COMBINED SYNOPSIS/SOLICITATION FOR FISHER HOUSE LINEN SUPPLY / CLEANING SERVICES
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C250-18-Q-9254
Posted Date:
July 2, 2018
Original Response Date:
July 17, 2018
Current Response Date:
Product or Service Code:
J045 Maintenance and Repair of Plumbing, Heating and Waste Disposal Equipment
Set Aside (SDVOSB/VOSB):
NAICS Code:
238220
Contracting Office Address
Network Contracting Office (NCO) 10
Department of Veterans Affairs
Dayton VA Medical Center
3140 Governor s Place Blvd, Suite 200
Kettering OH 45409
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued.
This solicitation is a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.
The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15M.
The Network Contracting Office (NCO) 10 is seeking to purchase steam valve replacement services for the Bldg. 409 located at the Dayton VA Medical Center in a manner that will maintain a satisfactory facility condition as determined by the COR.
The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/. The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (April 2014), applies to this solicitation. No addenda are attached.
FAR 52.212-2, Evaluation Commercial Items (January 1999) as amended.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the technically acceptable offer. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement , (2) past performance, and (3) price. ÂÂÂ
Technical and Past Performance factors, when combined, are equal to price.
Options. The Government will evaluate offers for award purposes by adding the total price of 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).
A written notice of award 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.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Jan 2017), applies to this solicitation. There are no addenda attached to this clause.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2018), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation:
FAR 52.204-14, Service Contract Reporting Requirements
FAR 52.213-2, Invoices
FAR 52.219-14, Limitations on Subcontracting
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached)
FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-55, Minimum Wages Under Executive Order 13658
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management
FAR 52.242-5, Payments to Small Business Subcontractors
Other VA Acquisition Regulation Provisions and Clauses
VAAR 852.203-70, Commercial Advertising
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.237-70, Contractor Responsibility
SITE VISIT: There will be no site visit.
QUESTIONS shall be received between July 2 July 9, 2018; with answers provided on Tuesday, July 10, 2018. Any and all questions or concerns regarding this solicitation should be forwarded in writing ONLY via e-mail to the contract specialist, Jamie L Johnston, Contractor, TAG,
[email protected]. No phone call questions will be accepted.
All offerors shall email proposals to
[email protected]. Proposals shall include:
Capabilities Statement on completing Performance Work Statement scope and requirements
three (3) past performance references (to include company name, individual contact name, phone number, dates of service to company)
cost proposal to include parts and labor separately priced.
This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
offeror shall list exception(s) and rationale for the exception(s).
Submission of Quotes shall be received not later than 1500, July 17, 2018 via email to
[email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Point of Contact
Jamie L Johnston, Contractor, TAG,
[email protected], (937) 268-6511 ext 2297
PERFORMANCE WORK STATEMENT (PWS)
Contract Number:
Task Order Number:
IFCAP Tracking Number:
Follow-on to Contract and Task Order Number:
1) Contracting Officer s Representative (COR)
Name:
Joseph Kucinsky
Section:
Engineering
Address:
4100 W. 3rd Dayton, Ohio 45428
Phone Number:
937-268-6511 Ext. 2809
Fax Number:
937-267-3943
E-Mail Address:
[email protected]
Contract Title: Steam Valve Replacement
Background: Two Steam Valve Replacement are needed in Tunnel near Building 409. There are two major leaks that has cut into the valve flanges and are causing damage to the tunnel and wasting energy.
Scope: Contractor will provide all parts, material, labor, and supervision of the replacement of the two valves and flanges.
Specific Tasks: Replace two 8 class 150 flanged OS&Y steam valves, install new 8 weld neck flakes for outlet of stem valves as necessary, install new bolts, nuts and gaskets, Remove and dispose of all debris from steam tunnel.
Performance Monitoring: All work will be signed off by COR once complete.
Security Requirements: None
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): N/A
Other Pertinent Information or Special Considerations: Contractor will comply with OSHA guidelines for confined spaces.
Risk Control: N/A
Place of Performance: VA Medical Center 4100 W. Third street Dayton, Ohio 45428 within the tunnel near BLDG 409.
Period of Performance: Three days
Delivery Schedule: All work will be conducted during normal business hours, Monday Friday, 0800-1630 except on federal holidays.
The Following Federal legal holidays are observed by this facility: Any holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday.
New Year s Day 1 January
Martin Luther King s birthday 3rd Monday in January
President s Day 3rd Monday in February
Memorial Day Last Monday in May
Independence Day 4 August
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veteran s Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December
Performance Monitoring:
The Dayton VA Medical Center (DVAMC) will appoint a Contracting Officer s Representative (COR) to monitor performance to ensure services are received. The COR will evaluate the contractor s performance through intermittent on-site inspections of the contractor s quality control program and receipt and investigation of complaints from personnel. The VA may inspect each task as completed. The COR will inspect and make shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). Ten days prior to the implementation of this contract, contractor shall provide the COR with written copies of procedures to be used to carry out the requirements of the contract.
Please review Quality Assurance Surveillance Plan (QASP), see below:
Purpose
This quality assurance surveillance plan (QASP) is a government-developed and applied document used to make systematic quality assurance methods used in the administration of the performance-based service acquisition (PBSA) standards included in this contract. The intent is to ensure that the contractor performs in accordance with performance metrics set forth in the contract documents, that the government receives the quality of services called for in the contract, and that the government only pays for the acceptable level of services received.
Authority
Authority to issue this QASP is provided under Federal Acquisition Clause (FAR) 52.212-4(a) Inspection and Acceptance, which provided for inspections and acceptance of the articles, services, and documentation called for in the contract to be accomplished by the contracting officer or a duly appointed representative.
Scope
The contractor, and not the government, is responsible for management and quality control actions necessary to meet the quality standards set forth by the contract. The QASP is put in place to provide government surveillance oversight of the contractor s quality control efforts to assure that they are timely, effective, and delivering the results specified in the contract. The QASP is not a part of the contract, nor is it intended to duplicate the contractor s quality control plan.
Government Resources
The following definitions for government resources are applicable to this plan:
a) Contracting Officer
A person duly appointed with the authority to enter into, administer, or terminate contracts and make related determinations and findings on behalf of the government.
b) Contracting Officer s Representative (COR)
An individual designated in writing by the contracting officer to act as his or her authorized representative to assist in administering a contract. The source and authority for a COR is from the contracting officer. COR limitations are contained in the written letter of designation.
Responsibilities
The government resources shall have responsibilities for the implementation of this QASP as follows:
Contracting Officer
The contracting officer ensures performance of all necessary actions for effective contracting and ensures compliance with the terms of the contract and safeguards the interests of the United States in the contractual relationship. It is the contracting officer who assures that the contractor receives impartial, fair, and equitable treatment under the contract. The contracting officer is ultimately responsible for the final determination of the adequacy of the contractor s performance.
COR
The COR is responsible for technical administration of the contract and assures proper government surveillance of the contractor s performance. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the government s behalf. Any changes that the contractor deems may affect contract price, terms, or conditions shall be referred to the contracting officer for action.
Methods of Surveillance
The below listed methods of surveillance shall be used in the administration of this QASP.
Periodic Surveillance by the COR
The COR periodically sit in on the classes to verify that the contractor is meeting the goals of the training course.
Customer complaint
The COR is the point of contact and will collect all customer complaints. The COR will review all complaints and contact the originator to determine the validity of any claims. Customer complaints will become a permanent part of the COR surveillance records.
100% Inspections
Complete evaluation of the performance element.
Random Sampling
Method used to evaluate performance by randomly selecting and inspecting a sample of cases.
Identified QA Surveillance Tasks
The following PBSA items are identified within the contract performance work statement and will be monitored by period surveillance from the COR and customer complaints in the event that a task is not be adequately performed. Please refer to Documentation of Services Performed ( item vii. of the PWS, begins on page three).
Documentation
The COR will, in addition to providing documentation to the contracting officer, maintain a complete quality assurance file. The file will contain copies of all reports, evaluations, recommendations, and any actions related to the government s performance of the quality assurance function, including the originals of all surveillance activity checklists. All such records will be retained for the life of this contract. The COR shall forward these records to the contracting officer at termination or completion of the contract.
Place of Performance
The contractor shall clean all linen at its place of business; pick-up and delivery of all lines will be directly to the Fisher House located at:
Dayton VA Medical Center
4100 W. Third St.
c/o Engineering
Dayton, OH 45428
Delivery Schedule
The contractor shall provide all necessary labor, travel, supervision, equipment, supplies and coordination.
WD 15-4731 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018
******************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2015-4731
Daniel W. Simms Division of | Revision No.: 5
Director Wage Determinations | Date Of Revision: 01/10/2018
_______________________________________|______________________________________
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for
calendar year 2018 applies to all contracts subject to the Service Contract
Act for which the contract is awarded (and any solicitation was issued) on or
after January 1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage determination
at least $10.35 per hour (or the applicable wage rate listed on this wage
determination, if it is higher) for all hours spent performing on the contract
in calendar year 2018. The EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements and worker protections under
the EO is available at www.dol.gov/whd/govcontracts
______________________________________________________________________________
State: Ohio
Area: Ohio Counties of Greene, Miami, Montgomery
______________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE RATE
01000 - Administrative Support And Clerical Occupations
01011 - Accounting Clerk I 14.26
01012 - Accounting Clerk II 16.00
01013 - Accounting Clerk III 17.90
01020 - Administrative Assistant 24.34
01035 - Court Reporter 19.34
01041 - Customer Service Representative I 12.48
01042 - Customer Service Representative II 14.03
01043 - Customer Service Representative III 15.31
01051 - Data Entry Operator I 12.22
01052 - Data Entry Operator II 13.34
01060 - Dispatcher, Motor Vehicle 17.40
01070 - Document Preparation Clerk 13.37
01090 - Duplicating Machine Operator 13.37
01111 - General Clerk I 13.25
01112 - General Clerk II 14.46
01113 - General Clerk III 16.22
01120 - Housing Referral Assistant 20.69
01141 - Messenger Courier 11.82
01191 - Order Clerk I 16.06
01192 - Order Clerk II 17.53
01261 - Personnel Assistant (Employment) I 15.68
01262 - Personnel Assistant (Employment) II 17.54
01263 - Personnel Assistant (Employment) III 19.56
01270 - Production Control Clerk 21.35
01290 - Rental Clerk 14.69
01300 - Scheduler, Maintenance 16.59
01311 - Secretary I 16.59
01312 - Secretary II 18.57
01313 - Secretary III 20.69
01320 - Service Order Dispatcher 16.58
01410 - Supply Technician 24.34
01420 - Survey Worker 17.54
01460 - Switchboard Operator/Receptionist 12.06
01531 - Travel Clerk I 12.86
01532 - Travel Clerk II 13.72
01533 - Travel Clerk III 14.55
01611 - Word Processor I 16.63
01612 - Word Processor II 18.66
01613 - Word Processor III 20.88
05000 - Automotive Service Occupations
05005 - Automobile Body Repairer, Fiberglass 20.43
