Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOLICITATION NOTICE

J -- Caterpillar 3456 Engine Rebuild - Caterpillar Engine

Notice Date
9/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, Attn: CEHEC-CT, 7701 Telegraph Road, Alexandria, Virginia, 22315-3860, United States
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-16-T-0029
 
Archive Date
9/21/2016
 
Point of Contact
Victoria D Floyd, Phone: 7034286318, LaTova J. Greene, Phone: 7034287943
 
E-Mail Address
victoria.d.floyd@usace.army.mil, latova.j.greene@usace.army.mil
(victoria.d.floyd@usace.army.mil, latova.j.greene@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Caterpillar Engine Rebuild Combined Synopsis/Solicitation Number: W912HQ-16-T-0029 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR 12.603 - Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated August 15, 2016 The requirement is for a 100% small business set-aside under NAICS code 811310, Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance. The size standard for this NAICS codes is $7.5M. Description: This requirement is for the complete rebuild of two CAT 3456 engines, with the option to complete up to eight additional rebuilds during the initial period of performance and an additional option year of up to ten engine rebuilds. These are liquid-cooled, 6 cylinder, four-cycle, turbo-charged, and after-cooled diesel engines and have a 15.8 Liter (964 cubic inch) displacement and act as the prime movers for the SR4B alternator designed to support U.S. Army MEP-PU-810 generators. Rebuilds will be completed in accordance with the manufacturer's specifications. Rebuilds will include engine disassembly, engine reassembly, cleaning of components, inspection of engine components to determine if they meet specifications for reuse, part replacement as identified below, load testing of each engine, and repainting of the engine. Engines will be tested on a dynamometer by the contractor prior to delivery and test data will be provided to the Government. Engines do not have mounted radiators. The contractor will deliver and pick up engines identified for rebuild to and from Fort Belvoir, VA. Contract Line Items: This requirement and associated contract line item number (CLIN) is provided below: CLIN# Model Quantities Units of Measure Unit Price Total 0001 Overhaul 3456 engines 2 Each 0002 Optional Overhaul 3456 Engines (up to eight additional ) 8 Each 0003 Engine Repairs (to be negotiated at time identified) TBD TBD 0004 Contractor Manpower Reporting 1 Job 1001 Option Year 1 Overhaul 3456 engines 2 Each 1002 Optional Overhaul 3456 Engines (up to eight additional ) 8 Each 1003 Engine Repairs (to be negotiated at time identified) TBD TBD 1004 Contractor Manpower Reporting 1 Job Basis for award: The Government will award a contract resulting from this combined synopsis solicitation on the basis of the lowest evaluated price of responsible offers whose product/service meets the requirements as listed in the performance work statement. Offerors must submit the following documents for this solicitation: offer using CLIN structure above and technical information (ie brochures) providing enough information to determine whether or not the product/service being offered meets the requirements of the performance work statement. Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting an offer. Period and Place of Performance: One year with one option year. Performance or Delivery shall take place at: Fort Belvoir, VA Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 1:00 pm Eastern Daylight Time (EDT), on Tuesday, 20 September 2016. Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and time. If offers are mailed, an electronic version of the offer (i.e. CD, DVD, etc.) should accompany the paper copy. If an offer is e-mailed to the POC shown below, it is the offeror's responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic offer, the Government will acknowledge receipt of that offer via email to the offeror. POC: Latova Greene Address: 7701 Telegraph Road Alexandria VA Phone: 703-428-7948 Email: Latova.j.greene@usace.army.mil   Performance Work Statement 249TH Engineer Battalion Caterpillar 3456 Engine Rebuild 1.0 GENERAL: This is a service contract to provide manufacturer-specific overhaul and rebuild of Caterpillar (CAT) 3456 diesel engines in all aspects to manufacturer warranty-level quality. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor, who in turn is responsible to the Government. 2.0 DESCRIPTION OF SERVICES: The Contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, and other items necessary to rebuild and overhaul CAT 3456 engines as defined in this Performance Work Statement (PWS), except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. 3.0 BACKGROUND: The 249th Engineer Battalion deploys worldwide to provide prime electrical power and electrical systems expertise in support of the warfighter mission and the National Response Framework. The unit's primary equipment assets are medium voltage generators and power plants that require special equipment for installation and calibration. The Heavy Maintenance Support Section (HMS) performs sustainment level (Direct support thru Limited depot) maintenance for all Army MEP-810 series generators. In order to fulfill this requirement, HMS must contract the overhaul of this equipment to meet operational requirements. 4.0 SCOPE: This PWS covers the complete rebuild of two CAT 3456 engines, with the option to complete up to eight additional rebuilds during the initial period of performance and an additional option year of up to ten engine rebuilds. These are liquid-cooled, 6 cylinder, four-cycle, turbo-charged, and after-cooled diesel engines and have a 15.8 Liter (964 cubic inch) displacement and act as the prime movers for the SR4B alternator designed to support U.S. Army MEP-PU-810 generators. Rebuilds will be completed in accordance with the manufacturer's specifications. Rebuilds will include engine disassembly, engine reassembly, cleaning of components, inspection of engine components to determine if they meet specifications for reuse, part replacement as identified below, load testing of each engine, and repainting of the engine. Engines will be tested on a dynamometer by the contractor prior to delivery and test data will be provided to the Government. Engines do not have mounted radiators. The contractor will deliver and pick up engines identified for rebuild to and from Fort Belvoir, VA. All contractors must include transportation costs as part of the quote. No more than two engines will be delivered at a time. Contractor must complete two engines in 15 working days. Overhauled engines will be warrantied against failure for one year, or 1000 operating hours, from the date of return to the 249th EN BN. 5.0 REQUIRED SERVICES: 5.1 Engine Assembly / Disassembly: The engine will be delivered completely disconnected from all other generator components. Contractor is responsible for all assembly and disassembly inherent in performance of the cleaning, inspections, maintenance, and refurbishment of engines. 5.2 Component Replacement: At minimum the following items will be replaced during the rebuild: • Cylinder Liners • Cylinder Head • Thermostats • Main bearings • Rod bearings • All front gear bearings • Thrust Plates • Fuel injectors • Turbo Charger • Water pump • Oil Pump • All seals and gaskets • Oil and fuel filters • Any other component deemed out of tolerance IAW CAT specifications 5.3 Load Test Data: Load testing results will be furnished to the 249th EN BN for each rebuilt engine in hard copy and digital format. 5.4 Documentation: Documentation will be provided listing all components replaced and measurements taken as part of the rebuild and services performed. 5.5 Warranty: Overhauled engines will be warrantied against failure for one year, or 1000 operating hours, from the date of return to the 249th EN BN. 5.6 Shipping: The contractor will deliver and pick up engines identified for rebuild to and from Fort Belvoir, VA. 6.0 GOVERNMENT FURNISHED EQUIPMENT: The Government will provide two Government-owned Caterpillar 3456 engines for each iteration of maintenance provided by the Contractor. Government will be responsible for all associated transportation for this equipment, up to 30 miles from Fort Belvoir, VA. 7.0 CONTRACTOR FURNISHED EQUIPMENT: The Contractor shall provide all labor, supervision, transportation, vehicles, parts, supplies, equipment, materials, facilities and services required to perform