceptable", in accordance with the "Evaluation Factors for Award" outlined below, will no longer be considered for award and price will not be evaluated. Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques such as comparison to other offers, historical rates, and/or the Government's Independent Government Cost Estimate (IGCE). Through these techniques the Government will determine whether prices are fair, reasonable and complete. To be viable for award, offeror's price must be determined fair and reasonable by the Government. The Government may determine that an offer is unacceptable if the pricing is not complete. The Government will evaluate the pricing proposed for each CLIN and the total price proposed. The Government will evaluate the price for award purposes by adding the price of the base year and the four one-year option periods and comparing that total price for balance and against all of the proposals found to be technically acceptable. Price will not be evaluated on those proposals found to be Technically Unacceptable. Definitions. Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The offeror's proposal is in compliance with the Price Volume instructions in the solicitation." Attachment 1 WD 05-2206 (Rev.-20) was first posted on www.wdol.gov on 01/05/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2206 Daniel W. Simms Division of | Revision No.: 20 Director Wage Determinations| Date Of Revision: 12/29/2015 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ State: Iowa Area: Iowa Counties of Adair, Appanoose, Audubon, Boone, Calhoun, Carroll, Cerro Gordo, Clarke, Dallas, Davis, Decatur, Emmet, Franklin, Greene, Guthrie, Hamilton, Hancock, Hardin, Humboldt, Jasper, Kossuth, Lucas, Madison, Mahaska, Marion, Marshall, Monroe, Palo Alto, Pocahontas, Polk, Poweshiek, Ringgold, Story, Taylor, Union, Wapello, Warren, Wayne, Webster, Winnebago, Worth, Wright ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.67 01012 - Accounting Clerk II 14.21 01013 - Accounting Clerk III 15.90 01020 - Administrative Assistant 22.14 01040 - Court Reporter 16.25 01051 - Data Entry Operator I 12.10 01052 - Data Entry Operator II 13.20 01060 - Dispatcher, Motor Vehicle 18.58 01070 - Document Preparation Clerk 13.79 01090 - Duplicating Machine Operator 13.79 01111 - General Clerk I 12.53 01112 - General Clerk II 13.68 01113 - General Clerk III 15.35 01120 - Housing Referral Assistant 18.58 01141 - Messenger Courier 11.61 01191 - Order Clerk I 15.21 01192 - Order Clerk II 18.54 01261 - Personnel Assistant (Employment) I 15.06 01262 - Personnel Assistant (Employment) II 16.85 01263 - Personnel Assistant (Employment) III 21.01 01270 - Production Control Clerk 19.65 01280 - Receptionist 12.00 01290 - Rental Clerk 12.28 01300 - Scheduler, Maintenance 14.53 01311 - Secretary I 14.53 01312 - Secretary II 16.25 01313 - Secretary III 18.43 01320 - Service Order Dispatcher 16.60 01410 - Supply Technician 22.14 01420 - Survey Worker 16.09 01531 - Travel Clerk I 12.17 01532 - Travel Clerk II 12.94 01533 - Travel Clerk III 13.73 01611 - Word Processor I 13.30 01612 - Word Processor II 14.93 01613 - Word Processor III 16.70 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 20.28 05010 - Automotive Electrician 20.43 05040 - Automotive Glass Installer 19.68 05070 - Automotive Worker 19.68 05110 - Mobile Equipment Servicer 18.10 05130 - Motor Equipment Metal Mechanic 21.62 05160 - Motor Equipment Metal Worker 19.68 05190 - Motor Vehicle Mechanic 19.87 05220 - Motor Vehicle Mechanic Helper 17.33 05250 - Motor Vehicle Upholstery Worker 18.88 05280 - Motor Vehicle Wrecker 19.68 05310 - Painter, Automotive 20.02 05340 - Radiator Repair