SOLICITATION NOTICE
S -- Recreation Janitorial Services at 18 Recreation Sites - Recreational Janitorial Services at 18 - Return Package
- Notice Date
- 2/6/2018
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Forest Service, R-8 Chattahoochee and Oconee National Forests, 1755 Cleveland Highway, Gainesville, Georgia, 30501
- ZIP Code
- 30501
- Solicitation Number
- 12435H18Q0006
- Archive Date
- 3/23/2018
- Point of Contact
- Francoies D. Morman, Phone: 770-297-3072, Phillip Walrop, Phone: 706-754-6221
- E-Mail Address
-
fmorman@fs.fed.us, prwalrod@fs.fed.us
(fmorman@fs.fed.us, prwalrod@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Experience Questionnaire Return Package Solicitation for Janitorial services at Recreational sites March 8, 2018 at 4:30 PM ET e-mail to fmorman@fs.fed.us Fax Copies will not be Accepted All Contractors must be registered in SAM.gov prior to award Recreational Janitorial Services at 18 Recreation Sites DUNS#____________________________ Email ______________________________ All Contractors must be registered in SAM.gov prior to award. PRE-BID/PRE-PROPOSAL CONFERENCE (FEB 1988) Scheduled for February 15 11:00 a.m. DeSoto Falls Recreation Area TABLE OF CONTENTS SECTION B - Supplies or Services and Prices/Costs Schedule of Items --------------------------- 4-9 SECTION C - Description/specifications/Statement of Work ---------------------------------------- 10-25 SECTION D - Packaging and Marking ------------------------------------------------------------------- 26 SECTION E - Inspection and Acceptance ---------------------------------------------------------------- 26 SECTION F - Deliveries or Performance ----------------------------------------------------------------- 26 SECTION G - Contract Administration Data ----------------------------------------------------------- 27 SECTION H - Special Contract Requirements ---------------------------------------------------------- 28 SECTION I - Contract Clauses ----------------------------------------------------------------------------- 29-35 SECTION J - List of Documents, Exhibits, and Other Attachments -------------------------------- 36-45 SECTION K - Representations, Certifications, and Other Statements of Offerors -------------- 46-62 SECTION L - Instructions, Conditions, and Notices to Offerors or Respondents ----------------63-65 SECTION M - Evaluation Factors for Award ----------------------------------------------------------- 65 PART I-THE SCHEDULE SECTION B-SUPPLIES OR SERVICES RECREATIONAL JANITORIAL SERVICES BLUE RIDGE RANGER DISTRICT CHATTAHOOCHEE NATIONAL FOREST B.1. This solicitation will result in a Performance Based-- Firm Fixed Priced contract. B.2. Period of Award- Base Year with 2 Option Years Estimated, Base Year -PEAK SEASON- March 24, 2018-October 31, 2018 Base Year- OFF SEASON-November 3, 2018-March 16, 2019 Option Year 1-PEAK SEASON-March 24, 2019-October 31, 2019 Option Year 1-OFF SEASON-November 3, 2019-March 16, 2020 Option Year 2-PEAK SEASON- March 24, 2020-October 31, 2020 Option Year 2-OFF SEASON-November 3, 2020-March 16, 2021 B.3. You must provide a Quote for the Base Year and all Option Years to be considered. Schedule of Items BASE YEAR PEAK SEASON BID SCHEDULE March 24, 2018 to October 31, 2018 Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 32 $800 TALLULAH RIVER 2 32 TATE BRANCH 2 32 SANDY BOTTOMS 2 32 UPPER CHATT 1 32 LOW GAP 1 32 ANDREWS COVE 1 32 WILD CAT I 1 32 WILDCAT II 1 32 WILLIS KNOB 1 32 SARAHS CREEK 1 32 OVERFLOW 1 32 FRADY 1 32 OAKEY 1 32 PANTHER CREEK 2 32 WARWOMAN DELL 1 32 MT YONAH 2 32 RAVEN CLIFFS 2 32 DUKES CREEK 2 32 CONTRACT TOTAL 26 32 Schedule of Items BASE YEAR November 3, 2018 to March 16, 2019 OFF- SEASON BID SCHEDULE Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 20 $800 TALLULAH RIVER 1 20 TATE BRANCH 0 20 SANDY BOTTOMS 0 20 UPPER CHATT 1 20 LOW GAP 1 20 ANDREWS COVE 0 20 WILD CAT I 1 20 WILDCAT II 1 20 WILLIS KNOB BI-WEEKLY 20 SARAHS CREEK 1 20 OVERFLOW BI-WEEKLY 20 FRADY BI-WEEKLY 20 OAKEY BI-WEEKLY 20 PANTHER CREEK 2 20 WARWOMAN DELL BI-WEEKLY 20 MT YONAH 2 20 RAVEN CLIFFS 2 20 DUKES CREEK 2 20 CONTRACT TOTAL 17.5 20 Schedule of Items OPTION YEAR 1 March 24, 2019 to October 31, 2019 PEAK SEASON BID SCHEDULE Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 32 $800 TALLULAH RIVER 2 32 TATE BRANCH 2 32 SANDY BOTTOMS 2 32 UPPER CHATT 1 32 LOW GAP 1 32 ANDREWS COVE 1 32 WILD CAT I 1 32 WILDCAT II 1 32 WILLIS KNOB 1 32 SARAHS CREEK 1 32 OVERFLOW 1 32 FRADY 1 32 OAKEY 1 32 PANTHER CREEK 2 32 WARWOMAN DELL 1 32 MT YONAH 2 32 RAVEN CLIFFS 2 32 DUKES CREEK 2 32 CONTRACT TOTAL 26 32 Schedule of Items OPTION YEAR 1 November 3, 2019 to March 16, 2020 OFF- SEASON BID SCHEDULE Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 20 $800 TALLULAH RIVER 1 20 TATE BRANCH 0 20 SANDY BOTTOMS 0 20 UPPER CHATT 1 20 LOW GAP 1 20 ANDREWS COVE 0 20 WILD CAT I 1 20 WILDCAT II 1 20 WILLIS KNOB BI-WEEKLY 20 SARAHS CREEK 1 20 OVERFLOW BI-WEEKLY 20 FRADY BI-WEEKLY 20 OAKEY BI-WEEKLY 20 PANTHER CREEK 2 20 WARWOMAN DELL BI-WEEKLY 20 MT YONAH 2 20 RAVEN CLIFFS 2 20 DUKES CREEK 2 20 CONTRACT TOTAL 17.5 20 Schedule of Items OPTION YEAR 2 March 24, 2020 to October 31st, 2020 PEAK SEASON BID SCHEDULE Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 32 $800 TALLULAH RIVER 2 32 TATE BRANCH 2 32 SANDY BOTTOMS 2 32 UPPER CHATT 1 32 LOW GAP 1 32 ANDREWS COVE 1 32 WILD CAT I 1 32 WILDCAT II 1 32 WILLIS KNOB 1 32 SARAHS CREEK 1 32 OVERFLOW 1 32 FRADY 1 32 OAKEY 1 32 PANTHER CREEK 2 32 WARWOMAN DELL 1 32 MT YONAH 2 32 RAVEN CLIFFS 2 32 DUKES CREEK 2 32 CONTRACT TOTAL 26 32 Schedule of Items OPTION YEAR 2 November 3, 2020 to March 16, 2021 OFF- SEASON BID SCHEDULE Recreation Site Price Per Cleaning # of Cleanings Per Week # of Weeks Per Contract Total Price Per Area EXAMPLE $25 1 20 $800 TALLULAH RIVER 1 20 TATE BRANCH 0 20 SANDY BOTTOMS 0 20 UPPER CHATT 1 20 LOW GAP 1 20 ANDREWS COVE 0 20 WILD CAT I 1 20 WILDCAT II 1 20 WILLIS KNOB BI-WEEKLY 20 SARAHS CREEK 1 20 OVERFLOW BI-WEEKLY 20 FRADY BI-WEEKLY 20 OAKEY BI-WEEKLY 20 PANTHER CREEK 2 20 WARWOMAN DELL BI-WEEKLY 20 MT YONAH 2 20 RAVEN CLIFFS 2 20 DUKES CREEK 2 20 CONTRACT TOTAL 17.5 20 SECTION C-SCOPE OF WORK CHATTAHOOCHEE NATIONAL FOREST BLUE RIDGE RANGER DISTRICT RECREATIONAL JANITORIAL SERVICES C.1. Scope of Work The contractor shall provide all supervision, labor, transportation, equipment, services, temporary closure signs (to be posted while cleaning) and supplies, necessary to perform janitorial services on the Chattooga River Ranger District Recreation Sites in accordance with the Statement of Work, terms and conditions of this Request for Quote and the terms and conditions of the resultant contract. C.2. Statement of Work Perform janitorial services on recreational sites listed in Section C. The contractor shall perform all Tasks to a level of Standard stated in QUALITY STANDARDS in Section C. Definitions are identified in Section C. There will be the need for additional days of services for Holidays listed in Section C. C.3. Material Safety Data Sheets Upon request of the Government Authorized Representative, the Contractor shall submit a list with the names of the manufacturer, the brand name, and intended use of each of the cleaning chemicals or agents intended for use in the completion of the work. Contractor must provide the MSDS sheets for any chemicals, cleaners, etc. and toilet tissue, etc., shall be of a type and style which will be compatible with dispensers already installed in the building. The products must also meet the Environmental Requirements included as part of this document. C.4. Start Work Base Year, estimated start date is March 24, 2018 C.5. PRE-BID Meeting Scheduled for February 15 11:00 a.m. Chattooga River Ranger District Office- Meeting is Mandatory. C.6. Project Locations/Recreational Sites RECREATION SITE LOCATION TALLULAH RIVER CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4 miles. TATE BRANCH CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4.5 miles. SANDY BOTTOMS CAMPGROUND Take U.S. 76 west from Clayton for 8 miles; turn right (north) on Persimmon Road for 4.2 miles; turn left (northwest) on Forest Service Road 70 for 4.6 miles. UPPER CHATT CAMPGROUND Take Georgia 75 north from Helen for approx. 8 miles. Just beyond mile marker 15 turn left onto the graveled Chattahoochee River Road and follow for 5 miles. LOW GAP CAMPGROUND From Helen, GA, head north on GA-17 N/GA-75 N/N Main St/Unicoi for 1.3 mi. Turn left onto GA-75 Alt N and go 0.1 mi. Take the 1st right onto Chattahoochee River Rd. and go 4.4 miles to the Low Gap Campground on the left. ANDREWS COVE CAMPGROUND Take GA 75N from Helen for 5 miles. Turn Rt. at Andrews Cove Recreation Area. WILD CAT I CAMPGROUND From Clayton, GA, take U.S. Rt. 76 west for 9.7 miles to State Rt. 197. Turn left onto Rt. 197 and go 5.1 miles to Wildcat Rd. (Forest Rt. 26). Turn right onto Wildcat Rd. and go 2.8 miles to campground. WILDCAT II CAMPGROUND From Clayton, GA, take U.S. Rt. 76 west for 9.7 miles to State Rt. 197. Turn left onto Rt. 197 and go 5.1 miles to Wildcat Rd. (Forest Rt. 26). Turn right onto Wildcat Rd. and go 3 miles to campground. WILLIS KNOB CAMPGROUND From Clayton, go east on Warwoman Road for 11.6 miles. Turn right on Forest Service Road 157, camping area is about 2 miles on the left SARAHS CREEK CAMPGROUND From Clayton, go east on Warwoman Road for 11.6 miles. Turn left on Forest Service Road 156. Sarah's Creek camping area is about 2 miles on the left and right. OVERFLOW/WESTFORK CAMPGROUND From Clayton, GA, head east on Rickman Dr. for 0.5 mile. Turn right onto Warwoman Rd. and go 13.2 miles. Turn left onto Overflow Creek Rd. (Forest Service Road 86) and go 1.0 mile to the West Fork Campground. FRADY BRANCH TRAILHEAD From Gainesville, GA Take GA-365 N/US-23 N for 28.7 miles. Follow signs towards Toccoa and Lavonia onto GA-365 N/US-123 and go 6.3 miles GA-184 S/. Turn right onto GA-184 S/Dicks Hill Parkway and go 0.3 mile. Turn left onto GA-184 S (Homer Highway) and go 2.8 miles to the Frady Branch entrance on the right. OAKEY MYN TRAILHEAD From Clayton, GA take US-76 west for 7.0 miles. Turn left onto Charlie Mtn. Rd. and go 3.6 miles. Turn right onto Bridge Creek Rd. and go 2.0 miles. Turn right onto Burton Dam Rd. and go 1.6 miles. Turn left onto Forest Service Road 161 and arrive at Oakey Mountain OVH trailhead. PANTHER CREEK DAY USE from the Chattooga River Ranger office in Lakemont, travel south on US 441 for 3.5 miles to Historic 441 and turn Rt. Continue on Historic 441 for approx. 1.5 miles. The Panther Creek Recreation Area will be on the right. WARWOMAN DELL DAY USE From Clayton, go east on Warwoman Road for about a mile. Warwoman Dell is on your right MT YONAH TRAIL HEAD From Cleveland, Georgia go north on 75 to right on to Bell Road.Take the first left on Chambers Road to gravel road on left. Follow signs to Mt. Yonah. RAVEN CLIFFS TRAILHEAD From Cleveland Ga, take Hwy 129 North out of Cleveland approx 5 miles to Alt. 75. Go west on Alt 75 for approx 4-5 miles to Hwy 348 (Richard Russell Scenic Hwy) Go North approx 3-4 miles to Trialhead on Right. DUKES CREEK TRAILHEAD Take GA 75 north from Helen Georgia for 10 miles to its junction with GA 356 and Alternate 75. At the bridge, cross the Chattahoochee River and go 2.2 miles to the Richard Russell Scenic Highway. Turn right and go 2 miles to the Dukes Creek Falls Recreation Area sign. C.7. Tasks/Quality Standards TASK STANDARD PERFORMANCE ASSESSMENT 1.) Restrooms - Pressure Wash and disinfect surfaces and fixtures to include: toilets, toilet seats, urinals, plumbing fixtures, corners and crevices. Sanitize floors, clean interior walls, windows, ceilings, baseboards. Clean push/pull plates, kick bars, and door knobs. Restrooms visually free of dust and dirt, food waste, debris, trash, streaks and smudges. Surfaces and fixtures shall maintain a high level of luster and shall be free of dust, spots, stains, rust, mold, incrustations, excess moisture and spider webs. Remove all graffiti from walls back to its original look. *Government Inspections Customer complaint (No more than 3 customer complaints are received and substantiated by the COR per calendar month). 2.) Restrooms - Replenish supplies to include toilet paper. All toilet paper holders will be stocked to capacity. 3.) Bathrooms-Pressure Wash exterior surfaces of building and sidewalks All exterior surfaces including walls, doors, screens, windows and sidewalks will be free of mold, leaves, mildew, and any foreign debris. 4.) Pressure Wash Trash Receptacles All trash receptacles will be pressure washed inside and outside to remove mold, mildew, dirt, markings, offensive odors, and graffiti once a month. * 5.) Pumping and Maintenance- vault toilets The toilet holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped. After a vault is completely pumped and sides rinsed thoroughly; add a minimum of 100gals of water and 1gal of Chempace PowrXTREME odor neutralizer (or equivalent) to each vault. *Government Inspections Customer complaint (No more than 3 customer complaints are received and substantiated by the COR per calendar month). 6) Pumping and Maintenance-chemical toilets Remove Trash from tank to prevent clogging of drain lines Clean Tank Odor Neutralize at each cleaning. The holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped. Contractor is responsible for clearing clogged lines. The toilet holding tanks will require pumping before the waste reaches 12 inches from the bottom of the riser. The contractor will call the COR 24 hours before the tank is scheduled to be pumped. 7.) Odor Control Odor Control cont. Add (approximately 16 ounces) of Chempace PowrXTREME odor neutralizer or equivalent to each vault at each toilet cleaning, following manufacture's recommendations to alleviate offensive odor. Alternatives may be approved if they meet the following criteria: -formaldehyde free toilet treatment -complete odor control in the most extreme conditions and temperatures -assist in breaking down waste and scale build up in the holding tank -100% biodegradable DO NOT DILUTE PRODUCT PRIOR TO ADDING TO VAULT. *Government Inspections Customer complaint (No more than 3 customer complaints are received and substantiated by the COR per calendar month). 8.) Trash-Remove trash from garbage cans and immediate area. Replace garbage can liners. Pick-up litter within a 15' perimeter of facility (including all buildings and trash bins). Empty all trash receptacles and replace with a new liner appropriate for the particular sized container. It is the contractor's responsibility to dispose of the garbage at a recycling center of their choice at the contractor's expense. *Government Inspections Customer complaint (No more than 3 customer complaints are received and substantiated by the COR per calendar month). 9.) Non-compliance issues and invoicing procedures. The contractor must take corrective action within 24 hours of a non-compliance order. If the action is not corrected within this time frame, the contractor will be held liable for the corrective costs incurred by the US Forest Service. Refer to the acceptable quality level/deduction in C.12.1 C.8. Quality Standards/Tasks The Contractor will ensure that all work requested under this contract, shall meet all quality and performance standards. The outcome of all cleaning is to present an overall appearance of cleanliness. The Contractor shall provide all labor and oversight to ensure all standards are successfully achieved. (1) The following standards describe the outcome of results of cleaning tasks that have been completed to meet the standard. (2) The Contractor will develop strategies to make changes, as necessary, to ensure that the most efficient and effective method of cleaning is being used to optimize results of the cleaning. (3) "Clean" will be defined as removing dirt, water streaks, mop marks, mop strands, gum, grease, tar, or another extraneous matter from all surfaces or objects. C.9. Definitions Sweep Floors - Sweep floors so there is no evidence of mud, dirt, dust, etc. Mop Floors - Mop floors with disinfectants so there is no evidence of mud, dirt, dust, etc. Clean Toilets - Clean toilets, seats and risers with a disinfectant bowl cleaner. Clean Doors and Partitions - Clean doors and partitions with disinfectant cleaner. Clean Hardware - Clean push/pull plates, kick bars, door knobs, plumbing fixtures, etc. Replenish Toilet Paper - Replace toilet paper as needed so as not to run out between cleanings. Broom Eves and Over-head - Remove spider webs and debris from outside eves and all over-head area inside buildings Empty Trash Receptacles - Empty all trash receptacles and replace with new liner; Disposal of trash will be the contractor's responsibility; Wash/scrub the inside and outside of each trash receptacle monthly to maintain odor free containers. TRASH COLLECTED IS NOT TO BE DISPOSED OF IN FOREST SERVICE DUMPSTERS AT OTHER SITES. Grounds Cleaning - Pick-up litter within a 15' perimeter of facility (including all buildings and trash bins). Replenish Water- Add water in each vault per cleaning to sufficiently keep solids under surface of water to assist in controlling flies and odors. After each vault has been pumped, a minimum of 80-100 gallons of water must be added to each vault. Clean Building Exterior- Once a month, pressure wash sidewalks and exterior of building, so there is no evidence of mud, dirt, dust, mold, etc. Pump Vaults/Tanks- Arrange to have vaults/tanks pumped and replenish water immediately after pumping. Vaults/tanks should be pumped when solids are within 12 inches of the bottom of the toilet riser. Contractor should contact COR 24 hours before pumping. Clean - Clean shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris, and other residue. Safety Conditions Contractor shall use only chemicals which are environmentally safe. The Contractor shall furnish and display caution signs to be used when cleaning floors where people other than contractor personnel are present before the floors are dry. Contracting Officer - The Contracting Officer is a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. Contractor - The term Contractor as used herein refers to both the prime contractor and any sub-contractors. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract. Contractor Representative - A foreman or superintendent assigned to represent the Contractor Disinfect - Cleaning in order to destroy any harmful microorganisms by application of an approved chemical agent. Waste Containers - Waste container are defined as trash receptacles, waste baskets, trash cans, wastepaper baskets, ash trays, or any container holding trash, paper, or refuse of any type. Twice weekly (TW) - Services performed twice during a 7 day period, such as Monday and Thursday or Tuesday and Friday. C.10. Holidays Additional days will be needed during what are considered heavy use periods. These will be on Saturday, directly related to a corresponding Holiday. Ravens Cliffs, Dukes Creek, MT Yonah and Panther Creek will require the extra day for holiday cleaning. May - Memorial Day (Monday) July - Independence Day (Tuesday) September - Labor Day (Monday) Cleaning times will be restricted from 10:00 pm until 7:00 am, due to Quiet Hours in developed recreation areas. For more information or directions, contact Jill Davis at 706-745-6221 C. 11. Quality Control Plan The Contractor shall submit a detailed Quality Control Plan (QCP) with its Quote. The plan will be site specific and will inform the Forest Service how the work, oversight, project management, and follow-up will be performed in this contract to ensure compliance with all requirements. The QCP will be evaluated as part of the technical proposal. The Contractor will be required to submit a final version of the quality control plan within 30 calendar days after contract award. The QCP is intended to provide a structured process and detailed operations plan that will help the Contractor manage the project and identify any deficiencies before the performance becomes unacceptable. The QCP should include, but not be limited to, the following: a. Detailed operations plan that demonstrates methods of meeting the tasks and standards, project management, inspections, plan implementation, process improvement changes, correction of deficiencies, and green cleaning compliance with a list of biobased products. The quality control plan must be kept current at all times to reflect all contract modifications, changes to the buildings, and changes in plan. If anything in the plan is revised, the plan must be physically updated, and the changes are to be reported to the COR. Changes must be approved by the Contracting Officer. The Contractor shall review the QCP with the COR and the Contractor's employees annually so that all parties agree and understand what is expected. The CO and the COR will receive a copy of the most current quality control plan and all updates when they are made. The Contractor must keep a copy on file. Anytime the Contractor is not meeting contracting requirements, it must correct the deficiencies immediately in a manner that is likely to prevent reoccurrences. If changes cannot be made immediately, the Contractor must inform the COR of the projected timeline for the changes. C. 12. Quality Assurance Surveillance Plan The objective of the quality assurance surveillance plan is to reduce the risk to both the Government and the Contractor when problems arise, and to provide a disciplined process for evaluating the Contractor's performance in order to determine conformity with the requirements of the contract and resolve problems with performance. C.12.1. Acceptable Quality Level/Deductions The allowable leeway from a standard that can occur before the Government will reject the specific service. AQL = 90% A deduction of up to $400.00 will be incurred by the contractor per incident or issue depending on the level of non-compliance listed in QUALITY STANDARDS. C.12.2. Performance Assessments The tasks completed by the Contractor will be evaluated in terms of how well the requirements of the contract are satisfied. The COR will perform inspections on the tasks to ensure there is a match between actual and expected performance. If there are discrepancies, the COR will communicate performance concerns to the Contractor, and follow through to ensure performance gaps are closed. The Contracting Officer will be kept in the loop often in terms of the inspection findings and means to resolve identified performance concerns. C. 12.3. Method of Surveillance The government, through the COR, will be monitoring the contractor's performance on a continuous basis. The method(s) of surveillance for each task, will be a combination of- (1) Inspection (2) Customer Complaints C. 12.4 Corrective Action When performance is deficient, the Contractor shall be promptly notified by the COR and a system should be established to track corrective action. If the desired results are not achieved, the COR shall notify the Contracting Officer to assist in a corrective action. The Contracting Officer will set up a time frame for corrective action and re-inspection. Should Contractor performance fail to meet performance standards stated in the Quality Assurance Plan Performance Requirements Summary, deductions will be made, as stated. C. 12.5. Consequences of Unsatisfactory Performance Unsatisfactory contract performance may result in rejection of work by the Contracting Officer/Contracting Officer's Representative, under the terms of FAR clause 52.246.-4, "Inspection of Services-Fixed Price", including reductions in contract payments, where warranted, as specified in the QASP. However, the Government reserves the right to exercise other remedies stipulated in the clause, where reductions in payment in the QASP either do not apply or are otherwise insufficient to correct failure(s) to perform to standard. C.13. Bio Based Products The Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening FederalEnvironmental, Energy, and Transportation Management," and the Federal Acquisition Regulation to provide biobased products. The Contractor shall utilize products and material made from biobased materials (e.g.,biobased greases, biobased hydraulic fluids, biobased absorbents) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR). The following is an example list of products that may be used in this contract for custodial services for which biobased products are available. The list is not all inclusive. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications. All purpose cleaner Degreaser/cleaner Heavy duty cleaner Deodorizer Carpet shampoo Floor finish Gum remover Floor finish restorer Version 2 December 2007 2 Disinfectant sanitizer Floor sealer Extraction fluid Furniture polish Floor stripper Glass cleaner Neutral cleaner (liquid) Grout sealer Stain remover Stainless steel polish Air freshener including dispenser Toilet bowl cleaner Bathroom cleaner White board cleaner Brass polish/cleaner Wood floor cleaner Chrome polish/cleaner Laundry detergent Liquid hand soap including dispenser Cream cleaner Lime and scale remover (tub and tile cleaner) Solvent Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their biobased products such as biobased content. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products.The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. Within thirty (30) days of contract award, the Contractor shall submit an Operations and Maintenance Plan. This submittal shall be approved by the COR in writing. The Contractor shall not commence work until this submittal is approved by the COR in writing. The Plan must be reviewed and updated annually, and as required by the COR. The Plan must contain and define the following elements: The Contractor's written policy stating its commitment to the use of biobased products, employee health and safety, and sound environmental management practices. Version 2 December 2007 3 Detail on how the Contractor intends to keep abreast of the development and increasing availability of biobased products and how any new or improved products will be incorporated on an ongoing basis into contract performance. Proposed biobased custodial products which must be selected in accordance with the criteria included above. At a minimum, the Plan must identify products by brand name for each of the product types. NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category. The product guides which define standard operating procedures for instructing staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract. The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR quarterly. A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product. Therefore we will look for a Contractor who will 1) demonstrate products, and 2) when selected, offer any necessary training to all of the construction staff and 3) be available with technical assistance to trouble shoot problems. As required in clause 52.223-15 Energy Efficiency in Energy-Consuming Products, the contractor shall only provide products that earn the ENERGY STAR label and meet ENERGY STAR specifications for energy efficiency. The contractor is encouraged to visit http://www.energystar.gov for complete product specifications and updated lists of qualifying products. PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES March 24, 2018 through October 31, 2018 Base Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY Once weekly 1 double chemical (2 toilets) NO TRASH OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES November 3, 2018 - March 16, 2019 Base Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES March 24, 2019 through October 31, 2019 1st Option Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY Once weekly 1 double chemical (2 toilets) NO TRASH OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES November 3, 2019 - March 16, 2020 1st Option Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL PEAK SEASON CLEANING SCHEDULE FOR RECREATION SITES March 24, 2020 through October 31, 2020 2nd Option Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Twice weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH Twice weekly 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS Twice weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Twice weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Twice weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE Once weekly 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW Once weekly 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY Once weekly 1 double chemical (2 toilets) NO TRASH OAKEY Once weekly 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL Once weekly 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL OFF-SEASON CLEANING SCHEDULE FOR RECREATION SITES November 3, 2020 - March 16, 2021 2nd Option Year Recreation Site Cleaning Frequency # of Toilets and Type # of Trash Bins Comments TALLULAH RIVER Once weekly 1 double vault (2 toilets) 3 collection sites (12 total bags) Monday/Friday TATE BRANCH 0 2 double chemical (4 toilets) 3 collection sites (12 total bags) Monday/Friday SANDY BOTTOMS 0 1 double chemical (2 toilets) 2 collection sites (8 total bags) Monday/Friday UPPER CHATT Once weekly 3 double Chemical (6 toilets) NO TRASH Tuesday/Thursday LOW GAP Once weekly 1 double chemical (2 toilets) NO TRASH Tuesday/Thursday ANDREWS COVE 0 1 double chemical (2 toilets) NO TRASH WILD CAT I Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILDCAT II Once weekly 1 double chemical (2 toilets) 2 collection sites (4 total bags) WILLIS KNOB Once weekly 1 double chemical (2 toilets) 2 collection sites (8 total bags) SARAHS CREEK Once weekly 2 double chemical (4 toilets) 4 collection sites (16 total bags) OVERFLOW BI-WEEKLY 1 single chemical (1 toilet) 1 collection site (4 total bags) FRADY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH OAKEY BI-WEEKLY 1 double chemical (2 toilets) NO TRASH PANTHER CREEK Once weekly 1 double vault ( 2 toilets) 1 collection site (4 total bags) WARWOMAN DELL BI-WEEKLY 1 Single chemical (1 toilet) NO TRASH MT YONAH Twice weekly 1 double vault ( 2 toilets) NO TRASH Monday/Friday RAVEN CLIFFS Twice weekly 1 double vault ( 2 toilets) 2 collection sites (5 holes) Monday/Friday DUKES CREEK Twice weekly 1 double vault ( 2 toilets) 1 collection site (2 total bags) Monday/Friday CONTRACT TOTAL SECTION D--PACKAGING AND MARKING {For this Solicitation, there are NO clauses in this Section} SECTION E--INSPECTION AND ACCEPTANCE FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246-1 Contractor Inspection Requirements (APR 1984) 52.246-4 Inspection of Services--Fixed-Price (AUG 1996) E.2. GOVERNMENT INSPECTION PROCEDURES Government will inspect all of the contractors work E.2.1. INSPECTION OF WORK Contractor is responsible for their own inspection plan of work SECTION F--DELIVERIES OR PERFORMANCE F.1. DELIVERIES In the performance of this contract, the Contractor shall (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than- (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. F.2. FAR 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984) At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor. SECTION G--CONTRACT ADMINISTRATION DATA AGAR 452.215-73 POST AWARD CONFERENCE (NOV 1996) A post award conference with the successful offeror is required. It will be scheduled within 30 days after the date of contract award. The conference will be held at a place to be determined. G.1. GOVERNMENT-FURNISHED PROPERTY The Government will provide the following item(s) N/A....of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract. G.2. CONTRACTOR INVOICING The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account.   SECTION H--SPECIAL CONTRACT REQUIREMENTS FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.236-72 Use of Premises (NOV 1996) 452.236-74 Control of Erosion, Sedimentation, and Pollution (NOV 1996) 452.236-77 Emergency Response (NOV 1996) H.1. AGAR 452.237-74 KEY PERSONNEL H.1.1. The Contractor shall assign to this contract, the key personnel identified in their quote. H.1.2. The Contractor shall make no substitutions of key personnel without notifying the Contracting Officer within a reasonable timeframe (not more than 5 days) and in advance, and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the contract. Proposed substitutes should have comparable qualifications to those of the persons being replaced. H.1.3. The Contractor shall make no diversion of personnel without the written consent of the Contracting Officer. H.1.4. The contract will be modified to reflect any approved changes of key personnel. PART II--CONTRACT CLAUSES SECTION I--CONTRACT CLAUSES I.1 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions (NOV 2013) 52.203-3 Gratuities (APR 1984) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (MAY 2014) 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (MAY 2014) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (May 2011) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (Jan 2017) As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). _X_ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] _X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). __ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). _X_ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (40)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. _X_ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (47) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (48)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (49) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (50) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.215-8 Order of Precedence--Uniform Contract Format (OCT 1997) 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan. (Mar 2015) 52.223-6 Drug-Free Workplace (MAY 2001) 52.227-1 Authorization and Consent (DEC 2007) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.232-1 Payments (APR 1984) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-9 Limitation on Withholding of Payments (APR 1984) 52.232-11 Extras (APR 1984) 52.232-16 Progress Payments (APR 2012) 52.232-17 Interest (MAY 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-23 Assignment of Claims (MAY 2014) 52.232-25 Prompt Payment (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes (MAY 2014) 52.236-6 Superintendence by the Contractor (APR 1984) 52.236-7 Permits and Responsibilities (NOV 1991) 52.236-10 Operations and Storage Areas (APR 1984) 52.236-12 Cleaning Up (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) 52.242-13 Bankruptcy (JUL 1995) 52.242-15 Stop-Work Order (AUG 1989) 52.243-1 Changes--Fixed-Price (AUG 1987)--Alternate I (AUG 1987) 52.244-6 Subcontracts for Commercial Items (JAN 2017) 52.246-20 Warranty of Services (MAY 2001) 52.246-25 Limitation of Liability-Services (FEB 2016) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (APR 2012) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) I.2 AGRICULTURE (48 CFR CHAPTER 4) & FOREST SERVICE ACQUISITION REGULATION CLAUSES 452.237-75 Restrictions Against Disclosure (FEB 1988) 4G52.222-701 Employment of Eligible Workers (DEC 1999) 4G52.222-702 Labor Standards for Contracts Involving Migrant and Seasonal Agricultural Workers (DEC 1999) 4G52.222-704 - Personal Protective Equipment (FEB 2007) I.3. FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It Is Not A Wage Determination. Employee Class Monetary Wage--Fringe Benefits GS-2 $11.30 + fringe benefits I.4. 