SOLICITATION NOTICE
U -- Advanced Life Spt Ambulance Training - Combined Synopsis/Solicitation
- Notice Date
- 2/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Knox (W9124D), Bldg 1109, Room 373, Fort Knox, Kentucky, 40121-5720, United States
- ZIP Code
- 40121-5720
- Solicitation Number
- W9124D-18-Q-6211
- Archive Date
- 3/13/2018
- Point of Contact
- Monika Watkins, Phone: 5026241068, Daniel J. Hereford, Phone: 5026245452
- E-Mail Address
-
monika.watkins2.civ@mail.mil, daniel.j.hereford.civ@mail.mil
(monika.watkins2.civ@mail.mil, daniel.j.hereford.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- TE D - Required Additional Supplies per Ambulance TE C - Required Equipment List per Ambulance Combined Synopsis/Solicitation MICC-FORT KNOX MISSION DIVISION COMBINED SYNOPSIS/SOLICITATION 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. Solicitation number W9124D-18-Q-6211 is issued as a Request for Quotation (RFQ). If appearing in this solicitation, the terms "RFP" shall mean "RFQ", the words "proposal" or "offer" shall mean "quote", the word "offeror" shall mean "quoter" and the word "contract" shall mean "purchase order". 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular {2005-95, effective 19 January 2017}. See http://farsite.hill.af.mil/vffara.htm for this information. 4. The associated NAICS code is 621910 and the size standard of $15M. 5. The list of Contract Line Item Numbers (CLINs): Line Item Description Quantity Unit Price Total Price 0001 Advanced Life Support Ambulance Support Advanced Life Support (ALS) and Marked Civilian Ambulance Vehicle Support to include all vehicles/required equipment (IAW Technical Exhibit (TE) C)/licensed or certified staff required to perform all tasks in accordance with PWS during training event from 7 April through 26 April 2018. 1 Job $ $ 0002 Additional Supplies (IAW TE D) Advanced Life Support (ALS) required additional supplies (IAW TE D) to perform all tasks in accordance with PWS during training event from 7 April through 26 April 2018. 1 Job $ $ 0003 Contractor Manpower Reporting In accordance with PWS from 7 April through 26 April 2018. 1 Each $ $ Total $ 6. The description of the requirement is included Performance Work Statement (PWS) contained herein. 7. Date and place of performance: CLINS Dates Muscatatuck Urban Training Center (MUTC), Butlerville, Indiana 0001 April 7-26, 2018 0002 April 7-26, 2018 0003 April 7-26, 2018 8. The required start date 7 April, 2018 INSTRUCTIONS TO QUOTERS Submitting your quote. Quotes shall be submitted via email to the Contracting Officer, Daniel Hereford at daniel.j.hereford.civ@mail.mil and Contract Specialist, Monika Watkins at monika.watkins2.civ@mail.mil by 0800 am Fort Knox, KY Local Time on Thursday, 8 March, 2018. No other method of submission is acceptable. Attachments are limited to 5 MB per email. Quotes should be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files). Submission deadline. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline accordingly. Terms and content of your quote. Your quote must be based on the terms of this RFQ. Government may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below and be valid for 30 days. Small Business Status. In order to submit a quote, you must know whether your company is a small business, this requirement is 100% small business set-aside. The small business size standard that applies to this purchase is stated in paragraph 4 above. Issuance of purchase order. Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the quoter with the lowest price. Award will be made in the aggregate to the responsive, responsible offeror submitting a quote that meets the specifications in the PWS contained herein. The quotes will be evaluated for technical acceptability based on proof of special qualifications outlined in PWS 1.6.8, past performance as found in Federal Awardee Performance and Integrity Information System (FAPIIS), and price. To be eligible for contract award the special qualifications outlined in PWS 1.6.8 must be met by providing proof of license and/or certifications as required. If the quote does not conform to the PWS requirements the quote will be rejected. The quote must conform to the specifications listed in the PWS. Failure to submit a price on all items will render the quote non-responsive. Quotes shall contain the following: 1. Quote Cover Letter that provides your company's Name, address, and Point of Contact, phone number, CAGE Code, DUNS Number and tax ID number. In order to be considered for award, all contractors must have active registration in System for Award Management (SAM) website and identified as small business under NAICS code listed in paragraph 4 above. 2. Price Quote that provides a firm-fixed-price quote for all services and supplies requested in CLINS and subsequently the PWS. In addition to an extended price, all quotes must contain a unit price and grand total. All applicable fees and charges must be included in the unit price. 3. Technical Quote that confirm that the contractor personnel and ambulances meet all of the minimum technical requirements in the PWS. Maximum page length is five pages, with minimum font size of 10 points. At the bottom of the technical quote, explain any exceptions taken to the requirements in this solicitation. Note that exceptions to the RFQ shall render the quote unacceptable to the Government. 4. References to past performance record as found in FAPIIS. Questions. Questions regarding this RFQ shall be submitted in writing by 0800am, 27 February 2018, via e-mail to Daniel Hereford at daniel.j.hereford.civ@mail.mil and Contract Specialist, Monika Watkins at monika.watkins2.civ@mail.mil. All questions must be submitted in writing. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.202-1 Definitions 52.203-3 Gratuities 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.215-1 Instructions to Offerors -- Competitive Acquisition 52.217-21 Descriptive Literature 52.219-6 Notice of Total Small Business Set-Aside 52.222-41 Service Contract Labor Standards 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-10 Waste Reduction Program 52.228-5 Insurance - Work On A Government Installation 52.229-3 Federal, State And Local Taxes 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former D0D Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov2017) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://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-- "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. "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). "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. "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. "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. "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 the 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. (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 SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation 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 (u) 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 is to 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. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (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. (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) or 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; and (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 appear 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 22.1503(b).] (1) Listed End Product 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 is 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 email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. 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 section 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 and 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) Reserved. (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 Web site 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 Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror's own Web site 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 Web site(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). (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Nov 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (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)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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: XX (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). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). XX (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). XX (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] XX (14) (i) 52.219-6, Notice of Total Small Business 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. XX (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 (Jan 2017) (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)). XX (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting 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. 657f). XX (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)). XX (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). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). XX (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). XX (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). XX (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (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). XX (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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) (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.) ___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (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. ___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (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. XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (47) (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. ___ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (50) 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). ___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (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: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) XX (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). XX (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). ___ (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). XX (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). XX (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). XX (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 (Sep 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (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)). (iii) 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. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (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. (End of Clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute 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 (End of clause) 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 Daniel J. Hereford by obtaining written and dated acknowledgment of receipt from daniel.j.hereford.civ@mail.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT (COMBO) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0490 Issue By DoDAAC W9124D Admin DoDAAC W9124D Inspect By DoDAAC W907R6 Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) W907R6 Service Acceptor (DoDAAC) W907R6 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Inspector/Acceptor: TBD upon award (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Contract Administrator: TBD upon award Contracting Officer: TBD upon award (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) (a) The amount of any request for equitable adjustment to contract terms shall accurately reflect the contract adjustment for which the Contractor believes the Government is liable. The request shall include only costs for performing the change, and shall not include any costs that already have been reimbursed or that have been separately claimed. All indirect costs included in the request shall be properly allocable to the change in accordance with applicable acquisition regulations. (b) In accordance with 10 U.S.C. 2410(a), any request for equitable adjustment to contract terms that exceeds the simplified acquisition threshold shall bear, at the time of submission, the following certificate executed by an individual authorized to certify the request