Specialist 19.68 05370 - Tire Repairer 13.35 05400 - Transmission Repair Specialist 21.62 07000 - Food Preparation And Service Occupations 07010 - Baker 12.11 07041 - Cook I 11.57 07042 - Cook II 13.25 07070 - Dishwasher 8.49 07130 - Food Service Worker 9.05 07210 - Meat Cutter 12.99 07260 - Waiter/Waitress 9.10 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.13 09040 - Furniture Handler 14.77 09080 - Furniture Refinisher 17.13 09090 - Furniture Refinisher Helper 14.53 09110 - Furniture Repairer, Minor 15.83 09130 - Upholsterer 15.90 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.86 11060 - Elevator Operator 10.87 11090 - Gardener 14.73 11122 - Housekeeping Aide 10.87 11150 - Janitor 10.87 11210 - Laborer, Grounds Maintenance 12.27 11240 - Maid or Houseman 9.66 11260 - Pruner 11.19 11270 - Tractor Operator 14.01 11330 - Trail Maintenance Worker 13.08 11360 - Window Cleaner 11.94 12000 - Health Occupations 12010 - Ambulance Driver 16.11 12011 - Breath Alcohol Technician 16.44 12012 - Certified Occupational Therapist Assistant 21.71 12015 - Certified Physical Therapist Assistant 20.56 12020 - Dental Assistant 16.95 12025 - Dental Hygienist 31.76 12030 - EKG Technician 22.64 12035 - Electroneurodiagnostic Technologist 22.64 12040 - Emergency Medical Technician 16.11 12071 - Licensed Practical Nurse I 14.40 12072 - Licensed Practical Nurse II 16.10 12073 - Licensed Practical Nurse III 17.96 12100 - Medical Assistant 15.08 12130 - Medical Laboratory Technician 18.33 12160 - Medical Record Clerk 13.71 12190 - Medical Record Technician 15.32 12195 - Medical Transcriptionist 14.60 12210 - Nuclear Medicine Technologist 30.80 12221 - Nursing Assistant I 9.78 12222 - Nursing Assistant II 11.00 12223 - Nursing Assistant III 12.00 12224 - Nursing Assistant IV 13.47 12235 - Optical Dispenser 16.10 12236 - Optical Technician 13.93 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 14.70 12305 - Radiologic Technologist 22.29 12311 - Registered Nurse I 20.82 12312 - Registered Nurse II 25.47 12313 - Registered Nurse II, Specialist 25.47 12314 - Registered Nurse III 30.81 12315 - Registered Nurse III, Anesthetist 30.81 12316 - Registered Nurse IV 36.93 12317 - Scheduler (Drug and Alcohol Testing) 19.66 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.57 13012 - Exhibits Specialist II 21.77 13013 - Exhibits Specialist III 26.63 13041 - Illustrator I 17.57 13042 - Illustrator II 21.77 13043 - Illustrator III 26.63 13047 - Librarian 24.10 13050 - Library Aide/Clerk 11.11 13054 - Library Information Technology Systems 21.77 Administrator 13058 - Library Technician 12.56 13061 - Media Specialist I 14.39 13062 - Media Specialist II 16.12 13063 - Media Specialist III 18.05 13071 - Photographer I 15.38 13072 - Photographer II 17.57 13073 - Photographer III 21.76 13074 - Photographer IV 26.74 13075 - Photographer V 32.21 13110 - Video Teleconference Technician 18.44 14000 - Information Technology Occupations 14041 - Computer Operator I 14.71 14042 - Computer Operator II 16.46 14043 - Computer Operator III 18.36 14044 - Computer Operator IV 20.40 14045 - Computer Operator V 22.58 14071 - Computer Programmer I 22.64 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 14.71 14160 - Personal Computer Support Technician 22.33 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.72 15020 - Aircrew Training Devices Instructor (Rated) 34.74 15030 - Air Crew Training Devices Instructor (Pilot) 41.63 15050 - Computer Based Training Specialist / Instructor 28.72 15060 - Educational Technologist 30.99 15070 - Flight Instructor (Pilot) 41.63 15080 - Graphic Artist 22.58 15090 - Technical Instructor 19.97 15095 - Technical Instructor/Course Developer 24.42 15110 - Test Proctor 16.12 15120 - Tutor 16.12 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.03 16030 - Counter Attendant 9.03 16040 - Dry Cleaner 10.82 16070 - Finisher, Flatwork, Machine 9.03 16090 - Presser, Hand 9.03 16110 - Presser, Machine, Drycleaning 9.03 16130 - Presser, Machine, Shirts 9.03 16160 - Presser, Machine, Wearing Apparel, Laundry 9.03 16190 - Sewing Machine Operator 11.44 16220 - Tailor 12.11 16250 - Washer, Machine 9.68 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.61 19040 - Tool And Die Maker 21.54 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.29 21030 - Material Coordinator 19.65 21040 - Material Expediter 19.65 21050 - Material Handling Laborer 11.70 21071 - Order Filler 12.56 21080 - Production Line Worker (Food Processing) 14.29 21110 - Shipping Packer 15.83 21130 - Shipping/Receiving Clerk 15.83 21140 - Store Worker I 11.66 21150 - Stock Clerk 15.46 21210 - Tools And Parts Attendant 14.29 21410 - Warehouse Specialist 14.29 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.77 23021 - Aircraft Mechanic I 25.32 23022 - Aircraft Mechanic II 26.77 23023 - Aircraft Mechanic III 28.21 23040 - Aircraft Mechanic Helper 19.20 23050 - Aircraft, Painter 23.15 23060 - Aircraft Servicer 20.92 23080 - Aircraft Worker 21.81 23110 - Appliance Mechanic 21.67 23120 - Bicycle Repairer 13.32 23125 - Cable Splicer 22.76 23130 - Carpenter, Maintenance 18.98 23140 - Carpet Layer 18.48 23160 - Electrician, Maintenance 23.63 23181 - Electronics Technician Maintenance I 24.42 23182 - Electronics Technician Maintenance II 26.02 23183 - Electronics Technician Maintenance III 27.60 23260 - Fabric Worker 17.30 23290 - Fire Alarm System Mechanic 20.16 23310 - Fire Extinguisher Repairer 16.13 23311 - Fuel Distribution System Mechanic 23.91 23312 - Fuel Distribution System Operator 18.94 23370 - General Maintenance Worker 16.44 23380 - Ground Support Equipment Mechanic 25.32 23381 - Ground Support Equipment Servicer 20.92 23382 - Ground Support Equipment Worker 21.81 23391 - Gunsmith I 16.13 23392 - Gunsmith II 18.48 23393 - Gunsmith III 20.89 23410 - Heating, Ventilation And Air-Conditioning 20.22 Mechanic 23411 - Heating, Ventilation And Air Contditioning 21.16 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.40 23440 - Heavy Equipment Operator 22.46 23460 - Instrument Mechanic 20.89 23465 - Laboratory/Shelter Mechanic 19.69 23470 - Laborer 11.70 23510 - Locksmith 18.54 23530 - Machinery Maintenance Mechanic 19.77 23550 - Machinist, Maintenance 18.83 23580 - Maintenance Trades Helper 14.86 23591 - Metrology Technician I 20.89 23592 - Metrology Technician II 22.09 23593 - Metrology Technician III 23.26 23640 - Millwright 20.89 23710 - Office Appliance Repairer 18.51 23760 - Painter, Maintenance 18.51 23790 - Pipefitter, Maintenance 23.55 23810 - Plumber, Maintenance 22.20 23820 - Pneudraulic Systems Mechanic 20.89 23850 - Rigger 20.89 23870 - Scale Mechanic 18.48 23890 - Sheet-Metal Worker, Maintenance 22.02 23910 - Small Engine Mechanic 16.48 23931 - Telecommunications Mechanic I 23.13 23932 - Telecommunications Mechanic II 24.46 23950 - Telephone Lineman 19.64 23960 - Welder, Combination, Maintenance 19.58 23965 - Well Driller 21.33 23970 - Woodcraft Worker 20.89 23980 - Woodworker 16.13 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.51 24580 - Child Care Center Clerk 13.10 24610 - Chore Aide 12.44 24620 - Family Readiness And Support Services 14.20 Coordinator 24630 - Homemaker 17.64 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.08 25040 - Sewage Plant Operator 20.55 25070 - Stationary Engineer 22.08 25190 - Ventilation Equipment Tender 15.94 