52.217-8 OPTION TO EXTEND SERVICES As prescribed in 17.208(f), insert a clause substantially the same as the following: OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. I.5. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT As prescribed in 17.208(g), insert a clause substantially the same as the following: 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; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years 6 months. I.6. 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2013) As prescribed in 23.406(b), insert the following clause: (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall- (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than- (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. I.7. 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR. As prescribed in 32.706-1(b), insert the following clause: AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond FY October 31, 2017. 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 October 31, 2017, 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.   PART III-LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J-LIST OF ATTACHMENTS J.1. Service Contract Act - 2015-2133, Rev 3, 1/10/2018, Attached below - 10 pages J.2. Experience Questionnaire, See RETURN PACKAGE, Attached Separately-2 pages J.3. Map, Attached Separately-1 page J.4. Quality Assurance Inspection Checklist, Attached below-2 pages J.5. Return Package, Attached Separately-27 pages WD 15-4497 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018 ************************************************************************************ 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.: 2015-4497 Daniel W. Simms Division of | Revision No.: 5 Director Wage Determinations| Date Of Revision: 01/10/2018 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any 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 $10.35 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 2018. 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: Georgia Area: Georgia Counties of Banks, Chattooga, Fannin, Franklin, Gilmer, Gordon, Greene, Habersham, Jackson, Lumpkin, Polk, Rabun, Stephens, Towns, Union, White ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.49 01012 - Accounting Clerk II 15.15 01013 - Accounting Clerk III 17.24 01020 - Administrative Assistant 26.66 01035 - Court Reporter 20.93 01041 - Customer Service Representative I 10.65 01042 - Customer Service Representative II 11.98 01043 - Customer Service Representative III 13.06 01051 - Data Entry Operator I 13.84 01052 - Data Entry Operator II 15.70 01060 - Dispatcher, Motor Vehicle 21.60 01070 - Document Preparation Clerk 13.16 01090 - Duplicating Machine Operator 13.16 01111 - General Clerk I 13.43 01112 - General Clerk II 14.84 01113 - General Clerk III 16.45 01120 - Housing Referral Assistant 21.85 01141 - Messenger Courier 12.60 01191 - Order Clerk I 13.08 01192 - Order Clerk II 14.80 01261 - Personnel Assistant (Employment) I 15.31 01262 - Personnel Assistant (Employment) II 18.55 01263 - Personnel Assistant (Employment) III 20.90 01270 - Production Control Clerk 21.32 01290 - Rental Clerk 15.21 01300 - Scheduler, Maintenance 16.13 01311 - Secretary I 16.13 01312 - Secretary II 18.05 01313 - Secretary III 20.13 01320 - Service Order Dispatcher 19.21 01410 - Supply Technician 26.66 01420 - Survey Worker 18.40 01460 - Switchboard Operator/Receptionist 13.41 01531 - Travel Clerk I 14.22 01532 - Travel Clerk II 15.53 01533 - Travel Clerk III 16.73 01611 - Word Processor I 13.25 01612 - Word Processor II 16.13 01613 - Word Processor III 18.30 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.36 05010 - Automotive Electrician 21.55 05040 - Automotive Glass Installer 20.18 05070 - Automotive Worker 20.18 05110 - Mobile Equipment Servicer 17.47 05130 - Motor Equipment Metal Mechanic 23.36 05160 - Motor Equipment Metal Worker 20.18 05190 - Motor Vehicle Mechanic 23.36 05220 - Motor Vehicle Mechanic Helper 17.56 05250 - Motor Vehicle Upholstery Worker 19.05 05280 - Motor Vehicle Wrecker 20.18 05310 - Painter, Automotive 21.55 05340 - Radiator Repair Specialist 20.18 05370 - Tire Repairer 13.80 05400 - Transmission Repair Specialist 23.36 07000 - Food Preparation And Service Occupations 07010 - Baker 12.20 07041 - Cook I 11.95 07042 - Cook II 13.58 07070 - Dishwasher 10.24 07130 - Food Service Worker 10.01 07210 - Meat Cutter 13.04 07260 - Waiter/Waitress 8.82 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.47 09040 - Furniture Handler 12.05 09080 - Furniture Refinisher 16.23 09090 - Furniture Refinisher Helper 12.55 09110 - Furniture Repairer, Minor 14.76 09130 - Upholsterer 16.23 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.28 11060 - Elevator Operator 10.89 11090 - Gardener 15.98 11122 - Housekeeping Aide 10.89 11150 - Janitor 10.89 11210 - Laborer, Grounds Maintenance 11.71 11240 - Maid or Houseman 9.54 11260 - Pruner 13.31 11270 - Tractor Operator 14.56 11330 - Trail Maintenance Worker 11.71 11360 - Window Cleaner 13.54 12000 - Health Occupations 12010 - Ambulance Driver 16.75 12011 - Breath Alcohol Technician 19.89 12012 - Certified Occupational Therapist Assistant 25.49 12015 - Certified Physical Therapist Assistant 28.11 12020 - Dental Assistant 18.65 12025 - Dental Hygienist 34.00 12030 - EKG Technician 25.28 12035 - Electroneurodiagnostic Technologist 25.28 12040 - Emergency Medical Technician 16.75 12071 - Licensed Practical Nurse I 17.72 12072 - Licensed Practical Nurse II 19.89 12073 - Licensed Practical Nurse III 21.97 12100 - Medical Assistant 14.71 12130 - Medical Laboratory Technician 17.77 12160 - Medical Record Clerk 15.08 12190 - Medical Record Technician 16.53 12195 - Medical Transcriptionist 17.61 12210 - Nuclear Medicine Technologist 36.66 12221 - Nursing Assistant I 10.66 12222 - Nursing Assistant II 11.99 12223 - Nursing Assistant III 13.08 12224 - Nursing Assistant IV 14.69 12235 - Optical Dispenser 18.44 12236 - Optical Technician 16.64 12250 - Pharmacy Technician 14.87 12280 - Phlebotomist 13.47 12305 - Radiologic Technologist 25.09 12311 - Registered Nurse I 24.94 12312 - Registered Nurse II 29.25 12313 - Registered Nurse II, Specialist 29.25 12314 - Registered Nurse III 35.38 12315 - Registered Nurse III, Anesthetist 35.38 12316 - Registered Nurse IV 42.41 12317 - Scheduler (Drug and Alcohol Testing) 20.67 12320 - Substance Abuse Treatment Counselor 18.72 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.57 13012 - Exhibits Specialist II 25.43 13013 - Exhibits Specialist III 31.11 13041 - Illustrator I 20.89 13042 - Illustrator II 25.43 13043 - Illustrator III 31.11 13047 - Librarian 28.28 13050 - Library Aide/Clerk 13.39 13054 - Library Information Technology Systems 25.38 Administrator 13058 - Library Technician 15.42 13061 - Media Specialist I 18.42 13062 - Media Specialist II 20.62 13063 - Media Specialist III 22.98 13071 - Photographer I 17.47 13072 - Photographer II 18.16 13073 - Photographer III 22.50 13074 - Photographer IV 27.10 13075 - Photographer V 30.13 13090 - Technical Order Library Clerk 20.48 13110 - Video Teleconference Technician 19.25 14000 - Information Technology Occupations 14041 - Computer Operator I 17.20 14042 - Computer Operator II 19.24 14043 - Computer Operator III 21.45 14044 - Computer Operator IV 23.84 14045 - Computer Operator V 26.40 14071 - Computer Programmer I (see 1) 25.09 14072 - Computer Programmer II (see 1) 25.31 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 17.20 14160 - Personal Computer Support Technician 23.84 14170 - System Support Specialist 29.70 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.93 15020 - Aircrew Training Devices Instructor (Rated) 35.00 15030 - Air Crew Training Devices Instructor (Pilot) 41.95 15050 - Computer Based Training Specialist / Instructor 28.93 15060 - Educational Technologist 33.91 15070 - Flight Instructor (Pilot) 41.95 15080 - Graphic Artist 26.04 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 36.99 15086 - Maintenance Test Pilot, Rotary Wing 36.99 15088 - Non-Maintenance Test/Co-Pilot 36.99 15090 - Technical Instructor 23.83 15095 - Technical Instructor/Course Developer 29.15 15110 - Test Proctor 19.24 15120 - Tutor 19.24 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.81 16030 - Counter Attendant 9.81 16040 - Dry Cleaner 12.93 16070 - Finisher, Flatwork, Machine 9.81 16090 - Presser, Hand 9.81 16110 - Presser, Machine, Drycleaning 9.81 16130 - Presser, Machine, Shirts 9.81 16160 - Presser, Machine, Wearing