13.07.2015 Views

1. this contract is a rated order - FAACO - Federal Aviation ...

1. this contract is a rated order - FAACO - Federal Aviation ...

1. this contract is a rated order - FAACO - Federal Aviation ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>1.</strong> THIS CONTRACT IS A RATED ORDERCJ Yes ~ NoRATING2. CONTRACT NO. 3. SOLICITATION NO. 4. THIS IS A:5. DATE ISSUED7. ISSUED BY:FEDERAL AVIATION ADMINISTRATION1601 LIND AVE. S.W., ANM 52RENTON, WA 9805701/03/08DTFANM-08-R-00030 SMALL BUSINESS SET-ASIDE~ YES D NO8. ADDRESS OFFER TO (If other than Block 7)OF PAGES23SOLICITATIONQ nHere: in nrinin~1 ~nrl 1 t"nniQc! fnr fllrniC!hinn lhiC C!llnnlioC! nr C!on/i,.Qt: in lh.c C:l"h.crlIIIQ uiiill h.o r.af'oi"on ~l lhQ nl!:"'o in tho rlc."nc:ilnni e:n.c,.ifiiCn inItem 8, or if hand-carried located in 1601 Lind Ave. S.W., Renton WA Suite 340until 2pm local time 01/24/200810. FOR INFORMATIONCALL:(Hour)CAUTION - LATE Subm<strong>is</strong>sions, Modifications, and Withdrawals: See Section L.A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)PATRICK JACOBS 425-227-11321<strong>1.</strong> TABLE OF CONTENTSIX) I SEC I DESCRIPTION I PAGE(S) (X) i SEC i DESCRIPTION I PAGElS)~PART I - THE SCHEDULEPART II - CONTRACT CLAUSESA SOLICITATIONICONTRACT FORM I~CONTRACT CLAUSESB SUPPLIES OR SERVICES AND PRICESICOSTS PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACH.C DESCRIPTIONISPECSIWORK STATEMENT~J LIST OF ATTACHMENTSD PACKAGING AND MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONSE INSPECTION AND ACCEPTANCE K REPRESENTATIONS, CERTIFICATIONS AND~F DELIVERIES OR PERFORMANCE OTHER STATEMENTS OF OFFERORSG CONTRACT ADMINISTRATION DATA L INSTRS., CONDS., AND NOTICES TO OFFERORSH SPECIAL CONTRACT REQUIREMENTS M~EVALUATION FACTORS FOR AWARDOFFER (must be fully completed by Offeror)12. In compliance with the above, the undersigned agree, if <strong>th<strong>is</strong></strong> offer <strong>is</strong> accepted within _ calendar days (60 calendar days unless adifferent period <strong>is</strong> inserted by the Offeror) from the date for receipt of offers specified above, to furn<strong>is</strong>h any or all items upon which pricesare offered at the orice set opposite each item, delivered at the desiçinated point(s), within the time specified in the schedule.13. DISCOUNT FOR PROMPT PAYMENT 110 CALENDAR DAYS 120 CALENDAR DAYS 30 CALENDAR DAYS I_CALENDAR DAYS(See Section I, Clause No. 3.3.1-6) % % % I %14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE(The Offeror acknowledges receipt of amendmentsto the SOLICITATION for Offerors and relateddocuments numbered and dated)15A.. NAMEANDADDRESSOFOFFEROR16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGNOFFER (Type or print)(Date)15B. TELEPHONE NO. (Include areacode)19. ACCEPTED AS TO ITEMS NUMBERED15C. CHECK IF REMITTANCE ADDRESSIS DIFFERENT FROM ABOVE - ENTERD SUCH ADDRESS IN SCHEDULEAWARD (To be completed by Government)17. SIGNATURE 18. OFFER DATE120. AMOUNT 2<strong>1.</strong> ACCOUNTING AND APPROPRIATION DATA22. RESERVED 23. SUBMIT INVOICES TO ADDRESS SHOWN IN(4 copies unless otherw<strong>is</strong>e specifed)24. ADMINISTERED BY (if other than item 7)25. PAYMENT WILL BE MADE BYliTEM26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA128. AWARD DATEOMB Control No. 2120-0595 (SF-33) FAA Template NO.2 (8/97)


ou.s. Departmentof Transportation1601 Lind Avenue, S. W.Renton, Washington 98057<strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>trationJanuary 04,2008POTENTIA OFFEROR:The FAA has been exempted from several <strong>Federal</strong> laws and regulations as part of the 1996 DOTAppropriations Act, signed into law by President Clinton on November 15, 1995. Some oftheexemptions include the <strong>Federal</strong> Acqu<strong>is</strong>ition Streamlining Act of 1994, the Small Business Act, theCompetition in Contracting Act, and the <strong>Federal</strong> Acqu<strong>is</strong>ition Regulations. The FAA's new acqu<strong>is</strong>itionsystem became effective on April 1, 1996.Enclosed you wil find a Request for Offers for Cab Window Cleaning Services at the San Diego(Lindbergh Field) Air Traffc Control Tower (ATCT) located in San Diego, California, MontgomeryATCT located in San Diego, California, Palomar ATCT located in Carlsbad, California, Gillespie ATCTlocated in EI Cajon, California, and Brown ATCT located in San Diego, California. Includes cleaning ofRadar Dome and window cleaning of 1 sl Floor Offce at the San Diego (Lindbergh Field) ATCT locatedin San Diego, California. Th<strong>is</strong> Request for Offer, DTFAN-08-R-00030, <strong>is</strong> required to be received by<strong>th<strong>is</strong></strong> offce NOT LATER THAN 2:00 PM (local time Renton, Washington), January 24th, 2008, 2:00pm(PST) at the following address:<strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>trationATT: Patrick Jacobs, AN-521601 Lind Avenue S.W.Renton, W A 98057Should you have any questions regarding <strong>th<strong>is</strong></strong> process, please feel free to contact me at 425-227-1132.Thank you.Sincerely,Patrck JacobsContract Special<strong>is</strong>t


PART I - SECTION BSUPPLIES/SERVICES & PRICE/COSTBOOt. PRICES/COSTS: Fur<strong>is</strong>h alllabor, materials, equipment, transporttion, insurance, notifications,licenses, permits, fees and supervsion necessar for Cab Window Cleaning Servces at the San Diego(Lindbergh Field) Air Traffc Control Tower (ATCT) located in San Diego, California, MontgomeryATCT located in San Diego, California, Palomar ATCT located in Carlsbad, California, Gilespie ATCTlocated in EI Cajon, California, and Brown ATCT located in San Diego, California. Includes cleaning ofRadar Dome and window cleaning of 1 st Floor Offce at the San Diego (Lindbergh Field) ATCT locatedin San Diego, California, in accordance with the specifications, <strong>contract</strong> clauses, and wage rates.CONTRACTLIN ITEM DESCRIPTION QUANTITY UNT PRICE0001 Cab 7 MonthWindowlRadarDome/1 st Floor0 Offce Window $Cleaning Servces- Base Year03/01/2008 -9/30/20080002 Option Year 1- 12 Month10/1/2008 -9/30/20090003 Option Year 2 - 12 Month10/1/2009 -9/30/20100004 Option Year 3 - 12 Month10/1/2010 -9/30/20110005 Option Year 4 - 12 Month10/1/2011 -9/30/2012$$$$The offered price shall encompass all costs related to (a) direct and indirect labor, fringe benefits, overhead, G&A expenses,profit, material, equipment, other direct costs, insurance, freight, handling, transportation, inspection, testing, operation andmaintenance manuals, bonds, etc., (b) federal, state, and local taxes, (c) all applicable fees permits, licenses, and (d) anym<strong>is</strong>cellaneous charges.An offeror <strong>is</strong> required to provide a price for each <strong>contract</strong> line item (CLIN). Failure to comply may result in the rejection ofthesubject offer. A single award shall be made. There shall be no split award. In the event that the CLIN price for any line item <strong>is</strong>materially unbalanced, the entire offer may be rejected without d<strong>is</strong>cussion with the offeror.2