25210 - Water Treatment Plant Operator 20.55 27000 - Protective Service Occupations 27004 - Alarm Monitor 19.77 27007 - Baggage Inspector 13.55 27008 - Corrections Officer 22.35 27010 - Court Security Officer 20.95 27030 - Detection Dog Handler 18.66 27040 - Detention Officer 22.35 27070 - Firefighter 19.70 27101 - Guard I 13.55 27102 - Guard II 18.66 27131 - Police Officer I 23.98 27132 - Police Officer II 26.63 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.75 28042 - Carnival Equipment Repairer 11.32 28043 - Carnival Equpment Worker 9.19 28210 - Gate Attendant/Gate Tender 12.94 28310 - Lifeguard 11.01 28350 - Park Attendant (Aide) 14.48 28510 - Recreation Aide/Health Facility Attendant 10.57 28515 - Recreation Specialist 17.62 28630 - Sports Official 11.53 28690 - Swimming Pool Operator 15.77 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 22.21 29020 - Hatch Tender 22.21 29030 - Line Handler 22.21 29041 - Stevedore I 21.05 29042 - Stevedore II 23.26 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 16.46 30022 - Archeological Technician II 18.42 30023 - Archeological Technician III 22.80 30030 - Cartographic Technician 22.80 30040 - Civil Engineering Technician 22.57 30061 - Drafter/CAD Operator I 16.29 30062 - Drafter/CAD Operator II 18.42 30063 - Drafter/CAD Operator III 20.32 30064 - Drafter/CAD Operator IV 25.00 30081 - Engineering Technician I 15.76 30082 - Engineering Technician II 17.69 30083 - Engineering Technician III 19.79 30084 - Engineering Technician IV 24.51 30085 - Engineering Technician V 29.98 30086 - Engineering Technician VI 36.28 30090 - Environmental Technician 24.12 30210 - Laboratory Technician 20.36 30240 - Mathematical Technician 22.80 30361 - Paralegal/Legal Assistant I 19.03 30362 - Paralegal/Legal Assistant II 23.63 30363 - Paralegal/Legal Assistant III 28.90 30364 - Paralegal/Legal Assistant IV 34.98 30390 - Photo-Optics Technician 25.08 30461 - Technical Writer I 22.42 30462 - Technical Writer II 28.41 30463 - Technical Writer III 34.37 30491 - Unexploded Ordnance (UXO) Technician I 22.47 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) 20.32 Surface Programs 30621 - Weather Observer, Senior (see 2) 24.83 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.57 31030 - Bus Driver 16.61 31043 - Driver Courier 14.48 31260 - Parking and Lot Attendant 9.41 31290 - Shuttle Bus Driver 15.81 31310 - Taxi Driver 9.93 31361 - Truckdriver, Light 15.81 31362 - Truckdriver, Medium 16.06 31363 - Truckdriver, Heavy 19.88 31364 - Truckdriver, Tractor-Trailer 19.88 99000 - Miscellaneous Occupations 99030 - Cashier 9.17 99050 - Desk Clerk 9.97 99095 - Embalmer 26.52 99251 - Laboratory Animal Caretaker I 10.04 99252 - Laboratory Animal Caretaker II 10.65 99310 - Mortician 27.89 99410 - Pest Controller 17.29 99510 - Photofinishing Worker 12.16 99710 - Recycling Laborer 16.00 99711 - Recycling Specialist 18.82 99730 - Refuse Collector 14.56 99810 - Sales Clerk 13.46 99820 - School Crossing Guard 11.95 99830 - Survey Party Chief 26.36 99831 - Surveying Aide 14.12 99832 - Surveying Technician 19.93 99840 - Vending Machine Attendant 15.47 99841 - Vending Machine Repairer 17.52 99842 - Vending Machine Repairer Helper 15.47 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $4.27 per hour computed on the basis of all hours worked by service employees employed on the contract. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/NVSL/AG-6197-16-S-0018/listing.html)
 
Place of Performance
Address: 1920 Dayton Ave, ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN04202748-W 20160802/160731233115-99969697026708a735c533d71e1bd71d (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.