Apparel, Laundry 9.81 16190 - Sewing Machine Operator 14.02 16220 - Tailor 15.09 16250 - Washer, Machine 12.07 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 17.10 19040 - Tool And Die Maker 22.45 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.74 21030 - Material Coordinator 19.67 21040 - Material Expediter 19.67 21050 - Material Handling Laborer 13.01 21071 - Order Filler 13.62 21080 - Production Line Worker (Food Processing) 14.74 21110 - Shipping Packer 14.47 21130 - Shipping/Receiving Clerk 14.47 21140 - Store Worker I 11.48 21150 - Stock Clerk 16.66 21210 - Tools And Parts Attendant 14.74 21410 - Warehouse Specialist 14.74 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.76 23019 - Aircraft Logs and Records Technician 20.63 23021 - Aircraft Mechanic I 25.12 23022 - Aircraft Mechanic II 26.76 23023 - Aircraft Mechanic III 28.32 23040 - Aircraft Mechanic Helper 17.97 23050 - Aircraft, Painter 22.08 23060 - Aircraft Servicer 20.63 23070 - Aircraft Survival Flight Equipment Technician 22.08 23080 - Aircraft Worker 21.95 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 21.95 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 25.12 II 23110 - Appliance Mechanic 18.74 23120 - Bicycle Repairer 14.21 23125 - Cable Splicer 26.06 23130 - Carpenter, Maintenance 20.20 23140 - Carpet Layer 17.91 23160 - Electrician, Maintenance 22.60 23181 - Electronics Technician Maintenance I 22.22 23182 - Electronics Technician Maintenance II 24.64 23183 - Electronics Technician Maintenance III 26.34 23260 - Fabric Worker 15.61 23290 - Fire Alarm System Mechanic 18.97 23310 - Fire Extinguisher Repairer 14.43 23311 - Fuel Distribution System Mechanic 22.06 23312 - Fuel Distribution System Operator 16.26 23370 - General Maintenance Worker 17.92 23380 - Ground Support Equipment Mechanic 25.12 23381 - Ground Support Equipment Servicer 20.63 23382 - Ground Support Equipment Worker 21.95 23391 - Gunsmith I 18.65 23392 - Gunsmith II 20.94 23393 - Gunsmith III 21.98 23410 - Heating, Ventilation And Air-Conditioning 20.81 Mechanic 23411 - Heating, Ventilation And Air Contidioning 21.85 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.25 23440 - Heavy Equipment Operator 18.92 23460 - Instrument Mechanic 23.76 23465 - Laboratory/Shelter Mechanic 18.31 23470 - Laborer 11.70 23510 - Locksmith 18.08 23530 - Machinery Maintenance Mechanic 20.58 23550 - Machinist, Maintenance 18.32 23580 - Maintenance Trades Helper 13.78 23591 - Metrology Technician I 23.76 23592 - Metrology Technician II 25.17 23593 - Metrology Technician III 26.55 23640 - Millwright 22.37 23710 - Office Appliance Repairer 20.06 23760 - Painter, Maintenance 17.36 23790 - Pipefitter, Maintenance 21.57 23810 - Plumber, Maintenance 20.54 23820 - Pneudraulic Systems Mechanic 19.57 23850 - Rigger 21.30 23870 - Scale Mechanic 17.11 23890 - Sheet-Metal Worker, Maintenance 19.19 23910 - Small Engine Mechanic 16.93 23931 - Telecommunications Mechanic I 26.53 23932 - Telecommunications Mechanic II 29.28 23950 - Telephone Lineman 20.47 23960 - Welder, Combination, Maintenance 16.33 23965 - Well Driller 18.97 23970 - Woodcraft Worker 19.57 23980 - Woodworker 14.21 24000 - Personal Needs Occupations 24550 - Case Manager 14.03 24570 - Child Care Attendant 10.36 24580 - Child Care Center Clerk 12.63 24610 - Chore Aide 10.94 24620 - Family Readiness And Support Services 14.03 Coordinator 24630 - Homemaker 16.76 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 21.71 25040 - Sewage Plant Operator 17.93 25070 - Stationary Engineer 21.71 25190 - Ventilation Equipment Tender 13.51 25210 - Water Treatment Plant Operator 17.93 27000 - Protective Service Occupations 27004 - Alarm Monitor 14.85 27007 - Baggage Inspector 12.47 27008 - Corrections Officer 14.99 27010 - Court Security Officer 17.55 27030 - Detection Dog Handler 16.44 27040 - Detention Officer 15.32 27070 - Firefighter 17.97 27101 - Guard I 12.47 27102 - Guard II 16.44 27131 - Police Officer I 19.70 27132 - Police Officer II 21.89 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.34 28042 - Carnival Equipment Repairer 13.54 28043 - Carnival Worker 8.70 28210 - Gate Attendant/Gate Tender 15.26 28310 - Lifeguard 11.91 28350 - Park Attendant (Aide) 17.08 28510 - Recreation Aide/Health Facility Attendant 10.92 28515 - Recreation Specialist 16.52 28630 - Sports Official 12.93 28690 - Swimming Pool Operator 18.99 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 19.62 29020 - Hatch Tender 19.62 29030 - Line Handler 19.62 29041 - Stevedore I 18.07 29042 - Stevedore II 20.99 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.35 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.14 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.88 30021 - Archeological Technician I 20.00 30022 - Archeological Technician II 21.45 30023 - Archeological Technician III 27.39 30030 - Cartographic Technician 26.56 30040 - Civil Engineering Technician 22.32 30051 - Cryogenic Technician I 29.42 30052 - Cryogenic Technician II 32.51 30061 - Drafter/CAD Operator I 20.00 30062 - Drafter/CAD Operator II 21.45 30063 - Drafter/CAD Operator III 23.91 30064 - Drafter/CAD Operator IV 29.42 30081 - Engineering Technician I 16.64 30082 - Engineering Technician II 20.00 30083 - Engineering Technician III 20.90 30084 - Engineering Technician IV 26.47 30085 - Engineering Technician V 31.68 30086 - Engineering Technician VI 37.02 30090 - Environmental Technician 25.03 30095 - Evidence Control Specialist 26.47 30210 - Laboratory Technician 19.58 30221 - Latent Fingerprint Technician I 29.42 30222 - Latent Fingerprint Technician II 32.51 30240 - Mathematical Technician 26.47 30361 - Paralegal/Legal Assistant I 19.41 30362 - Paralegal/Legal Assistant II 24.05 30363 - Paralegal/Legal Assistant III 29.41 30364 - Paralegal/Legal Assistant IV 35.56 30375 - Petroleum Supply Specialist 31.68 30390 - Photo-Optics Technician 26.56 30395 - Radiation Control Technician 31.68 30461 - Technical Writer I 26.47 30462 - Technical Writer II 31.68 30463 - Technical Writer III 37.02 30491 - Unexploded Ordnance (UXO) Technician I 25.01 30492 - Unexploded Ordnance (UXO) Technician II 30.26 30493 - Unexploded Ordnance (UXO) Technician III 36.27 30494 - Unexploded (UXO) Safety Escort 25.01 30495 - Unexploded (UXO) Sweep Personnel 25.01 30501 - Weather Forecaster I 29.42 30502 - Weather Forecaster II 35.79 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.91 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.39 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 30.26 31020 - Bus Aide 11.49 31030 - Bus Driver 17.43 31043 - Driver Courier 13.94 31260 - Parking and Lot Attendant 9.98 31290 - Shuttle Bus Driver 15.38 31310 - Taxi Driver 11.17 31361 - Truckdriver, Light 15.38 31362 - Truckdriver, Medium 16.81 31363 - Truckdriver, Heavy 20.87 31364 - Truckdriver, Tractor-Trailer 20.87 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.76 99030 - Cashier 9.25 99050 - Desk Clerk 10.05 99095 - Embalmer 29.59 99130 - Flight Follower 25.01 99251 - Laboratory Animal Caretaker I 12.13 99252 - Laboratory Animal Caretaker II 13.34 99260 - Marketing Analyst 24.84 99310 - Mortician 29.59 99410 - Pest Controller 15.01 99510 - Photofinishing Worker 16.45 99710 - Recycling Laborer 16.42 99711 - Recycling Specialist 20.43 99730 - Refuse Collector 14.37 99810 - Sales Clerk 13.50 99820 - School Crossing Guard 13.53 99830 - Survey Party Chief 20.64 99831 - Surveying Aide 12.11 99832 - Surveying Technician 17.05 99840 - Vending Machine Attendant 12.93 99841 - Vending Machine Repairer 16.70 99842 - Vending Machine Repairer Helper 12.93 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.41 per hour or $176.40 per week or $764.40 per month HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; and 3 weeks after 8 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 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 2 PART IV--REPRESENTATIONS AND INSTRUCTIONS SECTION K--REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR RESPONDENTS NOTE: Offerors should address questions concerning VETS-100 reporting and reporting requirements to the Office of Veterans Employment and Training Services offices at the following address: U. S. Department of Labor VETS-100 Reporting 4200 Forbes Blvd., Suite 202 Lanham, MD 20703 Telephone: (301) 306-6752 Website: www.vets100.cudenver.edu Reporting Questions: HelpDesk@vets100.com Reporting Verification: Verify@vets100.com K.1. AGAR 452.219-70 SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) The North American Industrial classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: Contract line item(s): All Items --NAICS Code 561720 --Size Standard $18 million The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. K.2. 