In the event of any d<strong>is</strong>parity between the CLIN price and the total offered price, the CLIN price shall be deemed correct, and thetotal offered amount shall be rev<strong>is</strong>ed accordingly, unless available information indicates otherw<strong>is</strong>e.Effective April 1, 1996, the <strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>tration (FAA) began operating under the new FAA Acqu<strong>is</strong>ition ManagementSystem. The 1996 DOT Appropriation Act, Public Law 104-50, mandated that the FAA rewrite its acqu<strong>is</strong>ition regulations andgranted leg<strong>is</strong>lative relieffrom certain laws. The <strong>Federal</strong> Acqu<strong>is</strong>ition Regulations (FAR), <strong>Federal</strong> Acqu<strong>is</strong>ition Streamlining Act of1994, Small Business Act, and Competition in Contracting Act, are three of these laws.BOO<strong>1.</strong> INSURCE REQUIRMENTS: Worker's compensation and employer's liability.· Employer's liability coverage of at least $100,000.00 shall be required.· General Liability. Bodily injury liability insurance coverage written on the comprehensive form ofpolicy of at least $500,000.00 per occurence.· Automobile liability coverage of at least $200,000.00 per person and $500,000 per occurence forbodily injur and $200,000.00 per occurence for propert damageB002. SOLICITATION OUESTIONS: All <strong>contract</strong>ors proposing <strong>th<strong>is</strong></strong> project desiring an interpretation orclarification of the specifications, <strong>contract</strong> terms and conditions, etc., must request in wrting at least 2calendar days prior to the date for receipt of proposals to the F ederal <strong>Aviation</strong> Admn<strong>is</strong>tration, A TI:Patrck Jacobs, 1601 Lind Avenue S.W., Renton W A 98057 or FAX (425) 227-1055 or by email atPatrick.Jacobsêfaa.gov . Telephone questions wil not be accepted. The offer shall provide an address,telephone and FAX number. The Contracting Officer <strong>is</strong> the only person authorized to make clarifications,interpretations, or changes to <strong>th<strong>is</strong></strong> solicitation.3.3.1-10 Availabilty of Funds (April 1996)Funds are not presently available for <strong>th<strong>is</strong></strong> <strong>contract</strong>. The FAA 's obligation under <strong>th<strong>is</strong></strong> <strong>contract</strong> <strong>is</strong>contingent upon the availability of appropriated funds from which payment for <strong>contract</strong> purposes can bemade. No legal liability on the part of the FAA for any payment may ar<strong>is</strong>e until funds are made availableto the Contracting Offcer for <strong>th<strong>is</strong></strong> <strong>contract</strong> and until the Contractor receives notice of such availability, tobe confirmed in writing by the Contracting Offcer.B004. 3.6.1-8 Notification of Competition Limited to Eligible SEDB Concerns (April 2000)(a) Offers are solicited only from "eligible socially and economically d<strong>is</strong>advantaged business(SEDB)" concerns. As used herein, an "eligible SEDB" concern <strong>is</strong> a small business concernexpressly certified by the Small Business Admin<strong>is</strong>tration (SBA) for participation in the SBA's8(a) program and which meets the following criteria at the time ofrelease ofthe initial SIR orpublic announcement (if <strong>is</strong>sued), whichever <strong>is</strong> first:(1) The offeror <strong>is</strong> in conformance with the 8(a) support limitation set forth in its approved businessplan; and(2) The offeror <strong>is</strong> in conformance with the Business Activity Targets set forth in its approvedbusiness plan or any remedial action directed by the SBA.(b) By subm<strong>is</strong>sion of its offer, the offeror certifies that it meets all of the criteria set forth inparagraph (a) of <strong>th<strong>is</strong></strong> clause.(c)(1) Agreement. A manufacturer or regular dealer submitting an offer in its own name agrees tofurn<strong>is</strong>h, in performing the <strong>contract</strong>, only end items manufactured or produced by small business3


concerns inside the United States, its terrtories or possessions, the Commonwealth ofPueroRico, or the Trust Territory of the Pacific Islands. However, <strong>th<strong>is</strong></strong> requirement does not apply inconnection with constrction or servce <strong>contract</strong>s.(2) The offeror wil notify the Contracting Offcer in writing immediately upon entering anagreement (either oral or written) to transfer all or part of its stock or other ownership interest toany other part.(End of clause)*PLEASE NOTE - REVISED PRICING (SECTION B) CAN BE FAXED ON THE BIDDUE DATE, BUT MUST BE RECEIVED NO LATER THAN JANUARY 24, 2008, 2PM(PST). PROPOSALS WITH ORIGINAL SIGNATURE NEED TO BE RECEIVED BYTHIS OFFICE ON THE DATE THE BIDS AR DUE. THIS IS A REQUEST FOROFFERS, THUS NO FORMAL BID OPENING WILL OCCUR AND RESULTS WILLNOT BE AVAILABLE BY TELEPHONE. DO NOT CALL FOR RESULTS!SERVICE CONTRACT ACT WAGE RATES APPLY. SEE SECTION J.OFFERS SHAL INCLUDE ALL APPLICABLE STATE AN LOCAL TAXES.SUBMIT OFFERS TO: SEE SECTION "M"4


PART I - SECTION CSCOPE OF WORKc.i SCOPE OF WORK: The Contractor shall provide alllabor, equipment, tools, supplies, supervsionand other items or servces necessary to provide complete Cab Window Cleaning Services for the SanDiego (Lindbergh Field) Air Traffc Control Tower (ATCT) located in San Diego, California,Montgomery A TCT located in San Diego, California, Palomar A TCT located in Carlsbad, California,Gilespie ATCT located in EI Cajon, California, and Brown ATCT located in San Diego, California.Includes cleaning of Radar Dome and window cleaning of 1 st Floor Offce at the San Diego (LindberghField) ATCT located in San Diego, California. The Contractor shall provide Cab Window CleaningServceslRadar Dome/Windows for i st Floor Offce for the facilities to include all materials, labor, tools,and equipment. The <strong>contract</strong>or shall perform to the standards and specifications in <strong>th<strong>is</strong></strong> <strong>contract</strong>.C.2 DESCRITION OF SERVICES: Twice (unless otherw<strong>is</strong>e indicated) monthly air traffc controltower (ATCT) cab window cleaning servces. Windows must be spotless and bug free for completev<strong>is</strong>ibility of airport approach and ruways. After windows have been cleaned, traces of fim, dirt,smudges, water and other foreign matter shall be removed from the frames, casings, and glass surfaces.Performance of the <strong>contract</strong> shall be accompl<strong>is</strong>hed any weekday during the first and third weeks of themonth, preferably in the morning.C.3 SERVICE REOUIRMENTS:a. The cab window cleaning services function at the San Diego (Lindbergh Field) ATCT,Montgomery ATCT, Palomar ATCT, Gilespie ATCT, and Brown ATCT shall be provided2 times per month.b. The Radar Dome cleaning at San Diego (Lindbergh Field) A TCT shall be provided 2 timesper year.c. The i st Floor Offce window cleaning at San Diego (Lindbergh Field) ATCT shall beprovided 4 times per year.d. Holidays observed by Government employees during the term of <strong>th<strong>is</strong></strong> <strong>contract</strong> areas follows:New Year's DayMemorial DayColumbus DayChr<strong>is</strong>tmas DayMartin Luther King DayFourth of JulyVeteran's DayPresident's DayLabor DayThanksgiving DayAny holiday as declared by the President shall also be observed. A skeleton crew of on-siteFAA personnel wil cons<strong>is</strong>t of essential safety related positions only, on the holidays l<strong>is</strong>tedabove.CA CONTRACTOR PERSONNEL:a. Contract Emplovees - The government reserves the right to restrict the employment of any<strong>contract</strong>or or prospective <strong>contract</strong> employee, who <strong>is</strong> identified as a potential threat to thehealth, safety, security, general well being, or operational m<strong>is</strong>sion of the installation and itspopulation. Employees of the <strong>contract</strong>or, in the performance of <strong>th<strong>is</strong></strong> <strong>contract</strong>, are subject tosecurity investigation as specified within Section C.5.5


(1) The Contractor shall fur<strong>is</strong>h the COTR, a l<strong>is</strong>t of the names of personnel who will beperformng work in the building. Only authorized personnel will be permitted in thearea. Keys shall be released only to personnel approved by the COTR. Th<strong>is</strong> l<strong>is</strong>t mustbe maintained and kept curent to include new hires or termnated employees.(2) Contractor personnel shall be physically able to do their assigned work and sháll befree of communicable d<strong>is</strong>eases. They shall present a neat appearance and be easilyrecognized. Th<strong>is</strong> may be accompl<strong>is</strong>hed by wearing d<strong>is</strong>tinctive clothing bearing thename of the company or by wearing appropriate badges which contain the companyname and employee name.(3) The Contractor shall not employ any person who <strong>is</strong> an employee of the United StatesGovernment <strong>is</strong> the employment of that person would create a conflict of interest.(4) Neglect of duties shall not be condoned; sleeping on duty, unreasonable delay orfailure to car out assigned tasks, conducting personal affairs durng duty hours, oruse telephones, copy machines, or other equipment provided for official Governmentuse for other than offcial business.(5) The Contractor and h<strong>is</strong>lher employees shall be subject to all rules and regulationsrelative to entering and leaving the facility.(6) Contractor employees wil report fires and hazardous conditions to the COTR. Items inneed of repair, such as flickering or non-operating lights, leaky faucets, toiletstoppages, etc; shall be reported to the COTR.C.5 SECURTY REOUIRMENTS:a. The Contractor and each of h<strong>is</strong>lher employees engaged in work under <strong>th<strong>is</strong></strong> <strong>contract</strong> shallexecute and submit on original forms to the Civil <strong>Aviation</strong> Security Office: (See Part II,Section 1,3.14-2 Contractor Personnel Suitability Requirements) FD-258 Fingerprint Card,SF 85P Questionnaire for Public Trust Positions, and (where required) DOT F 1681Identification Card/Credential Application to include 2 color photos for each employee withnames printed legibly on back. Pictues must be taken at eye level with full face view and belarge enough to be trmmed to 1-1/4" xl 5/8". These forms must be received completed bythe Civil <strong>Aviation</strong> Security Offce not later than 30 calendar days from the first day of work.Original forms shall be provided by the CO.b. Employees without properly executed forms wil not be allowed access to any work site.c. All Contractor personnel who receive favorable security clearances wil be allowed tocontinue to perform work under the <strong>contract</strong>. Any individual who <strong>is</strong> found to be otherwseunsuitable will be removed from work under the <strong>contract</strong>.d. All Contractor personnel shall comply with guidelines for access to <strong>Federal</strong> installations ascoordinated through the COTR. All changes of personnel shall be coordinated with theSecurty offce prior to entr onto any FAA leased and/or owned propert. The Contractor <strong>is</strong>required to comply with all security regulations and directives as identified herein, and othersecurity requirements as are shown elsewhere in <strong>th<strong>is</strong></strong> <strong>contract</strong>.e. The Contractor shall fur<strong>is</strong>h to the Civil <strong>Aviation</strong> Security Office the following information:6