work under this contract. The Contractor shall provide complete engine rebuild kits for each engine and reimburse the government for all parts that can be salvaged. All parts not acceptable for core credit shall be returned to the 249th Engineer Battalion for future training aids at no cost. 8.0 PERIOD OF PERFORMANCE: The period of performance shall extend one year from the date of award. During this PoP, the Contractor shall refurbish no less than two CAT 3456 engines, with the option to increase the number of refurbishments, in pairs, to ten. 9.0 GOVERNMENT OPTIONS: The following options may be exercised by the Government in addition to the basic services described in this PWS and contract. Notification of Government decision to exercise options will be the sole discretion and notification authority of the Contracting Officer. Contractor shall separately quote and invoice all Government options under this paragraph. 9.1 OPTION for additional overhauls: The base service for this contract includes two engine overhauls. At its discretion, the Government may increase this, not to exceed ten overhauls meeting the same includes services and terms of this PWS. 9.2 OPTION to extend contract period 1: The contract has a PoP of one year from award date. At its discretion, the Government may extend this PoP for an additional year beyond the initial PoP, for a total of two years in accordance with the above requirements. 10.0 GENERAL REQUIREMENTS: 10.1 Final proposals should include pricing / information for the following: 1. Pricing for pickup and drop-off of engines from Ft. Belvoir, VA. 2. Unit pricing refurbishment of each CAT 3456 engine. 3. Complete description of the services to be delivered as part of refurbishment. 4. Estimate of the time it takes to refurbish each engine. 10.2 Up to two engines can be sent out for refurbishment at one time and must be returned within 15 days of contractor notification that engines are available for pick up, or unit delivery. Notification will be issued to the contractor via e-mail. 10.3 If damage is found during inspection and maintenance, the contractor will provide an invoice for the repair to the 249th EN BN. The government will decide within 10 business days whether to execute the repair, or have the unit return shipped at no additional cost to the government. A damaged, but not completely refurbished engine will not count against the total number of units completed. 11.0 POINTS OF CONTACT: Primary: CPT Brad Davis (703) 805-2611 brad.g.davis.mil@mail.mil Technical: SFC Michael Hughes (703) 806-4107 michael.a.hughes116.mil@mail.mil 12.0 SECURITY: 12.1 AT Level 1 Training: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. 12.4 iWATCH and/or CorpsWatch training: The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. 12.5 Pre‐screen candidates using E‐Verify Program: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Contractor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. 13.0 CONTRACTOR MANPOWER REPORTING: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the U.S. Army Corps of Engineers via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. SOLICITATION PROVISIONS: The following provisions and clauses are applicable to this solicitation and can be found in full text at www.acquisition.gov/far or http://farsite.hill.af.mil : 52.202-1 Definitions 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double Sided on Recycled Paper 52.209-5 Certification Regarding Responsibility Matters 52.207-7 Information Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.217-5 Evaluation of Options 52.212-4 52.217-9 Contract Terms and Conditions--Commercial Items Option to Extend the Term of the Contract 52.232-40 52.252-1 252.201-7000 Providing Accelerated Payments to Small Business Subcontractors Solicitation Provisions Incorporated by Reference Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials 252.225-7021 Trade Agreements 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 252.243-7001 Levies on Contract Payments Pricing Of Contract Modifications 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition 1 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 0 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 0 52.219-3 Notice of HUBZone Set-Aside or