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) As prescribed in 4.1105(a)(1), use the following provision: SYSTEM FOR AWARD MANAGEMENT (OCT 2016) (a) Definitions. As used in this provision- "Electronic Funds Transfer (EFT) indicator" means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "Unique entity identifier" means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company Physical Street Address, City, State, and Zip Code. (4) Company Mailing Address, City, State and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. (9) Line of business (industry). (10) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov K.3. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS As prescribed in 12.301(b)(2), insert the following provision: Offeror Representations and Certifications-Commercial Items (JAN 2017) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (a) Definitions. As used in this provision- "Administrative merits determination" means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Arbitral award or decision" means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Civil judgment" means- (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "DOL Guidance" means the Department of Labor (DOL) Guidance entitled: "Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces'". The DOL Guidance was initially published in the Federal Register on August 25, 2016, and significant revisions will be published for public comment in the Federal Register. The DOL Guidance and subsequent versions can be obtained from www.dol.gov/fairpayandsafeworkplaces. "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Enforcement agency" means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are- (1) Department of Labor Wage and Hour Division (WHD) for- (i) The Fair Labor Standards Act; (ii) The Migrant and Seasonal Agricultural Worker Protection Act; (iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act; (iv) 41 U.S.C. chapter 67, formerly known as the Service Contract Act; (v) The Family and Medical Leave Act; and (vi) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors); (2) Department of Labor Occupational Safety and Health Administration (OSHA) for- (i) The Occupational Safety and Health Act of 1970; and (ii) OSHA-approved State Plans; (3) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for- (i) Section 503 of the Rehabilitation Act of 1973; (ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and (iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity); (4) National Labor Relations Board (NLRB) for the National Labor Relations Act; and (5) Equal Employment Opportunity Commission (EEOC) for- (i) Title VII of the Civil Rights Act of 1964; (ii) The Americans with Disabilities Act of 1990; (iii) The Age Discrimination in Employment Act of 1967; and (iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act). "Forced or indentured child labor" means all work or service- (6) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (7) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Labor compliance agreement" means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters. "Labor laws" means the following labor laws and E.O.s: (1) The Fair Labor Standards Act. (2) The Occupational Safety and Health Act (OSHA) of 1970. (3) The Migrant and Seasonal Agricultural Worker Protection Act. (4) The National Labor Relations Act. (5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act. (6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act. (7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity). (8) Section 503 of the Rehabilitation Act of 1973. (9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974. (10) The Family and Medical Leave Act. (11) Title VII of the Civil Rights Act of 1964. (12) The Americans with Disabilities Act of 1990. (13) The Age Discrimination in Employment Act of 1967. (14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors). (15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at www.osha.gov/dcsp/osp/approved_state_plans.html). "Labor law decision" means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of "labor laws". "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Note to paragraph (a): By a court order issued on October 24, 2016, the following definitions in this paragraph (a) are enjoined indefinitely as of the date of the order: "Administrative merits determination", "Arbitral award or decision", paragraph (2) of "Civil judgment", "DOL Guidance", "Enforcement agency", "Labor compliance agreement", "Labor laws", and "Labor law decision". The enjoined definitions will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (t) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it □ is, □ is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it □ is, □ is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it □ is, □ is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it □ is, □ is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is, □ is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It □ is,□ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It □ is, □ is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It □ is, □ is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It □ has, □ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It □ has developed and has on file, □ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It □ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) □ Are, □ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) □ Have, □ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) □ Are, □ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) □ Have, □ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at.] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] □ (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. □ (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) □ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) □ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] □ (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror □ does □ does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. □ (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror □ does □ does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). □ TIN: ________________________________. □ TIN has been applied for. □ TIN is not required because: □ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; □ Offeror is an agency or instrumentality of a foreign government; □ Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. □ Sole proprietorship; □ Partnership; □ Corporate entity (not tax-exempt); □ Corporate entity (tax-exempt); □ Government entity (Federal, State, or local); □ Foreign government; □ International organization per 26 CFR 1.6049-4; □ Other ________________________________. (5) Common parent. □ Offeror is not owned or controlled by a common parent; □ Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that- (i) It □ is, □ is not an inverted domestic corporation; and (ii) It □ is, □ is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation. (1) The Offeror represents that it □ has or □ does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates "has" in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____________________. Immediate owner legal name: _____________________. (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity: □ Yes or □ No. (3) If the Offeror indicates "yes" in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: __________________. Highest-level owner legal name: ___________________. (Do not use a "doing business as" name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that- (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that- (i) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it □ is or □ is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated "is" in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark "Unknown") Predecessor legal name: _________________________ (Do not use a "doing business as" name) (s) Representation regarding compliance with labor laws (Executive Order 13673). If the offeror is a joint venture that is not itself a separate legal entity, each concern participating in the joint venture shall separately comply with the requirements of this provision. (1)(i) For solicitations issued on or after October 25, 2016 through April 24, 2017: The Offeror □ does □ does not anticipate submitting an offer with an estimated contract value of greater than $50 million. (ii) For solicitations issued after April 24, 2017: The Offeror □ does □ does not anticipate submitting an offer with an estimated contract value of greater than $500,000. (2) If the Offeror checked "does" in paragraph (s)(1)(i) or (ii) of this provision, the Offeror represents to the best of the Offeror's knowledge and belief [Offeror to check appropriate block]: □ (i) There has been no administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the