05010 - Automotive Electrician 20.69
05040 - Automotive Glass Installer 19.88
05070 - Automotive Worker 19.88
05110 - Mobile Equipment Servicer 18.30
05130 - Motor Equipment Metal Mechanic 19.53
05160 - Motor Equipment Metal Worker 19.88
05190 - Motor Vehicle Mechanic 18.33
05220 - Motor Vehicle Mechanic Helper 17.51
05250 - Motor Vehicle Upholstery Worker 19.10
05280 - Motor Vehicle Wrecker 19.88
05310 - Painter, Automotive 20.69
05340 - Radiator Repair Specialist 19.88
05370 - Tire Repairer 15.24
05400 - Transmission Repair Specialist 19.53
07000 - Food Preparation And Service Occupations
07010 - Baker 12.54
07041 - Cook I 12.58
07042 - Cook II 14.02
07070 - Dishwasher 9.08
07130 - Food Service Worker 9.71
07210 - Meat Cutter 16.25
07260 - Waiter/Waitress 9.92
09000 - Furniture Maintenance And Repair Occupations
09010 - Electrostatic Spray Painter 19.62
09040 - Furniture Handler 14.20
09080 - Furniture Refinisher 19.62
09090 - Furniture Refinisher Helper 16.28
09110 - Furniture Repairer, Minor 18.11
09130 - Upholsterer 20.23
11000 - General Services And Support Occupations
11030 - Cleaner, Vehicles 11.36
11060 - Elevator Operator 14.74
11090 - Gardener 16.30
11122 - Housekeeping Aide 14.76
11150 - Janitor 14.76
11210 - Laborer, Grounds Maintenance 14.25
11240 - Maid or Houseman 9.61
11260 - Pruner 13.74
11270 - Tractor Operator 15.71
11330 - Trail Maintenance Worker 14.25
11360 - Window Cleaner 15.54
12000 - Health Occupations
12010 - Ambulance Driver 15.02
12011 - Breath Alcohol Technician 18.86
12012 - Certified Occupational Therapist Assistant 27.85
12015 - Certified Physical Therapist Assistant 26.38
12020 - Dental Assistant 18.50
12025 - Dental Hygienist 33.69
12030 - EKG Technician 25.97
12035 - Electroneurodiagnostic Technologist 25.97
12040 - Emergency Medical Technician 15.02
12071 - Licensed Practical Nurse I 18.88
12072 - Licensed Practical Nurse II 21.13
12073 - Licensed Practical Nurse III 23.56
12100 - Medical Assistant 14.39
12130 - Medical Laboratory Technician 19.02
12160 - Medical Record Clerk 13.92
12190 - Medical Record Technician 15.58
12195 - Medical Transcriptionist 16.81
12210 - Nuclear Medicine Technologist 35.17
12221 - Nursing Assistant I 11.53
12222 - Nursing Assistant II 12.96
12223 - Nursing Assistant III 14.14
12224 - Nursing Assistant IV 15.87
12235 - Optical Dispenser 16.80
12236 - Optical Technician 14.78
12250 - Pharmacy Technician 13.67
12280 - Phlebotomist 15.01
12305 - Radiologic Technologist 25.65
12311 - Registered Nurse I 23.52
12312 - Registered Nurse II 28.78
12313 - Registered Nurse II, Specialist 28.78
12314 - Registered Nurse III 34.81
12315 - Registered Nurse III, Anesthetist 34.81
12316 - Registered Nurse IV 41.74
12317 - Scheduler (Drug and Alcohol Testing) 23.37
12320 - Substance Abuse Treatment Counselor 21.64
13000 - Information And Arts Occupations
13011 - Exhibits Specialist I 22.17
13012 - Exhibits Specialist II 27.46
13013 - Exhibits Specialist III 33.58
13041 - Illustrator I 22.55
13042 - Illustrator II 27.93
13043 - Illustrator III 34.16
13047 - Librarian 28.17
13050 - Library Aide/Clerk 12.35
13054 - Library Information Technology Systems 24.18
Administrator
13058 - Library Technician 17.46
13061 - Media Specialist I 17.74
13062 - Media Specialist II 19.85
13063 - Media Specialist III 22.13
13071 - Photographer I 15.95
13072 - Photographer II 17.84
13073 - Photographer III 22.11
13074 - Photographer IV 27.04
13075 - Photographer V 32.71
13090 - Technical Order Library Clerk 16.08
13110 - Video Teleconference Technician 18.20
14000 - Information Technology Occupations
14041 - Computer Operator I 16.79
14042 - Computer Operator II 18.79
14043 - Computer Operator III 20.95
14044 - Computer Operator IV 23.28
14045 - Computer Operator V 25.78
14071 - Computer Programmer I (see 1) 25.51
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 16.79
14160 - Personal Computer Support Technician 23.28
14170 - System Support Specialist 27.77
15000 - Instructional Occupations
15010 - Aircrew Training Devices Instructor (Non-Rated) 30.08
15020 - Aircrew Training Devices Instructor (Rated) 36.39
15030 - Air Crew Training Devices Instructor (Pilot) 42.16
15050 - Computer Based Training Specialist / Instructor 30.08
15060 - Educational Technologist 31.28
15070 - Flight Instructor (Pilot) 42.16
15080 - Graphic Artist 22.43
15085 - Maintenance Test Pilot, Fixed, Jet/Prop 41.55
15086 - Maintenance Test Pilot, Rotary Wing 41.55
15088 - Non-Maintenance Test/Co-Pilot 41.55
15090 - Technical Instructor 20.75
15095 - Technical Instructor/Course Developer 25.39
15110 - Test Proctor 16.95
15120 - Tutor 16.95
16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 - Assembler 9.88
16030 - Counter Attendant 9.88
16040 - Dry Cleaner 12.25
16070 - Finisher, Flatwork, Machine 9.88
16090 - Presser, Hand 9.88
16110 - Presser, Machine, Drycleaning 9.88
16130 - Presser, Machine, Shirts 9.88
16160 - Presser, Machine, Wearing Apparel, Laundry 9.88
16190 - Sewing Machine Operator 13.11
16220 - Tailor 13.97
16250 - Washer, Machine 10.49
19000 - Machine Tool Operation And Repair Occupations
19010 - Machine-Tool Operator (Tool Room) 20.44
19040 - Tool And Die Maker 23.85
21000 - Materials Handling And Packing Occupations
21020 - Forklift Operator 16.46
21030 - Material Coordinator 21.44
21040 - Material Expediter 21.44
21050 - Material Handling Laborer 17.65
21071 - Order Filler 13.18
21080 - Production Line Worker (Food Processing) 16.46
21110 - Shipping Packer 14.59
21130 - Shipping/Receiving Clerk 14.59
21140 - Store Worker I 15.64
21150 - Stock Clerk 19.71
21210 - Tools And Parts Attendant 16.46
21410 - Warehouse Specialist 16.46
23000 - Mechanics And Maintenance And Repair Occupations
23010 - Aerospace Structural Welder 27.61
23019 - Aircraft Logs and Records Technician 23.37
23021 - Aircraft Mechanic I 26.66
23022 - Aircraft Mechanic II 27.61
23023 - Aircraft Mechanic III 28.62
23040 - Aircraft Mechanic Helper 20.72
23050 - Aircraft, Painter 25.82
23060 - Aircraft Servicer 23.37
23070 - Aircraft Survival Flight Equipment Technician 25.82
23080 - Aircraft Worker 24.56
23091 - Aircrew Life Support Equipment (ALSE) Mechanic I 24.56
23092 - Aircrew Life Support Equipment (ALSE) Mechanic II 26.66
23110 - Appliance Mechanic 18.83
23120 - Bicycle Repairer 18.44
23125 - Cable Splicer 30.64
23130 - Carpenter, Maintenance 22.43
23140 - Carpet Layer 21.18
23160 - Electrician, Maintenance 25.95
23181 - Electronics Technician Maintenance I 25.35
23182 - Electronics Technician Maintenance II 26.55
23183 - Electronics Technician Maintenance III 27.51
23260 - Fabric Worker 20.15
23290 - Fire Alarm System Mechanic 22.16
23310 - Fire Extinguisher Repairer 19.00
23311 - Fuel Distribution System Mechanic 24.56
23312 - Fuel Distribution System Operator 20.30
23370 - General Maintenance Worker 18.07
23380 - Ground Support Equipment Mechanic 26.66
23381 - Ground Support Equipment Servicer 23.37
23382 - Ground Support Equipment Worker 24.56
23391 - Gunsmith I 19.00
23392 - Gunsmith II 21.18
23393 - Gunsmith III 22.98
23410 - Heating, Ventilation And Air-Conditioning 21.03
Mechanic
23411 - Heating, Ventilation And Air Contidioning 21.78
Mechanic (Research Facility)
23430 - Heavy Equipment Mechanic 22.76
23440 - Heavy Equipment Operator 25.31
23460 - Instrument Mechanic 22.98
23465 - Laboratory/Shelter Mechanic 22.18
23470 - Laborer 15.39
23510 - Locksmith 22.18
23530 - Machinery Maintenance Mechanic 24.82
23550 - Machinist, Maintenance 21.16
23580 - Maintenance Trades Helper 16.60
23591 - Metrology Technician I 22.98
23592 - Metrology Technician II 23.81
23593 - Metrology Technician III 24.67
23640 - Millwright 30.67
23710 - Office Appliance Repairer 20.23
23760 - Painter, Maintenance 18.10
23790 - Pipefitter, Maintenance 26.29
23810 - Plumber, Maintenance 25.37
23820 - Pneudraulic Systems Mechanic 22.98
23850 - Rigger 26.42
23870 - Scale Mechanic 21.18
23890 - Sheet-Metal Worker, Maintenance 24.75
23910 - Small Engine Mechanic 17.14
23931 - Telecommunications Mechanic I 25.05
23932 - Telecommunications Mechanic II 25.94
23950 - Telephone Lineman 24.99
23960 - Welder, Combination, Maintenance 18.86
23965 - Well Driller 22.98
23970 - Woodcraft Worker 20.97
23980 - Woodworker 19.00
24000 - Personal Needs Occupations
24550 - Case Manager 14.04
24570 - Child Care Attendant 10.05
24580 - Child Care Center Clerk 14.92
24610 - Chore Aide 11.06
24620 - Family Readiness And Support Services 14.04
Coordinator
24630 - Homemaker 15.80
25000 - Plant And System Operations Occupations
25010 - Boiler Tender 27.58
25040 - Sewage Plant Operator 24.94
25070 - Stationary Engineer 27.58
25190 - Ventilation Equipment Tender 21.43
25210 - Water Treatment Plant Operator 24.94
27000 - Protective Service Occupations
27004 - Alarm Monitor 22.25
27007 - Baggage Inspector 13.11
27008 - Corrections Officer 23.27
27010 - Court Security Officer 21.92
27030 - Detection Dog Handler 17.82
27040 - Detention Officer 23.27
27070 - Firefighter 22.55
27101 - Guard I 13.11
27102 - Guard II 17.82
27131 - Police Officer I 26.75
27132 - Police Officer II 29.73
28000 - Recreation Occupations
28041 - Carnival Equipment Operator 12.98
28042 - Carnival Equipment Repairer 13.34
28043 - Carnival Worker 11.15
28210 - Gate Attendant/Gate Tender 14.72
28310 - Lifeguard 12.03
28350 - Park Attendant (Aide) 16.47
28510 - Recreation Aide/Health Facility Attendant 12.02
28515 - Recreation Specialist 20.40
28630 - Sports Official 13.12
28690 - Swimming Pool Operator 18.63
29000 - Stevedoring/Longshoremen Occupational Services
29010 - Blocker And Bracer 23.30
29020 - Hatch Tender 23.30
29030 - Line Handler 23.30
29041 - Stevedore I 22.18
29042 - Stevedore II 24.40
30000 - Technical Occupations
30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.04
30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.92
30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.64
30021 - Archeological Technician I 18.39
30022 - Archeological Technician II 20.58
30023 - Archeological Technician III 25.49
30030 - Cartographic Technician 25.49
30040 - Civil Engineering Technician 22.93
30051 - Cryogenic Technician I 24.91
30052 - Cryogenic Technician II 27.52
30061 - Drafter/CAD Operator I 18.39
30062 - Drafter/CAD Operator II 20.58
30063 - Drafter/CAD Operator III 22.94
30064 - Drafter/CAD Operator IV 29.65
30081 - Engineering Technician I 15.77
30082 - Engineering Technician II 17.69
30083 - Engineering Technician III 20.55
30084 - Engineering Technician IV 24.52
30085 - Engineering Technician V 30.00
30086 - Engineering Technician VI 36.30
30090 - Environmental Technician 20.32
30095 - Evidence Control Specialist 22.49
30210 - Laboratory Technician 22.76
30221 - Latent Fingerprint Technician I 24.91
30222 - Latent Fingerprint Technician II 27.52
30240 - Mathematical Technician 25.49
30361 - Paralegal/Legal Assistant I 19.22
30362 - Paralegal/Legal Assistant II 23.81
30363 - Paralegal/Legal Assistant III 31.43
30364 - Paralegal/Legal Assistant IV 37.70
30375 - Petroleum Supply Specialist 27.52
30390 - Photo-Optics Technician 25.49
30395 - Radiation Control Technician 27.52
30461 - Technical Writer I 24.05
30462 - Technical Writer II 29.40
30463 - Technical Writer III 35.57
30491 - Unexploded Ordnance (UXO) Technician I 24.81
30492 - Unexploded Ordnance (UXO) Technician II 30.02
30493 - Unexploded Ordnance (UXO) Technician III 35.98
30494 - Unexploded (UXO) Safety Escort 24.81
30495 - Unexploded (UXO) Sweep Personnel 24.81
30501 - Weather Forecaster I 24.91
30502 - Weather Forecaster II 30.30
30620 - Weather Observer, Combined Upper Air Or (see 2) 22.94
Surface Programs
30621 - Weather Observer, Senior (see 2) 23.88
31000 - Transportation/Mobile Equipment Operation Occupations
31010 - Airplane Pilot 30.02
31020 - Bus Aide 14.92
31030 - Bus Driver 21.53
31043 - Driver Courier 17.02
31260 - Parking and Lot Attendant 9.51
31290 - Shuttle Bus Driver 18.11
31310 - Taxi Driver 11.56
31361 - Truckdriver, Light 18.11
31362 - Truckdriver, Medium 18.43
31363 - Truckdriver, Heavy 19.73
31364 - Truckdriver, Tractor-Trailer 19.73
99000 - Miscellaneous Occupations
99020 - Cabin Safety Specialist 14.63
99030 - Cashier 9.87
99050 - Desk Clerk 10.05
99095 - Embalmer 34.47
99130 - Flight Follower 24.81
99251 - Laboratory Animal Caretaker I 11.85
99252 - Laboratory Animal Caretaker II 12.61
99260 - Marketing Analyst 28.37
99310 - Mortician 34.47
99410 - Pest Controller 16.18
99510 - Photofinishing Worker 13.48
99710 - Recycling Laborer 17.59
99711 - Recycling Specialist 20.18
99730 - Refuse Collector 16.30
99810 - Sales Clerk 12.05
99820 - School Crossing Guard 15.64
99830 - Survey Party Chief 28.64
99831 - Surveying Aide 14.72
99832 - Surveying Technician 22.53
99840 - Vending Machine Attendant 14.77
99841 - Vending Machine Repairer 16.64
99842 - Vending Machine Repairer Helper 14.77
______________________________________________________________________________
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal
Contractors, applies to all contracts subject to the Service Contract Act for which
the contract is awarded (and any solicitation was issued) on or after January 1,
2017. If this contract is covered by the EO, the contractor must provide employees
with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid
sick leave each year. Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including preventive care; to
assist a family member (or person who is like family to the employee) who is ill,
injured, or has other health-related needs, including preventive care; or for
reasons resulting from, or to assist a family member (or person who is like family
to the employee) who is the victim of, domestic violence, sexual assault, or
stalking. Additional information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $4.41 per hour or $176.40 per week or $764.40 per month
HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 per
month*
*This rate is to be used only when compensating employees for performance on an SCA-
covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal
Contractors. A contractor may not receive credit toward its SCA obligations for any
paid sick leave provided pursuant to EO 13706.
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor, 3 weeks after 8 years, 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. (See 29 CFR 4.173)
HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin
Bid Protests Not Available