<strong>1.</strong> Complete name of each employee2. Curent address3. Date of birthTh<strong>is</strong> information <strong>is</strong> required a minimum of seven (7) days prior to execution of work. Th<strong>is</strong>l<strong>is</strong>t must be kept curent.f. Contractor personnel are not authorized access to any area where classified information <strong>is</strong>used, stored, or processed. If v<strong>is</strong>ual, aural, or physical access to classified materials <strong>is</strong> made,even inadvertently by <strong>contract</strong>or personnel, they are required to be debriefed by the ControlPoint Manager.g. All Contractor employees shall wear nametags fu<strong>is</strong>hed by the Contractor with a minimumof the employees' last name. In addition, the nametags worn by the PM and supervsorsshall indicate their job titles.C.6 LOST AN FOUN PROPERTY:a. It <strong>is</strong> the responsibility of the Contractor to ensure that all articles of possible personal orC.7 KEY CONTROL:monetary value found by the Contractor's employees are tued in to an offce designatedby the COTR.a. Keys wil be given to personnel approved by the COTR. Final payment will be withhelduntil all keys have been retued as verified by the COTR.b. Keys <strong>is</strong>sued to the <strong>contract</strong>or by the Government shall not be duplicated.c. The Contractor shall report the occurence of a lost key to the COTR not later than the nextworkday.d. The Contractor may be required to reimburse the Government for replacement oflocks orC.8 MATERIS:re-keying as a result of <strong>contract</strong>or loss of keys. In the event a master key <strong>is</strong> lost or duplicatedall locks and keys for that system shall be replaced by the Government at the total costdeducted from the monthly payment due the Contractor.The Contractor shall fur<strong>is</strong>h all supplies, materials, and equipment necessary for <strong>contract</strong> work.NOTES: All materials which the Contractor proposes to use shall be as specified based on manufacturerrecommendations. The Contractor shall fur<strong>is</strong>h the COTR with Product Data and Material Safety DataSheets for all chemicals stored on-site.C.9 EQUIPMENT AN TOOLS:a. Within 48 hours after receipt of award, the Contractor shall submit to the COTR forapproval, a complete l<strong>is</strong>t of the equipment to be used as deemed necessary to properlyperform the work defined in <strong>th<strong>is</strong></strong> <strong>contract</strong>.7


. Equipment shall include, but <strong>is</strong> not limited to, wet and dry lift and necessary attchments,ladders, buckets, cloths, brushes, squeegees, etc; unless otherw<strong>is</strong>e provided for.c. Equipment used shall be in safe operating condition and suitable grade for purose intended.d. All equipment shall have bumpers and guards to prevent marking or scratching of fixtues,furn<strong>is</strong>hings, or building surfaces.e. All electrcal equipment used by the Contractor shall meet all safety requirements of <strong>th<strong>is</strong></strong><strong>contract</strong> and shall be UL approved. Th<strong>is</strong> equipment must operate using ex<strong>is</strong>ting buildingcircuits and shall not be ope<strong>rated</strong> from critical power circuits. It shall be the responsibility ofthe <strong>contract</strong>or to prevent the operations or attempted operation of electrical equipment, orcombination of equipment which require power exceeding the capacity of ex<strong>is</strong>ting buildingcircuits.C.IO UTILITIES: Electrcal power wil be fur<strong>is</strong>hed by the Government at ex<strong>is</strong>ting power outlet for theoperation of equipment that <strong>is</strong> necessary to perform building maintenance. Hot and cold water wil also beavailable for performance of the work.C.Ii CONSERVATION OF UTILITIES: The Contractor shall be responsible for instrcting employeesin utilities conservation practices. The Contractor shall be responsible for conservng utilities, which shallinclude, but not necessarily be limited to:a. Lights shall be used only in areas where and at the time when work <strong>is</strong> actually beingperformed unless otherw<strong>is</strong>e directed by the COTR.b. Mechanical equipment controls for heating, ventilation and air conditioning systems wil notbe adjusted by <strong>contract</strong> employees.c. Water faucets or valves shall be tued off after the required usage has been accompl<strong>is</strong>hed.C.12 STORAGE SPACE, JANTOR'S CLOSETS AN LOCKER ROOMS:a. Space may be assigned to the Contractor by the COTR for storage of bulk supplies andequipment used in performance of the work.b. The Government will not be responsible for damage and/or loss to <strong>contract</strong>or's storedsupplies, materials, equipment, or the personal belongings of <strong>contract</strong>or's employeesoccasioned by fire, theft, accident, or otherw<strong>is</strong>e.c. Failure to keep any of the facilities described above in a clean and <strong>order</strong>ly condition,unsat<strong>is</strong>factory to the COTR, may result in the withdrawal of the privilege of using them.C.13 COORDINATION WITH OTHER CONTRACTORS AN GOVERNENT EMPLOYEES: TheGovernment may undertake or award other <strong>contract</strong>s for additional work. It <strong>is</strong> the responsibility ofthe<strong>contract</strong>or to coordinate hilher efforts with other work going on in the area. If for any reason the<strong>contract</strong>or <strong>is</strong> prohibited or substantially delayed from performing, the <strong>contract</strong>or <strong>is</strong> to immediately notifythe COTR.C. 14 QUALITY CONTROL: The Contractor shall establ<strong>is</strong>h and maintain a complete Quality ControlProgram (QCP) to ensure the requirements of the <strong>contract</strong> are provided as specified. One copy of theContractor's Quality Control Program shall be provided to the CO/COTR not later than the Pre-Performance Conference. An updated copy must be provided to the CO/COTR on the <strong>contract</strong> start and aschanges occur. The plan shall include, but not be limited to, the following:8


a. A scheduling system, based on the servces indicated in the task and frequency charts forcleaning, and the indicated time frames shown in the remarks column. The schedule shallshow, by building and area, the day and shift when tasks will be accompl<strong>is</strong>hed. The<strong>contract</strong>or shall comply with the submitted schedules as approved by the CO/COTR.b. The methods used, for identifyng and preventing deficiencies in the quality of servcesperformed before the level of performance becomes unacceptable.c. On-site records of all inspections conducted by the <strong>contract</strong>or, and necessary correctiveactions taken, shall be made available to the Governent durng the term ofthe <strong>contract</strong>.C.15 OUALITY ASSURCE: The Government wil monitor the Contractor's performance under <strong>th<strong>is</strong></strong><strong>contract</strong> using the quality assurance procedures specified in the Quality Assurance Surveilance Plan(QASP).a. Performance Evaluation Meetings: The Project Manager shall meet with the QualityAssurance Engineer (QAE)/COTR weekly during the first month ofthe <strong>contract</strong>. Meetingswil be held as often as necessary thereafter, as determined by the QAE/COTR, andwhenever a Contract D<strong>is</strong>crepancy Report (CDR) <strong>is</strong> <strong>is</strong>sued. A mutual effort will be made toresolve all problems identified and wrtten minutes of these meetings will be signed by theContractor's Project Manager and QAE/COTR. Should the <strong>contract</strong>or not concur with thedec<strong>is</strong>ions in the minutes, the <strong>contract</strong>or shall state areas ofContracting Offcer in writing.C.16 STANARS FOR OUALITY OF WORK:non-concurrence to thea. Elevated Cleaning: All surfaces shall be clean and free of dust, dirt, smudges, etc.b. Interior/Exterior Glass Cleaning: Glass shall be clean and free of dust, dirt, streaks,watermarks, and grime.c. Spot Cleaning: Smudges, marks or spots shall be removed without causing unsightlyd<strong>is</strong>colorations.C. 17 UNORSEEN FACILITY CLOSURS: When an unforeseen facility closure occurs on a regularlyscheduled day of work, the Government shall have the following options:a. To require the Contractor to perform the work on the following day unless thefollowing day <strong>is</strong> a Saturday and routine work <strong>is</strong> not scheduled for Saturday or Sunday.b. To forego the work and reduce payment due to the Contractor accordingly for worknor performed on a pro<strong>rated</strong> bas<strong>is</strong>.c. To reschedule the work on any day sat<strong>is</strong>factory to both parties.C.18 CONTRACTOR'S EMPLOYEES:a. Shall be subjected to all <strong>Federal</strong> rules and regulations relative to entering and leavingthe building(s).b. Shall be physically able to do their assigned work shall be free from any9