Sole-Source Award 0 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 1 52.219-6 Notice of Total Small Business Set-Aside 0 52.219-6 Alt I Alternate I of 52.219-6 0 52.219-6 Alt II Alternate II of 52.219-6 0 52.219-13 Notice of Set-Aside of Orders 0 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 0 52.219-28 Post Award Small Business Program Rerepresentation 0 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business 0 52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program 1 52.222-3 Convict Labor 1 52.222-19 Child Labor-Cooperation with Authorities and Remedies 1 52.222-21 Prohibition of Segregated Facilities 1 52.222-26 Equal Opportunity 1 52.222-35 Equal Opportunity for Veterans 1 52.222-36 Equal Opportunity for Workers with Disabilities 1 52.222-37 Employment Reports on Veterans 1 52.222-50 Combating Trafficking in Persons 0 52.222-54 Employment Eligibility Verification 0 52.223-15 Energy Efficiency in Energy-Consuming Products 1 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 0 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act 0 52.225-3 Alt I Alternate I of 52.225-3 0 52.225-3 Alt II Alternate II of 52.225-3 0 52.225-3 Alt III Alternate III of 52.225-3 1 52.225-13 Restrictions on Certain Foreign Purchases 0 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 0 52.239-1 Privacy or Security Safeguards 1 52.222-41 Service Contract Labor Standards 1 52.222-42 Statement of Equivalent Rates for Federal Hires 0 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements 0 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 0 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations   APPENDIX A - 52.212-2 EVALUATION--COMMERCIAL ITEMS (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: Factor 1 - Technical. The offeror's ability to perform the tasks required in the PWS. Factor 2 - Past Performance. The offeror's past performance will be evaluated on recent and relevant contracts completed or ongoing for the same or similar in nature, complexity and dollar value to the work required in this solicitation. Contracts must have been completed within the last five (5) years from the solicitation release date. Factor 3 - Price. This factor will use price analysis to determine the total evaluated price in order to support the selection of the lowest priced, technically acceptable proposal. The offeror's price proposal will be evaluated using the price analysis techniques described at FAR 13.106-3(a) to determine which proposal offers the total evaluated lowest price to the Government. Technical and past performance, are equal and less important than price. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. (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) WD 15-4281 (Rev.-3) was first posted on www.wdol.gov on 04/19/2016 ************************************************************************************ 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.: 2015-4281 Daniel W. Simms Division of | Revision No.: 3 Director Wage Determinations| Date Of Revision: 04/08/2016 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: District of Columbia, Maryland, Virginia Area: District of Columbia Statewide Maryland Counties of Calvert, Charles, Prince George's Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Prince William, Stafford ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 16.59 01012 - Accounting Clerk II 18.61 01013 - Accounting Clerk III 22.30 01020 - Administrative Assistant 31.41 01035 - Court Reporter 21.84 01041 - Customer Service Representative I 14.40 01042 - Customer Service Representative II 16.18 01043 - Customer Service Representative III 17.66 01051 - Data Entry Operator I 14.71 01052 - Data Entry Operator II 16.05 01060 - Dispatcher, Motor Vehicle 18.42 01070 - Document Preparation Clerk 14.70 01090 - Duplicating Machine Operator 14.70 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.74 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 14.98 01191 - Order Clerk I 15.12 01192 - Order Clerk II 16.50 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 24.23 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 16.98 01410 - Supply Technician 31.41 01420 - Survey Worker 20.03 01460 - Switchboard Operator/Receptionist 14.43 01531 - Travel Clerk I 13.46 01532 - Travel Clerk II 14.46 01533 - Travel Clerk III 15.53 01611 - Word Processor I 15.63 01612 - Word Processor II 17.67 01613 - Word Processor III 19.95 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 27.70 05010 - Automotive Electrician 23.51 05040 - Automotive Glass Installer 22.15 05070 - Automotive Worker 22.15 05110 - Mobile Equipment Servicer 19.04 05130 - Motor Equipment Metal Mechanic 24.78 05160 - Motor Equipment Metal Worker 22.15 05190 - Motor Vehicle Mechanic 24.78 05220 - Motor Vehicle Mechanic Helper 18.49 05250 - Motor Vehicle Upholstery Worker 21.63 05280 - Motor Vehicle Wrecker 22.15 05310 - Painter, Automotive 23.51 05340 - Radiator Repair Specialist 22.15 05370 - Tire Repairer 14.44 05400 - Transmission Repair Specialist 24.78 07000 - Food Preparation And Service Occupations 07010 - Baker 14.14 07041 - Cook I 13.81 07042 - Cook II 16.06 07070 - Dishwasher 10.11 07130 - Food Service Worker 10.66 07210 - Meat Cutter 19.19 07260 - Waiter/Waitress 9.70 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.86 09040 - Furniture Handler 14.06 09080 - Furniture Refinisher 20.23 09090 - Furniture Refinisher Helper 15.52 09110 - Furniture Repairer, Minor 17.94 09130 - Upholsterer 19.86 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.54 11060 - Elevator Operator 11.59 11090 - Gardener 17.52 11122 - Housekeeping Aide 12.23 11150 - Janitor 12.23 11210 - Laborer, Grounds Maintenance 13.07 11240 - Maid or Houseman 11.40 11260 - Pruner 11.58 11270 - Tractor Operator 16.04 11330 - Trail Maintenance Worker 13.07 11360 - Window Cleaner 13.80 12000 - Health Occupations 12010 - Ambulance Driver 21.63 12011 - Breath Alcohol Technician 21.35 12012 - Certified Occupational Therapist Assistant 25.42 12015 - Certified Physical Therapist Assistant 23.57 12020 - Dental Assistant 17.98 12025 - Dental Hygienist 44.75 12030 - EKG Technician 30.44 12035 - Electroneurodiagnostic Technologist 30.44 12040 - Emergency Medical Technician 21.63 12071 - Licensed Practical Nurse I 19.07 12072 - Licensed Practical Nurse II 21.35 12073 - Licensed Practical Nurse III 24.13 12100 - Medical Assistant 16.36 12130 - Medical Laboratory Technician 18.08 12160 - Medical Record Clerk 18.80 12190 - Medical Record Technician 21.04 12195 - Medical Transcriptionist 20.12 12210 - Nuclear Medicine Technologist 37.60 12221 - Nursing Assistant I 11.74 12222 - Nursing Assistant II 13.19 12223 - Nursing Assistant III 14.40 12224 - Nursing Assistant IV 16.16 12235 - Optical Dispenser 20.17 12236 - Optical Technician 17.38 12250 - Pharmacy Technician 18.12 12280 - Phlebotomist 17.18 12305 - Radiologic Technologist 32.31 12311 - Registered Nurse I 27.64 12312 - Registered Nurse II 33.44 12313 - Registered Nurse II, Specialist 33.44 12314 - Registered Nurse III 40.13 12315 - Registered Nurse III, Anesthetist 40.13 12316 - Registered Nurse IV 48.10 12317 - Scheduler (Drug and Alcohol Testing) 23.90 12320 - Substance Abuse Treatment Counselor 27.04 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.37 13012 - Exhibits Specialist II 26.46 13013 - Exhibits Specialist III 32.37 13041 - Illustrator I 20.48 13042 - Illustrator II 25.38 13043 - Illustrator III 31.03 13047 - Librarian 36.09 13050 - Library Aide/Clerk 14.86 13054 - Library Information Technology Systems 32.58 Administrator 13058 - Library Technician 20.09 13061 - Media Specialist I 20.60 13062 - Media Specialist II 23.05 13063 - Media Specialist III 25.70 13071 - Photographer I 16.65 13072 - Photographer II 18.90 13073 - Photographer III 23.67 13074 - Photographer IV 28.65 13075 - Photographer V 33.76 13090 - Technical Order Library Clerk 18.67 13110 - Video Teleconference Technician 21.25 14000 - Information Technology Occupations 14041 - Computer Operator I 18.92 14042 - Computer Operator II 21.18 14043 - Computer Operator III 23.60 14044 - Computer Operator IV 26.22 14045 - Computer Operator V 29.05 14071 - Computer Programmer I (see 1) 26.36 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.92 14160 - Personal Computer Support Technician 26.22 14170 - System Support Specialist 36.86 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 36.47 15020 - Aircrew Training Devices Instructor (Rated) 44.06 15030 - Air Crew Training Devices Instructor (Pilot) 52.81 