on behalf of the Contractor: I certify that the request is made in good faith, and that the supporting data are accurate and complete to the best of my knowledge and belief. (Official's Name) (Title) (c) The certification in paragraph (b) of this clause requires full disclosure of all relevant facts, including (1) Certified cost or pricing data, if required, in accordance with subsection 15.403-4 of the Federal Acquisition Regulation (FAR); and (2) Data other than certified cost or pricing data, in accordance with subsection 15.403-3 of the FAR, including actual cost data and data to support any estimated costs, even if certified cost or pricing data are not required. (d) The certification requirement in paragraph (b) of this clause does not apply to (1) Requests for routine contract payments; for example, requests for payment for accepted supplies and services, routine vouchers under a cost-reimbursement type contract, or progress payment invoices; or (2) Final adjustments under an incentive provision of the contract. (End of clause) PERFORMANCE WORK STATEMENT (PWS) Ambulance Support 78th Training Division PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personal services contract to provide Advanced Life Support (ALS) ambulances with two-person crew (REAL-WORLD) and Marked Civilian Ambulance Vehicles with one licensed driver (ROLE PLAY) per vehicle for training purposes. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform ambulance training support as defined in this PWS except for those items specified as Government furnished property and services specified in Part 3. 1.2. Background: Guardian Response is a United States Army Forces Command (FORSCOM) training event executed by 78th Training Division during the month of April 2018. Critical tasks conducted during this exercise are search and rescue, casualty decontamination, patient treatment and patient movement of 300 displaced civilians and mannequins daily. The purpose of this exercise is to certify that units are trained to conduct Defense Support Civil Activities (DSCA) functions in support of protecting the homeland. The ROLE PLAY ambulances are used to transport the mannequins and role players during the training scenarios. The REAL-WORLD (ALS) ambulances and staff are used to provide life support for the civilian role-players and the Blue Force (BLUFOR) soldiers that have come to Muscatatuck Urban Training Center (MUTC) to train. Ambulances and staff provide realism and safety in the training environment that cannot be recreated using any other means; therefore, a contract is necessary during training events such as Guardian Response 18. This helps bring to life the "train as you fight, fight as you train" philosophy of today's military and the civilian first response community. 1.3. Objectives: This is a non-personal service requirement. Contractor shall provide all equipment, supervision, services, materials, tools, and supplies required to maintain ambulance training support during the duration of Guardian Response 18, an exercise that will be conducted during April based at MUTC in Butlerville, Indiana. Contract requires ALS ambulances (REAL-WORLD) with two-person crew and Marked Civilian Ambulance Vehicles (ROLE PLAY) with one driver per vehicle. One contractor representative or SPM will attend daily exercise planning meetings at 1000 EST at a location on MUTC designated by exercise control and will disseminate pertinent information to the REAL-WORLD and ROLE PLAY crews. 1.4. Scope: Ambulance training support. 1.4.1. Services include: ALS ambulances with two-person crew. Ambulance services include: ALS emergency response; administrative transfers; transports to/from aero-medical evacuation sites; patient transports; and field ambulance services. ALS ambulance may often be the first to render aid during an incident. 1.4.2. Marked Civilian Ambulance Vehicles (ROLE PLAY) with a licensed driver at MUTC, Butlerville, Indiana. Their purpose is to simulate and replicate a Civilian ambulance providing medical transport in support of training activities. These ambulances are for training purposes only and no real-world medical capabilities are required for these vehicles. 1.5. RESERVED 1.6. General Information 1.6.1. Quality Control (QC): The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. After review of the quality control plan the contractor shall receive the Contracting Officer's (KO) acceptance in writing of any proposed change to his QC system. 1.6.2. Quality Assurance (QA): The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is a Government-only document primarily focused on what the Government must do to ensure that the contractor has performed all duties in accordance with the requirements of the contract. 1.6.3. Federal Legal Holidays: Contractor shall perform services during the term of the contract, to include during Federal Legal holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4. Hours of Operation: The contractor shall conduct business between the hours listed in paragraph 1.6.9. and PART 5 Specific Tasks during the exercise period except when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.6.5. Place of Performance: The work to be performed under this contract will be performed at MUTC, Butlerville, Indiana. 1.6.6. RESERVED 1.6.7. Security Requirements: Some areas are restricted to personnel who have not been properly cleared by Federal law enforcement. Consequently, personnel without clearances shall be provided with a U.S. Government escort during times when contractor personnel are performing work under this contract in a restricted area. To avoid unnecessary delays in the performance of service in restricted areas, the contractor shall arrange for a U.S. Government escort into those areas by coordinating a time/hour with the building/site coordinator. If the coordinator's alternate is not available, the contractor shall coordinate with the Contracting Officer Representative (COR). The contractor shall notify the COR when the contractor's personnel are unable to perform work because escort personnel are not available. 1.6.7.1. Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. 1.6.7.2. AT Level I Training: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within five calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR within five calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://jkodirect.jten.mil/. 1.6.7.3. Access and General Protection/Security Policy and Procedures: Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (Federal Acquisition Regulation (FAR) clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by Department of Defense (DOD), Headquarters, Department of Army (HQDA) and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.6.7.4. For contractors that do not require Common Access Card (CAC), but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/ Army Regulation (AR) 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by Government representative), or, at Outside Continental United States (includes Alaska and Hawaii) (OCONUS) locations, in accordance with status of forces agreements and other theater regulations. 1.6.8. Special Qualifications: 1.6.8.1. Emergency Medical Technician (EMT) personnel and Advanced Emergency Medical Technician (A-EMT) personnel shall meet all requirements established by the State of Indiana and the National Registry of Emergency Medical Technician (NREMT); have at least one year experience as an EMT or A-EMT; have current licenses corresponding to the individual's level of training and have current Basic Life Support (BLS) certification issued by the American Heart Association. 1.6.8.2. Nationally Registered Paramedic (NRP) personnel shall meet all requirements established by the State of Indiana and the NREMT; have at least six months Paramedic experience; have licenses corresponding to the individual's level of training; and have current BLS, Advanced Medical Life Support (AMLS), and Advanced Cardiac Life Support (ACLS) certifications issued by the American Heart Association. 1.6.8.3. Marked Civilian Ambulance Vehicles drivers shall have a valid state driver's license. No medical qualifications are required to operate these vehicles. 1.6.8.4. Contractor personnel performing Supervisory Project Manager (SPM) duties shall be a licensed Paramedic with at least one year experience as a Paramedic Supervisor. 1.6.8.5. All contractor employees shall be fluent in speaking English and capable of conveying in writing the English language using correct medical terminology. 1.6.8.6. All contractor personnel shall possess a valid state driver's license and be able to lift approximately 150 lbs. 1.6.9. Key Personnel: The contractor shall provide a SPM who shall be responsible for the performance of the work. The name of this person and an alternate who shall act on behalf of the contractor when the SPM is absent shall be designated in writing to the KO and COR. The SPM or alternate shall have full authority to act on behalf of the contractor on all contract matters relating to daily operation of this contract. The SPM or alternate shall be physically on-site at MUTC during the hours of 8:00 AM until 8:00 PM except when the Government facility is closed for administrative reasons. Contractor shall ensure that SPM is the same person for the duration of the contract. This will ensure continuity of coordination and management oversight. SPM shall be required to communicate with installation EMS, installation Safety, and 78th Training Division staff. 1.6.10. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor contractor's performance and notifies both the KO and contractor of any deficiencies; coordinate availability of Government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.6.11. Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with FAR Subpart 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the KO will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.12. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties shall identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Contractor shall also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Uniform shall consist of appropriate patches IAW State of Indiana and NREMT, and badges identifying employee's name, contractor's name, and applicable position title. Badges shall be visibly displayed on employee's outer garments above the waist at all times while on site. 1.6.13. Non-Personal Services Contract 1.6.13.1. Services to be performed under this contract are non-personal services and no employer-employee relationship exists or will exist between the government and the contractor's personnel. It is, therefore, in the best interest of the Government to afford both parties a full understanding of their respective obligations. 1.6.13.2. Contractor personnel under this contract shall not: (1) Be placed in a position where they are under the supervision, direction, or evaluation of Government employees; (2) be placed in a position of command, supervision, administration or control over Government personnel, over personnel of other contractors under other Government contracts, or become a part of the Government organization; or (3) be used in administration or supervision of Government procurement activities. 1.6.13.3. Employee relationship. The services to be performed under this contract do not require the contractor or his/her personnel to exercise personal judgment and discretion on behalf of the Government. Rules, regulations, and requirements that are issued by the U.S. Army under its responsibility for good order, administration, and security are applicable to all personnel who enter the Government installation, Government leased property, or travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract. 1.6.13.4. Inapplicability of employee benefits. This contract does not create an employer-employee relationship between the federal Government and any contract employees. Accordingly, entitlements and benefits applicable to such relationships do not apply. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the KO to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the PWS. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. RESERVED 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE(QA). The Government procedures to verify that services being performed by the contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL (QC). All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACLS Advanced Cardiac Life Support A-EMT Advanced Emergency Medical Technician ALS Advanced Life Support AMLS Advanced Medical Life Support AR Army Regulation BLS Basic Life Support BLUFOR Blue Force CAC Common Access Card CMR Contractor Manpower Reporting COR Contracting Officer Representative DMAT Disaster Medical Assistance Team DOD Department of Defense DSCA Defense Support Civil Activities EMS Emergency Medical Services EMT Emergency Medical Technician FAR Federal Acquisition Regulation FORSCOM United States Army Forces Command FPCON Force Protection Condition HQDA Headquarters, Department of Army KO Contracting Officer MUTC Muscatatuck Urban Training Center NCIC-III National Crime Information Center Interstate Identification Index NCOIC Noncommissioned Officer in Charge NREMT National Registry of Emergency Medical Technician NRP Nationally Registered Paramedic OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QC Quality Control SPM Supervisory Project Manager TE Technical Exhibit TSDB Terrorist Screening Database PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Facilities: Reserved 3.2. Utilities: Reserved 3.3. Equipment: Additional radios may be provided by 78th Training Division personnel and from MUTC for use during exercises. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: The contractor shall furnish all supplies, equipment, and services required to perform work under this contract that are not listed under Part 3 of this PWS. 4.2. Materials: The contractor shall provide all medical supplies (normal and contingency) required for operation of each ALS-capable ambulance as identified in TE C and TE D. The contractor shall include all costs including all labor, materials, and equipment associated with successful performance of work requirements as part of the firm-fixed price. 4.3. Equipment: The contractor shall provide ALS ambulances with two-person crew and Marked Civilian Ambulance Vehicles with one licensed driver. All ambulances shall have radios and all other equipment identified in TE C in full working condition. ALS - Refers to the ALS ambulances and crews designated to provide ONLY real-world medical support to any personnel throughout the exercise. Marked Civilian Ambulance Vehicles - Refers to those ambulances designated to provided notional/exercise medical coverage for scenario-based training and exercises. Contractor shall furnish mobile (cell) phones, if necessary, to accomplish tasks outlined in PWS, at no additional cost to the Government. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide all services for personnel, uniforms, administrative support, vehicles, equipment, supplies, and supervision required to manage and operate the contract. 5.2. Ambulance support: 5.2.1. Contractor shall provide ALS ambulances with two-person crew at MUTC, Butlerville, Indiana, to provide both emergent and non-emergent ambulance services. Ambulance services include: ALS emergency response; administrative transfers; transports to/from aero-medical evacuation sites; patient transports; and field ambulance services. ALS ambulance will be the first to render aid during an incident. 5.2.2. Contractor shall provide Marked Civilian Ambulance Vehicles with one licensed driver at MUTC, Butlerville, Indiana. Their purpose is to simulate and replicate a civilian ambulance providing medical transport in support of training activities. These ambulances are for training purposes only and no real-world medical capabilities are required for these vehicles. 5.2.3. Staffing requirements 5.2.3.1. Contractor shall provide an on-site SPM during 11 April 2018 through 15 April 2018 and 19 April 2018 through 25 April 2018. This position shall be staffed at all times during the normal duty hours identified in PWS. The SPM shall attend an on-site exercise pre-brief at MUTC on 07 April 2018 and 19 April 2018 (Time and Location TBD). 5.2.3.2. Minimum ALS ambulance vehicle/staffing requirement with sufficient NRP/EMT personnel to operate at the ALS level for the following: 5.2.3.2.1. ALS Ambulances (real world medical coverage): ALS ambulances/crews on-site at MUTC for two 12-hour shifts: 7:00 AM to 7:00 PM and 7:00 PM to 7:00 AM. Contractor shall provide ambulance crews to meet the following schedule: 7-Apr 8-Apr 9-Apr 10-Apr 11-Apr 12-Apr 13-Apr 14-Apr 15-Apr 16-Apr 17-Apr 18-Apr 19-Apr 20-Apr 21-Apr 22-Apr 23-Apr 24-Apr 25-Apr 0700-1900 1 1 1 1 2 2 2 2 2 1 1 1 1 2 2 2 2 2 2 1900-0700 1 1 1 1 2 2 2 2 1 1 1 1 1 2 2 2 2 2 1 5.2.3.2.2. Each ALS crew shall consist of one NREMT Paramedic and one NREMT EMT or NREMT A-EMT. Contractor may substitute one NREMT EMT or NREMT A-EMT with another NREMT Paramedic. Contractor shall not substitute the one NREMT Paramedic requirement. 5.2.3.3. Minimum Marked Civilian Ambulance Vehicle/staffing requirement with one licensed driver per vehicle to operate as non-medical transport for the following: 5.2.3.3.1. Marked Civilian Ambulance Vehicle (scenario medical coverage): Ambulances/crew on-site at MUTC for two 12-hour shifts: 7:00 AM to 7:00 PM and 7:00 PM to 7:00 AM. Contractor shall provide ambulance crews to meet the following schedule: 7-Apr 8-Apr 9-Apr 10-Apr 11-Apr 12-Apr 13-Apr 14-Apr 15-Apr 16-Apr 17-Apr 18-Apr 19-Apr 20-Apr 21-Apr 22-Apr 23-Apr 24-Apr 25-Apr 0700-1900 2 2 2 2 2 2 2 2 2 2 2 1900-0700 2 2 2 2 1 2 2 2 2 2 1 5.2.3.3.2. Each Marked Civilian Ambulance Vehicle crew shall consist of one licensed driver. 5.2.4. Marked Civilian Ambulance Vehicles provided by contractor shall provide simulated medical transport within MUTC and between MUTC Disaster Medical Assistance Team (DMAT) training venue (approximately one mile from MUTC main entrance). Frequency of simulated medical transport will be several times a day during duty hours with coordination of the 78th Training Division Exercise Control Cell. The drivers shall be required to assist in the lifting of medical mannequins (approximately 150 lbs.) as needed. The crews of each ambulance shall be required to communicate via radio provided by 78th Training Division personnel; mobile (cell) phones provided by the contractor and issued radio from MUTC. 5.2.5. ALS Ambulances provided by contractor shall provide real world ALS ambulance coverage within MUTC and at the MUTC DMAT training venue (approximately one mile from MUTC main entrance). ALS Ambulances shall transport any medical emergency patients to hospital designated by EMS system. At the end of each transport, ALS Ambulance driver will provide a closure report to the 78th Training Division Real World Medical Noncommissioned Officer in Charge (NCOIC). The crews of each ambulance shall communicate via radio provided by 78th Training Division personnel; mobile (cell) phones provided by the contractor and issued radio from MUTC. 5.2.6. Contractor shall establish and conduct radio communications with the Range Control operator, Installation EMS, and 78th Training Division Real World NCOIC. The contractor shall conduct radio checks with the MUTC range control at a minimum of three times daily. One radio check will be done at the start of the shift and one immediately after lunch. The final radio check will be done at the end of the day. 5.2.7. All contractor employees shall abide by current applicable Federal, State, and local laws/regulations relating to ambulance services and vehicle operations. 5.2.8. Employees shall maintain a neat, clean appearance. Uniform shall consist of pants, shirt, closed toe shoes, all season waist length jacket, appropriate patches IAW State of Indiana and NREMT, and badges identifying employee's name, contractor's name, and applicable position title. Badges shall be visibly displayed on employee's outer garments above the waist. Eating meals (breakfast/ lunch/ dinner) in any ambulances (exercise or real) while providing venue support will be limited. This does not apply to beverages to maintain hydration or snacks. 5.2.9. The Government will evaluate the quality of both the contractor's professional and administrative services for purposes of contract inspection and acceptance. 5.3. CONTRACTOR MANPOWER REPORTING (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018 and an e-mail notification of completion sent to COR. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website". Upon completion of CMR, contractor shall notify COR via e-mail. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): • Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Uncleared Contractors, dated 7 March 2014 • AR 190-13, The Army Physical Security Program • FAR PART 7 TECHNICAL EXHIBIT (TE) LISTING 7. Technical Exhibit List: 7.1. Technical Exhibit A - Performance Requirements Summary (PRS) 7.2. Technical Exhibit B - Deliverables Schedule 7.3. Technical Exhibit C - Required Equipment/Supplies per each Ambulance for Entire Event 7.4. Technical Exhibit D - Required Additional Supplies per each ALS Ambulance for Entire Event Technical Exhibit A Performance Requirements Summary PERFORMANCE OBJECTIVE PERFORMANCE STANDARD PERFORMANCE THRESHOLD INCENTIVE / DISINCENTIVE PWS 5.2.9. The Government will evaluate the quality of both the contractor's professional and administrative services for purposes of contract inspection and acceptance. Contractor will provide properly trained and qualified personnel for the duration of the contract period. 99% The results for this performance objective will be used for reporting of contractor performance. Rating will be based on results of a daily occurrence. Technical Exhibit B Deliverables Schedule Deliverable Frequency # of Copies Medium/Format Submit To PWS 1.6.7.2. AT Level I Training certificate Within five calendar days after completion of training 1 copy Electronic COR Valid State driver's license once 1 copy Digital (email) Joshua Hewitt JOSHUA.A.HEWITT2.MIL@MAIL.MIL PWS 5.3. CMR NLT October 31, 2018 1 copy Electronic COR e-mail notification of completion and http://www.ecmra.mil/ Technical Exhibit C Required Equipment/Supplies per each Ambulance for Entire Event (See external attachment) Technical Exhibit D Required Additional Supplies per each ALS Ambulance for Entire Event (See external attachment) WD 15-4825 (Rev.-6) 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.: 2015-4825 Daniel W. Simms Division of | Revision No.: 6 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: Indiana Area: Indiana Counties of Jefferson, Jennings ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.99 01012 - Accounting Clerk II 15.70 01013 - Accounting Clerk III 17.56 01020 - Administrative Assistant 21.20 01035 - Court Reporter 17.22 01041 - Customer Service Representative I 12.26 01042 - Customer Service Representative II 13.78 01043 - Customer Service Representative III 15.04 01051 - Data Entry Operator I 13.35 01052 - Data Entry Operator II 14.99 01060 - Dispatcher, Motor Vehicle 20.75 01070 - Document Preparation Clerk 12.72 01090 - Duplicating Machine Operator 12.72 01111 - General Clerk I 12.25 01112 - General Clerk II 13.37 01113 - General Clerk III 15.01 01120 - Housing Referral Assistant 20.99 01141 - Messenger Courier 10.59 01191 - Order Clerk I 12.88 01192 - Order Clerk II 15.16 01261 - Personnel Assistant (Employment) I 15.81 01262 - Personnel Assistant (Employment) II 17.52 01263 - Personnel Assistant (Employment) III 20.96 01270 - Production Control Clerk 20.60 01290 - Rental Clerk 12.53 01300 - Scheduler, Maintenance 16.39 01311 - Secretary I 16.39 01312 - Secretary II 18.99 01313 - Secretary III 20.99 01320 - Service Order Dispatcher 18.55 01410 - Supply Technician 21.20 01420 - Survey Worker 15.50 01460 - Switchboard Operator/Receptionist 12.23 01531 - Travel Clerk I 13.02 01532 - Travel Clerk II 13.67 01533 - Travel Clerk III 14.29 01611 - Word Processor I 13.37 01612 - Word Processor II 15.01 01613 - Word Processor III 17.22 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 21.27 05010 - Automotive Electrician 20.33 05040 - Automotive Glass Installer 19.78 05070 - Automotive Worker 19.35 05110 - Mobile Equipment Servicer 17.20 05130 - Motor Equipment Metal Mechanic 21.11 05160 - Motor Equipment Metal Worker 19.35 05190 - Motor Vehicle Mechanic 21.11 05220 - Motor Vehicle Mechanic Helper 16.14 05250 - Motor Vehicle Upholstery Worker 18.36 05280 - Motor Vehicle Wrecker 19.35 05310 - Painter, Automotive 20.33 05340 - Radiator Repair Specialist 19.35 05370 - Tire Repairer 13.74 05400 - Transmission Repair Specialist 21.11 07000 - Food Preparation And Service Occupations 07010 - Baker 11.62 07041 - Cook I 10.75 07042 - Cook II 12.14 07070 - Dishwasher 8.56 07130 - Food Service Worker 9.57 07210 - Meat Cutter 14.54 07260 - Waiter/Waitress 8.68 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.88 09040 - Furniture Handler 13.79 09080 - Furniture Refinisher 17.88 09090 - Furniture Refinisher Helper 14.20 09110 - Furniture Repairer, Minor 16.58 09130 - Upholsterer 17.88 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.02 11060 - Elevator Operator 10.86 11090 - Gardener 14.85 11122 - Housekeeping Aide 12.37 11150 - Janitor 12.37 11210 - Laborer, Grounds Maintenance 12.22 11240 - Maid or Houseman 9.48 11260 - Pruner 11.43 11270 - Tractor Operator 13.83 11330 - Trail Maintenance Worker 12.22 11360 - Window Cleaner 12.80 12000 - Health Occupations 12010 - Ambulance Driver 14.79 12011 - Breath Alcohol Technician 16.78 12012 - Certified Occupational Therapist Assistant 25.68 12015 - Certified Physical Therapist Assistant 26.37 12020 - Dental Assistant 16.83 12025 - Dental Hygienist 34.33 12030 - EKG Technician 24.24 12035 - Electroneurodiagnostic Technologist 24.24 12040 - Emergency Medical Technician 14.79 12071 - Licensed Practical Nurse I 14.99 12072 - Licensed Practical Nurse II 16.78 12073 - Licensed Practical Nurse III 18.70 12100 - Medical Assistant 14.21 12130 - Medical Laboratory Technician 20.03 12160 - Medical Record Clerk 13.64 12190 - Medical Record Technician 15.12 12195 - Medical Transcriptionist 15.69 12210 - Nuclear Medicine Technologist 33.14 12221 - Nursing Assistant I 11.57 12222 - Nursing Assistant II 13.01 12223 - Nursing Assistant III 14.20 12224 - Nursing Assistant IV 15.94 12235 - Optical Dispenser 17.49 12236 - Optical Technician 14.99 12250 - Pharmacy Technician 13.81 12280 - Phlebotomist 15.94 12305 - Radiologic Technologist 24.52 12311 - Registered Nurse I 22.82 12312 - Registered Nurse II 27.91 12313 - Registered Nurse II, Specialist 27.91 12314 - Registered Nurse III 33.76 12315 - Registered Nurse III, Anesthetist 33.76 12316 - Registered Nurse IV 40.47 12317 - Scheduler (Drug and Alcohol Testing) 20.78 12320 - Substance Abuse Treatment Counselor 16.90 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.47 13012 - Exhibits Specialist II 21.65 13013 - Exhibits Specialist III 26.48 13041 - Illustrator I 18.77 13042 - Illustrator II 23.26 13043 - Illustrator III 28.45 13047 - Librarian 25.75 13050 - Library Aide/Clerk 12.22 13054 - Library Information Technology Systems 23.26 Administrator 13058 - Library Technician 14.11 13061 - Media Specialist I 15.36 13062 - Media Specialist II 16.84 13063 - Media Specialist III 18.78 13071 - Photographer I 14.79 13072 - Photographer II 16.55 13073 - Photographer III 18.63 13074 - Photographer IV 22.79 13075 - Photographer V 27.59 13090 - Technical Order Library Clerk 15.49 13110 - Video Teleconference Technician 19.23 14000 - Information Technology Occupations 14041 - Computer Operator I 15.80 14042 - Computer Operator II 17.67 14043 - Computer Operator III 19.71 14044 - Computer Operator IV 21.90 14045 - Computer Operator V 24.24 14071 - Computer Programmer I (see 1) 21.18 14072 - Computer Programmer II (see 1) 26.25 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 15.80 14160 - Personal Computer Support Technician 21.90 14170 - System Support Specialist 26.03 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 26.28 15020 - Aircrew Training Devices Instructor (Rated) 31.79 15030 - Air Crew Training Devices Instructor (Pilot) 38.10 15050 - Computer Based Training Specialist / Instructor 26.28 15060 - Educational Technologist 27.05 15070 - Flight Instructor (Pilot) 38.10 15080 - Graphic Artist 21.68 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 34.79 15086 - Maintenance Test Pilot, Rotary Wing 34.79 15088 - Non-Maintenance Test/Co-Pilot 34.79 15090 - Technical Instructor 19.17 15095 - Technical Instructor/Course Developer 23.45 15110 - Test Proctor 15.71 15120 - Tutor 15.71 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.05 16030 - Counter Attendant 10.05 16040 - Dry Cleaner 12.80 16070 - Finisher, Flatwork, Machine 10.05 16090 - Presser, Hand 10.05 16110 - Presser, Machine, Drycleaning 10.05 16130 - Presser, Machine, Shirts 10.05 16160 - Presser, Machine, Wearing Apparel, Laundry 10.05 16190 - Sewing Machine Operator 13.58 16220 - Tailor 14.32 16250 - Washer, Machine 11.00 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.12 19040 - Tool And Die Maker 24.43 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 17.17 21030 - Material Coordinator 20.60 21040 - Material Expediter 20.60 21050 - Material Handling Laborer 14.30 21071 - Order Filler 12.37 21080 - Production Line Worker (Food Processing) 17.17 21110 - Shipping Packer 15.23 21130 - Shipping/Receiving Clerk 15.23 21140 - Store Worker I 16.63 21150 - Stock Clerk 17.89 21210 - Tools And Parts Attendant 17.17 21410 - Warehouse Specialist 17.17 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.70 23019 - Aircraft Logs and Records Technician 21.79 23021 - Aircraft Mechanic I 24.48 23022 - Aircraft Mechanic II 25.70 23023 - Aircraft Mechanic III 26.98 23040 - Aircraft Mechanic Helper 18.50 23050 - Aircraft, Painter 23.80 23060 - Aircraft Servicer 21.79 23070 - Aircraft Survival Flight Equipment Technician 23.80 23080 - Aircraft Worker 22.40 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 22.40 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 24.48 II 23110 - Appliance Mechanic 20.68 23120 - Bicycle Repairer 16.46 23125 - Cable Splicer 28.40 23130 - Carpenter, Maintenance 18.24 23140 - Carpet Layer 19.36 23160 - Electrician, Maintenance 22.83 23181 - Electronics Technician Maintenance I 22.60 23182 - Electronics Technician Maintenance II 23.79 23183 - Electronics Technician Maintenance III 24.88 23260 - Fabric Worker 19.11 23290 - Fire Alarm System Mechanic 22.29 23310 - Fire Extinguisher Repairer 17.93 23311 - Fuel Distribution System Mechanic 21.99 23312 - Fuel Distribution System Operator 17.62 23370 - General Maintenance Worker 18.39 23380 - Ground Support Equipment Mechanic 24.48 23381 - Ground Support Equipment Servicer 21.79 23382 - Ground Support Equipment Worker 22.40 23391 - Gunsmith I 17.93 23392 - Gunsmith II 20.24 23393 - Gunsmith III 22.29 23410 - Heating, Ventilation And Air-Conditioning 18.63 Mechanic 23411 - Heating, Ventilation And Air Contidioning 19.22 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 23.31 23440 - Heavy Equipment Operator 21.92 23460 - Instrument Mechanic 30.77 23465 - Laboratory/Shelter Mechanic 21.31 23470 - Laborer 14.30 23510 - Locksmith 21.12 23530 - Machinery Maintenance Mechanic 22.74 23550 - Machinist, Maintenance 18.63 23580 - Maintenance Trades Helper 15.49 23591 - Metrology Technician I 30.77 23592 - Metrology Technician II 31.94 23593 - Metrology Technician III 33.32 23640 - Millwright 24.90 23710 - Office Appliance Repairer 19.13 23760 - Painter, Maintenance 19.67 23790 - Pipefitter, Maintenance 27.89 23810 - Plumber, Maintenance 24.34 23820 - Pneudraulic Systems Mechanic 22.29 23850 - Rigger 22.29 23870 - Scale Mechanic 20.24 23890 - Sheet-Metal Worker, Maintenance 20.06 23910 - Small Engine Mechanic 17.33 23931 - Telecommunications Mechanic I 27.03 23932 - Telecommunications Mechanic II 28.23 23950 - Telephone Lineman 24.85 23960 - Welder, Combination, Maintenance 18.63 23965 - Well Driller 21.32 23970 - Woodcraft Worker 21.84 23980 - Woodworker 17.93 24000 - Personal Needs Occupations 24550 - Case Manager 15.17 24570 - Child Care Attendant 9.94 24580 - Child Care Center Clerk 12.39 24610 - Chore Aide 9.15 24620 - Family Readiness And Support Services 15.17 Coordinator 24630 - Homemaker 15.17 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.95 25040 - Sewage Plant Operator 19.57 25070 - Stationary Engineer 22.95 25190 - Ventilation Equipment Tender 18.33 25210 - Water Treatment Plant Operator 19.48 27000 - Protective Service Occupations 27004 - Alarm Monitor 16.21 27007 - Baggage Inspector 12.83 27008 - Corrections Officer 17.26 27010 - Court Security Officer 18.13 27030 - Detection Dog Handler 16.01 27040 - Detention Officer 17.26 27070 - Firefighter 21.14 27101 - Guard I 12.83 27102 - Guard II 16.01 27131 - Police Officer I 19.87 27132 - Police Officer II 22.08 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.91 28042 - Carnival Equipment Repairer 11.06 28043 - Carnival Worker 8.83 28210 - Gate Attendant/Gate Tender 14.00 28310 - Lifeguard 11.05 28350 - Park Attendant (Aide) 15.66 28510 - Recreation Aide/Health Facility Attendant 12.21 28515 - Recreation Specialist 16.36 28630 - Sports Official 12.47 28690 - Swimming Pool Operator 15.35 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 22.62 29020 - Hatch Tender 22.62 29030 - Line Handler 22.62 29041 - Stevedore I 21.92 29042 - Stevedore II 23.76 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.52 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.87 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.49 30021 - Archeological Technician I 18.17 30022 - Archeological Technician II 20.32 30023 - Archeological Technician III 25.19 30030 - Cartographic Technician 25.19 30040 - Civil Engineering Technician 24.71 30051 - Cryogenic Technician I 22.93 30052 - Cryogenic Technician II 25.33 30061 - Drafter/CAD Operator I 18.17 30062 - Drafter/CAD Operator II 20.32 30063 - Drafter/CAD Operator III 22.67 30064 - Drafter/CAD Operator IV 27.88 30081 - Engineering Technician I 19.98 30082 - Engineering Technician II 22.43 30083 - Engineering Technician III 25.09 30084 - Engineering Technician IV 31.08 30085 - Engineering Technician V 38.03 30086 - Engineering Technician VI 46.01 30090 - Environmental Technician 21.05 30095 - Evidence Control Specialist 20.70 30210 - Laboratory Technician 21.00 30221 - Latent Fingerprint Technician I 22.93 30222 - Latent Fingerprint Technician II 25.33 30240 - Mathematical Technician 26.61 30361 - Paralegal/Legal Assistant I 19.75 30362 - Paralegal/Legal Assistant II 26.15 30363 - Paralegal/Legal Assistant III 29.48 30364 - Paralegal/Legal Assistant IV 35.63 30375 - Petroleum Supply Specialist 25.33 30390 - Photo-Optics Technician 25.19 30395 - Radiation Control Technician 25.33 30461 - Technical Writer I 20.70 30462 - Technical Writer II 25.33 30463 - Technical Writer III 30.64 30491 - Unexploded Ordnance (UXO) Technician I 23.85 30492 - Unexploded Ordnance (UXO) Technician II 28.85 30493 - Unexploded Ordnance (UXO) Technician III 34.58 30494 - Unexploded (UXO) Safety Escort 23.85 30495 - Unexploded (UXO) Sweep Personnel 23.85 30501 - Weather Forecaster I 25.17 30502 - Weather Forecaster II 30.62 30620 - Weather Observer, Combined Upper Air Or (see 2) 22.67 Surface Programs 30621 - Weather Observer, Senior (see 2) 24.33 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 28.85 31020 - Bus Aide 12.09 31030 - Bus Driver 16.48 31043 - Driver Courier 12.90 31260 - Parking and Lot Attendant 11.56 31290 - Shuttle Bus Driver 15.90 31310 - Taxi Driver 10.20 31361 - Truckdriver, Light 15.90 31362 - Truckdriver, Medium 16.56 31363 - Truckdriver, Heavy 19.42 31364 - Truckdriver, Tractor-Trailer 19.42 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.07 99030 - Cashier 9.24 99050 - Desk Clerk 9.28 99095 - Embalmer 23.25 99130 - Flight Follower 23.85 99251 - Laboratory Animal Caretaker I 11.66 99252 - Laboratory Animal Caretaker II 12.54 99260 - Marketing Analyst 22.29 99310 - Mortician 23.25 99410 - Pest Controller 13.43 99510 - Photofinishing Worker 12.53 99710 - Recycling Laborer 16.11 99711 - Recycling Specialist 17.94 99730 - Refuse Collector 14.72 99810 - Sales Clerk 12.99 99820 - School Crossing Guard 12.98 99830 - Survey Party Chief 18.83 99831 - Surveying Aide 16.53 99832 - Surveying Technician 17.06 99840 - Vending Machine Attendant 13.87 99841 - Vending Machine Repairer 16.40 99842 - Vending Machine Repairer Helper 13.87 ____________________________________________________________________________________ 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; 3 weeks after 8 years, 4 weeks after 15 years, and 5 weeks after 25 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 eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)). See attached for PDF.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e8e21ee58c40a6b86dfd3de9c2e1996e)
- Place of Performance
- Address: Muscatatuck Urban Training Center (MUTC), Butlerville, Indiana, 47223, United States
- Zip Code: 47223
- Zip Code: 47223
- Record
- SN04831370-W 20180224/180222231639-e8e21ee58c40a6b86dfd3de9c2e1996e (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 |