SOLICITATION NOTICE
R -- Office of Counsel Legal Docs Scan and Shred
- Notice Date
- 5/21/2021 2:44:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
- ZIP Code
- 77550-1229
- Solicitation Number
- W912HY21Q0004
- Response Due
- 5/28/2021 12:00:00 PM
- Archive Date
- 06/12/2021
- Point of Contact
- Jennifer Peterson, Phone: 4097663849, Traci Robicheaux, Phone: 4097666306
- E-Mail Address
-
jennifer.l.peterson@usace.army.mil, traci.d.robicheaux@usace.army.mil
(jennifer.l.peterson@usace.army.mil, traci.d.robicheaux@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W912HY21Q0004 is being issued as a request for quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective 15 June 2016. This is a 100% small business set-aside solicitation issued by the U.S. Army Corps of Engineers, Galveston District (SWG), 2000 Fort Point Road, Galveston, Texas 77553 The North American Industry Classification System (NAICS) code for this project is, 58210, Data Processing, Hosting, and Related Services; Size standard is $35 M DESCRIPTION OF REQUIREMENTS: The Contractor shall furnish all labor, transportation, equipment, materials, and any other items and services necessary to deliver the services as described in this combined/synopsis solicitation. See the following below: Bid Schedule (Optional) Note: You may use your own commercial quotation form or the attached Bid Schedule to submit your quotation. Scope of Work. �Scanning and shredding services as per the Performance Work Statement Item No. Service Quantity Unit Unit Price Amount 0001 SCAN Documents 1 Job Sum $_________________ 0002 Shred Documents 1 Job Sum $_________________ Clauses and Provisions DELIVERY � FOB Destination US Army Corps of Engineers ATTN: Office of Counsel Deborah Leighton 2000 Fort Point Road Galveston, TX� 77550 DELIVERY TIME:� 60 calendar days after award of the purchase order. THE DATE, TIME AND PLACE QUOTES ARE DUE: ELECTRONIC MAIL QUOTATIONS ARE ACCEPTABLE. Signed and dated quotation is due by 28 May 2021 @ 10:00 a.m. Central time. Offerors must also be registered with the Systems for Award Management (SAM), in order to receive a government contract award.� To register, the SAM internet address is: �https://www.sam.gov GENERAL REQUIREMENTS 1.1 TECHNICAL INFORMATION (FAR 14.211) For technical information regarding the performance work statement (PWS) submit questions in PROJNET, see paragraph 1.4 of this section for details. 1.2 OFFEROR�S QUALIFICATIONS (FAR 9.105-1) Before a quote is considered for award, the offeror may be requested by the Government to submit a statement regarding his previous experience in performing comparable work, his business and technical organization, financial resources, and plant available to be used in performing the work. 1.3 SPECIAL INSTRUCTIONS PERTAINING TO ELECTRONIC QUOTE SUBMISSION: (FAR 14.302 & 14.304) Quotes must be submitted via email to: SWG-CT-Execution-Proposals@usace.army.mil not later than the response date and time indicated in the solicitation. Identify the Solicitation Number W912HY21Q0004 and Project Title in subject line of the emai1. 1.4 BIDDER INQUIRY � PROJNET (FAR 14.211) 1. Prospective Offerors should submit questions concerning this solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet . A.� To submit and review bidder inquiry items, the offeror will need to be a current registered user or self-register into the system.� To self-register, go to the aforementioned web page and click on the QUOTE tab.� Select Bidder Inquiry, select agency USACE, and enter the Bidders Inquiry Key for this solicitation listed below, your email address, and then click login.� Fill in all required information and click create user.� Verify that information on next screen is correct and click continue. ***Please Note: Offerors shall only submit one question per inquiry. Inquiries containing multiple questions may be rejected. B. From this page, you may view all bidder inquiries or add inquiry. C. Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. D. The Solicitation Number is: W912HY21Q0004 ���� The Bidder Inquiry Key is: �DY8BRC-9VTYMZ 2.� The Bidder Inquiry System will be unavailable for new inquires one (1) calendar days �prior to offer submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. 3. Offerors are requested to review the PWS in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. 4. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago).� The telephone number for the Call Center is 800-428-HELP. 5. Offers will be opened at the date/time stated in the solicitation. SCOPE OF WORK FY21 SCANNING/SHREDDING SERVICE CONTRACT LEGAL FILES OFFICE OF COUNSEL, USAGE, GALVESTON DISTRICT LOCATION OF WORK Agency/Customer is USAGE, Galveston District, Office of Counsel, 2000 Point Road, Office of Counsel, Suite 321, (Jadwin Facility) Galveston, Texas 77554. Because of heightened sensitivity of the documents to be scanned, and the lack of available space and adequate equipment for contractors to scan over a 30 to 90 day period, the contractor is required to perform off Site (Secured) scanning and shredding services. The services will be certified and come with a (warranty period of 60 days) for Agency to validate, provide a quality analysis and quality control of the services after project completion of the service contract. SCOPE OF WORK This is for a service contract for OFFS/TE scanning and post-processing shredding of legal files, notebooks, memoranda, etc. These files will be in white file boxes with lids (labeled for content on each box, numbered for contents.) An index description Will be provided by the Agency for scanning and shredding boxes for identification. The contractor is expected to travel to the Agency's facility to secure and remove all file boxes and transport to scanning facility in one or more trips (as necessary) to complete the scanning and shredding at the contractor facility, while maintaining security over the file contents. File content are sensitive documents (i.e., legal records, notebooks, filings) associated ""legal"" and some files contain PII. Contractors must use a Contractor owned vehicle/truck during the transportation, ensure safe custody from the time they are picked-up. No third-party carriers will be allowed, in order to ensure the integrity of the chain of custody in transporting the documents. Contractors' vehicle must be locked at all times unless loading and unloading cartons. If multiple trips are made to load/unload, the Contractors must have another authorized person guarding the Government materials. The contractor will be required to provide any and all necessary computer, scanning, and shredding equipment and supplies to perform the work specified herein. As indicated below, the Agency will provide any necessary external hard drives for . storage and delivery of the completed scanned and processed documents. The contractor will be required to back up the data temporarily to FTP/Cloud Site in order to preserve the data until the Agency certifies the data is scanned as described in the format, received, and accessible on the hard-drive(s). DOCUMENT PREPARATION Prior to scanning, contractor will remove all foreign material from the documents and files (i.e., staples, paperclips, rubber bands, etc.) and will not need to refasten the files, but are required to keep the order of the file contents within the labeled boxes. SCANNING The documents consist of legal-related sensitive documents and is bound by the contract which calls for protection of that information. Material consists of sensitive documents filed with DOJ (court filings) and EEO/Union documents and opinions, and associated documents. Approximately 10% of the pages are duplex, and the remainder are one-sided. Scanning will be in black-and-white/greyscale where the document is black-and-white; documents with color text, markings, or images shall be scanned in color. Approximately 90% of the documents are black and white text, and approximately 10% require color scanning. �There may� be 1% of documents� that may� be Oversized� documents/maps, etc, that will require scanning.�� Media (CDsNHS Tapes, etc. will not be provided to contractor for scanning, those items will be kept and handled separately by Office of Counsel. Documents will be scanned at 300 dpi resolution. Scanning images will be processed using optical character recognition (OCR) software, to ensure ability for full text search of the documents. Documents not in a three-ring binder with tabbed dividers will be scanned, arranged, and labeled as follows: Files will be named with the date first, followed by the document's subject or title, according to the following naming convention: YYYY MM DD [Subject/Title/Case Name]. Multi-page documents stapled, clipped, or otherwise bound together but not enclosed in a binder or file folder, will be scanned as a single document, with multiple pages as necessary, and named according to the date and subject line of the top-most page. All documents in a manila file folder or three-ring binder with no dividing tabs may be scanned as individual pages of a single document, with the document to be named according to the subject written on the tab of the file folder, and the date written on the file folder (if one exists) or the date of the main or top-most document in the folder. Documents in a three-ring binder with tabbed dividers will be scanned and labeled as follows: A folder will be created, named as [YYYY MM DD] [Subject or Title on file or binder]; Pages behind each tabbed divider will be scanned separately from other tabs , but all pages behind a tab will be scanned together to form a single PDF document. This document will be named consistently with the main folder's name, but