15050 - Computer Based Training Specialist / Instructor 36.47 15060 - Educational Technologist 35.31 15070 - Flight Instructor (Pilot) 52.81 15080 - Graphic Artist 29.48 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 48.72 15086 - Maintenance Test Pilot, Rotary Wing 48.72 15088 - Non-Maintenance Test/Co-Pilot 48.72 15090 - Technical Instructor 27.59 15095 - Technical Instructor/Course Developer 33.74 15110 - Test Proctor 22.22 15120 - Tutor 22.22 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.37 16030 - Counter Attendant 10.37 16040 - Dry Cleaner 13.33 16070 - Finisher, Flatwork, Machine 10.37 16090 - Presser, Hand 10.37 16110 - Presser, Machine, Drycleaning 10.37 16130 - Presser, Machine, Shirts 10.37 16160 - Presser, Machine, Wearing Apparel, Laundry 10.37 16190 - Sewing Machine Operator 14.28 16220 - Tailor 15.13 16250 - Washer, Machine 11.37 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 23.25 19040 - Tool And Die Maker 25.72 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.02 21030 - Material Coordinator 24.23 21040 - Material Expediter 24.23 21050 - Material Handling Laborer 13.83 21071 - Order Filler 15.09 21080 - Production Line Worker (Food Processing) 18.02 21110 - Shipping Packer 16.20 21130 - Shipping/Receiving Clerk 16.20 21140 - Store Worker I 11.96 21150 - Stock Clerk 17.21 21210 - Tools And Parts Attendant 18.02 21410 - Warehouse Specialist 18.02 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 29.93 23019 - Aircraft Logs and Records Technician 21.74 23021 - Aircraft Mechanic I 28.41 23022 - Aircraft Mechanic II 29.93 23023 - Aircraft Mechanic III 31.38 23040 - Aircraft Mechanic Helper 19.29 23050 - Aircraft, Painter 27.20 23060 - Aircraft Servicer 21.74 23070 - Aircraft Survival Flight Equipment Technician 27.20 23080 - Aircraft Worker 23.11 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 23.11 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 28.41 II 23110 - Appliance Mechanic 21.75 23120 - Bicycle Repairer 14.43 23125 - Cable Splicer 28.62 23130 - Carpenter, Maintenance 21.66 23140 - Carpet Layer 20.49 23160 - Electrician, Maintenance 27.98 23181 - Electronics Technician Maintenance I 27.43 23182 - Electronics Technician Maintenance II 29.12 23183 - Electronics Technician Maintenance III 30.68 23260 - Fabric Worker 21.04 23290 - Fire Alarm System Mechanic 22.91 23310 - Fire Extinguisher Repairer 19.38 23311 - Fuel Distribution System Mechanic 25.09 23312 - Fuel Distribution System Operator 21.32 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 28.41 23381 - Ground Support Equipment Servicer 21.74 23382 - Ground Support Equipment Worker 23.11 23391 - Gunsmith I 19.38 23392 - Gunsmith II 22.54 23393 - Gunsmith III 25.20 23410 - Heating, Ventilation And Air-Conditioning 26.28 Mechanic 23411 - Heating, Ventilation And Air Contditioning 27.69 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 24.16 23440 - Heavy Equipment Operator 22.91 23460 - Instrument Mechanic 24.85 23465 - Laboratory/Shelter Mechanic 23.93 23470 - Laborer 14.98 23510 - Locksmith 23.21 23530 - Machinery Maintenance Mechanic 25.43 23550 - Machinist, Maintenance 24.69 23580 - Maintenance Trades Helper 18.27 23591 - Metrology Technician I 24.85 23592 - Metrology Technician II 26.18 23593 - Metrology Technician III 27.46 23640 - Millwright 28.19 23710 - Office Appliance Repairer 22.96 23760 - Painter, Maintenance 21.75 23790 - Pipefitter, Maintenance 25.89 23810 - Plumber, Maintenance 24.52 23820 - Pneudraulic Systems Mechanic 25.20 23850 - Rigger 25.20 23870 - Scale Mechanic 22.54 23890 - Sheet-Metal Worker, Maintenance 22.91 23910 - Small Engine Mechanic 20.49 23931 - Telecommunications Mechanic I 29.95 23932 - Telecommunications Mechanic II 31.55 23950 - Telephone Lineman 30.15 23960 - Welder, Combination, Maintenance 22.91 23965 - Well Driller 22.91 23970 - Woodcraft Worker 25.20 23980 - Woodworker 19.38 24000 - Personal Needs Occupations 24550 - Case Manager 17.64 24570 - Child Care Attendant 12.79 24580 - Child Care Center Clerk 17.77 24610 - Chore Aide 10.86 24620 - Family Readiness And Support Services 17.64 Coordinator 24630 - Homemaker 18.43 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 30.03 25040 - Sewage Plant Operator 22.92 25070 - Stationary Engineer 30.03 25190 - Ventilation Equipment Tender 21.44 25210 - Water Treatment Plant Operator 22.92 27000 - Protective Service Occupations 27004 - Alarm Monitor 21.91 27007 - Baggage Inspector 13.98 27008 - Corrections Officer 25.08 27010 - Court Security Officer 26.37 27030 - Detection Dog Handler 20.57 27040 - Detention Officer 25.08 27070 - Firefighter 26.52 27101 - Guard I 13.98 27102 - Guard II 20.57 27131 - Police Officer I 28.19 27132 - Police Officer II 31.32 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.59 28042 - Carnival Equipment Repairer 14.63 28043 - Carnival Worker 9.24 28210 - Gate Attendant/Gate Tender 14.31 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 16.02 28510 - Recreation Aide/Health Facility Attendant 11.68 28515 - Recreation Specialist 19.84 28630 - Sports Official 12.75 28690 - Swimming Pool Operator 18.21 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 25.44 29020 - Hatch Tender 25.44 29030 - Line Handler 25.44 29041 - Stevedore I 23.44 29042 - Stevedore II 26.66 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.92 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.38 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.16 30021 - Archeological Technician I 20.19 30022 - Archeological Technician II 22.60 30023 - Archeological Technician III 27.98 30030 - Cartographic Technician 27.98 30040 - Civil Engineering Technician 26.41 30051 - Cryogenic Technician I 24.48 30052 - Cryogenic Technician II 27.04 30061 - Drafter/CAD Operator I 20.19 30062 - Drafter/CAD Operator II 22.60 30063 - Drafter/CAD Operator III 25.19 30064 - Drafter/CAD Operator IV 31.00 30081 - Engineering Technician I 22.92 30082 - Engineering Technician II 25.72 30083 - Engineering Technician III 28.79 30084 - Engineering Technician IV 35.64 30085 - Engineering Technician V 43.61 30086 - Engineering Technician VI 52.76 30090 - Environmental Technician 27.41 30095 - Evidence Control Specialist 22.10 30210 - Laboratory Technician 23.38 30221 - Latent Fingerprint Technician I 31.51 30222 - Latent Fingerprint Technician II 34.81 30240 - Mathematical Technician 28.94 30361 - Paralegal/Legal Assistant I 21.36 30362 - Paralegal/Legal Assistant II 26.47 30363 - Paralegal/Legal Assistant III 32.36 30364 - Paralegal/Legal Assistant IV 39.16 30375 - Petroleum Supply Specialist 27.04 30390 - Photo-Optics Technician 27.98 30395 - Radiation Control Technician 27.04 30461 - Technical Writer I 24.12 30462 - Technical Writer II 29.52 30463 - Technical Writer III 35.72 30491 - Unexploded Ordnance (UXO) Technician I 25.24 30492 - Unexploded Ordnance (UXO) Technician II 30.53 30493 - Unexploded Ordnance (UXO) Technician III 36.60 30494 - Unexploded (UXO) Safety Escort 25.24 30495 - Unexploded (UXO) Sweep Personnel 25.24 30501 - Weather Forecaster I 24.48 30502 - Weather Forecaster II 29.77 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.98 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 30.53 31020 - Bus Aide 14.32 31030 - Bus Driver 20.85 31043 - Driver Courier 15.38 31260 - Parking and Lot Attendant 10.07 31290 - Shuttle Bus Driver 16.83 31310 - Taxi Driver 13.98 31361 - Truckdriver, Light 16.83 31362 - Truckdriver, Medium 18.28 31363 - Truckdriver, Heavy 19.96 31364 - Truckdriver, Tractor-Trailer 19.96 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.89 99030 - Cashier 10.03 99050 - Desk Clerk 12.08 99095 - Embalmer 25.36 99130 - Flight Follower 25.24 99251 - Laboratory Animal Caretaker I 12.43 99252 - Laboratory Animal Caretaker II 13.59 99260 - Marketing Analyst 33.51 99310 - Mortician 34.10 99410 - Pest Controller 17.69 99510 - Photofinishing Worker 13.20 99710 - Recycling Laborer 19.20 99711 - Recycling Specialist 23.54 99730 - Refuse Collector 17.01 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 14.77 99830 - Survey Party Chief 23.14 99831 - Surveying Aide 14.38 99832 - Surveying Technician 21.99 99840 - Vending Machine Attendant 15.48 99841 - Vending Machine Repairer 19.67 99842 - Vending Machine Repairer Helper 15.48 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-16-T-0029/listing.html)
 
Place of Performance
Address: Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04271110-W 20160916/160914234938-2f8ba2d7abf4419532b5efbc6650168b (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.