communicable d<strong>is</strong>ease.c. Shall not d<strong>is</strong>tub paper on desks, open desk drawers or cabinets or useGovernment telephones.C.20 SAFETY AN FIR PREVENTION: The Contractor shall be responsible for instrcting h<strong>is</strong>/heremployees in appropriate safety measures. Housekeeping employees must not place mops, brooms,machines and other equipment in traffc lanes or other locations in such a manner as to create safetyhazards. Appropriate, neat appearing, well kept signs to indicate "Danger Hazardous Floors, Walk Left orWalk Right", as applicable, shall be provided by the Contractor and approved by the COTR prior to use.Such signs shall be d<strong>is</strong>played at all times in all areas where cleaning operations are in progress whichnecessitate the use of any equipment or supplies such as buckets, wires, ladders, water, wax, etc., whichcause a traffc obstrction or personnel hazard. Contractor's employees shall be required to interrpt theirwork to allow passage of personnel, equipment or carts. When the cleaning of a public traffc area (i.e.lobbies and corrdors) result in the temporary hazard ofwet/slippery floors, housekeeping personnel willuse parallel wet mopping or cleaning procedures.C. 21 PERSONNL - TRAING: The Contractor wil be responsible for the training of h<strong>is</strong>/heremployees in the following areas:a. Proper use and handling of <strong>contract</strong> specified and approved detergents, supplies,and equipment.b. Care and maintenance of Contractor and Government furn<strong>is</strong>hed propert.c. Familiarization with fire prevention and safety procedures.d. Familiarization with applicable FAA policies and regulations and their effect onhousekeeping servces.10


PART I - SECTION DPACKAGING AN MAGNot Applicable.11


PART I - SECTION EINSPECTION AN ACCEPTANCE3.1-1 Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as ifthey were given in full text. Uponrequest, the Contracting Offcer will make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via Internet at:http://conwrite.faa.gov (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").3.10.4-4 Inspection of Services - Both Fixed-Priced & Cost Reimbursement (April 1996)3.10.4-16 Responsibilty for Supplies (April 1996)12


PART I - SECTION FDELIVERIS OR PERFORMCE3.1-1 Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as ifthey were given in full text. Uponrequest, the Contracting Officer will make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via mternet at:http://conwrite.faa.gov' (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").3.10.1-9 Stop Work Order (October 1996)3.10.1-11 Government Delay of Work (April 1996)13


PART I - SECTION GCONTRACT ADMINISTRATION DATA3.1-1 Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as if they were given in full text. Uponrequest, the Contracting Officer wil make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via Internet at:http://conwrite.faa.gov (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").3.10.1-22 Contracting Offcer's Technical Representative (July 1996)GOOl. Correspondence: Proper routing and d<strong>is</strong>trbution of correspondence <strong>is</strong> required to insure that theContracting Offcer has knowledge of pertinent action taken relating to the <strong>contract</strong>. The Contractor shallfurn<strong>is</strong>h to the Contracting Offcer copies of ALL wrtten correspondence provided to the COTR includingtransmittal letters. Submittals accompanying transmittal letters to the COTR SHAL NOT be forwardedto the Contracting Offcer. A copy of all correspondence directed to the Contracting Offcer shall be sentto the COTR.G003. Invoice Subm<strong>is</strong>sion: The Contractor shall submit certified request for payment(s) to the COTRfor verification who wil forward to the Contracting Offcer.14


PART I - SECTION HSPECIA CONTRACT REQUIRMENTSNot Applicable.15


PART II - SECTION ICONTRACT CLAUSES3.1-1Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as ifthey were given in full text. Uponrequest, the Contracting Offcer will make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via Internet at:http://conwrite.faa.gov (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").3.10.1-93.10.1-113.10.1-223.<strong>1.</strong>7-53.2.2.3-83.2.2.3-373.2.2.7-63.2.2.8-13.2.4-63.2.4-273.2.4-283.2.5-13.2.5-33.2.5-43.2.5-53.2.5-83.3.1-13.3.1-63.3.1-73.3.1-83.3.1-93.3.1-153.3.1-173.3.2-13.4.1-103.4.1-133.4.2-83.6.1-83.6.2-23.6.2-93.6.2-123.6.2-133.6.2-143.6.2-283.6.2-393.6.3-13.6.4-2Stop-Work Order (October 1996)Government Delay of Work (April 1996)Contracting Offcer's Technical Representative (July 1996)D<strong>is</strong>closure of Conflcts of Interest (May 2001)Audit and Records (July 2004)Notification of Ownership Changes (July 2004)Protecting the Government's Interest when Sub<strong>contract</strong>ing with ContractorsDebarred, Suspended, or Proposed for Debarment (April 1996)Material Requirement (October 2007)Fixed Fee (April 2003)Limitation of Price and Contractor Obligations (April 1996)Cancellation of Items (April 1996)Offcials Not to Benefit (April 1996)Gratuities or Gifts (January 1999)Contingent Fees (October 1996)Anti-Kickback Procedures (October 1996)Wh<strong>is</strong>tleblower Protection for Contractor Employees (April 1996)Payments (April 1996)D<strong>is</strong>counts for Prompt Payment (April 1996)Limitation on Withholding of Payments (April 1996)Extras (April 1996)Interest (April 1996)Assignment of Claims (April 1996)Prompt Payment (January 2003)FAA Cost Principles (October 1996)Insurance--Work on a Government Installation (July 1996)Errors and Om<strong>is</strong>sions (July 1996)<strong>Federal</strong>, State, and Local Taxes--Fixed Price Contract (April 1996)Notification of Competition Limited to Eligible SEDB Concerns (April 2000)Convict Labor (April 1996)Equal Opportunity (August 1998)Affrmative Action for Special D<strong>is</strong>abled and Vietnam Era Veterans (April 2007)Affrmative Action for Workers With D<strong>is</strong>abilties (April 2000)Employment Reports on Special D<strong>is</strong>abled Veterans and Veterans of VietnamEra (April 2007)Service Contract Act of 1965, as Amended (April 1996)Traffcking in Persons (July 2007)Clean Air and Water Certifcation (April 2000)Buy American Act--Supplies (July 1996)16


3.8.2-103.8.2-113.8.2-193.10.1-73.10.1-123.10.1-121alt23.10.1-243.10.1-253.10.2-13.10.4-43.10.4-163.10.6-13.10.6-43.13-33.13-113.2.5-23.6.3-83.6.3-93.2.2.3-13.2.2.3-123.2.2.3-143.2.2.3-163.2.2.3-193.6.2-35Protection of Government buildings, Equipment, and Vegetation (April 1996)Continuity of Services (April 1996)Prohibition on Advert<strong>is</strong>ing (October 1996)Bankruptcy (April 1996)Changes--Fixed-Price (April 1996)Changes--Fixed-Price Alternate II (April 1996)Notice of Delay (November 1997)Novation and Change-of-Name Agreements (October 2007)Sub<strong>contract</strong>s (Fixed-Price Contracts) (April 1996)Inspection of Services--Both Fixed-Price & Cost Reimbursement (April 1996)Responsibilty for Supplies (April 1996)Termination for Convenience ofthe Government (Fixed Price) (October 1996)Default (Fixed-Price Supply and Service) (October 1996)Printing/Copying Double-sided on Recycled Paper (April 1996)Plain Language (July 2006)Independent Price Determination (October 1996)Ozone Depleting Substance (August 1998)Refrigeration Equipment and Air Conditioners (August 1998)False Statements in Offers (July 2004)Amendments to Screening Information Requests (July 2004)Late Subm<strong>is</strong>sions, Modifcations, and Withdrawals of Submittals (July 2004)Restricting, D<strong>is</strong>closing and Using Data (July 2004)Contract Award (July 2004)Prevention of Sexual Harassment (August 1998)17


PART il - SECTION JLIST OF ATTACHMENTS<strong>1.</strong> Servce Contract Act, State of Cali fomi a, County of Imperial and San Diego, WageDetermnation No. 2005-2057, Rev<strong>is</strong>ion No.4, OS/29/200718


PART iv - SECTION KREPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS3.1-1 Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as ifthey were given in full text. Uponrequest, the Contracting Officer will make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via Internet at:http://conwrite.faa.gov (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").3.2.2.3-753.2.5-23.6.2-5Requests for Contract Information (July 2004)Independent Price Determination (October 1996)Certifcation of Non-segregated Facilties (April 1996)19


PART iv - SECTION LINSTRUCTIONS, CONDITIONS, AN NOTICES TO OFFERORS3.1-1 Clauses and Prov<strong>is</strong>ions Incorpo<strong>rated</strong> by Reference (December 2005)Th<strong>is</strong> screening information request (SIR) or <strong>contract</strong>, as applicable, incorporates by reference theprov<strong>is</strong>ions or clauses l<strong>is</strong>ted below with the same force and effect as ifthey were given in full text. Uponrequest, the Contracting Officer wil make the full text available, or offerors and <strong>contract</strong>ors may obtainthe full text via Internet at:http://conwrite.faa.gov (on <strong>th<strong>is</strong></strong> web page, select "Search and View Clauses").<strong>1.</strong>13-23.2.2.3-13.2.2.3-113.2.2.3-123.2.2.3-133.2.2.3-143.2.2.3-163.2.2.3-173.2.2.3-183.2.2.3-193.2.2.3-203.6.3-4Notice of Earned Value Management System (EVMS) (March 2006)False Statements in Offers (July 2004)Unnecessarily Elaborate Submittals (July 2004)Amendments to Screening Information Requests (July 2004)Subm<strong>is</strong>sion of Information/ocumentation Offers (July 2004)Late Subm<strong>is</strong>sions, Modifcations, and Withdrawals of Submittals (July 2004)Restricting, D<strong>is</strong>closing and Using Data (July 2004)Preparing Offers (July 2004)Prospective Offerors Requests for Explanations (July 2004)Contract Award (July 2004)Electronic Offers (July 2004)Recovered Material Certification (October 2002)3.2.4-1Type of Contract (April 1996)The FAA contemplates award of a firm fixed price <strong>contract</strong> resulting from <strong>th<strong>is</strong></strong> Screening InformationRequest.(End of prov<strong>is</strong>ion)3.9.1-3 Protest (November 2002)AS A CONDITION OF SUBMITTING AN OFFER OR RESPONSE TO THIS SIR (OR OTHERSOLICITATION, IF APPROPRITE), THE OFFEROR OR POTENTIA OFFEROR AGREES TO BEBOUN BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS:(a) Protests concerning <strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>trtion Screening Information Requests (SIRs) orawards of <strong>contract</strong>s shall be resolved through the <strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>tration (FAA) d<strong>is</strong>puteresolution system at the Office of D<strong>is</strong>pute Resolution for Acqu<strong>is</strong>ition (ODRA) and shall be governed bythe procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorpo<strong>rated</strong> by reference. Judicialreview, where available, wil be in accordance with 49 U.S.C. 46110 and shall apply only to final agencydec<strong>is</strong>ions. A protestor may seek review of a final FAA dec<strong>is</strong>ion only after its admin<strong>is</strong>trative remedieshave been exhausted.(b) Offerors initially should attempt to resolve any <strong>is</strong>sues concerning potential protests with theContracting Offcer. The Contracting Offcer should make reasonable efforts to answer questionspromptly and completely, and, where possible, to resolve concerns or controversies. The protest time20


limitations, however, wil not be extended by attempts to resolve a potential protest with the ContractingOfficer.(c) The filing of a protest with the ODRA may be accompl<strong>is</strong>hed by mail, overnight delivery, handdelivery, or by facsimile. A protest <strong>is</strong> considered to be fied on the date it <strong>is</strong> received by the ODRA.(d) Only an interested part may fie a protest. An interested part <strong>is</strong> one whose direct economicinterest has been or would be affected by the award or failure to award an FAA <strong>contract</strong>. Proposedsub<strong>contract</strong>ors are not "interested parties" within <strong>th<strong>is</strong></strong> definition.(e) A wrtten protest must be fied with the ODRA within the times set forth below, or the protest shallbe d<strong>is</strong>m<strong>is</strong>sed as untimely:(1) Protests based upon alleged improprieties in a solicitation or a SIR that are apparent prior to bidopening or the time set for receipt of initial proposals shall be fied prior to bid opening or the time set forthe receipt of initial proposals.(2) il procurements where proposals are requested, alleged improprieties that do not ex<strong>is</strong>t in theinitial solicitation, but which are subsequently incorpo<strong>rated</strong> into the solicitation, must be protested notlater than the next closing time for receipt of proposals following the incorporation.(3) For protests other than those related to alleged solicitation improprieties, the protest must befied on the later of the following two dates:(i) Not later than seven (7) business days after the date the protester knew or should have knownof the grounds for the protest; or(ii) If the protester has requested a post-award debriefing from the FAA Product Team, not laterthan five (5) business days after the date on which the Product Team holds that debriefing.(f) Protests shall be fied at:(1) Offce ofD<strong>is</strong>pute Resolution for Acqu<strong>is</strong>ition, AGC-70,<strong>Federal</strong> <strong>Aviation</strong> Admin<strong>is</strong>tration,800 ildependence Ave., S.W.,Room 323,Washington, DC 20591,Telephone: (202) 267-3290,Facsimile: (202) 267-3720; or(2) other address as specified in 14 CFR Par 17.(g) At the same time as filing the protest with the ODRA, the protester shall serve a copy of the proteston the Contracting Officer and any other offcial designated in the SIR for receipt of protests by meansreasonably calculated to be received by the Contracting Offcer on the same day as it <strong>is</strong> to be received bythe ODRA. The protest shall include a signed statement from the protester, certifying to the ODRA themanner of service, date, and time when a copy of the protest was served on the Contracting Offcer andother designated offcial(s).21


(h) Additional information and guidance about the ODRA d<strong>is</strong>pute resolution process for protests canbe found on the ODRA Website at http://ww.faa.gov.(End of prov<strong>is</strong>ion)LOOt. SUBMISSION OF OFFER:An offeror shall submit an offer which shall include the following:a) Signed Standard Form 1442, SOLICITATION, OFFER AN AWARb) Part I, Section B, PRICE SCHEDULEc) Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AN OTHERSTATEMENTSd) Part IV, Section K, Business Declaratione) Technical Proposal (See Section M)L002. SUBMISSION DATE AND PLACEThe due date for receipt of offers <strong>is</strong> JANARY 24TH, 2008, 2:00 pm (pST). Offerors w<strong>is</strong>hing to submitan offer, modification or withdrawal through the U.S. Postal Servce, Certified and Reg<strong>is</strong>tered mail,Special Delivery, or U.S. Postal Express Mail shall be addressed to:FEDERA AVIATION ADMINSTRATIONACQUISTION MANAGEMENT BRACH - AN-521601 LIN AVE S.W.RENTON, W A 98057ATT: PATRICK JACOBSL003. HAND CARED OFFERS, MODIFICATIONS OR WITHDRAWALS:Hand-carried offers, modifications or withdrawals of a offers, and modifications, or withdrawals of a bids,HAN DELIVERED by other tyes of express mail servces (Commercial Carrers, e.g. <strong>Federal</strong> Express,United Parcel Servce, Airborne Express, etc.) SHALL be HAN DELIVERED to:FEDERA AVIATION ADMINISTRATIONCUSTOMER SERVICE CENTERFIRST FLOOR1601 LIN AVE S.W.RENTON, W A 98057ATT: PATRICK JACOBS22


PART IV - SECTION MEVALUATION FACTORS FOR AWARMOOt. EVALUATION FACTORS FOR AWARDThe Government wil make award to the responsible offeror whose proposal conforms to the solicitationterms and conditions, and represents the greatest value to the Government. The Government reserves theright to award on initial offers without d<strong>is</strong>cussions or to conduct one-on-one d<strong>is</strong>cussions with one or moreofferors to clarify <strong>is</strong>sues relating to scope, pricing and responsibility. The Government <strong>is</strong> seeking offerswhich provide the best combination of attributes and price in <strong>order</strong> to select the greatest value or"best buy" offer. Therefore, award may be made to other than the lowest priced offer based on thecI"teria l<strong>is</strong>ted below.M002. EVALUATION CRITERIAProspective offerors are required to submit a business proposal as d<strong>is</strong>cussed herein. Proposals shall beevaluated on the bas<strong>is</strong> of the following criteria:<strong>1.</strong> Past Performance2. Qualifications of Key PersonnelAny proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof,shall render the offeror proposal to be unacceptable and therefore rejected from fuher consideration. Thegovernment may reject any and all proposals and waive informalities or irregularities in proposals. Oneon-oned<strong>is</strong>cussions may be held, at the option ofthe Government, with one or more offerors, asdetermined necessary by the Contracting Offcer, to clarify proposals, resolve <strong>is</strong>sues and om<strong>is</strong>sions, etc.M003. PROPOSAL CONTENTIt <strong>is</strong> required that a prospective offeror submit business profie information. Th<strong>is</strong> information wil beevaluated by the selection offcial or the proposal review team. Failure to provide past performanceinformation may lead to the rejection ofthe offeror's proposal without d<strong>is</strong>cussions with the offeror. Allsubmitted technical information, experience, past performance, qualifications ofkey personnel, names ofsub<strong>contract</strong>ors, etc., shall be considered proprietary data and shall be utilized for evaluation puroses onlyand kept confidentiaL.M004. EVALUATION OF BUSINESS PROPOSALCriteria #1 - Past Performance: Provide a l<strong>is</strong>t of projects within the past 3 years similar in scope of workto be done. Be specific and provide details. For each project address the following points:a) Project title, description and <strong>contract</strong> numberb) Client names, business address, phone numbers, and contact personc) Dollar valued) Scope of worke) Percentages of work sub<strong>contract</strong>ed and nature of that workf) Award and completion dates23


g) Any relevant information that would reflect on the offeror's ability to meet schedule constraints.Criteria #2 - Qualifications ofKey PersonnelIdentify key personnel that wil be assigned to <strong>th<strong>is</strong></strong> project. Provide resume information includingpertinent data related to years of experience, employment h<strong>is</strong>tory, education, training, accompl<strong>is</strong>hments,licenses, certificates, etc.M005. CONSIDERATION OF PRICEThe offeror shall submit pricing information as prescribed in PART I - SECTION B ofthe Request forOffers. Criteria element #1 <strong>is</strong> significantly more important than price. Therefore award may be made toother than the lowest priced offeror when the IPT determines that the technical criteria outweighs theprice advantage.Each offeror <strong>is</strong> required to provide a price for each <strong>contract</strong> line item (CLIN. Failure to comply mayresult in the rejection of the subject offer. A single award shall be made. There shall be no split award.In the event that the CLIN price for any line item <strong>is</strong> materially unbalanced, the entire offer may berejected without d<strong>is</strong>cussion with the offeror.In the event of any d<strong>is</strong>parity between the CLIN price and the total offered price, the CLIN price shall bedeemed correct, and the total offered amount shall be rev<strong>is</strong>ed accordingly, unless available informationindicates otherw<strong>is</strong>e.24


Page 1 of9WD 05-2057 (Rev.-4) was first posted on ww.wdol.gov on 06/05/2007* * * * * * * * * * * * * * * * * * * * ** ** *** * ***** **** * * * * ****** *** ******** * ***** ** * * * * * * ******* * * * * * * * * * ** * * * * * * * * * * ** * **** **** **** * * * ******* * * * * ** **** ********* * * * * ****** **REGISTER OF WAGE DETERMINATIONS UNERTHE SERVICE CONTRACT ACTBy direction of the Secretary of LaborIIIIIIU. S. DEPARTMENT OF LABOREMPLOYMENT STANARDS ADMINISTRATIONWAGE AN HOUR DIVISIONWASHINGTON D. C. 20210william W.GrossDirectorWageIDiv<strong>is</strong>ion of IDeterminations IIWage Determination No.: 2005-2057Rev<strong>is</strong>ion No.: 4Date Of Rev<strong>is</strong>ion: OS/29/2007State: CaliforniaIArea: California Counties of Imperial i San Diego**Fringe Benefits Required Follow the Occupational L<strong>is</strong>ting**OCCUPATION CODE - TITLE01000 -01011 -0101201013010200104001051010520106001070010900111101112011130112001141011910119201261012620126301270012800129001300013110131201313013200141001420015310153201533016110161201613Admin<strong>is</strong>trati ve Support And Clerical OccupationsAccounting Clerk IAccounting Clerk IIAccounting Clerk IIIAdmin<strong>is</strong>trative Ass<strong>is</strong>tantCourt ReporterData Entry Operator IData Entry Operator IID<strong>is</strong>patcher i Motor VehicleDocument Preparation ClerkDuplicating Machine OperatorGeneral Clerk IGeneral Clerk IIGeneral Clerk IIIHousing Referral Ass<strong>is</strong>tantMessenger CourierOrder Clerk IOrder Clerk IIPersonnel Ass<strong>is</strong>tant (Employment) IPersonnel Ass<strong>is</strong>tant (Employment) IIPersonnel Ass<strong>is</strong>tant (Employment) IIIProduction Control ClerkReception<strong>is</strong>tRental ClerkScheduler i MaintenanceSecretary ISecretary IISecretary IIIService Order D<strong>is</strong>patcherSupply TechnicianSurvey WorkerTravel Clerk ITravel Clerk IITravel Clerk IIIWord Processor IWord Processor IIWord Processor IIIMINIMU WAGE RATE14.4116.1918.1024.5118.0912.5913.5017.6813 .5213 .5212.3113.9915.7120.301<strong>1.</strong>6112.5214.5915.6418.792<strong>1.</strong> 9820.4912.0814.9115.7115.7117.7020.3016.2424.5117.6812.2113.3414.4712.6715.5718.97http://ww. wdo<strong>1.</strong>gov/wdol/scafiles/std/05-2057. txt 1/3/2008


Page 2 of905000 - Automotive Service Occupations05005 - Automobile Body Repairer, Fiberglass05010 - Automotive Electrician05040 - Automotive Glass Installer05070 - Automotive Worker05110 - Mobile Equipment Servicer05130 - Motor Equipment Metal Mechanic05160 - Motor Equipment Metal Worker05190 - Motor Vehicle Mechanic05220 - Motor Vehicle Mechanic Helper05250 - Motor Vehicle Upholstery Worker05280 - Motor Vehicle Wrecker05310 - Painter, Automotive_05340 - Radiator Repair Special<strong>is</strong>t05370 - Tire Repairer05400 - Transm<strong>is</strong>sion Repair Special<strong>is</strong>t07000 - Food Preparation And Service Occupations07010 - Baker07041 - Cook I07042 - Cook II07070 - D<strong>is</strong>hwasher07130 - Food Service Worker07210 - Meat Cutter07260 - Waiter/Waitress09000 - Furniture Maintenance And Repair Occupations09010 - Electrostatic Spray Painter09040 - Furniture Handler09080 - Furniture Refin<strong>is</strong>her09090 - Furniture Refin<strong>is</strong>her Helper09110 - Furniture Repairer, Minor09130 - Upholsterer11000 - General Services And Support Occupations11030 - Cleaner, Vehicles11060 - Elevator Operator11090 - Gardener11122 - Housekeeping Aide11150 - Janitor11210 - Laborer, Grounds Maintenance11240 - Maid or Houseman11260 - Pruner11270 - Tractor Operator11330 - Trail Maintenance Worker11360 - Window Cleaner12000 - Health Occupations12010 - Ambulance Driver12011 - Breath Alcohol Technician12012 - Certified Occupational Therap<strong>is</strong>t Ass<strong>is</strong>tant12015 - Certified Physical Therap<strong>is</strong>t Ass<strong>is</strong>tant12020 - Dental Ass<strong>is</strong>tant12025 - Dental Hygien<strong>is</strong>t12030 - EKG Technician12035 - Electroneurodiagnostic Technolog<strong>is</strong>t12040 - Emergency Medical Technician12071 - Licensed Practical Nurse I12072 - Licensed Practical Nurse II12073 - Licensed Practical Nurse III12100 - Medical Ass<strong>is</strong>tant12130 - Medical Laboratory Technician12160 - Medical Record Clerk12190 - Medical Record Technician2<strong>1.</strong>772<strong>1.</strong>932<strong>1.</strong>122<strong>1.</strong>1219.4422.702<strong>1.</strong>1222.3018.2320.342<strong>1.</strong>1222.342<strong>1.</strong>1215.5222.7012.001<strong>1.</strong>6612.678.768.8015.108.9618.1313.0218.1315.0616.8118.131<strong>1.</strong>839.9315.629.9310.7112.708.9913.0113.3312.7012.4217.9718.2620.0222.0217.6840.9122.6122.6117.9716.9018.902<strong>1.</strong> 0713.0317.1515.1615.28http://ww.wdol.gov/wdollscafiles/stdl05-2057.txt 1/312008


Page 3 of912195 - Medical Transcription<strong>is</strong>t12210 - Nuclear Medicine Technolog<strong>is</strong>t12221 - Nursing Ass<strong>is</strong>tant I12222 - Nursing Ass<strong>is</strong>tant II12223 - Nursing Ass<strong>is</strong>tant III12224 - Nursing Ass<strong>is</strong>tant iv12235 - Optical D<strong>is</strong>penser12236 - Optical Technician12250 - Pharmacy Technician12280 - Phlebotom<strong>is</strong>t12305 - Radiologic Technolog<strong>is</strong>t12311 - Reg<strong>is</strong>tered Nurse i12312 - Reg<strong>is</strong>tered Nurse II12313 - Reg<strong>is</strong>tered Nurse II, Special<strong>is</strong>t12314 - Reg<strong>is</strong>tered Nurse III12315 - Reg<strong>is</strong>tered Nurse III, Anesthet<strong>is</strong>t12316 - Reg<strong>is</strong>tered Nurse iv12317 - Scheduler (Drug and Alcohol Testing)13000 - Information And Arts Occupations13011 - Exhibits Special<strong>is</strong>t I13012 - Exhibits Special<strong>is</strong>t II13013 - Exhibits Special<strong>is</strong>t III13041 - Illustrator I13042 - Illustrator II13043 - Illustrator III13047 - Librarian13050 - Library Aide/Clerk13054 - Library Information Technology Systems Admin<strong>is</strong>trator13058 - Library Technician13061 - Media Special<strong>is</strong>t I13062 - Media Special<strong>is</strong>t II13063 - Media Special<strong>is</strong>t III13071 - Photographer I13072 - Photographer II13073 - Photographer III13074 - Photographer iv13075 - Photographer V13110 - Video Teleconference Technician14000 - Information Technology Occupations14041 - Computer Operator I14042 - Computer Operator II14043 - Computer Operator III14044 - Computer Operator iv14045 - Computer Operator V14071 - Computer Programmer I (1)14072 - Computer Programmer II (1)14073 - Computer Programmer III (1)14074 - Computer Programmer iv (1)14101 - Computer Systems Analyst I (1)14102 - Computer Systems Analyst II (1)14103 - Computer Systems Analyst III (1)14150 - Peripheral Equipment Operator14160 - Personal Computer Support Technician15000 - Instructional Occupations15010 - Aircrew Training Devices Instructor (Non-Rated)15020 - Aircrew Training Devices Instructor (Rated)15030 - Air Crew Training Devices Instructor (pilot)15050 - Computer Based Training Special<strong>is</strong>t / Instructor15060 - Educational Technolog<strong>is</strong>t15070 - Flight Instructor (pilot)16.6835.369.3610.521<strong>1.</strong>4812.8915.9515.0316.5914.3427.1129.7535.9235.9242.6742.675<strong>1.</strong>1423.7917.6020.5125.0918.802<strong>1.</strong> 8026.7928.131<strong>1.</strong> 5725.4015.7616.6218.6020.7414.3218.442<strong>1.</strong> 4826.283<strong>1.</strong>8016.4415.6417.4919.502<strong>1.</strong>7724.102<strong>1.</strong>6526.8327.6227.6227.6227.6227.6215.642<strong>1.</strong> 7729.0335.1338.6430.3827.8838.64htt://ww . wdol.gov/wdoVscafies/std/05-2057. txt 1/3/2008


Page 4 of915080 - Graphic Art<strong>is</strong>t15090 - Technical Instructor15095 - Technical Instructor/Course Developer15110 - Test Proctor15120 - Tutor16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations16010 - Assembler16030 - Counter Attendant16040 - Dry Cleaner16070 - Fin<strong>is</strong>her, Flatwork, Machine16090 - Presser, Hand16110 - Presser, Machine, Drycleaning16130 - Presser, Machine, Shirts16160 - Presser, Machine, Wearing Apparel, Laundry16190 - Sewing Machine Operator16220 - Tailor16250 - Washer, Machine19000 - Machine Tool Operation And Repair Occupations19010 - Machine-Tool Operator (Tool Room)19040 - Tool And Die Maker21000 - Materials Handling And Packing Occupations21020 - Forklift Operator21030 - Material Coordinator21040 - Material Expediter21050 - Material Handling Laborer21071 - Order Filler21080 - Production Line Worker (Food Processing)21110 - Shipping Packer21130 - Shipping/Receiving Clerk21140 - Store Worker I21150 - Stock Clerk21210 - Tools And Parts Attendant21410 - Warehouse Special<strong>is</strong>t23000 - Mechanics And Maintenance And Repair Occupations23010 - Aerospace Structural Welder23021 - Aircraft Mechanic I23022 - Aircraft Mechanic II23023 - Aircraft Mechanic III23040 - Aircraft Mechanic Helper23050 - Aircraft, Painter23060 - Aircraft Servicer23080 - Aircraft Worker23110 - Appliance Mechanic23120 - Bicycle Repairer23125 - Cable Splicer23130 - Carpenter, Maintenance23140 - Carpet Layer23160 - Electrician, Maintenance23181 - Electronics Technician Maintenance I23182 - Electronics Technician Maintenance II23183 - Electronics Technician Maintenance III23260 - Fabric Worker23290 - Fire Alarm System Mechanic23310 - Fire Extingu<strong>is</strong>her Repairer23311 - Fuel D<strong>is</strong>tribution System Mechanic23312 - Fuel D<strong>is</strong>tribution System Operator23370 - General Maintenance Worker23380 - Ground Support Equipment Mechanic23381 - Ground Support Equipment Servicer23382 - Ground Support Equipment Worker22.312<strong>1.</strong> 5926.4118.3218.328.858.8510.878.858.858.858.858.851<strong>1.</strong>5812.259.4818.1322.2515.6820.5020.5013.071<strong>1.</strong>5215.6814.0'414.0410.9914.4615.6815.6823.2622.3423.2624.0816.5119.6318.4319.1320.6615.5223.7320.6617.452<strong>1.</strong>8117.4523.0427.6016.8119.4216.9123.8520.4217.4522.3418.4319.13http://ww. wdo<strong>1.</strong>gov/wdoVscafiles/std/05-2057. txt 1/3/2008


Page 5 of9233912339223393234102341123.64234302344023460234652347023510235302355023580235912359223593236402371023760237902381023820238502387023890239102393123932239502396023965239702398024000 -245702458024610246202463025000 -250102504025070251902521027000 -270042700727008270102703027040270702710127102271312713228000 -- Gunsmi th I- Gunsmi th I I- Gunsmith III- Heating, Ventilation And Air-Conditioning Mechanic- Heating, Ventilation And Air Contditioning Mechanic (Research- Heavy Equipment Mechanic- Heavy Equipment Operator- Instrument Mechanic- Laboratory/Shelter Mechanic- Laborer- Locksmi th- Machinery Maintenance Mechanic- Machin<strong>is</strong>t, Maintenance- Maintenance Trades Helper- Metrology Technician I- Metrology Technician II- Metrology Technician III- Millwright- Office Appliance Repairer- Painter, Maintenance- Pipefitter, Maintenance- Plumber, Maintenance- Pneudraulic Systems MechanicRigger- Scale Mechanic- Sheet-Metal Worker, Maintenance- Small Engine Mechanic- Telecommunications Mechanic I- Telecommunications Mechanic II- Telephone Lineman- Welder, Combination, Maintenance- Well Driller- Woodcraft Worker- WoodworkerPersonal Needs Occupations- Child Care Attendant- Child Care Center Clerk- Chore Aide- Family Readiness And Support Services Coordinator- HomemakerPlant And System Operations Occupations- Boiler Tender- Sewage Plant Operator- Stationary Engineer- Ventilation Equipment Tender- Water Treatment Plant OperatorProtective Service Occupations- Alarm Monitor- Baggage Inspector- Corrections Officer- Court Security Officer- Detection Dog Handler- Detention Officer- Firefighter- Guard I- Guard II- Police Officer I- Police Officer IIRecreation Occupations16.9119.392<strong>1.</strong>8622.71Facility)23.3125.9922.9820.6610.9519.0522.4220.8615.0622.9825.2530.2629.2619.7619.9422.302<strong>1.</strong> 552<strong>1.</strong> 8619.6119.392<strong>1.</strong> 3217.452<strong>1.</strong>8624.712<strong>1.</strong>6820.012<strong>1.</strong>862<strong>1.</strong> 8616.919.8116.489.5415.5617.1623.5623.2823.5617.6923.282<strong>1.</strong>161<strong>1.</strong>8725.4725.2322.1525.4722.781<strong>1.</strong>8722.1529.7233.02http://ww. wdo<strong>1.</strong>gov/wdoVscafiles/std/05-2057. txt1/3/2008


Page 6 of92804128042280432821028310283502851028515286302869029000 -290102902029030290412904230000 -30010300113001230021300223002330030300403006130062300633006430081300823008330084300853008630090302103024030361303623036330364303903046130462304633049130492304933049430495306203062131000 -310203103031043312603129031310- Carnival Equipment Operator- Carnival Equipment Repairer- Carnival Equpment Worker- Gate Attendant/Gate Tender- Lifeguard- Park Attendant (Aide)- Recreation Aide/Health Facility Attendant- Recreation Special<strong>is</strong>t- Sports Official- Swimming Pool OperatorStevedoring/Longshoremen Occupational Services- Blocker And Bracer- Hatch Tender- Line Handler- Stevedore I- Stevedore IITechnical Occupations- Air Traffic Control Special<strong>is</strong>t, Center (HFO)- Air Traffic Control Special<strong>is</strong>t, Station (HFO)- Air Traffic Control Special<strong>is</strong>t, Terminal (HFO)- Archeological Technician I- Archeological Technician II- Archeological Technician III- Cartographic Technician- civil Engineering Technician- Drafter/CAD Operator I- Drafter/CAD Operator II- Drafter/CAD Operator III- Drafter/CAD Operator iv- Engineering Technician i- Engineering Technician II- Engineering Technician III- Engineering Technician iv- Engineering Technician V- Engineering Technician Vi- Environmental Technician- Laboratory Technician- Mathematical Technician- Paralegal/Legal Ass<strong>is</strong>tant i- Paralegal/Legal Ass<strong>is</strong>tant II- Paralegal/Legal Ass<strong>is</strong>tant III- Paralegal/Legal Ass<strong>is</strong>tant iV- Photo-Optics Technician- Technical Writer i- Technical Writer II- Technical Writer III- Unexploded Ordnance (UXO) Technician i- Unexploded Ordnance (UXO) Technician II- Unexploded Ordnance (UXO) Technician III- Unexploded (UXO) Safety Escort- Unexploded (UXO) Sweep Personnel- Weather Observer, Combined Upper Air Or Surface Programs- Weather Observer, Senior (3)Transportation/Mobile Equipment Operation Occupations- Bus Aide- Bus Driver- Driver Courier- Parking and Lot Attendant- Shuttle Bus Driver- Taxi Driver(2)(2)(2)2<strong>1.</strong>12(3 )15.2016.1910.8913 .211<strong>1.</strong> 4614.7710.7817.821<strong>1.</strong>7616.5722.5422.5422.542<strong>1.</strong> 6226.6135.2324.2926.7418.8920.3225.2624.4125.8916.8120.3822.7325.8016.4918.5120.7925.763<strong>1.</strong>5238.1320.8419.2925.2618.2622.6327.6933.5025.2525.843<strong>1.</strong>2622.3927.0932.4622.3922.392<strong>1.</strong>0523.3813.0615.961<strong>1.</strong>809.1513.759.88http://ww . wdol.gov/wdol/scafiles/std/05-2057. txt1/3/2008


Page 7of93136131362313633136499000 -99030 -990509909599251992529931099410995109971099711997309981099820998309983199832998409984199842 -- Truckdri ver, Light- Truckdriver, Medium- Truckdr i ver, Heavy- Truckdriver, Tractor-TrailerM<strong>is</strong>cellaneous OccupationsCashierDesk ClerkEmbalmerLaboratory Animal Caretaker ILaboratory Animal Caretaker IIMorticianPest ControllerPhotofin<strong>is</strong>hing WorkerRecycling LaborerRecycling Special<strong>is</strong>tRefuse CollectorSales ClerkSchool Crossing GuardSurvey Party ChiefSurveying AideSurveying TechnicianVending Machine AttendantVending Machine RepairerVending Machine Repairer Helper12.6617.2019.3419.3412.0210.322<strong>1.</strong> 581<strong>1.</strong> 4612.0323.7413.7012.6514.9117.511503312.349.732605117.3124.1013.2615.3512.81ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3016 per ~our or $126.40 per week or $547.73 per monthVACATION: 2 weeks paid vacation after 1 year of service with a <strong>contract</strong>or orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present <strong>contract</strong>or orsuccessor, wherever employed, and with the predecessor <strong>contract</strong>ors in theperformance of similar work at the same <strong>Federal</strong> facility 0 (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year, New Year i s Day, Martin LutherKing Jr i s Birthday, Washington i s Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans i Day, Thanksgiving Day, and Chr<strong>is</strong>tmas Day 0 (A<strong>contract</strong>or may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (asnumbered) :1) Does not apply to employees employed in a bona fide executive, admin<strong>is</strong>trative,or professional capacity as defined and delineated in 29 CFR 5410 (See CFR 40156)2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee <strong>is</strong>entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M.at the rate of basic pay plus a night pay differential amounting to 10 percent ofthe rate of basic pay.3) WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of aregular tour of duty i you will earn a night differential and receive an additional10% of basic pay for any hours worked between 6pm and 6amo If you are a full-timehttp://ww.wdo<strong>1.</strong>gov/wdollscafies/stdl05-2057.txt 1/312008


Page 8 of9employed (40 hours a week) and Sunday <strong>is</strong> part of your regularly scheduled workweek,you are paid at your rate of basic pay plus a Sunday premium of 25% of your basicrate for each hour of Sunday work which <strong>is</strong> not overtime (i. e. occasional work onSunday outside the normal tour of duty <strong>is</strong> considered overtime work) .HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential <strong>is</strong> applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Th<strong>is</strong>includes work such as screening, blending, dying, mixing, and pressing of sensitiveordance , explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants orexplosi ves. Demilitarization, modification, renovation, demolition, and maintenanceoperations on sensitive ordnance, explosives and incendiary materials. Alloperations involving regrading and cleaning of artillery ranges.A 4 percent differential <strong>is</strong> applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, explosives, and incendiary material differential pay.** UNIFORM ALLOWANCE **If employees are required to wear uniforms in the performance of <strong>th<strong>is</strong></strong> <strong>contract</strong>(either by the terms of the Government <strong>contract</strong>, by the employer, by the state orlocal law, etc.), the cost of furn<strong>is</strong>hing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms <strong>is</strong> an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The <strong>contract</strong>or or sub<strong>contract</strong>or <strong>is</strong> required to furn<strong>is</strong>h all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance <strong>is</strong> madethe responsibility of the employee, all <strong>contract</strong>ors and sub<strong>contract</strong>ors subj ect to<strong>th<strong>is</strong></strong> wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furn<strong>is</strong>hing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furn<strong>is</strong>hed are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in <strong>order</strong> to meet the cleanliness or appearance standards set by the termsof the Government <strong>contract</strong>, by the <strong>contract</strong>or, by law, or by the nature of the work,there <strong>is</strong> no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles l<strong>is</strong>ted are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherw<strong>is</strong>e indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page athttp://ww.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Website at http://wdol.gov/.REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE (Standard Formhttp://ww.wdo<strong>1.</strong>gov/wdoVscafiles/stdl05-2057.txt 1/312008


Page 9 of91444 (SF 1444) ~Conformance Process:The <strong>contract</strong>ing officer shall require that any class of service employee which <strong>is</strong>not l<strong>is</strong>ted herein and which <strong>is</strong> to be employed under the <strong>contract</strong> (i. e., the work tobe performed <strong>is</strong> not performed by any classification l<strong>is</strong>ted in the wagedetermination), be classified by the <strong>contract</strong>or so as to provide a reasonablerelationship (i. e., appropriate level of skill compar<strong>is</strong>on) between such unl<strong>is</strong>tedclassifications and the classifications l<strong>is</strong>ted in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furn<strong>is</strong>hed thefringe benefits as are determined. Such conforming process shall be initiated bythe <strong>contract</strong>or prior to the performance of <strong>contract</strong> work by such unl<strong>is</strong>ted class (es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the <strong>contract</strong>. (See Section 4.6 (C) (vi) ~When multiple wage determinations are included in a <strong>contract</strong>, a separate SF 1444should be prepared for each wage determination to which a class (es) <strong>is</strong> to beconformed.The process for preparing a conformance request <strong>is</strong> as follows:1) When preparing the bid, the <strong>contract</strong>or identifies the need for a conformedoccupation) and computes a proposed rate) .2) After <strong>contract</strong> award, the <strong>contract</strong>or prepares a written report l<strong>is</strong>ting in <strong>order</strong>proposed classification title), a <strong>Federal</strong> grade equivalency (FGE) for eachproposed classification), job description), and rationale for proposed wagerate), including information regarding the agreement or d<strong>is</strong>agreement of theauthorized representative of the employees involved, or where there <strong>is</strong> no authorizedrepresentative, the employees themselves. Th<strong>is</strong> report should be submitted to the<strong>contract</strong>ing officer no later than 30 days after such unl<strong>is</strong>ted class (es) of employeesperforms any <strong>contract</strong> work.3) The <strong>contract</strong>ing officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the <strong>contract</strong>or and the employees, to the Wageand Hour Div<strong>is</strong>ion, Employment Standards Admin<strong>is</strong>tration, U. S. Department of Labor,for review. (See section 4.6 (b) (2) of Regulations 29 CFR Part 4) .4) Within 30 days of receipt, the Wage and Hour Div<strong>is</strong>ion approves, modifies, ord<strong>is</strong>approves the action via transmittal to the agency <strong>contract</strong>ing officer, ornotifies the <strong>contract</strong>ing officer that additional time will be required to processthe reque st.5) The <strong>contract</strong>ing officer transmits the Wage and Hour dec<strong>is</strong>ion to the <strong>contract</strong>or.6) The <strong>contract</strong>or informs the affected employees.Information required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already l<strong>is</strong>ted in thewage determination. Remember, it <strong>is</strong> not the job title, but the required tasks thatdetermine whether a class <strong>is</strong> included in an establ<strong>is</strong>hed wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications l<strong>is</strong>ted in the wage determination.http://ww . wdol.gov/wdollscafies/std/05-2057. txt 1/312008

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!