offeror (see definitions in paragraph (a) of this section) during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter; or □ (ii) There has been an administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the Offeror during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter. (3)(i) If the box at paragraph (s)(2)(ii) of this provision is checked and the Contracting Officer has initiated a responsibility determination and has requested additional information, the Offeror shall provide- (A) The following information for each disclosed labor law decision in the System for Award Management (SAM) at www.sam.gov, unless the information is already current, accurate, and complete in SAM. This information will be publicly available in the Federal Awardee Performance and Integrity Information System (FAPIIS): (1) The labor law violated. (2) The case number, inspection number, charge number, docket number, or other unique identification number. (3) The date rendered. (4) The name of the court, arbitrator(s), agency, board, or commission that rendered the determination or decision; (B) The administrative merits determination, arbitral award or decision, or civil judgment document, to the Contracting Officer, if the Contracting Officer requires it; (C) In SAM, such additional information as the Offeror deems necessary to demonstrate its responsibility, including mitigating factors and remedial measures such as offeror actions taken to address the violations, labor compliance agreements, and other steps taken to achieve compliance with labor laws. Offerors may provide explanatory text and upload documents. This information will not be made public unless the contractor determines that it wants the information to be made public; and (D) The information in paragraphs (s)(3)(i)(A) and (s)(3)(i)(C) of this provision to the Contracting Officer, if the Offeror meets an exception to SAM registration (see FAR 4.1102(a)). (ii)(A) The Contracting Officer will consider all information provided under (s)(3)(i) of this provision as part of making a responsibility determination. (B) A representation that any labor law decision(s) were rendered against the Offeror will not necessarily result in withholding of an award under this solicitation. Failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (C) The representation in paragraph (s)(2) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation in accordance with the procedures set forth in FAR 12.403. (4) The Offeror shall provide immediate written notice to the Contracting Officer if at any time prior to contract award the Offeror learns that its representation at paragraph (s)(2) of this provision is no longer accurate. (5) The representation in paragraph (s)(2) of this provision will be public information in the Federal Awardee Performance and Integrity Information System (FAPIIS). Note to paragraph (s): By a court order issued on October 24, 2016, this paragraph (s) is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (52.212-1(k)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible website includes the Offeror's own website or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked "does" in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported:_________________. (u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). K.4. 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW. As prescribed in 9.104-7(d), insert the following provision: REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. K.5. FAR 52.223-1 BIOBASED PRODUCT CERTIFICATION (MAY 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. SECTION L--INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS L.1. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-6 Data Universal Numbering System (DUNS) (JUL 2013) 52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2004) 52.237-1 Site Visit (APR 1984) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) L.2. FACSIMILE AND ELECTRONIC SUBMITTED QUOTES Quotes may be e-mailed to fmorman@fs.fed.us Faxed copies will not be accepted. L.3. FAR 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed price contract resulting from this solicitation. L.4. ACCEPTANCE OF QUOTES Quotes will be accepted until 4:30 p.m. Eastern Time March 8, 2017. L.5. FAR 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 Chattahoochee National Forest, Attn: Francoies Morman - Contracting Officer, 1755 Cleveland HWY, Gainesville, GA 30501. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. L.6. INSTRUCTIONS FOR THE PREPARATION OF BIDS (a) General Instructions. Quotes/bids submitted in response to this solicitation shall be furnished in the information as specified below. L.6.1 SF-18 Request For Quotation - page 1 L.6.2 Section B - Schedule of Items - pages 4-9 L.6.3. Section K Requirements-pages 46-62 L.6.4. Contractor shall submit all other information, clauses and provisions contained in this solicitation that are applicable to their quote. L.7. AGAR 452.237-71 PRE-BID/PRE-PROPOSAL CONFERENCE (FEB 1988) Scheduled for February 15 11:00 a.m. DeSoto Falls Recreation Area SECTION M--EVALUATION FACTORS FOR AWARD M.1. AWARD DETERMINATION 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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: 1. Contractor Experience with this type of work & Key Personnel - Identify key personnel and provide experience with this type of work - Complete the attached Questionnaire with additional information as necessary. 2. Past Performance- Provide 3 References with contact information 3. Quality Control Plan-See C.11. of Specifications Price Cost/Price is of equal importance compared to the technical criteria which includes the experience with this type of work, past performance and quality control plan. However, the importance of price may become greater as the difference between price and the technical criteria decreases. Where the technical evaluation criteria are substantially equal, price may control award. All technical criteria are essentially equal in importance to each other. (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. M.2. PRICE REASONABLENESS All offers must include reasonable prices. The Contracting Officer may reject all offers containing prices determined to be unreasonably high or low. Bidders must provide information identified in Section B Task Frequency and Quality Assurance Inspection Report - PEAK SEASON Inspection Date: Inspector: TASK FREQUENCY SAT UNSAT COMMENTS & LOCATION 1.) Restrooms - Clean and disinfect surfaces and fixtures to include: toilets, toilet seats, urinals, shower stall, counters, sinks, mirrors, corners, crevices. Sanitize Floors, clean interior walls, windows, floors, ceilings, baseboards, grouting and stall partitions 2 TIMES/ WEEK 2.) Restrooms - Replenish supplies to include paper towels and toilet paper 2 TIMES /WEEK 3.) Bathrooms-clean exterior surfaces of building, sidewalks and grounds. ONCE/MONTH 4.) Clean Trash Receptacles ONCE/MONTH 5.) Vault Pumping and Maintenance AS NEEDED TO MAINTAIN TO STANDARD 6.) Odor Control 2 TIME /WEEK 7.) Trash-Collect and remove trash from garbage cans and immediate area. Replace garbage can liners. 2 TIME/WEEK 8.) All other contract requirements not included on this list AS NEEDED TO MAINTAIN TO STANDARD Reviewed with Contractor's Representative: Date Representative Signature: Task Frequency and Quality Assurance Inspection Report - OFF SEASON Inspection Date: Inspector: TASK FREQUENCY TWICE/WEEK (off peak) SAT UNSAT COMMENTS & LOCATION Woody Gap Rec. Area 1.) Restrooms - Clean and disinfect surfaces and fixtures to include: toilets, toilet seats, urinals, shower stall, counters, sinks, mirrors, corners, crevices. Sanitize Floors, clean interior walls, windows, floors, ceilings, baseboards, grouting and stall partitions 1 TIMES/ WEEK 2.) Restrooms - Replenish supplies to include paper towels and toilet paper 1 TIMES /WEEK 3.) Bathrooms-clean exterior surfaces of building, sidewalks and grounds. ONCE/MONTH 4.) Clean Trash Receptacles ONCE/MONTH 5.) Vault Pumping and Maintenance AS NEEDED TO MAINTAIN TO STANDARD 6.) Odor Control 1 TIME /WEEK 7.) Trash-Collect and remove trash from garbage cans and immediate area. Replace garbage can liners. 1 TIME/WEEK 8.) All other contract requirements not included on this list AS NEEDED TO MAINTAIN TO STANDARD Reviewed with Contractor's Representative: Date Representative Signature:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/435H/12435H18Q0006/listing.html)
- Place of Performance
- Address: CHATTAHOOCHEE NATIONAL FOREST, BLUE RIDGE RANGER DISTRICT & CHATTOOGA RIVER RANGER DISTRICT, RECREATIONAL JANITORIAL SERVICES, Georgia, United States
- Record
- SN04811462-W 20180208/180206231139-b19f1c0e8c4c85bddf3437226418bf52 (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 |