Carson NF BAER Closure Gates

expired opportunity(Expired)
From: Federal Government(Federal)
1283A718Q0006

Basic Details

started - 01 Aug, 2018 (about 5 years ago)

Start Date

01 Aug, 2018 (about 5 years ago)
due - 07 Aug, 2018 (about 5 years ago)

Due Date

07 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
1283A718Q0006

Identifier

1283A718Q0006
Department of Agriculture

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29610)FOREST SERVICE (14116)CIBOLA NATIONAL FOREST (63)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Carson National Forest - Camino Real Ranger District BAER Road Closure Gate Fabrication and Installation per attached drawings, specifications, maps and locations.Contractors must be registered with the US FEDERAL GOVERNMENT SYSTEM FOR AWARD MANAGEMENT (SAM.gov), at the time of solicitation due date, in order to be considered for a Government contract. Information regarding these requirements and how to register may be obtained from http://www.sam.gov.Offers are being accepted by electronic mail at jvaroz@fs.fed.us. Offers must be submitted using the attached solicitation forms, signed by company officer with contact information, DUNS #, and are due no later than NOON 12:00 PM, MDT on August 07, 2018.US Forest Service requires delivery and installation of each of the 12 gates.All questions regarding this Request for Quotation must be sent in writing via e-mail
to Joseph Varoz at jvaroz@fs.fed.us AND Ruben Trujillo at rubentrujillo@fs.fed.us no later than Friday, August 3rd, 2018 at 10:00 AM MDT.Synopsis:This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation 1283A718Q0006 is issued as a Request for Quotation (RFQ) with an issue date of August 01, 2018 and a closing date of August 07, 2018 at 12:00 NOON Mountain Daylight Time.This is a Total Small Business Set-Aside under NAICS 332999.The Carson National Forest Camino Real Ranger District is soliciting quotations on a competitive basis from qualified organizations to enter into a firm fixed price contract for fabrication, primer/painting, delivery and installation of 12 EA closure gates per drawings and specifications. Responses to solicitation 1283A718Q0006 must be in accordance with specifications which can be found in the attached solicitation documents.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.DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORKINTRODUCTIONBackgroundThe Carson National Forest - Camino Real Ranger District is in need of services to fabricate, primer/paint, deliver, and install 12 EA Closure Gates.Scope of Contract (See attached documents, drawings and specifications)This solicitation will result in a contract that is Firm Fixed Price.The performance period will begin approximately August 21st, 2018.Description (See attached documents, drawings and specifications)Basis of Award: A BEST VALUE award will be made to the single offeror who submits a quotation that meets or exceeds the technically acceptable standards for non-cost (technical) factors and who also quotes a price which will be evaluated and deemed to be reasonable for the work required.Evaluation CriteriaM.2.1 Technical FactorsM.2.1.1 Past performance. This includes all contracts held with the U.S. Government over the past three years. Please provide contact information for the Government Contracting Officer (CO). Contract award number, period of performance, dollar value of award, and name and contact information for the Contracting Officer Representative (COR).M.2.1.2 Experience of Key Personnel. Includes experience, skills, and abilities to perform the required work.M.3.1 Price. Price will be evaluated based on reasonableness for the work called for in the Scope of Work.When combined, non-price technical factors (M 2.1.1 and M 2.1.2) are approximately equal to price.FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this/these address(es):www.acquisition.gov/far/www.usda.gov/procurement/policy/agar.htmlFEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) (Applicable if contract exceeds $30,000)52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014)(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights --(1) Within a reasonable time after the defect was discovered or should have been discovered; and(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C.3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.(d) Disputes. This contract is subject to 41 U.S.C. chapter 71,Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.(g) Invoice.(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include --(i) Name and address of the Contractor;(ii) Invoice date and number;(iii) Contract number, contract line item number and, if applicable, the order number;(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;(vi) Terms of any discount for prompt payment offered;(vii) Name and address of official to whom payment is to be sent;(viii) Name, title, and phone number of person to notify in event of defective invoice; and(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.(x) Electronic funds transfer (EFT) banking information.(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer- System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures.(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.(i) Payment.(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.(2) Prompt Payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315.(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);(B) Affected contract number and delivery order number, if applicable;(C) Affected contract line item or subline item, if applicable; and(D) Contractor point of contact.(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.(6) Interest.(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period at fixed by the Secretary until the amount is paid.(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.(v) Amounts shall be due at the earliest of the following dates:(A) The date fixed under this contract.(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-(A) The date on which the designated office receives payment from the Contractor;(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:(1) The schedule of supplies/services.(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause.(3) The clause at 52.212-5.(4) Addenda to this solicitation or contract, including any license agreements for computer software.(5) Solicitation provisions if this is a solicitation.(6) Other paragraphs of this clause.(7) The Standard Form 1449.(8) Other documents, exhibits, and attachments.(9) The specification.(t) System for Award Management (SAM).(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to:(A) Change the name in the SAM database;(B) Comply with the requirements of Subpart 42.12 of the FAR;(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov.(u) Unauthorized Obligations.(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End Use License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:(i) Any such clause is unenforceable against the Government.(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause.(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2014)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)._X__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]_X__ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C)._X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).___ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).___ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).___ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (13) [Reserved]_X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011).___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.___ (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d)(4)).___ (ii) Alternate I (Oct 2001) of 52.219-9.___ (iii) Alternate II (Oct 2001) of 52.219-9.___ (iv) Alternate III (July 2010) of 52.219-9.___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).___ (ii) Alternate I (June 2003) of 52.219-23.___ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).___ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).___ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).___ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).___ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).___ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).___ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).___ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).___ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212)._X__ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).___ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).___ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496)._X__ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) + (E.O.s 13423 and 13514___ (ii) Alternate I (Jun 2014) of 52.223-13.___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-14.___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-16.__X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).__X_ (43) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).___ (44) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).___ (ii) Alternate I (May 2014) of 52.225-3.___ (iii) Alternate II (May 2014) of 52.225-3.___ (iv) Alternate III (May 2014) of 52.225-3.___ (45) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X__ (46) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2303 Note).___ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).___ (51) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).___ (52) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (53) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (54) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).___ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (56) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]_X__ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).___ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).(ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(viii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)(xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)(xii) 52.222-54, Employment Eligibility Verification (Aug 2013).(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.52.215-8 Order of Precedence--Uniform Contract Format (OCT 1997)52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)52.222-3 Convict Labor (JUN 2003)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (APR 2002) (Applicable if contract exceeds $10,000)52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (Applicable if contract exceeds $10,000)52.222-41 Service Contract Act of 1965, as Amended (JUL 2005)52.222-50 Combating Trafficking in Persons (APR 2006)52.223-6 Drug-Free Workplace (MAY 2001) (Applicable if contract is awarded to an individual)52.232-1 Payments (APR 84)52.232-8 Discounts for Prompt Payment (FEB 2002)52.232-11 Extras (APR 1984)52.232-23 Assignment of Claims (JAN 1986)52.232-25 Prompt Payment (OCT 2003)52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003)52.233-1 Disputes (JULY 2002)52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.236-2 Differing Site Conditions52.236-3 Site Investigation and Conditions Affecting the Work.52.236-5 Material and Workmanship52.236-6 Superintendence by the Contractor52.236-7 Permits and Responsibilities52.236-8 Other Contracts.52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements52.236-10 Operations and Storage Areas.52.236-11 Use & Possession Prior to Completion.52.236-12 Cleaning Up52.236-13 Accident Prevention52.236-21 Specifications and Drawings for Construction.52.236-28 Preparation of Proposal-Construction52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)52.243-1 Changes--Fixed-Price (AUG 1987)--Alternate I (APR 1984)52.244-6 Subcontracts for Commercial Items (SEP 2006)52.245-2 Government Property (Fixed-Price Contracts) (MAY 2004)52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short From) (APR 1984)52.249-8 Default (Fixed-Price Supply and Service) (APR 1984)52.253-1 Computer Generated Forms (JAN 1991)AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES452.237-70 Loss, Damage, Destruction or Repair (FEB 1988)452.237-75 Restrictions Against Disclosure (FEB 1988)52.204-7 Central Contractor Registration (JUL 2006)(a) Definitions. As used in this clause-"Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government."Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities."Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern."Registered in the CCR database" means that-(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process.(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database.(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.(1) An offeror may obtain a DUNS number-(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.(2) The offeror should be prepared to provide the following information:(i) Company legal business name.(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.(iii) Company physical street address, city, state and Zip Code.(iv) Company mailing address, city, state and Zip Code (if separate from physical).(v) Company telephone number.(vi) Date the company was started.(vii) Number of employees at your location.(viii) Chief executive officer/key manager.(ix) Line of business (industry).(x) Company Headquarters name and address (reporting relationship within your entity).(d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.(f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.(g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to:(A) Change the name in the CCR database;(B) Comply with the requirements of Subpart 42.12 of the FAR;(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.(h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757.FAR 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984).At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor.52.223-1 BIOBASED PRODUCT CERTIFICATION (MAY 2012)As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.(End of provision)52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (JUL2012)(a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless-(1) The product cannot be acquired-(i) Competitively within a time frame providing for compliance with the contract performance schedule;(ii) Meeting contract performance requirements; or(iii) At a reasonable price.(2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following:(i) Spacecraft system and launch support equipment.(ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions.(b) Information about this requirement and these products is available at http://www.biopreferred.gov.(c) In the performance of this contract, the Contractor shall-(1) Report to the environmental point of contact identified in paragraph (d) of this clause, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30;(2) Submit this report no later than-(i) October 31 of each year during contract performance; and(ii) At the end of contract performance; and(3) Contact the environmental point of contact to obtain the preferred submittal format, if that format is not specified in this contract.(d) The environmental point of contact for this contract is: Paul Martinez (pmartinez02@fs.fed.us) phone 505-425-3534.(End of clause)52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997)(a) "Hazardous material," as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract).(b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract.Material (If none, insert "None") Identification No.___(c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous.(d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered non-responsible and ineligible for award.(e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data.(f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property.(g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material.(h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows:(1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to-(i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials;(ii) Obtain medical treatment for those affected by the material; and(iii) Have others use, duplicate, and disclose the data for the Government for these purposes.(2) To use, duplicate, and disclose data furnished under this clause, in accordance with paragraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data.(3) The Government is not precluded from using similar or identical data acquired from other sources.(End of clause)52.225-9 BUY AMERICAN ACT - CONSTRUCTION MATERIALS. (SEP 2010)(a) Definitions. As used in this clause - "Commercially available off-the-shelf (COTS) item"--(1) Means any item of supply (including construction material) that is--(i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101);(ii) Sold in substantial quantities in the commercial marketplace; and(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and(2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products."Component" means an article, material, or supply incorporated directly into a construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material."Cost of components" means -(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material."Domestic construction material" means--(1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if--(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which non-availability determinations have been made are treated as domestic; or(ii) The construction material is a COTS item."Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas.(b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for construction material that is a COTS item (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause.NONE(2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:(3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that -(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent;(ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or(iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality.(c) Request for determinationof inapplicability of the Buy American Act. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including -(A) A description of the foreign and domestic construction materials; (B) Unit of measure;(C) Quantity; (D) Price;(D) Time of delivery or availability;(E) Location of the construction project;(F) Name and address of the proposed supplier; and(G) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause.(ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause.(iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued).(iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination.(2) If the Government determines after contract award that an exception to the Buy American Act applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonableprice of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause.(3) Unless the Government determines that an exception to the Buy American Act applies, use of foreign construction material is noncompliant with the Buy American Act or Balance of Payments Program.(d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:Foreign and Domestic Construction Materials Price ComparisonConstruction Material Description Unit of Measure Quantity Price (Dollars)*Item 1:Foreign construction materialDomestic construction materialItem 2:Foreign construction material Domestic construction materialList name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.Include other applicable supporting information.* Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued). 52.228-15 PERFORMANCE AND PAYMENT BONDS - CONSTRUCTION (OCT 2010)(a) Definitions. As used in this clause-"Original contract price" means the award price of the contract; or, for requirements contracts, the price payable for the estimated total quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award.(b) Amount of required bonds. Unless the resulting contract price is $150,000 or less, the successful offeror shall furnish performance and payment bonds to the Contracting Officer as follows:(1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price.(2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price.(3) Additional bond protection.(i) The Government may require additional performance and payment bond protection if the contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price.(ii) The Government may secure the additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.(c) Furnishing executed bonds. The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within the time period specified in the Bid Guarantee provision of the solicitation, or otherwise specified by the Contracting Officer, but in any event, before starting work.(d) Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register or may be obtained from the:U.S. Department of the Treasury Financial Management Service Surety Bond Branch3700 East West Highway, Room 6F01 Hyattsville, MD 20782.Or via the internet at http://www.fms.treas.gov/c570/.(e) Notice of subcontractor waiver of protection (40 U.S.C. 3133(c)). Any waiver of the right to sue on the payment bond is void unless it is in writing, signed by the person whose right is waived, and executed after such person has first furnished labor or material for use in the performance of the contract.(End of clause)52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS. (DEC 2010)(a) Definitions. As used in this clause-"Commercial item" has the meaning contained in Federal Acquisition Regulation 2.101, Definitions."Subcontract" includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier.(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract.(c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items:(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.(ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.(iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212(a));(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.(viii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).(ix) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64).(2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.AGAR 452.228-70 Alternative Forms of Security (NOV 1996)If furnished as security, money orders, drafts, cashier's checks, or certified checks shall be drawn payable to: USDA Forest Service.Order of Precedence--ConstructionAny inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order:(1) The Schedule (excluding the specifications)(2) Representations and Other Instructions(3) Contract Clauses(4) Other Documents, Exhibits, and Attachments(5) The Specifications(6) MapsIndustrial Fire PlanThe following requirements are a part of this solicitation and any resultant contract, and shall be provided at the Contractor's expense:(c) Wildfire Prevention - During periods of contract performance, fire prevention and immediate suppression actions shall be performed by the Contractor.(d) Execution of Industrial Fire Plana. Forest Service personnel involved will, in all cases, coordinate through the Contracting Officer's Representative (COR) except in cases of emergency, Red Flag Days, or Forest closure.b. The Contractor shall designate a Fire Guard, fluent in English, who shall be responsible for executing and carrying out the Industrial Fire Plan requirements. The name of this representative will be provided to the COR at the pre-work meeting.c. The Contractor shall include the Industrial Fire Plan requirements in all subcontracts.d. The Contractor shall assure that all contract employees are informed of the existence and conditions of the Industrial Fire Plan requirements.(e) Compliance Inspectiona. Inspection by the Forest Service will be made to insure compliance with the fire requirements.b. Should any deficiencies appear during the inspection, the Contractor will be informed and the deficiencies shall be corrected within 24 hours. Activities with the potential to start fires shall be halted until the deficiencies are corrected and the corrections are approved by the COR.c. The Contractor's Fire Guard shall make daily inspections to insure that the terms of the Industrial Fire Plan requirements are met at all times, both on the job-site and in the Contractor's camp.(f) Fire Pre-Suppression Requirementsa. Fire Toolbox - During contract performance, the Contractor shall furnish and maintain, at the Contractor's expense, one mobile Fire Toolbox, within ¼ mile or less of the location where the Contractor is currently performing work and camping.The fire toolbox is to be maintained with tools in good condition, in such quantities and mix to provide a fire tool for each person in the Contractor's workforce. This equipment is for the sole purpose of firefighting: a mix of three shovels, size 0 or larger, one axe, two fire rakes, two Pulaskis, and two 3-5 gallon hand pump garden sprayers or backpack pumps filled with water. Where appropriate, a chainsaws may be substituted for the axe; a McLeod tool or heavy duty garden rake for a fire rake, and a heavy duty garden wide hoe or other sturdy digging/scraping tool may be substituted for the Pulaski.The fire toolbox shall be replenished with re-sharpened, reconditioned, or new tools by the Contractor after each use.b. Work Hours - The Contractor shall restrict operations in accordance with the following Industrial Fire Plan level unless the COR waives the requirement in writing.Each day of operation when there is a predicted change in the Industrial Fire Plan level, the Forest Service will inform the Contractor between 3 and 6 pm MST (4 and 7 pm MDT). Notification will be made of the alphabetical industrial fire precaution plan (Supplement 1) to be followed the next day within the local operating area.No later than 9 am MST (10 am MDT) the following day, the Forest Service will inform the Contractor of any change in the fire precaution schedule. In the case of Red Flag Days, the Forest Service will inform the Contractor as soon as possible after the National Weather Service issues their high wind warning for that day, which often comes after 9 am MST.c. Blasting - Use of caps and safety fuse detonators for blasting is not permitted during periods when fire precaution plan C, or D, or Red Flag is in effect. A Fire Guard shall be required in accordance with the Industrial Fire Plan level (see Section H.3.0.). This individual, when required, shall remain on duty to check for fires for at least 1 hour after blasting is finished. Required equipment shall consist of at least one 5 lb. fire extinguisher, one shovel, size 0 or larger and one 3-5-gallon hand pump garden sprayer or backpack pump filled with water. Blasting hours are restricted under fire precaution plan C; and blasting is prohibited under fire precaution plan D and on Red Flag days.d. Welding -Written permission must be obtained from the COR during fire precaution plan B, C, and D. Welding is prohibited on Red Flag days. Required equipment at the welding site shall consist of at least one 5 lb. fire extinguisher, one shovel, size 0 or larger and one 3-5-gallon hand pump garden sprayer or backpack pump filled with water. An area commensurate with the amount of welding to be accomplished shall be cleared to bare mineral soil before welding operations are started. The area in the immediate vicinity of the operation shall be wet down before and after operations. The area adjacent to the welding operations shall be thoroughly checked by the Fire Guard for fires for at least 1 hour after welding.e. Slash Incineration - Operation of forced-air burners must comply with all state and federal open burning laws, regulations and policies. Forced air burners shall be operated with a minimum set back from combustibles of 100'. This activity is prohibited on fire precaution plan C, D and Red Flag days.f. Ash disposal - Ash from slash incineration shall be treated in such a manner as to not constitute a wildfire risk, and shall be disposed of in an approved manner designated by the COR.g. Controlled Burning - All planned burns, including pile burns or use of air curtain burners, conducted by the Contractor under the terms and conditions of the contract are required to have a written Burn Plan that meets the requirements of Forest Service Manual 5140 for the project. The Burn Plan must be prepared, recommended and approved by the appropriate Forest Service Officers. The Contractor will notify the CO, COR, and District Fire Management Officer prior to implementation of a burning project. The Contractor will insure all appropriate Federal, State and local laws, regulations, and policies pertinent to the Burn Plan, are adhered to. Training and qualification standards for the Contractor's employees conducting burning operations will be required according to the applicable regulations in NWCG 310-1, which can found at the National Wildfire Coordinating Group website, www.nwcg.gov/pms/docs/docs.htm.h. Fire Guard - To prevent, detect, and suppress wildfires, the Contractor shall provide one or more trained Fire Guards at each operating area where internal combustion engines, incineration equipment, controlled burns or camps are used. Each Fire Guard is required to read, understand, and perform the Industrial Fire Plan duties. The Fire Guards may perform other contract work in conjunction with Fire Guard duties, provided such other work does not distract from Fire Guard responsibilities. A Fire Guard(s) assigned on one operating area shall satisfy the requirements on adjacent areas if the travel time with available transportation is not in excess of twenty (20) minutes to any of the other areas.Each Fire Guard shall be physically able, and trained to prevent, detect, and report any fire, and to immediately take suppression action with the required firefighting equipment and employees on anywildfire that starts within the contract area. The Fire Guards shall perform their duties during normal operating hours; with an added three (3) hour watch after work stops for the day when the Fire Precaution Plan is at level B or C. If the Contractor has agreed to additional terms for operation under Fire Precaution Plan D, the Fire Guard will perform all requirements specified in the Plan D Authorization Letter issued by the CO.Each Fire Guard shall be equipped with a vehicle capable of carrying a minimum 5 lb. fire extinguisher and fire tools consisting of a cache box with one shovel, size 0 or larger, one cutting tool such as either an axe, Pulaski or chainsaw, one fire rake or heavy duty garden rake, and two 3-5-gallon hand pump garden sprayers or backpack pumps filled with water. All equipment and tools shall be maintained in serviceable and operable condition. The tool cache for the Fire Guard will be in addition to the Fire Toolbox maintained for the work crews and available for use at both the work site and campsite.i. Communications -The Contractor shall provide some form of direct communication, such as a cell phone or two-way radio, between the Fire Guard(s) and the work crews, and when technically possible, between the job-site and the Forest Service. The Contractor's cell phone number, or other form of contact, will be reported to the COR at the pre-work meeting. All communications will be in English.WAGE DETERMINATIONGeneral Decision Number: NM180004 01/05/2018 NM4Superseded General Decision Number: NM20170004State: New MexicoConstruction Types: ResidentialCounties: Cibola, Colfax, Guadalupe, Harding, McKinley, Mora,Quay, Rio Arriba, San Juan, San Miguel, Taos, Torrance andUnion Counties in New Mexico.RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single familyhomes and apartments up to and including 4 stories)Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.35 for calendar year 2018 applies to all contractssubject to the Davis-Bacon 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 payall workers in any classification listed on this wagedetermination at least $10.35 per hour (or the applicablewage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendaryear 2018. The EO minimum wage rate will be adjusted annually.Please note that this EO applies to the above-mentioned typesof contracts entered into by the federal government that aresubject to the Davis-Bacon Act itself, but it does not applyto contracts subject only to the Davis-Bacon Related Acts,including those set forth at 29 CFR 5.1(a)(2)-(60). Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date0 01/05/2018SUNM1999-003 08/05/1999Rates FringesCarpenter (excludinginstallation of soft floorsand batt and blowninsulation)....................$ 10.85 .30Cement Mason...................$ 10.91Drywall Finisher...............$ 8.00Electrician....................$ 12.00 .23Laborer, Unskilled.............$ 8.13Painter (excluding drywallfinishing).....................$ 9.00PlumberIncluding HVAC work.........$ 16.07 .65Roofer.........................$ 9.87Sheet metal worker (Settingof HVAC unit and duct workinstallation only).............$ 14.43 .58Soft Floor Layer...............$ 10.00----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).----------------------------------------------------------------The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).Union Rate IdentifiersA four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.Survey Rate IdentifiersClassifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.Survey wage rates are not updated and remain in effect until anew survey is conducted.Union Average Rate IdentifiersClassification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased. ----------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position ona wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================END OF GENERAL DECISIONWD 15-5452 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABORTHE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION| WASHINGTON D.C. 20210|||| Wage Determination No.: 2015-5452Daniel W. Simms Division of | Revision No.: 5Director Wage Determinations| Date Of Revision: 01/10/2018_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 forcalendar year 2018 applies to all contracts subject to the Service ContractAct for which the contract is awarded (and any solicitation was issued) on orafter January 1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wage determinationat least $10.35 per hour (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performing on the contractin calendar year 2018. The EO minimum wage rate will be adjusted annually.Additional information on contractor requirements and worker protections underthe EO is available at www.dol.gov/whd/govcontracts____________________________________________________________________________________State: New MexicoArea: New Mexico Counties of Cibola, Colfax, McKinley, Mora, Rio Arriba, SanMiguel, Taos____________________________________________________________________________________**Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations01011 - Accounting Clerk I 13.0101012 - Accounting Clerk II 14.6001013 - Accounting Clerk III 16.3301020 - Administrative Assistant 21.9901035 - Court Reporter 18.6101041 - Customer Service Representative I 10.7001042 - Customer Service Representative II 12.0301043 - Customer Service Representative III 13.1301051 - Data Entry Operator I 12.6201052 - Data Entry Operator II 13.7701060 - Dispatcher, Motor Vehicle 15.7601070 - Document Preparation Clerk 13.8601090 - Duplicating Machine Operator 13.8601111 - General Clerk I 11.3501112 - General Clerk II 12.3901113 - General Clerk III 13.9001120 - Housing Referral Assistant 18.1101141 - Messenger Courier 10.5501191 - Order Clerk I 11.8501192 - Order Clerk II 12.9301261 - Personnel Assistant (Employment) I 15.0601262 - Personnel Assistant (Employment) II 16.8501263 - Personnel Assistant (Employment) III 18.7801270 - Production Control Clerk 21.0601290 - Rental Clerk 12.2501300 - Scheduler, Maintenance 14.5201311 - Secretary I 14.5201312 - Secretary II 16.2501313 - Secretary III 18.1101320 - Service Order Dispatcher 14.0801410 - Supply Technician 21.9901420 - Survey Worker 15.4101460 - Switchboard Operator/Receptionist 11.5001531 - Travel Clerk I 11.8201532 - Travel Clerk II 12.7601533 - Travel Clerk III 13.5701611 - Word Processor I 12.9301612 - Word Processor II 14.5201613 - Word Processor III 16.2505000 - Automotive Service Occupations05005 - Automobile Body Repairer, Fiberglass 18.0605010 - Automotive Electrician 18.1205040 - Automotive Glass Installer 15.8205070 - Automotive Worker 15.8205110 - Mobile Equipment Servicer 13.5005130 - Motor Equipment Metal Mechanic 17.9905160 - Motor Equipment Metal Worker 15.8205190 - Motor Vehicle Mechanic 18.1205220 - Motor Vehicle Mechanic Helper 13.6205250 - Motor Vehicle Upholstery Worker 15.8205280 - Motor Vehicle Wrecker 15.8205310 - Painter, Automotive 17.1905340 - Radiator Repair Specialist 15.8205370 - Tire Repairer 11.4905400 - Transmission Repair Specialist 17.9907000 - Food Preparation And Service Occupations07010 - Baker 11.6007041 - Cook I 10.8407042 - Cook II 12.9207070 - Dishwasher 8.9107130 - Food Service Worker 10.0007210 - Meat Cutter 16.0707260 - Waiter/Waitress 8.7009000 - Furniture Maintenance And Repair Occupations09010 - Electrostatic Spray Painter 16.1209040 - Furniture Handler 13.2009080 - Furniture Refinisher 16.1209090 - Furniture Refinisher Helper 15.0709110 - Furniture Repairer, Minor 16.7609130 - Upholsterer 16.1211000 - General Services And Support Occupations11030 - Cleaner, Vehicles 9.5211060 - Elevator Operator 9.5211090 - Gardener 17.0611122 - Housekeeping Aide 10.2711150 - Janitor 10.2711210 - Laborer, Grounds Maintenance 12.1411240 - Maid or Houseman 9.4911260 - Pruner 10.5311270 - Tractor Operator 15.4011330 - Trail Maintenance Worker 12.1411360 - Window Cleaner 11.8612000 - Health Occupations12010 - Ambulance Driver 16.4012011 - Breath Alcohol Technician 18.0412012 - Certified Occupational Therapist Assistant 25.3212015 - Certified Physical Therapist Assistant 23.1212020 - Dental Assistant 15.4112025 - Dental Hygienist 39.9312030 - EKG Technician 26.1912035 - Electroneurodiagnostic Technologist 26.1912040 - Emergency Medical Technician 16.4012071 - Licensed Practical Nurse I 18.7312072 - Licensed Practical Nurse II 20.9212073 - Licensed Practical Nurse III 23.3212100 - Medical Assistant 13.9612130 - Medical Laboratory Technician 19.8812160 - Medical Record Clerk 14.9012190 - Medical Record Technician 16.6712195 - Medical Transcriptionist 15.4412210 - Nuclear Medicine Technologist 37.9512221 - Nursing Assistant I 10.5312222 - Nursing Assistant II 11.8312223 - Nursing Assistant III 12.9112224 - Nursing Assistant IV 14.4912235 - Optical Dispenser 15.7212236 - Optical Technician 15.4412250 - Pharmacy Technician 14.9012280 - Phlebotomist 14.4912305 - Radiologic Technologist 27.4612311 - Registered Nurse I 25.3912312 - Registered Nurse II 31.0612313 - Registered Nurse II, Specialist 31.0612314 - Registered Nurse III 37.5812315 - Registered Nurse III, Anesthetist 37.5812316 - Registered Nurse IV 45.0412317 - Scheduler (Drug and Alcohol Testing) 20.8112320 - Substance Abuse Treatment Counselor 22.0513000 - Information And Arts Occupations13011 - Exhibits Specialist I 17.9113012 - Exhibits Specialist II 22.1813013 - Exhibits Specialist III 27.1313041 - Illustrator I 17.7113042 - Illustrator II 21.9513043 - Illustrator III 25.3313047 - Librarian 24.5713050 - Library Aide/Clerk 10.0213054 - Library Information Technology Systems 22.18Administrator13058 - Library Technician 13.7313061 - Media Specialist I 16.0013062 - Media Specialist II 17.9113063 - Media Specialist III 19.9613071 - Photographer I 16.0013072 - Photographer II 17.9113073 - Photographer III 22.1813074 - Photographer IV 26.7313075 - Photographer V 32.3313090 - Technical Order Library Clerk 15.4913110 - Video Teleconference Technician 18.5714000 - Information Technology Occupations14041 - Computer Operator I 14.9814042 - Computer Operator II 16.7614043 - Computer Operator III 19.1214044 - Computer Operator IV 21.2614045 - Computer Operator V 24.3414071 - Computer Programmer I (see 1) 22.4114072 - Computer Programmer II (see 1) 26.1414073 - 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 14.9814160 - Personal Computer Support Technician 21.5214170 - System Support Specialist 27.1715000 - Instructional Occupations15010 - Aircrew Training Devices Instructor (Non-Rated) 27.6215020 - Aircrew Training Devices Instructor (Rated) 33.3915030 - Air Crew Training Devices Instructor (Pilot) 40.0515050 - Computer Based Training Specialist / Instructor 27.6215060 - Educational Technologist 31.3715070 - Flight Instructor (Pilot) 40.0515080 - Graphic Artist 25.0615085 - Maintenance Test Pilot, Fixed, Jet/Prop 40.0515086 - Maintenance Test Pilot, Rotary Wing 40.0515088 - Non-Maintenance Test/Co-Pilot 40.0515090 - Technical Instructor 18.6115095 - Technical Instructor/Course Developer 25.0615110 - Test Proctor 15.0115120 - Tutor 15.0116000 - Laundry, Dry-Cleaning, Pressing And Related Occupations16010 - Assembler 9.9216030 - Counter Attendant 9.9216040 - Dry Cleaner 11.3216070 - Finisher, Flatwork, Machine 9.9216090 - Presser, Hand 9.9216110 - Presser, Machine, Drycleaning 9.9216130 - Presser, Machine, Shirts 9.9216160 - Presser, Machine, Wearing Apparel, Laundry 9.9216190 - Sewing Machine Operator 11.8216220 - Tailor 12.4216250 - Washer, Machine 10.3819000 - Machine Tool Operation And Repair Occupations19010 - Machine-Tool Operator (Tool Room) 23.9519040 - Tool And Die Maker 29.1521000 - Materials Handling And Packing Occupations21020 - Forklift Operator 14.2121030 - Material Coordinator 21.0621040 - Material Expediter 21.0621050 - Material Handling Laborer 11.6521071 - Order Filler 11.5321080 - Production Line Worker (Food Processing) 14.2121110 - Shipping Packer 13.7221130 - Shipping/Receiving Clerk 13.7221140 - Store Worker I 9.9821150 - Stock Clerk 15.4621210 - Tools And Parts Attendant 14.2121410 - Warehouse Specialist 14.2123000 - Mechanics And Maintenance And Repair Occupations23010 - Aerospace Structural Welder 27.3023019 - Aircraft Logs and Records Technician 20.3723021 - Aircraft Mechanic I 25.7323022 - Aircraft Mechanic II 27.3023023 - Aircraft Mechanic III 28.8423040 - Aircraft Mechanic Helper 16.7823050 - Aircraft, Painter 23.9523060 - Aircraft Servicer 20.3723070 - Aircraft Survival Flight Equipment Technician 23.9523080 - Aircraft Worker 22.1523091 - Aircrew Life Support Equipment (ALSE) Mechanic 22.15I23092 - Aircrew Life Support Equipment (ALSE) Mechanic 25.73II23110 - Appliance Mechanic 17.7923120 - Bicycle Repairer 13.2323125 - Cable Splicer 26.2223130 - Carpenter, Maintenance 18.8723140 - Carpet Layer 20.7723160 - Electrician, Maintenance 23.2023181 - Electronics Technician Maintenance I 25.1623182 - Electronics Technician Maintenance II 27.3223183 - Electronics Technician Maintenance III 29.4723260 - Fabric Worker 19.0023290 - Fire Alarm System Mechanic 22.7023310 - Fire Extinguisher Repairer 17.2223311 - Fuel Distribution System Mechanic 25.5323312 - Fuel Distribution System Operator 19.8223370 - General Maintenance Worker 15.1023380 - Ground Support Equipment Mechanic 25.7323381 - Ground Support Equipment Servicer 20.3723382 - Ground Support Equipment Worker 22.1523391 - Gunsmith I 17.2223392 - Gunsmith II 20.7723393 - Gunsmith III 24.3323410 - Heating, Ventilation And Air-Conditioning 19.25Mechanic23411 - Heating, Ventilation And Air Contidioning 21.26Mechanic (Research Facility)23430 - Heavy Equipment Mechanic 23.5723440 - Heavy Equipment Operator 19.4023460 - Instrument Mechanic 27.4723465 - Laboratory/Shelter Mechanic 22.5523470 - Laborer 11.6523510 - Locksmith 22.5523530 - Machinery Maintenance Mechanic 25.7323550 - Machinist, Maintenance 25.7223580 - Maintenance Trades Helper 12.5623591 - Metrology Technician I 27.4723592 - Metrology Technician II 29.3423593 - Metrology Technician III 30.8223640 - Millwright 24.3323710 - Office Appliance Repairer 23.2423760 - Painter, Maintenance 15.9423790 - Pipefitter, Maintenance 24.2323810 - Plumber, Maintenance 22.6623820 - Pneudraulic Systems Mechanic 24.3323850 - Rigger 24.3323870 - Scale Mechanic 20.7723890 - Sheet-Metal Worker, Maintenance 23.2523910 - Small Engine Mechanic 18.2423931 - Telecommunications Mechanic I 29.1223932 - Telecommunications Mechanic II 31.1123950 - Telephone Lineman 25.7323960 - Welder, Combination, Maintenance 22.2523965 - Well Driller 21.7523970 - Woodcraft Worker 24.3323980 - Woodworker 18.5824000 - Personal Needs Occupations24550 - Case Manager 15.9524570 - Child Care Attendant 10.3124580 - Child Care Center Clerk 14.7724610 - Chore Aide 9.4024620 - Family Readiness And Support Services 15.95Coordinator24630 - Homemaker 17.4925000 - Plant And System Operations Occupations25010 - Boiler Tender 23.9325040 - Sewage Plant Operator 18.3225070 - Stationary Engineer 23.9325190 - Ventilation Equipment Tender 15.2025210 - Water Treatment Plant Operator 17.3827000 - Protective Service Occupations27004 - Alarm Monitor 13.8627007 - Baggage Inspector 12.3527008 - Corrections Officer 15.3627010 - Court Security Officer 16.8627030 - Detection Dog Handler 13.8227040 - Detention Officer 15.3627070 - Firefighter 16.8627101 - Guard I 12.3527102 - Guard II 13.8227131 - Police Officer I 19.1327132 - Police Officer II 21.2728000 - Recreation Occupations28041 - Carnival Equipment Operator 13.7528042 - Carnival Equipment Repairer 15.2328043 - Carnival Worker 9.3928210 - Gate Attendant/Gate Tender 13.5928310 - Lifeguard 11.3428350 - Park Attendant (Aide) 15.2128510 - Recreation Aide/Health Facility Attendant 11.1028515 - Recreation Specialist 18.0628630 - Sports Official 12.1128690 - Swimming Pool Operator 20.2029000 - Stevedoring/Longshoremen Occupational Services29010 - Blocker And Bracer 22.1529020 - Hatch Tender 22.1529030 - Line Handler 22.1529041 - Stevedore I 20.3729042 - Stevedore II 23.9530000 - Technical Occupations30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.6230011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.9430012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.5730021 - Archeological Technician I 17.3930022 - Archeological Technician II 19.5030023 - Archeological Technician III 23.8730030 - Cartographic Technician 24.1730040 - Civil Engineering Technician 24.0030051 - Cryogenic Technician I 21.2530052 - Cryogenic Technician II 23.4730061 - Drafter/CAD Operator I 17.3930062 - Drafter/CAD Operator II 19.5030063 - Drafter/CAD Operator III 21.7530064 - Drafter/CAD Operator IV 25.9130081 - Engineering Technician I 15.1830082 - Engineering Technician II 17.0330083 - Engineering Technician III 19.0530084 - Engineering Technician IV 23.6130085 - Engineering Technician V 28.8830086 - Engineering Technician VI 34.9430090 - Environmental Technician 20.3630095 - Evidence Control Specialist 19.1930210 - Laboratory Technician 22.6130221 - Latent Fingerprint Technician I 21.2530222 - Latent Fingerprint Technician II 23.4730240 - Mathematical Technician 24.1730361 - Paralegal/Legal Assistant I 16.9430362 - Paralegal/Legal Assistant II 20.9930363 - Paralegal/Legal Assistant III 25.6730364 - Paralegal/Legal Assistant IV 31.0630375 - Petroleum Supply Specialist 23.4730390 - Photo-Optics Technician 24.1730395 - Radiation Control Technician 23.4730461 - Technical Writer I 21.2230462 - Technical Writer II 25.9630463 - Technical Writer III 31.4030491 - Unexploded Ordnance (UXO) Technician I 23.9130492 - Unexploded Ordnance (UXO) Technician II 28.9330493 - Unexploded Ordnance (UXO) Technician III 34.6730494 - Unexploded (UXO) Safety Escort 23.9130495 - Unexploded (UXO) Sweep Personnel 23.9130501 - Weather Forecaster I 25.9130502 - Weather Forecaster II 31.5130620 - Weather Observer, Combined Upper Air Or (see 2) 21.75Surface Programs30621 - Weather Observer, Senior (see 2) 24.1731000 - Transportation/Mobile Equipment Operation Occupations31010 - Airplane Pilot 28.9331020 - Bus Aide 11.2731030 - Bus Driver 17.3531043 - Driver Courier 13.3431260 - Parking and Lot Attendant 9.7731290 - Shuttle Bus Driver 13.5631310 - Taxi Driver 11.4331361 - Truckdriver, Light 13.5631362 - Truckdriver, Medium 16.6631363 - Truckdriver, Heavy 19.6831364 - Truckdriver, Tractor-Trailer 19.6899000 - Miscellaneous Occupations99020 - Cabin Safety Specialist 14.1099030 - Cashier 9.1999050 - Desk Clerk 9.5799095 - Embalmer 23.9199130 - Flight Follower 23.9199251 - Laboratory Animal Caretaker I 13.4699252 - Laboratory Animal Caretaker II 15.0399260 - Marketing Analyst 21.4499310 - Mortician 23.9199410 - Pest Controller 20.6699510 - Photofinishing Worker 12.5699710 - Recycling Laborer 13.9499711 - Recycling Specialist 17.6999730 - Refuse Collector 12.0999810 - Sales Clerk 11.9899820 - School Crossing Guard 11.7999830 - Survey Party Chief 19.5299831 - Surveying Aide 17.7699832 - Surveying Technician 17.9199840 - Vending Machine Attendant 12.8999841 - Vending Machine Repairer 16.0599842 - Vending Machine Repairer Helper 11.56 ____________________________________________________________________________________Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for FederalContractors, applies to all contracts subject to the Service Contract Act for whichthe 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 employeeswith 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paidsick leave each year. Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, including preventive care; toassist 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 forreasons resulting from, or to assist a family member (or person who is like familyto the employee) who is the victim of, domestic violence, sex

USDA Forest Service - Camino Real Ranger DistrictPenasco, NMLocation

Place Of Performance : USDA Forest Service - Camino Real Ranger District

Country : United States

You may also like

BARRINGER FOREMAN ROAD BRIDGE REPAIRS-CITY PARISH PROJECT NO. 23-BR-CP-0042

Due: 07 May, 2024 (in 8 days)Agency: City of Baton Rouge

2024 19 Rd. Improvements Project

Due: 10 May, 2024 (in 11 days)Agency: City of Fruita

BARRINGER FOREMAN ROAD BRIDGE REPAIRS-CITY PARISH PROJECT NO. 23-BR-CP-0042

Due: 07 May, 2024 (in 8 days)Agency: City of Baton Rouge Parish of East Baton Rouge

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 332999 GSA CLASS CODE: Y
naicsCode 332999All Other Miscellaneous Fabricated Metal Product Manufacturing
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS