United States - Yellow Ribbon Pre Deployment Event - 116th

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
17 August 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 5:01 pm

RFQ_W912JV-19-Q-5020_ Yellow Ribbon Pre Deployment Event, 116th

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). Quotes are due as soon as possible, but before August 17th, 11:00 a.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code for this acquisition
is 721110 Hotels (except Casino Hotels) and the Small Business size standard is $32.5 Million Dollars. Please review the attached:
Attachment 1 - Performance Work Statement
Attachment 2 - Price Form
CLIN Description
0001 AV Equipment
0002 Lodging Rooms
0003 Refreshments & Snacks
0004 Breakfast Buffet
0005 Lunch Buffet
0006 Meeting Space
0007 Breakout Space
0008 Childcare Space
0009 CMRA
- Requirements for your quote:
Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price
at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone
number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation.
- Evaluation Criteria:
Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined
responsible in accordance with FAR Part 9.
- Terms and Conditions:
Offerors must be actively registered on the Systems for Award Management database (SAM). Information
concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by
calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for
Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT)
capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors'
proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov and Wide Area Work Flow (WAWF) for
electronic invoicing at https://wawf.eb.mil
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov and Wide Area Work Flow (WAWF) for electronic invoicing at https://wawf.eb.mil
FAR 52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7, System for Award Management Registration
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership of Control of Offeror
FAR 52.204-22, Alternative Line Item Proposal
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://www.sam.gov
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.233-3, Protest After Award
FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.215-7008, Only One Offer
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.225-7031, Secondary Arab Boycott of Israel
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III

52.212-1 Instructions to Offerors-Commercial Items.
As prescribed in 12.301(b)(1), insert the following provision:
Instructions to Offerors-Commercial Items (Oct 2018)
1. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
2. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-
a. (1) The solicitation number;
b. (2) The time specified in the solicitation for receipt of offers;
c. (3) The name, address, and telephone number of the offeror;
d. (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
e. (5) Terms of any express warranty;
f. (6) Price and any discount terms;
g. (7) "Remit to" address, if different than mailing address;
h. (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
i. (9) Acknowledgment of Solicitation Amendments;
j. (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
k. (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
3. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
4. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.
5. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
6. (f) Late submissions, modifications, revisions, and withdrawals of offers.
a. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.
b. (2)
i. (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
1. (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
2. (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or
3. (C) If this solicitation is a request for proposals, it was the only proposal received.
ii. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
c. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.
d. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
e. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
7. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
8. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
9. (i) Availability of requirements documents cited in the solicitation.
a. (1)
i. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
ii. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
b. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
i. (i) ASSIST ( https://assist.dla.mil/online/start/).
ii. (ii) Quick Search ( http://quicksearch.dla.mil/).
iii. (iii) ASSISTdocs.com (http://assistdocs.com).
c. (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
i. (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
ii. (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
iii. (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
d. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
10. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
11. (k) [Reserved]
12. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:
a. (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
b. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.
c. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.
d. (4) A summary of the rationale for award;
e. (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.
f. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of provision)
FAR 52.212-2, Evaluation-Commercial Items Evaluation.
52.212-2 Evaluation-Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
EVALUATION-COMMERCIAL ITEMS (OCT 2014)
1. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
________________________________________________ ________________________________________________ ________________________________________________
[Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.]
Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.]
2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
3. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
As prescribed in 204.7304(c), use the following clause:
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)
(a) Definitions. As used in this clause-
"Adequate security" means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information.
"Compromise" means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred.
"Contractor attributional/proprietary information" means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company.
"Controlled technical information" means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions.
"Covered contractor information system" means an unclassified information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information.
"Covered defense information" means unclassified controlled technical information or other information, as described in the Controlled Unclassified Information (CUI) Registry at http://www.archives.gov/cui/registry/category-list.html, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies, and is-
(1) Marked or otherwise identified in the contract, task order, or delivery order and provided to the contractor by or on behalf of DoD in support of the performance of the contract; or
(2) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract.
"Cyber incident" means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein.
"Forensic analysis" means the practice of gathering, retaining, and analyzing computer-related data for investigative purposes in a manner that maintains the integrity of the data.
"Information system" means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information.
"Malicious software" means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware.
"Media" means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which covered defense information is recorded, stored, or printed within a covered contractor information system.
‘‘Operationally critical support'' means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation.
"Rapidly report" means within 72 hours of discovery of any cyber incident.
"Technical information" means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data-Noncommercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code.
(b) Adequate security. The Contractor shall provide adequate security on all covered contractor information systems. To provide adequate security, the Contractor shall implement, at a minimum, the following information security protections:
(1) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government, the following security requirements apply:
(i) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract.
(ii) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract.
(2) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1) of this clause, the following security requirements apply:
(i) Except as provided in paragraph (b)(2)(ii) of this clause, the covered contractor information system shall be subject to the security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (available via the internet at http://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the time the solicitation is issued or as authorized by the Contracting Officer.
(ii)(A) The Contractor shall implement NIST SP 800-171, as soon as practical, but not later than December 31, 2017. For all contracts awarded prior to October 1, 2017, the Contractor shall notify the DoD Chief Information Officer (CIO), via email at osd.dibcsia@mail.mil, within 30 days of contract award, of any security requirements specified by NIST SP 800-171 not implemented at the time of contract award.
(B) The Contractor shall submit requests to vary from NIST SP 800-171 in writing to the Contracting Officer, for consideration by the DoD CIO. The Contractor need not implement any security requirement adjudicated by an authorized representative of the DoD CIO to be nonapplicable or to have an alternative, but equally effective, security measure that may be implemented in its place.
(C) If the DoD CIO has previously adjudicated the contractor's requests indicating that a requirement is not applicable or that an alternative security measure is equally effective, a copy of that approval shall be provided to the Contracting Officer when requesting its recognition under this contract.
(D) If the Contractor intends to use an external cloud service provider to store, process, or transmit any covered defense information in performance of this contract, the Contractor shall require and ensure that the cloud service provider meets security requirements equivalent to those established by the Government for the Federal Risk and Authorization Management Program (FedRAMP) Moderate baseline (https://www.fedramp.gov/resources/documents/) and that the cloud service provider complies with requirements in paragraphs (c) through (g) of this clause for cyber incident reporting, malicious software, media preservation and protection, access to additional information and equipment necessary for forensic analysis, and cyber incident damage assessment.
(3) Apply other information systems security measures when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraphs (b)(1) and (2) of this clause, may be required to provide adequate security in a dynamic environment or to accommodate special circumstances (e.g., medical devices) and any individual, isolated, or temporary deficiencies based on an assessed risk or vulnerability. These measures may be addressed in a system security plan.
(c) Cyber incident reporting requirement.
(1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor's ability to perform the requirements of the contract that are designated as operationally critical support and identified in the contract, the Contractor shall-
(i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor's network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor's ability to provide operationally critical support; and
(ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.
(2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil.
(3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.
(d) Malicious software. When the Contractor or subcontractors discover and isolate malicious software in connection with a reported cyber incident, submit the malicious software to DoD Cyber Crime Center (DC3) in accordance with instructions provided by DC3 or the Contracting Officer. Do not send the malicious software to the Contracting Officer.
(e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest.
(f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis.
(g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause.
(h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which the information is being released.
(i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD-
(1) To entities with missions that may be affected by such information;
(2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents;
(3) To Government entities that conduct counterintelligence or law enforcement investigations;
(4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or
(5) To a support services contractor ("recipient") that is directly supporting Government activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
(j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government's use and release of such information.
(k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data.
(l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor's responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements.
(m) Subcontracts. The Contractor shall-
(1) Include this clause, including this paragraph (m), in subcontracts, or similar contractual instruments, for operationally critical support, or for which subcontract performance will involve covered defense information, including subcontracts for commercial items, without alteration, except to identify the parties. The Contractor shall determine if the information required for subcontractor performance retains its identity as covered defense information and will require protection under this clause, and, if necessary, consult with the Contracting Officer; and
(2) Require subcontractors to-
(i) Notify the prime Contractor (or next higher-tier subcontractor) when submitting a request to vary from a NIST SP 800-171 security requirement to the Contracting Officer, in accordance with paragraph (b)(2)(ii)(B) of this clause; and
(ii) Provide the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon as practicable, when reporting a cyber incident to DoD as required in paragraph (c) of this clause.
(End of clause)

- Interested vendors are to provide their size standards, CAGE code, DUNS #, and tax identification.

All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. The NAICS number must be listed on firm's in Certs & Reps SAM profile. Quotes are required to be submitted via E-mail no later than 17 August 2019, 11:00 AM PST.
Offerors can submit their quote any time before the due date to: SSgt Rafael Martinez at rafael.e.martinezrodriguez.mil@mail.mil, please verify receipt of your quote.
 
WAGE DETERMINATION

WD 15-5563 (Rev.-7) was first posted on www.wdol.gov on 01/01/2019
************************************************************************************
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.: 2015-5563
Daniel W. Simms Division of | Revision No.: 7
Director Wage Determinations| Date Of Revision: 12/26/2018
_______________________________________|____________________________________________
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for
calendar year 2019 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 $10.60 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 2019. The EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements and worker protections under
the EO is available at www.dol.gov/whd/govcontracts.
____________________________________________________________________________________
States: Oregon, Washington
Area: Oregon Counties of Clackamas, Columbia, Multnomah, Washington, Yamhill
Washington Counties of Clark, Skamania
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE RATE
01000 - Administrative Support And Clerical Occupations
01011 - Accounting Clerk I 15.85
01012 - Accounting Clerk II 17.79
01013 - Accounting Clerk III 19.91
01020 - Administrative Assistant 27.57
01035 - Court Reporter 19.88
01041 - Customer Service Representative I 14.20
01042 - Customer Service Representative II 15.97
01043 - Customer Service Representative III 17.42
01051 - Data Entry Operator I 14.32
01052 - Data Entry Operator II 15.63
01060 - Dispatcher, Motor Vehicle 19.88
01070 - Document Preparation Clerk 15.77
01090 - Duplicating Machine Operator 15.77
01111 - General Clerk I 13.94
01112 - General Clerk II 15.21
01113 - General Clerk III 17.33
01120 - Housing Referral Assistant 21.08
01141 - Messenger Courier 18.44
01191 - Order Clerk I 16.74
01192 - Order Clerk II 18.27
01261 - Personnel Assistant (Employment) I 16.27
01262 - Personnel Assistant (Employment) II 19.59
01263 - Personnel Assistant (Employment) III 20.55
01270 - Production Control Clerk 22.41
01290 - Rental Clerk 15.98
01300 - Scheduler, Maintenance 16.91
01311 - Secretary I 16.91
01312 - Secretary II 18.91
01313 - Secretary III 21.08
01320 - Service Order Dispatcher 17.40
01410 - Supply Technician 27.57
01420 - Survey Worker 19.88
01460 - Switchboard Operator/Receptionist 14.88
01531 - Travel Clerk I 13.82
01532 - Travel Clerk II 15.04
01533 - Travel Clerk III 16.19
01611 - Word Processor I 15.43
01612 - Word Processor II 17.32
01613 - Word Processor III 19.59
05000 - Automotive Service Occupations
05005 - Automobile Body Repairer, Fiberglass 19.95
05010 - Automotive Electrician 22.54
05040 - Automotive Glass Installer 21.22
05070 - Automotive Worker 21.22
05110 - Mobile Equipment Servicer 18.76
05130 - Motor Equipment Metal Mechanic 23.83
05160 - Motor Equipment Metal Worker 21.22
05190 - Motor Vehicle Mechanic 23.83
05220 - Motor Vehicle Mechanic Helper 17.64
05250 - Motor Vehicle Upholstery Worker 19.97
05280 - Motor Vehicle Wrecker 21.22
05310 - Painter, Automotive 22.54
05340 - Radiator Repair Specialist 21.22
05370 - Tire Repairer 15.49
05400 - Transmission Repair Specialist 23.83
07000 - Food Preparation And Service Occupations
07010 - Baker 13.95
07041 - Cook I 15.42
07042 - Cook II 17.52
07070 - Dishwasher 11.28
07130 - Food Service Worker 11.97
07210 - Meat Cutter 18.67
07260 - Waiter/Waitress 11.33
09000 - Furniture Maintenance And Repair Occupations
09010 - Electrostatic Spray Painter 16.58
09040 - Furniture Handler 11.96
09080 - Furniture Refinisher 16.85
09090 - Furniture Refinisher Helper 13.62
09110 - Furniture Repairer, Minor 15.32
09130 - Upholsterer 16.58
11000 - General Services And Support Occupations
11030 - Cleaner, Vehicles 12.23
11060 - Elevator Operator 13.45
11090 - Gardener 20.06
11122 - Housekeeping Aide 13.45
11150 - Janitor 13.45
11210 - Laborer, Grounds Maintenance 15.93
11240 - Maid or Houseman 11.75
11260 - Pruner 14.60
11270 - Tractor Operator 19.22
11330 - Trail Maintenance Worker 15.93
11360 - Window Cleaner 14.73
12000 - Health Occupations
12010 - Ambulance Driver 23.65
12011 - Breath Alcohol Technician 21.77
12012 - Certified Occupational Therapist Assistant 29.55
12015 - Certified Physical Therapist Assistant 28.11
12020 - Dental Assistant 21.24
12025 - Dental Hygienist 40.37
12030 - EKG Technician 35.87
12035 - Electroneurodiagnostic Technologist 35.87
12040 - Emergency Medical Technician 23.65
12071 - Licensed Practical Nurse I 19.65
12072 - Licensed Practical Nurse II 21.98
12073 - Licensed Practical Nurse III 24.51
12100 - Medical Assistant 18.70
12130 - Medical Laboratory Technician 23.19
12160 - Medical Record Clerk 19.06
12190 - Medical Record Technician 21.32
12195 - Medical Transcriptionist 19.98
12210 - Nuclear Medicine Technologist 43.09
12221 - Nursing Assistant I 12.20
12222 - Nursing Assistant II 13.72
12223 - Nursing Assistant III 14.97
12224 - Nursing Assistant IV 16.81
12235 - Optical Dispenser 18.51
12236 - Optical Technician 15.09
12250 - Pharmacy Technician 19.44
12280 - Phlebotomist 17.25
12305 - Radiologic Technologist 35.49
12311 - Registered Nurse I 29.04
12312 - Registered Nurse II 35.53
12313 - Registered Nurse II, Specialist 35.53
12314 - Registered Nurse III 42.99
12315 - Registered Nurse III, Anesthetist 42.99
12316 - Registered Nurse IV 51.52
12317 - Scheduler (Drug and Alcohol Testing) 26.97
12320 - Substance Abuse Treatment Counselor 22.18
13000 - Information And Arts Occupations
13011 - Exhibits Specialist I 22.88
13012 - Exhibits Specialist II 28.34
13013 - Exhibits Specialist III 34.67
13041 - Illustrator I 18.44
13042 - Illustrator II 22.84
13043 - Illustrator III 27.94
13047 - Librarian 32.14
13050 - Library Aide/Clerk 17.86
13054 - Library Information Technology Systems 29.02
Administrator
13058 - Library Technician 18.66
13061 - Media Specialist I 20.94
13062 - Media Specialist II 23.43
13063 - Media Specialist III 26.11
13071 - Photographer I 17.66
13072 - Photographer II 19.76
13073 - Photographer III 24.47
13074 - Photographer IV 29.94
13075 - Photographer V 36.23
13090 - Technical Order Library Clerk 22.44
13110 - Video Teleconference Technician 20.85
14000 - Information Technology Occupations
14041 - Computer Operator I 16.61
14042 - Computer Operator II 18.58
14043 - Computer Operator III 20.71
14044 - Computer Operator IV 23.01
14045 - Computer Operator V 25.49
14071 - Computer Programmer I (see 1) 22.94
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 16.61
14160 - Personal Computer Support Technician 23.01
14170 - System Support Specialist 28.39
15000 - Instructional Occupations
15010 - Aircrew Training Devices Instructor (Non-Rated) 30.38
15020 - Aircrew Training Devices Instructor (Rated) 36.76
15030 - Air Crew Training Devices Instructor (Pilot) 44.06
15050 - Computer Based Training Specialist / Instructor 30.38
15060 - Educational Technologist 33.06
15070 - Flight Instructor (Pilot) 44.06
15080 - Graphic Artist 26.85
15085 - Maintenance Test Pilot, Fixed, Jet/Prop 44.06
15086 - Maintenance Test Pilot, Rotary Wing 44.06
15088 - Non-Maintenance Test/Co-Pilot 44.06
15090 - Technical Instructor 25.78
15095 - Technical Instructor/Course Developer 31.54
15110 - Test Proctor 20.81
15120 - Tutor 20.81
16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 - Assembler 13.13
16030 - Counter Attendant 13.13
16040 - Dry Cleaner 15.02
16070 - Finisher, Flatwork, Machine 13.13
16090 - Presser, Hand 13.13
16110 - Presser, Machine, Drycleaning 13.13
16130 - Presser, Machine, Shirts 13.13
16160 - Presser, Machine, Wearing Apparel, Laundry 13.13
16190 - Sewing Machine Operator 15.65
16220 - Tailor 16.28
16250 - Washer, Machine 13.76
19000 - Machine Tool Operation And Repair Occupations
19010 - Machine-Tool Operator (Tool Room) 23.20
19040 - Tool And Die Maker 28.21
21000 - Materials Handling And Packing Occupations
21020 - Forklift Operator 18.13
21030 - Material Coordinator 22.41
21040 - Material Expediter 22.41
21050 - Material Handling Laborer 14.10
21071 - Order Filler 14.20
21080 - Production Line Worker (Food Processing) 18.13
21110 - Shipping Packer 16.79
21130 - Shipping/Receiving Clerk 16.79
21140 - Store Worker I 13.98
21150 - Stock Clerk 18.39
21210 - Tools And Parts Attendant 18.13
21410 - Warehouse Specialist 18.13
23000 - Mechanics And Maintenance And Repair Occupations
23010 - Aerospace Structural Welder 31.70
23019 - Aircraft Logs and Records Technician 25.21
23021 - Aircraft Mechanic I 30.08
23022 - Aircraft Mechanic II 31.70
23023 - Aircraft Mechanic III 33.32
23040 - Aircraft Mechanic Helper 21.94
23050 - Aircraft, Painter 28.46
23060 - Aircraft Servicer 25.21
23070 - Aircraft Survival Flight Equipment Technician 28.46
23080 - Aircraft Worker 26.79
23091 - Aircrew Life Support Equipment (ALSE) Mechanic 26.79
I
23092 - Aircrew Life Support Equipment (ALSE) Mechanic 30.08
II
23110 - Appliance Mechanic 17.48
23120 - Bicycle Repairer 14.00
23125 - Cable Splicer 42.03
23130 - Carpenter, Maintenance 24.23
23140 - Carpet Layer 22.24
23160 - Electrician, Maintenance 35.43
23181 - Electronics Technician Maintenance I 27.29
23182 - Electronics Technician Maintenance II 28.99
23183 - Electronics Technician Maintenance III 30.64
23260 - Fabric Worker 22.59
23290 - Fire Alarm System Mechanic 23.07
23310 - Fire Extinguisher Repairer 21.97
23311 - Fuel Distribution System Mechanic 28.61
23312 - Fuel Distribution System Operator 22.42
23370 - General Maintenance Worker 19.49
23380 - Ground Support Equipment Mechanic 30.08
23381 - Ground Support Equipment Servicer 25.21
23382 - Ground Support Equipment Worker 26.79
23391 - Gunsmith I 21.97
23392 - Gunsmith II 24.97
23393 - Gunsmith III 28.04
23410 - Heating, Ventilation And Air-Conditioning 23.42
Mechanic
23411 - Heating, Ventilation And Air Contidioning 24.70
Mechanic (Research Facility)
23430 - Heavy Equipment Mechanic 25.70
23440 - Heavy Equipment Operator 28.86
23460 - Instrument Mechanic 29.44
23465 - Laboratory/Shelter Mechanic 26.53
23470 - Laborer 14.10
23510 - Locksmith 18.24
23530 - Machinery Maintenance Mechanic 27.50
23550 - Machinist, Maintenance 25.12
23580 - Maintenance Trades Helper 15.30
23591 - Metrology Technician I 29.44
23592 - Metrology Technician II 31.02
23593 - Metrology Technician III 32.61
23640 - Millwright 30.91
23710 - Office Appliance Repairer 20.53
23760 - Painter, Maintenance 18.24
23790 - Pipefitter, Maintenance 36.53
23810 - Plumber, Maintenance 34.29
23820 - Pneudraulic Systems Mechanic 28.04
23850 - Rigger 28.37
23870 - Scale Mechanic 24.97
23890 - Sheet-Metal Worker, Maintenance 24.40
23910 - Small Engine Mechanic 17.14
23931 - Telecommunications Mechanic I 29.55
23932 - Telecommunications Mechanic II 31.14
23950 - Telephone Lineman 26.21
23960 - Welder, Combination, Maintenance 21.65
23965 - Well Driller 29.77
23970 - Woodcraft Worker 28.04
23980 - Woodworker 19.44
24000 - Personal Needs Occupations
24550 - Case Manager 17.19
24570 - Child Care Attendant 11.81
24580 - Child Care Center Clerk 14.73
24610 - Chore Aide 12.01
24620 - Family Readiness And Support Services 17.19
Coordinator
24630 - Homemaker 17.19
25000 - Plant And System Operations Occupations
25010 - Boiler Tender 32.39
25040 - Sewage Plant Operator 29.56
25070 - Stationary Engineer 32.39
25190 - Ventilation Equipment Tender 23.63
25210 - Water Treatment Plant Operator 29.56
27000 - Protective Service Occupations
27004 - Alarm Monitor 28.35
27007 - Baggage Inspector 13.70
27008 - Corrections Officer 30.39
27010 - Court Security Officer 33.90
27030 - Detection Dog Handler 16.79
27040 - Detention Officer 30.39
27070 - Firefighter 31.81
27101 - Guard I 13.70
27102 - Guard II 16.79
27131 - Police Officer I 32.37
27132 - Police Officer II 35.98
28000 - Recreation Occupations
28041 - Carnival Equipment Operator 14.71
28042 - Carnival Equipment Repairer 15.80
28043 - Carnival Worker 11.40
28210 - Gate Attendant/Gate Tender 16.16
28310 - Lifeguard 12.65
28350 - Park Attendant (Aide) 18.07
28510 - Recreation Aide/Health Facility Attendant 12.93
28515 - Recreation Specialist 21.76
28630 - Sports Official 14.40
28690 - Swimming Pool Operator 19.18
29000 - Stevedoring/Longshoremen Occupational Services
29010 - Blocker And Bracer 29.52
29020 - Hatch Tender 29.52
29030 - Line Handler 29.52
29041 - Stevedore I 27.78
29042 - Stevedore II 31.36
30000 - Technical Occupations
30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 40.52
30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.94
30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.77
30021 - Archeological Technician I 17.44
30022 - Archeological Technician II 19.51
30023 - Archeological Technician III 24.17
30030 - Cartographic Technician 24.17
30040 - Civil Engineering Technician 30.66
30051 - Cryogenic Technician I 26.77
30052 - Cryogenic Technician II 29.57
30061 - Drafter/CAD Operator I 17.44
30062 - Drafter/CAD Operator II 19.51
30063 - Drafter/CAD Operator III 21.75
30064 - Drafter/CAD Operator IV 26.77
30081 - Engineering Technician I 16.14
30082 - Engineering Technician II 18.13
30083 - Engineering Technician III 20.29
30084 - Engineering Technician IV 25.76
30085 - Engineering Technician V 31.76
30086 - Engineering Technician VI 37.19
30090 - Environmental Technician 26.35
30095 - Evidence Control Specialist 24.17
30210 - Laboratory Technician 19.32
30221 - Latent Fingerprint Technician I 29.82
30222 - Latent Fingerprint Technician II 32.93
30240 - Mathematical Technician 25.61
30361 - Paralegal/Legal Assistant I 17.68
30362 - Paralegal/Legal Assistant II 22.18
30363 - Paralegal/Legal Assistant III 27.13
30364 - Paralegal/Legal Assistant IV 32.84
30375 - Petroleum Supply Specialist 29.57
30390 - Photo-Optics Technician 24.17
30395 - Radiation Control Technician 29.57
30461 - Technical Writer I 26.02
30462 - Technical Writer II 31.83
30463 - Technical Writer III 38.50
30491 - Unexploded Ordnance (UXO) Technician I 25.75
30492 - Unexploded Ordnance (UXO) Technician II 31.15
30493 - Unexploded Ordnance (UXO) Technician III 37.34
30494 - Unexploded (UXO) Safety Escort 25.75
30495 - Unexploded (UXO) Sweep Personnel 25.75
30501 - Weather Forecaster I 26.77
30502 - Weather Forecaster II 32.57
30620 - Weather Observer, Combined Upper Air Or (see 2) 21.75
Surface Programs
30621 - Weather Observer, Senior (see 2) 24.17
31000 - Transportation/Mobile Equipment Operation Occupations
31010 - Airplane Pilot 31.15
31020 - Bus Aide 16.89
31030 - Bus Driver 23.82
31043 - Driver Courier 15.47
31260 - Parking and Lot Attendant 11.77
31290 - Shuttle Bus Driver 16.62
31310 - Taxi Driver 12.47
31361 - Truckdriver, Light 16.62
31362 - Truckdriver, Medium 18.77
31363 - Truckdriver, Heavy 22.14
31364 - Truckdriver, Tractor-Trailer 22.14
99000 - Miscellaneous Occupations
99020 - Cabin Safety Specialist 15.19
99030 - Cashier 12.12
99050 - Desk Clerk 11.71
99095 - Embalmer 27.05
99130 - Flight Follower 25.75
99251 - Laboratory Animal Caretaker I 14.89
99252 - Laboratory Animal Caretaker II 15.98
99260 - Marketing Analyst 32.89
99310 - Mortician 27.05
99410 - Pest Controller 17.96
99510 - Photofinishing Worker 18.24
99710 - Recycling Laborer 25.81
99711 - Recycling Specialist 30.25
99730 - Refuse Collector 23.51
99810 - Sales Clerk 13.43
99820 - School Crossing Guard 13.99
99830 - Survey Party Chief 33.35
99831 - Surveying Aide 19.66
99832 - Surveying Technician 26.92
99840 - Vending Machine Attendant 16.64
99841 - Vending Machine Repairer 19.64
99842 - Vending Machine Repairer Helper 16.94
 

____________________________________________________________________________________
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal
Contractors, applies to all contracts subject to the Service Contract Act for which
the contract is awarded (and any solicitation was issued) on or after January 1,
2017. If this contract is covered by the EO, the contractor must provide employees
with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid
sick leave each year. Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including preventive care; to
assist a family member (or person who is like family to the employee) who is ill,
injured, or has other health-related needs, including preventive care; or for
reasons resulting from, or to assist a family member (or person who is like family
to the employee) who is the victim of, domestic violence, sexual assault, or
stalking. Additional information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $4.48 per hour or $179.20 per week or $776.53 per month
HEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 per
month*
*This rate is to be used only when compensating employees for performance on an SCA-
covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal
Contractors. A contractor may not receive credit toward its SCA obligations for any
paid sick leave provided pursuant to EO 13706.
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service
includes the whole span of continuous service with the present contractor or
successor, wherever employed, and with the predecessor contractors in the
performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther
King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A
contractor may substitute for any of the named holidays another day off with pay in
accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)
 
THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does
not apply to any employee who individually qualifies as a bona fide executive,
administrative, or professional employee as defined in 29 C.F.R. Part 541. Because
most Computer System Analysts and Computer Programmers who are compensated at a rate
not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per
week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.
400) wage rates may not be listed on this wage determination for all occupations
within those job families. In addition, because this wage determination may not
list a wage rate for some or all occupations within those job families if the survey
data indicates that the prevailing wage rate for the occupation equals or exceeds
$27.63 per hour conformances may be necessary for certain nonexempt employees. For
example, if an individual employee is nonexempt but nevertheless performs duties
within the scope of one of the Computer Systems Analyst or Computer Programmer
occupations for which this wage determination does not specify an SCA wage rate,
then the wage rate for that employee must be conformed in accordance with the
conformance procedures described in the conformance note included on this wage
determination.
Additionally, because job titles vary widely and change quickly in the computer
industry, job titles are not determinative of the application of the computer
professional exemption. Therefore, the exemption applies only to computer employees
who satisfy the compensation requirements and whose primary duty consists of:
(1) The application of systems analysis techniques and procedures, including
consulting with users, to determine hardware, software or system functional
specifications;
(2) The design, development, documentation, analysis, creation, testing or
modification of computer systems or programs, including prototypes, based on and
related to user or system design specifications;
(3) The design, documentation, testing, creation or modification of computer
programs related to machine operating systems; or
(4) A combination of the aforementioned duties, the performance of which
requires the same level of skills. (29 C.F.R. 541.400).
2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you
work at night as part of a regular tour of duty, you will earn a night differential
and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.
If you are a full-time employed (40 hours a week) and Sunday is part of your
regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday
premium of 25% of your basic rate for each hour of Sunday work which is not overtime
(i.e. occasional work on Sunday outside the normal tour of duty is considered
overtime work).

** HAZARDOUS PAY DIFFERENTIAL **
An 8 percent differential is applicable to employees employed in a position that
represents a high degree of hazard when working with or in close proximity to
ordnance, explosives, and incendiary materials. This includes work such as
screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives,
and pyrotechnic compositions such as lead azide, black powder and photoflash powder.
All dry-house activities involving propellants or explosives. Demilitarization,
modification, renovation, demolition, and maintenance operations on sensitive
ordnance, explosives and incendiary materials. All operations involving re-grading
and cleaning of artillery ranges.
A 4 percent differential is applicable to employees employed in a position that
represents a low degree of hazard when working with, or in close proximity to
ordnance, (or employees possibly adjacent to) explosives and incendiary materials
which involves potential injury such as laceration of hands, face, or arms of the
employee engaged in the operation, irritation of the skin, minor burns and the like;
minimal damage to immediate or adjacent work area or equipment being used. All
operations involving, unloading, storage, and hauling of ordnance, explosive, and
incendiary ordnance material other than small arms ammunition. These differentials
are only applicable to work that has been specifically designated by the agency for
ordnance, explosives, and incendiary material differential pay.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract
(either by the terms of the Government contract, by the employer, by the state or
local law, etc.), the cost of furnishing such uniforms and maintaining (by
laundering or dry cleaning) such uniforms is an expense that may not be borne by an
employee where such cost reduces the hourly rate below that required by the wage
determination. The Department of Labor will accept payment in accordance with the
following standards as compliance:
The contractor or subcontractor is required to furnish all employees with an
adequate number of uniforms without cost or to reimburse employees for the actual
cost of the uniforms. In addition, where uniform cleaning and maintenance is made
the responsibility of the employee, all contractors and subcontractors subject to
this wage determination shall (in the absence of a bona fide collective bargaining
agreement providing for a different amount, or the furnishing of contrary
affirmative proof as to the actual cost), reimburse all employees for such cleaning
and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in
those instances where the uniforms furnished are made of "wash and wear"
materials, may be routinely washed and dried with other personal garments, and do
not require any special treatment such as dry cleaning, daily washing, or commercial
laundering in order to meet the cleanliness or appearance standards set by the terms
of the Government contract, by the contractor, by law, or by the nature of the work,
there is no requirement that employees be reimbursed for uniform maintenance costs.
** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **
The duties of employees under job titles listed are those described in the
"Service Contract Act Directory of Occupations", Fifth Edition (Revision 1),
dated September 2015, unless otherwise indicated.
** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard
Form 1444 (SF-1444) **
Conformance Process:
The contracting officer shall require that any class of service employee which is
not listed herein and which is to be employed under the contract (i.e., the work to
be performed is not performed by any classification listed in the wage
determination), be classified by the contractor so as to provide a reasonable
relationship (i.e., appropriate level of skill comparison) between such unlisted
classifications and the classifications listed in the wage determination (See 29 CFR
4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor
prior to the performance of contract work by such unlisted class(es) of employees
(See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final
determination of conformed classification, wage rate, and/or fringe benefits which
shall be paid to all employees performing in the classification from the first day
of work on which contract work is performed by them in the classification. Failure
to pay such unlisted employees the compensation agreed upon by the interested
parties and/or fully determined by the Wage and Hour Division retroactive to the
date such class of employees commenced contract work shall be a violation of the Act
and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are
included in a contract, a separate SF-1444 should be prepared for each wage
determination to which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in order
the proposed classification title(s), a Federal grade equivalency (FGE) for each
proposed classification(s), job description(s), and rationale for proposed wage
rate(s), including information regarding the agreement or disagreement of the
authorized representative of the employees involved, or where there is no authorized
representative, the employees themselves. This report should be submitted to the
contracting officer no later than 30 days after such unlisted class(es) of employees
performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report
of the action, together with the agency's recommendations and pertinent
information including the position of the contractor and the employees, to the U.S.
Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)).
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or
disapproves the action via transmittal to the agency contracting officer, or
notifies the contracting officer that additional time will be required to process
the request.
5) The contracting officer transmits the Wage and Hour Division's decision to the
contractor.
6) Each affected employee shall be furnished by the contractor with a written copy
of such determination or it shall be posted as a part of the wage determination (See
29 CFR 4.6(b)(2)(iii)).
Information required by the Regulations must be submitted on SF-1444 or bond paper.
When preparing a conformance request, the "Service Contract Act Directory of
Occupations" should be used to compare job definitions to ensure that duties
requested are not performed by a classification already listed in the wage
determination. Remember, it is not the job title, but the required tasks that
determine whether a class is included in an established wage determination.
Conformances may not be used to artificially split, combine, or subdivide
classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

Opportunity closing date
17 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USPFO for Oregon United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?