with the addition of the tab's designation or title, as follows: [YYYY MM DD] [Subject or Title on Binder] - [Tab A or title on tab]. Thus, once scanning has been completed on a three� ring binder, the final product will consist of a folder named appropriately, and containing PDF files representing each tab that had been within the binder. QUALITY ASSURANCE Electronic images will undergo quality assurance (QA) initially at the beginning of the project by the Agency's POCs in Office of Counsel , to ensure the documents are adequately scanned , in accordance to the required format before proceeding with the scanning project to ensure quality images were captured and properly OCR'ed. QA process will also verify that all pages were captured to ensured that color pages were scanned in color, where required. The contractor will provide file access to the scanned documents to the Agency, at any time during the project if required in writing by the Agency. The contractor must provide the documents within 24 hours of the request. The Agency reserves the right to request samples at a time (schedule) agreed upon by both parties to ensure the scanning requirements are met. DATA PRESENTATION The scanned documents will be provided in PDF OCR text-searchable format. The scanned documents will be scanned to external hard drive(s), provided by the Agency, and returned to the Agency upon completion of the work. The Contractor must certify that their project is complete and allow the Agency to QA the data. The Contractor is required to store the data on secured FTP or Cloud site, until Agency confirms the scanned records are searchable and accessible. DESTRUCTION OF HARDCOPY/MATERIALS Once the scanned documents have been checked for readability and searchability, at the end of the project, the Agency/Office of Counsel POC will be contacted to confirm the QA check. Upon approval from the Agency, the scanned and checked documents in the manila file folders, binders, or other folders will be shredded by the Contractor. Any identifying title pages within the clear-view cover of a binder will also be removed and shredded. Empty three ring binders shall be discarded by the contractor. All shredding will be completed off site, and in such a way as to maintain the confidentiality of any records in a secured area. Contractor will provide a certificate of shred service upon completion of shredding that confirms mode of shred, date and signed by the Contractor, presented as a certificate of service to the Agency. SCHEDULE OF WORK Work will be performed offsite at the secured facility, Security is required to be provided by the contractor at facility under the discretion of the contractor/facility to protect the custody of he files 24 hours a day.��������������������������������������������������������������� Agency does not have adequate facility for project, storage or equipment required for the mass scan project and due to the COVID pandemic, Agency prefers to limit contractor's access to Jadwin facility for the project duration and requires off-site scanning service, and shredding. All scanning and shredding work within this scope of work must be completed within 120 days calendar days of notice to proceed. Ill. CONFIDENTIAL, SENSITIVE AND PERSONALLY IDENTIFIABLE INFORMATION The contractor shall ensure that each contractor's offices and employees with access to confidential, sensitive, private, or otherwise protected information knows the prescribed rules of conduct, and that each contractor employee is aware that he/she may be subject to criminal penalties for violations of the Privacy Act, or any other law preventing unauthorized disclosure. Incident Reporting Requirements: If there is a breach, or a suspected breach, of personally identifiable information (PII), the incident must be reported to the Agency contract administrator within one hour of discovery. All employee(s) working on this contract must: Be familiar with current information on security, privacy and confidentiality as they relate to the requirements of this contract; Obtain pre-screening authorization before using sensitive or critical applications pending a final suitability determination as applicable to the specifications; Lock or logoff their workstation/terminal prior to leaving it unattended; Act in an ethical, informed and trustworthy manner; Protect sensitive electronic and paper records; Be alert to threats and vulnerabilities to their systems. Contractor's manager(s) working on this contract must: Monitor use of mainframes, PCs, LANs, and networked facilities to ensure compliance with national and local policies, as well as the Privacy Act statement; Ensure that employee screening for sensitive positions within their department has occurred prior to any individual being authorized access to sensitive or critical applications; Implement, maintain, and enforce the security standards and procedures as they appear in this contract and as outlined by the contractor; Contact the Agency contracting officer within 1 hour whenever a systems security violation is discovered or suspected. Applicability: The responsibility to protect PII is the responsibility of the contractor. All contractors must insure that their employees understand these policy provisions and their duty to safeguard PII. These policy provisions include, but are not limited to, the following: -Employees are required to have locking file cabinets or desk drawers for storage of confidential material, if applicable; -Material is not to be taken from the production site without express permission from the Government Agency;����������������������������������������������������������������������������������������������������������������� � -Employees must safeguard and protect all Government Agency records from theft and damage while being transported to and from the scanning site. The following list provides examples of situations where PII is not properly safeguarded: -Leaving an unprotected computer containing Government information in a non-secure space (e.g., leaving the computer unattended in a public place, in an unlocked room, or in an unlocked vehicle); -Leaving an unattended file containing Government information in a non-secure area (e.g., leaving the file in a break-room or on an employee's desk); -Storing electronic. file s containing Government information on a computer or access device (flash drive, CD, etc.) That other people have access to (not password� protected). This list does not encompass all failures to safeguard personally identifiable information but is intended to act as an alert to the contractor's employees to situations that must be avoided. Misfeasance occurs when an employee is authorized to access Government information that contains sensitive or Personally Identifiable Information and, due to the employee's failure to exercise due care, the information is lost, stolen or inadvertently released. Whenever the contractor's employee has doubts about a specific situation involving their responsibilities for safeguarding Pl/, they should consult the Contracting Officer or the Contract Administrator. IV. Security Access, General Protection Security Policy and Procedures: ""All contractor and all associated sub-contractors' employees shall comply with applicable installatiqn, facility and area Commander installation/facility access and local security policies and procedures (provided by Government/Agency representative). The contractor shall also provide all information required for background checks to meet installation/facility 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 (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. SECURITY WARNING: It is the contractor's responsibility to properly safeguard Personally Identifiable Information (Pl/) from loss, theft, or inadvertent disclosure and to immediately notify the Government of any loss of personally identifiable information. Pl/ is information which can be used to distinguish or trace an individual's identity, such as their name, social security number, biometric records, etc., alone, or when combined with other personal or identifying information which is linked or linkable to a specific individual, such as date and place of birth, mother's maiden name, etc. (Ref: 0MB Memorandum 07-16.) Other specific examples of Pl/ include, but are not limited to: Personal identification number, such as passport number, driver's license number, taxpayer identification number, or financial account or credit card number. Address information, such as street address or personal email address; Personal characteristics, including photographic image (especially of face or other distinguishing characteristic), fingerprints, handwriting, or other biometric image or template data (e.g., retina scans, voice signature, facial geometry). Upon Contractor accessing Government/Agency location (Jadwin Facility): Requirements are: Pre-screen candidates using E-Verify Program. Contractors will be escorted in areas where they may be exposed to classified and/or sensitive materials/documents. 6 Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0001 Destination Government Destination Government 0002 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-1������������� Contractor Inspection Requirements������������������������� APR 1984 Section F - Deliveries or Performance DELIVERY INFORMATION CLIN�� DELIVERY DATE����� QUANTITY����� SHIP TO ADDRESS DODAAC / CAGE 0001���� 31 JUL 2021���������������� 1������������������������ Office of Counsel ����������������������������������������������������������������������������� Deborah Leighton 2000 FT. POINT RD. GALVESTON TX 77550 409 766-6312 FOB: Destination 967403 ��������������������������� Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports DEC 2018 Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 252.247-7023 Transportation of Supplies by Sea FEB 2019 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.232-7010 Levies on Contract Payments DEC 2006 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or SEP 2014 Hazardous Materials CLAUSES INCORPORATED BY FULL TEXT 252.215-7007 NOTICE OF INTENT TO RESOLICIT (JUN 2012) This solicitation provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. (End of provision) CLAUSES INCORPORATED BY REFERENCE 252.215-7008 Only One Offer OCT 2013 252.204-7012 Safeguarding Covered Defense Information and Cyber OCT 2016 Incident Reporting 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials CLAUSES INCORPORATED BY FULL TEXT 252.204-7003����������� CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) The Contractor's procedures for protecting against unauthorized disclosure of information shall not require Department of Defense employees or members of the Armed Forces to relinquish control of their work products, whether classified or not, to the contractor. (End of clause) CLAUSES INCORPORATED BY REFERENCE 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7006 Billing Instructions OCT 2005 52.249-4 Termination For Convenience Of The Government (Services) APR 1984 (Short Form) CLAUSES INCORPORATED BY FULL TEXT 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) � CLAUSES INCORPORATED BY REFERENCE 52.232-40 Providing Accelerated Payments to Small Business DEC 2013 Subcontractors 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-23 Assignment Of Claims MAY 2014 52.223-19 Compliance with Environmental Management Systems MAY 2011 52.232-11 Extras APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.223-10 Waste Reduction Program MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-17 Affirmative Procurement of EPA-Designated Items in Service AUG 2018 and Construction Contracts 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.222-41 Service Contract Labor Standards AUG 2018 52.212-5 Contract Terms and Conditions Required to Implement MAY 2019 Statutes or Executive Orders--Commercial Items 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-6 Protecting the Government's Interest When Subcontracting OCT 2015 With Contractors Debarred, Suspended, or Proposed for Debarment 52.203-17 Contractor Employee Whistleblower Rights and Requirement APR 2014 To Inform Employees of Whistleblower Rights 52.204-13 System for Award Management Maintenance OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier OCT 2018 Subcontract Awards 52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017 Agreements or Statements ""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.: 2015-5233 Daniel W. Simms��� Division of |�������������������� Revision No.: 16 Director����� Wage Determinations| Date Of Last Revision: 12/21/2020 ���������������������������������������������������������������������������������������������������������� | ��������������������������������������������������������������������������������������������������������������������� Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.95 for calendar year 2021 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 $10.95 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 2021. 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: Texas Area: Texas Counties of Austin Brazoria Chambers Fort Bend Galveston Harris Liberty Montgomery Waller **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE���������������������������������� FOOTNOTE�������������� RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 16.82 01012 - Accounting Clerk II 18.87 01013 - Accounting Clerk III 21.12 01020 - Administrative Assistant 29.98 01035 - Court Reporter 29.01 01041 - Customer Service Representative I 13.07 01042 - Customer Service Representative II 14.70 01043 - Customer Service Representative III 16.04 01051 - Data Entry Operator I 15.20 01052 - Data Entry Operator II 16.59 01060 - Dispatcher Motor Vehicle 19.42 01070 - Document Preparation Clerk 15.26 01090 - Duplicating Machine Operator 15.26 01111 - General Clerk I 14.90 01112 - General Clerk II 16.26 01113 - General Clerk III 18.24 01120 - Housing Referral Assistant 22.55 01141 - Messenger Courier 14.20 01191 - Order Clerk I 18.00 01192 - Order Clerk II 19.90 01261 - Personnel Assistant (Employment) I 17.62 01262 - Personnel Assistant (Employment) II 19.72 01263 - Personnel Assistant (Employment) III 21.97 01270 - Production Control Clerk 23.68 01290 - Rental Clerk 14.75 01300 - Scheduler Maintenance 18.08 01311 - Secretary I 18.08 01312 - Secretary II 20.24 01313 - Secretary III 22.55 01320 - Service Order Dispatcher 17.36 01410 - Supply Technician 29.98 01420 - Survey Worker 17.79 01460 - Switchboard Operator/Receptionist 13.33 01531 - Travel Clerk I 14.58 01532 - Travel Clerk II 15.75 01533 - Travel Clerk III 16.83 01611 - Word Processor I 16.20 01612 - Word Processor II 18.19 01613 - Word Processor III 20.35 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer Fiberglass 25.76 05010 - Automotive Electrician 23.79 05040 - Automotive Glass Installer 21.96 05070 - Automotive Worker 21.96 05110 - Mobile Equipment Servicer 20.23 05130 - Motor Equipment Metal Mechanic 25.96 05160 - Motor Equipment Metal Worker 21.96 05190 - Motor Vehicle Mechanic 25.76 05220 - Motor Vehicle Mechanic Helper 19.40 05250 - Motor Vehicle Upholstery Worker 20.83 05280 - Motor Vehicle Wrecker 21.96 05310 - Painter Automotive 23.79 05340 - Radiator Repair Specialist 22.88 05370 - Tire Repairer 14.40 05400 - Transmission Repair Specialist 25.76 07000 - Food Preparation And Service Occupations 07010 - Baker 11.75 07041 - Cook I 11.92 07042 - Cook II 13.84 07070 - Dishwasher 10.73 07130 - Food Service Worker 11.78 07210 - Meat Cutter 12.91 07260 - Waiter/Waitress 9.79 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.32 09040 - Furniture Handler 11.95 09080 - Furniture Refinisher 17.70 09090 - Furniture Refinisher Helper 14.58 09110 - Furniture Repairer Minor 16.82 09130 - Upholsterer 18.32 11000 - General Services And Support Occupations 11030 - Cleaner Vehicles 12.06 11060 - Elevator Operator 11.31 11090 - Gardener 18.20 11122 - Housekeeping Aide 11.31 11150 - Janitor 11.31 11210 - Laborer Grounds Maintenance 13.69 11240 - Maid or Houseman 10.60 11260 - Pruner 12.22 11270 - Tractor Operator 16.70 11330 - Trail Maintenance Worker 13.69 11360 - Window Cleaner 12.67 12000 - Health Occupations 12010 - Ambulance Driver 17.69 12011 - Breath Alcohol Technician 20.75 12012 - Certified Occupational Therapist Assistant 35.10 12015 - Certified Physical Therapist Assistant 35.10 12020 - Dental Assistant 17.29 12025 - Dental Hygienist 35.98 12030 - EKG Technician 25.92 12035 - Electroneurodiagnostic Technologist 25.92 12040 - Emergency Medical Technician 17.69 12071 - Licensed Practical Nurse I 19.05 12072 - Licensed Practical Nurse II 21.32 12073 - Licensed Practical Nurse III 23.76 12100 - Medical Assistant 16.31 12130 - Medical Laboratory Technician 24.97 12160 - Medical Record Clerk 18.41 12190 - Medical Record Technician 20.60 12195 - Medical Transcriptionist 19.67 12210 - Nuclear Medicine Technologist 39.75 12221 - Nursing Assistant I 13.20 12222 - Nursing Assistant II 14.85 12223 - Nursing Assistant III 16.20 12224 - Nursing Assistant IV 18.18 12235 - Optical Dispenser 17.90 12236 - Optical Technician 16.82 12250 - Pharmacy Technician 19.18 12280 - Phlebotomist 16.88 12305 - Radiologic Technologist 31.62 12311 - Registered Nurse I 30.36 12312 - Registered Nurse II 38.37 12313 - Registered Nurse II Specialist 38.37 12314 - Registered Nurse III 44.91 12315 - Registered Nurse III Anesthetist 44.91 12316 - Registered Nurse IV 53.84 12317 - Scheduler (Drug and Alcohol Testing) 25.93 12320 - Substance Abuse Treatment Counselor 25.36 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 22.00 13012 - Exhibits Specialist II 27.25 13013 - Exhibits Specialist III 33.33 13041 - Illustrator I 23.12 13042 - Illustrator II 28.64 13043 - Illustrator III 35.04 13047 - Librarian 29.78 13050 - Library Aide/Clerk 13.23 13054 - Library Information Technology Systems 26.89 Administrator 13058 - Library Technician 16.48 13061 - Media Specialist I 19.40 13062 - Media Specialist II 21.71 13063 - Media Specialist III 24.19 13071 - Photographer I 18.96 13072 - Photographer II 21.20 13073 - Photographer III 26.27 13074 - Photographer IV 32.13 13075 - Photographer V 38.87 13090 - Technical Order Library Clerk 16.62 13110 - Video Teleconference Technician 21.82 14000 - Information Technology Occupations 14041 - Computer Operator I 18.50 14042 - Computer Operator II 20.71 14043 - Computer Operator III 23.08 14044 - Computer Operator IV 25.65 14045 - Computer Operator V 28.41 14071 - Computer Programmer I (see 1) 26.04 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.50 14160 - Personal Computer Support Technician 25.65 14170 - System Support Specialist 37.07 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 35.37 15020 - Aircrew Training Devices Instructor (Rated) 42.78 15030 - Air Crew Training Devices Instructor (Pilot) 51.29 15050 - Computer Based Training Specialist / Instructor 35.37 15060 - Educational Technologist 34.80 15070 - Flight Instructor (Pilot) 51.29 15080 - Graphic Artist 26.72 15085 - Maintenance Test Pilot Fixed Jet/Prop 51.29 15086 - Maintenance...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/30bc62acea974bbd9378b6dc1a7e9cd4/view)
- Place of Performance
- Address: Galveston, TX 77550, USA
- Zip Code: 77550
- Country: USA
- Zip Code: 77550
- Record
- SN06009795-F 20210523/210521230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |