Vous êtes sur la page 1sur 75

REQUEST FOR QUOTATION THIS RFQ IS IS NOT A SMALL PAGE OF PAGES

(THIS IS NOT AN ORDER) BUSINESS SET-ASIDE. 1 2


1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCHASE REQUEST NO. 4. CERT.FOR NAT. DEF. RATING
UNDER BDSA REG. 2
70B03C19Q00000074 04/12/2019 0020111837 AND/OR DMS REG. 1
5a. ISSUED BY 6. DELIVERY BY (Date)
DHS - Customs & Border Protection 04/30/2019
Department of Homeland Security
7. DELIVERY
1300 Pennsylvania Ave, NW
Procurement Directorate - NP 1310 FOB OTHER
Washington DC 20229 DESTINATION (See Schedule)

5b.FOR INFORMATION CALL (NO COLLECT CALLS) 9. DESTINATION


NAME TELEPHONE NUMBER (Include Area code) a. NAME OF CONSIGNEE
Rosie Zaragoza 830-778-7077 See Attached Delivery Schedule
8. TO b. STREET ADDRESS
a. NAME b. COMPANY

c. STREET ADDRESS c. CITY

d. CITY e. STATE f. ZIP CODE d. STATE e. ZIP CODE

10. PLEASE FURNISH QUOTATIONS TO IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote,
THE ISSUING OFFICE IN BLOCK 5a ON OR please so indicate on this form and return it to the address in Block 5a. This request does not commit the Government
BEFORE CLOSE OF BUSINESS (Date) to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service.
Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached
04/19/2019 to this Request for Quotation must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State and local taxes)


11A. 11B. 11C. 11D. 11E. 11F.
ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

10 OPS EPT FAC Pckg 500 Mat Soft-Sided 1.000 EA

TOTAL
a. 10 CALENDAR DAYS b. 20 CALENDAR DAYS c. 30 CALENDAR DAYS CALENDAR DAYS (%)
12. DISCOUNT FOR PROMPT (%) (%) (%) NUMBER PERCENTAGE
PAYMENT

NOTE: Additional provisions and representations are are not attached.


13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO SIGN 15. DATE OF
QUOTATION QUOTATION
a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER


a. NAME
c. COUNTY
b. TELEPHONE (Include Area code)
d. CITY e. STATE f. ZIP CODE
c. TITLE (Type or print)

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 18 (REV. 6-95)


Previous edition not useable Prescribed by GSA-FAR (48 CFR) 53.215-1(a)
1. REQUEST NO. 2. DATE ISSUED PAGE OF PAGES
REQUEST FOR QUOTATION
70B03C19Q00000074 04/12/2019 2 2
(THIS IS NOT AN ORDER)
NOTES:
SITE LOCATIONS:

DONNA PORT OF ENTRY


DONNA, TX

EL PASO BORDER PATROL STATION I


9201 GATEWAY BLVD. S
EL PASO, TX 79924

PERIOD OF PERFORMANCE:

Base Period May 01, 2019 through August 31, 2019

Option Period I September 01, 2019 through September 31, 2019

Option Period II October 01, 2019 through October 31, 2019

Option Period III November 01, 2019 through November 30, 2019

Option Period IV December 01, 2019 through December 31, 2019

Government Program Manager:

Robert Gillis
Program Manager
Department of Homeland Security
Border Patrol & Air Marine Program Management Office (BPAM PMO)
Laguna Facility Management and Engineering
24000 Avila Road, Rm 5020
Laguna Niguel, CA. 92677
Robert.J.Gillis@cbp.dhs.gov
Office (949) 643-6368
Cell (949) 795-6575

ATTACHMENTS:

* Donna Site Aerial


* El Paso Site Aerial

STANDARD FORM 18 (REV. 6-95)


70B03C19Q00000074

TABLE OF CONTENTS
SECTION I SCHEDULES .................................................................................................................................................. 3
I.1 SCHEDULE OF SUPPLIES/ SERVICES ................................................................................................................ 3
I.2 DELIVERY SCHEDULE .......................................................................................................................................... 6
SECTION II CONTRACT CLAUSES................................................................................................................................... 7
II.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ................................................................. 7
II.2 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM
EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) ............................................................................................. 7
II.3 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY
2011) 7
II.4 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) ............................................... 7
II.5 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) ........................... 7
II.6 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2018) .................................... 7
II.7 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) .......................................... 7
II.8 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC
2013) 7
II.9 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS -- COMMERCIAL ITEMS (JAN 2019) ................................................................................................................. 7
II.10 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .................................................................................... 13
II.11 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ................................................ 13
II.12 3052.209-76 PROHIBITION ON FEDERAL PROTECTIVE SERVICE GUARD SERVICES CONTRACTS WITH
BUSINESS CONCERNS OWNED, CONTROLLED, OR OPERATED BY AN INDIVIDUAL CONVICTED OF A FELONY
(DEC 2009) ........................................................................................................................................................................ 13
II.13 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF
COMMERCIAL ITEMS (SEP 2012) .................................................................................................................................. 15
II.14 52.224-3 PRIVACY TRAINING, ALTERNATE I (DEVIATION)............................................................................. 16
II.15 CONTRACT TYPE (OCT 2008) ............................................................................................................................ 17
II.16 SPECIFICATIONS, STATEMENT OF WORK, STATEMENT OF OBJECTIVES OR PERFORMANCE WORK
STATEMENT ATTACHED (JUN 2013) ............................................................................................................................. 17
II.17 PERIOD OF PERFORMANCE (MAR 2003) ......................................................................................................... 17
II.18 CONTRACTING OFFICER'S AUTHORITY (MAR 2003) ..................................................................................... 18
II.19 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP)
(JAN 2016)......................................................................................................................................................................... 18
II.20 GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003) ................................................. 18
II.21 SECURITY PROCEDURES (OCT 2009) ............................................................................................................. 18
II.22 NON-PERSONAL SERVICE (MAR 2003) ............................................................................................................ 20
II.23 POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (JUL 2014).............................................. 21
II.24 ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007)..................................................... 22
II.25 SPECIAL SECURITY REQUIREMENT - CONTRACTOR PRE-SCREENING (SEP 2011) ................................ 22
II.26 PREVENT, DETECT AND RESPOND TO SEXUAL ABUSE AND ASSAULT IN CONFINEMENT FACILITIES
(FEB 2017) ........................................................................................................................................................................ 23
II.27 SAFEGUARDING OF SENSITIVE INFORMATION (MAR 2015) ......................................................................... 24
SECTION III SOLICITATION PROVISIONS ...................................................................................................................... 31
III.1 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) .......................................................................... 31
III.2 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) .............................. 31
III.3 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) .................................................................. 31

Page 1 of 70
70B03C19Q00000074

III.4 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2018) .............................................. 31


III.5 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991)........................................................... 31
III.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990) .............................................................................................. 31
III.7 52.250-2 SAFETY ACT COVERAGE NOT APPLICABLE (FEB 2009) ................................................................ 31
III.8 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) .......................................... 31
III.9 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) ............................................................................. 32
III.10 52.212--3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018) . 32
III.11 52.216-1 TYPE OF CONTRACT (APR 1984) ................................................................................................... 45
III.12 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR
TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (AUG 2018) ............................ 45
III.13 GENERAL INSTRUCTIONS FOR THE PREPARATION AND SUBMISSION OF QUOTATIONS (OCT 2008)
46
III.14 STATEMENT OF WORK .................................................................................................................................. 48
III.15 WAGE DETERMINATION ................................................................................................................................ 54

Page 2 of 70
70B03C19Q00000074

SECTION I SCHEDULES

I.1 SCHEDULE OF SUPPLIES/ SERVICES


PERIOD OF PERFORMANCE: MAY 01, 2019 THROUGH AUGUST 31, 2019

DONNA,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 4

Kitchen equipment MONTH 4


Showers Trailers MONTH 4
Chemical Toilets and MONTH 4
Sinks
Laundry Trailers MONTH 4
Gun lockers MONTH 4
Interior and Perimeter MONTH 4
CCTV
Security Guards MONTH 4
Mobilize and De- MONTH 4
mobilize

EL PASO,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 4

Kitchen equipment MONTH 4


Showers Trailers MONTH 4
Chemical Toilets and MONTH 4
Sinks
Laundry Trailers MONTH 4
Gun lockers MONTH 4
Interior and Perimeter MONTH 4
CCTV
Security Guards MONTH 4
Mobilize and De- MONTH 4
mobilize

OPTION PERIOD I SEPTEMBER 01, 2019 THROUGH SEPTEMBER 31, 2019


DONNA,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1

Page 3 of 70
70B03C19Q00000074

Mobilize and De- MONTH 1


mobilize

EL PASO,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

OPTION PERIOD II OCTOBER 01, 2019 THROUGH OCTOBER 30, 2019


DONNA,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

EL PASO,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

Page 4 of 70
70B03C19Q00000074

OPTION PERIOD III NOVEMBER 01, 2019 THROUGH NOVEMBER 30, 2019
DONNA,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

EL PASO,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

OPTION PERIOD IV DECEMBER 01, 2019 THROUGH DECEMBER 31, 2019


DONNA,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1

Page 5 of 70
70B03C19Q00000074

Mobilize and De- MONTH 1


mobilize

EL PASO,
TEXAS
DESCRIPTION UNIT QUANTITY PRICE EXTENDED
PRICE
Soft-Sided structure MONTH 1

Kitchen equipment MONTH 1


Showers Trailers MONTH 1
Chemical Toilets and MONTH 1
Sinks
Laundry Trailers MONTH 1
Gun lockers MONTH 1
Interior and Perimeter MONTH 1
CCTV
Security Guards MONTH 1
Mobilize and De- MONTH 1
mobilize

I.2 DELIVERY SCHEDULE

DELIVER TO: ITEM # QTY DELIVERY DATE


Customs & Broder Protection 10 1.000 04/30/2019
7801 S International Blvd
Donna, TX 78537

Page 6 of 70
70B03C19Q00000074

SECTION II CONTRACT CLAUSES

II.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full
text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be
accessed electronically at this/these address(es):
www.acquisition.gov

I. FEDERAL ACQUISITION REGULATION (48 CHAPTER 1) CLAUSES

NUMBER TITLE
II.2 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM
EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)

II.3 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)

II.4 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

II.5 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

II.6 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2018)

II.7 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)

II.8 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

II.9 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS -- COMMERCIAL ITEMS (JAN 2019)

(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) 52.203–19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section
743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113–235)
and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))

(2) 52.204–23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115–91).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108–77 and 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 (SEP 2006), with Alternate I (OCT 1995) (41
U.S.C. 4704 and 10 U.S.C. 2402).

[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).

Page 7 of 70
70B03C19Q00000074

[] (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 (OCT 2018) (Pub. L.109–282)
(31 U.S.C. 6101 note)

[] (5) [Reserved].

[X] (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).

[] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-
117, section 743 of Div. C).

[] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or
Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note).

[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C.
2313)

[] (10) [Reserved].

[] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

[] (ii) Alternate I (Nov 2011) of 52.219-3.

[] (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the
offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[] (ii) Alternate I (JAN 2011) of 52.219-4.

[] (13) [Reserved]

[X] (14) (i) 52.219-6, Notice of Total Small Business Set-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 (JUN 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 (OCT 2018) (15 U.S.C. 637(d)(2) and (3)).

[] (17) (i) 52.219-9, Small Business Subcontracting Plan (AUG 2018) (15 U.S.C. 637(d)(4).

[] (ii) Alternate I (NOV 2016) of 52.219-9.

[] (iii) Alternate II (NOV 2016) of 52.219-9.

[] (iv) Alternate III (JAN 2017) of 52.219-9.

[] (v) Alternate IV (AUG 2018) of 52.219-9.

[X] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

[X] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

Page 8 of 70
70B03C19Q00000074

[] (20) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).

[] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

[] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)).

[] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned
Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)).

[] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible
Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)).

[X] (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

[X] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).

[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

[X] (28)(i) 52.222-26, Equal Opportunity (AUG 2018) (E.O. 11246).

[X] (ii) Alternate I (FEB 1999) of 52.222-26.

[] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

[] (ii) Alternate I (JUL 2014) of 52.222-35.

[] (30)(i) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

[] (ii) Alternate I (JUL 2014) of 52.222-36

[] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

[] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).

[X] (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

[] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

[] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (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.)

[] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products 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.)

[] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016)
(E.O. 13693).

[] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN
2016) (E.O. 13693)

[] (38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).

[] (ii) Alternate I (OCT 2015) of 52.223-13.

[] (39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).

[] (ii) Alternate I (JUN 2014) of 52.223-14.

Page 9 of 70
70B03C19Q00000074

[] (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 (OCT 2015) (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).

[] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

[] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).

[] (45) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

[] (ii) Alternate I (JAN 2017) of 52.224-3.

[] (46) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83).

[] (47)(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.

[] (48) 52.225-5, Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[] (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury).

[] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section
862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

[] (51) 52.226-4, Notice of Disaster or Emergency Area set-Aside (NOV 2007)

[] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007)

[] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C.
2307(f)).

[] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[] (55) 52.232-33, 52.232–33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (31
U.S.C. 3332).

[] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31
U.S.C. 3332).

[] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

[] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).

[] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

[] (60)(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).

Page 10 of 70
70B03C19Q00000074

[] (ii) Alternate I (APR 2003) of 52.247-64.

[] Alternate II (FEB 2006) 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.]

[] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495).

[X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

[] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter
67).

[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year
and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[] (5) 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).

[] (6) 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).

[] (7) 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).

[X ] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (Executive Order 13658)

[X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706)

[] (10) 52.226–6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

(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 paragraphs (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 (OCT 2015) (41 U.S.C. 3509).

Page 11 of 70
70B03C19Q00000074

(ii) 52.203–19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub.
L. 113–235) and its successor provisions in subsequent appropriations acts (and as extended in continuing
resolutions)).

(iii) 52.204–23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115–91).

(iv) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include
52.219–8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance
with paragraph (l) of FAR clause 52.222–17.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015)

(vii) Equal Opportunity (SEP 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)

(xi) 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.

(xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

(xiii) [X] (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

[] (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 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).

(xv) 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).

(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (Executive Order 13658).

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section
862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 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.

(xxii) 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.

Page 12 of 70
70B03C19Q00000074

(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.

(End of clause)

II.10 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the
contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of
Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not
exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.

(End of clause)

II.11 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that
the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 DAYS days before
the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 8 months.

(End of clause)

II.12 3052.209-76 PROHIBITION ON FEDERAL PROTECTIVE SERVICE GUARD SERVICES CONTRACTS WITH
BUSINESS CONCERNS OWNED, CONTROLLED, OR OPERATED BY AN INDIVIDUAL CONVICTED OF A
FELONY (DEC 2009)

(a) Prohibitions. Section 2 of the Federal Protective Service Guard Contracting Reform Act of 2008, Public Law 110-356, generally
prohibits the Department of Homeland Security from entering into a contract for guard services under the Federal Protective
Service (FPS) guard services program with any business concern owned, controlled, or operated by an individual convicted of a
serious felony.

(b) Definitions. As used in this clause:

Business concern means a commercial enterprise and the people who constitute it.

Felony means an offense which, if committed by a natural person, would be punishable by death or imprisonment for a term
exceeding one year.

Individual means any person, corporation, partnership, or other entity with a legally independent status.

Convicted of a felony means any conviction of a felony in violation of state or federal criminal statutes, including the Uniform
Code of Military Justice, whether entered on a verdict or plea, including a plea of nolo contendere, for which a sentence has been
imposed.

(c) A business concern that is owned, controlled, or operated by an individual who has been convicted of any felony, and that wishes
to submit a bid, proposal, or other offer on a solicitation to obtain a FPS contract for guard services, must submit with its offer an
award request as specified in paragraph (d) of this clause.

(1) A financial, voting, operational, or employment interest in the business concern of the individual's spouse, child, or other
family member, or person with whom the individual shares his or her household, will be imputed to the individual in
determining whether the individual owns, controls, or operates a business concern.

(2) An individual owns, controls, or operates a business concern by fulfilling or holding the following types of roles or interests
with respect to the business concern:

Page 13 of 70
70B03C19Q00000074

(i) Director or officer, including incumbents of boards and offices that perform duties ordinarily performed by a chairman or
member of a board of directors, a secretary, treasurer, president, a vice president, or other chief official of a business
concern, including Chief Financial Officer, Chief Operating Officer, or Chief contracting official.

(ii) Officials of comparable function and status to those described in paragraph (c)(2)(i) of this clause as exist in partnerships of
all kind and other business organizations, including sole proprietorships.

(iii) A general partner in a general or limited partnership.

(iv) An individual with a limited partnership interest of 25% or more.

(v) An individual that has the:

(A) Power to vote, directly or indirectly, 25% or more interest in any class of voting stock of the business concern;

(B) Ability to direct in any manner the election of a majority of the business concern's directors or trustees; or

(C) Ability to exercise a controlling influence over the business concern's management and policies.

(3) Generally, the existence of one or more of the roles or interests set forth in paragraph (c)(2) of this clause, including roles or
interests attributed to the individual, will be sufficient to determine that the individual owns, controls or operates the business
concern. However, specific facts of the case may warrant a different determination by Government in light of all of the facts
and circumstances. Conversely, ownership, control, or the ability to operate the business concern, if it exists in fact, can be
reflected by other roles or interests, and the offeror or contractor should reveal the existence of felony convictions if there is
doubt as to whether the individual owns, controls or operates the business concern.

(d) Award request.

(1) A business concern owned, operated or controlled by an individual convicted of any felony may submit an award request to the
Contracting Officer. The basis for such request shall be either that the subject felony is not a serious felony as defined in
(HSAR) 48 CFR 3009.171-5; that such individual no longer owns, controls or operates the business concern; or that
commission of the serious felony no longer calls into question the individual or business concern's integrity or business ethics
and that an award would be consistent with the mission of FPS. The business concern shall bear the burden of proof for award
requests.

(2) If the Contracting Officer in his or her sole discretion, is unable to affirmatively determine that the subject felony is not a
serious felony as defined in (HSAR) 48 CFR 3009.171-5 or that such individual no longer owns, controls or operates the
business concern, then the Contracting Officer shall deny the award request.

(3) The Head of the Contracting Activity has sole discretion to approve an award request.

(4) A copy of the award request with supporting documentation or a copy of a previously approved award request shall be attached
with the bid or proposal.

(5) An award request shall contain the basis for the request (i.e., that the subject felony is not a serious felony as defined by this
regulation; that the convicted individual does not or no longer owns, controls or operates the business concern; or that the
commission of a serious felony no longer calls into question the individual or business concern's integrity or business ethics
and that an award would be consistent with the mission of FPS). The award request shall contain, at a minimum, the following
information:

(i) Name and Date of Birth of Individual Convicted of a felony.

(ii) A full description of which roles or interests indicate that the individual owns, controls, or operates or may own control or
operate the business concern.

(iii) Date sentenced.

(iv) Statute/Charge.

(v) Docket/Case Number.

Page 14 of 70
70B03C19Q00000074

(vi) Court/Jurisdiction.

(vii) The nature and circumstances surrounding the conviction.

(viii) Protective measures taken by the individual or business concern to reduce or eliminate the risk of further misconduct.

(ix) Whether the individual has made full restitution for the felony.

(x) Whether the individual has accepted responsibility for past misconduct resulting in the felony conviction.

(6) Upon the request of the Contracting Officer, and prior to contract award, in addition to information described in paragraph
(d)(5) of this clause, the business concern must provide such other documentation as is requested by the Contracting Officer to
use in determining and evaluating ownership, control, or operation; the nature of the felonies committed; and such other
information as is needed to make a decision on whether award should be made to the offeror under the Federal Protective
Service Guard Contracting Reform Act of 2008. The refusal to timely provide such documentation may serve as grounds to
preclude contract award.

(e) (1) Privacy Statement. The offeror shall provide the following statement to any individual whose information will be submitted in
an award request pursuant to (d)(5) and (6) of this clause.

(2) Privacy Notice. The collection of this information is authorized by the Federal Protective Service Guard Contracting Reform
Act of 2008 (Pub. L. 110-356) and Department of Homeland Security (DHS) implementing regulations at Homeland Security
Acquisition Regulation (HSAR) 48 CFR 3009.171. This information is being collected to determine whether an individual that
owns, controls, or operates the business concern submitting this offer has been convicted of a felony that would disqualify the
offeror from receiving an award. This information will be used by and disclosed to DHS personnel and contractors or other
agents who require this information to determine whether an award request should be approved or denied. Additionally, DHS
may share this personal information with the U.S. Justice Department and other Federal and State agencies for collection,
enforcement, investigatory, or litigation purposes, or as otherwise authorized. Submission of this information by the individual
is voluntary, however, failure to provide it may result in denial of an award to the offeror. Individuals who wish to correct
inaccurate information in or to remove their information from an offer that has been submitted should contact the business
concern submitting the offer and request correction. Should individuals seek to correct inaccurate information or remove their
information from an offer that has been submitted in response to a solicitation for FPS guard services prior to contract award,
an authorized representative of the business concern submitting the offer must contact the contracting officer of record and
request that the firm's offer be formally withdrawn or submit a correction to the award request. After contract award, it is
recommended that an authorized representative of the business concern that submitted the inaccurate or erroneous information
contact the contracting officer of record. The contracting officer will handle such requests on a case by case basis.

(f) Disclosure. The offeror under this solicitation represents that [Check one]:

__ It is not a business concern owned, controlled, or operated by an individual convicted of a felony.

__ It is a business concern owned, controlled, or operated by an individual convicted of a felony, and has submitted an award
request pursuant to paragraph (d) of this clause.

(g) If an award request is applied for, the offeror shall attach the request with supporting documentation, to the bid or proposal. The
supporting documentation may include copies of prior award requests granted to the offeror.

(h) The notification in this paragraph applies if this is an indefinite delivery/indefinite quantity contract, blanket purchase agreement,
or other contractual instrument that may result in the issuance of task orders, calls or option to extend the terms of a contract. The
Contractor must immediately notify the Contracting Officer in writing upon any felony conviction of personnel who own, control
or operate a business concern as defined in paragraph (c) of this clause at any time during the performance of this contract. Upon
notification of a felony conviction the Contracting Officer will review and make a new determination of eligibility prior to the
issuance of any task order, call or exercise of an option.

(End of clause)

II.13 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL
ITEMS (SEP 2012)

The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement
agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the

Page 15 of 70
70B03C19Q00000074

applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following
provisions and clauses are incorporated by reference:

[The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses
that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.]

(a) Provisions.

[ ] 3052.209-72 Organizational Conflicts of Interest.

[ ] 3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause.

[ ] 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program.

(b) Clauses.

[ ] 3052.203-70 Instructions for Contractor Disclosure of Violations.

[ ] 3052.204-70 Security Requirements for Unclassified Information Technology Resources.

[X ] 3052.204-71 Contractor Employee Access.

[ ] Alternate I

[ ] 3052.205-70 Advertisement, Publicizing Awards, and Releases.

[ ] 3052.209-73 Limitation on Future Contracting.

[ ] 3052.215-70 Key Personnel or Facilities.

[ ] 3052.216-71 Determination of Award Fee.

[ ] 3052.216-72 Performance Evaluation Plan.

[ ] 3052.216-73 Distribution of Award Fee.

[ ] 3052.219-70 Small Business Subcontracting Plan Reporting.

[ ] 3052.219-71 DHS Mentor Protégé Program.

[ ] 3052.228-70 Insurance.

[ ] 3052.236-70 Special Provisions for Work at Operating Airports.

[X ] 3052.242-72 Contracting Officer’s Technical Representative.

[ ] 3052.247-70 F.o.B. Origin Information.

[ ] Alternate I

[ ] Alternate II

[ ] 3052.247-71 F.o.B. Origin Only.

[X ] 3052.247-72 F.o.B. Destination Only.

(End of clause)

II.14 52.224-3 PRIVACY TRAINING, ALTERNATE I (DEVIATION)

Page 16 of 70
70B03C19Q00000074

(a) Definition. As used in this clause, personally identifiable information means information that can be used to distinguish
or trace an individual's identity, either alone or when combined with other information that is linked or linkable to a
specific individual. (See Office of Management and Budget (OMB) Circular A-130, Managing Federal Information as a
Strategic Resource).

(b) The Contractor shall ensure that initial privacy training, and annual privacy training thereafter, is completed by
contractor employees who--

(1) Have access to a system of records;

(2) Create, collect, use, process, store, maintain, disseminate, disclose, dispose, or otherwise handle personally
identifiable information on behalf of an agency; or

(3) Design, develop, maintain, or operate a system of records (see also FAR subpart 24.1 and 39.105).

(c) The contracting agency will provide initial privacy training, and annual privacy training thereafter, to Contractor
employees for the duration of this contract. Contractor employees shall satisfy this requirement by completing Privacy
at DHS: Protecting Personal Information accessible at http://www.dhs.gov/dhs-security-and-training-requirements-
contractors. Training shall be completed within 30 days of contract award and be completed on an annual basis
thereafter not later than October 31st of each year.

(d) The Contractor shall maintain and, upon request, provide documentation of completion of privacy training to the
Contracting Officer.

(e) The Contractor shall not allow any employee access to a system of records, or permit any employee to create, collect,
use, process, store, maintain, disseminate, disclose, dispose or otherwise handle personally identifiable information, or
to design, develop, maintain, or operate a system of records unless the employee has completed privacy training, as
required by this clause.

(f) The substance of this clause, including this paragraph (f), shall be included in all subcontracts under this contract,
when subcontractor employees will –

(1) Have a system of records;

(2) Create, collect, use, process, store, maintain, disseminate, disclose, dispose or otherwise handle personally
identifiable information; or

(3) Design, develop, maintain, or operate a system of records.

(End of clause)

II.15 CONTRACT TYPE (OCT 2008)

This is a firm fixed price delivery order.

[End of Clause]

II.16 SPECIFICATIONS, STATEMENT OF WORK, STATEMENT OF OBJECTIVES OR PERFORMANCE WORK


STATEMENT ATTACHED (JUN 2013)

The Specifications, Statement of Work, Statement of Objectives or Performance Work Statement which describe the work
to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and
effect of “specifications” as described in the clause, Order of Precedence, FAR 52.215-8 incorporated herein by reference.

[End of Clause]

II.17 PERIOD OF PERFORMANCE (MAR 2003)

The period of performance of this contract shall be from MAY 01, 2019 through AUGUST 31, 2019.

[End of Clause]

Page 17 of 70
70B03C19Q00000074

II.18 CONTRACTING OFFICER'S AUTHORITY (MAR 2003)

The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In
the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the
changes will be considered to have been made without authority and no adjustment will be made in the contract price to
cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to
accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract.
The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the
proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting
Officer.

[End of Clause]

II.19 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN
2016)

Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S.
Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders
awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11,
2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016.
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute
a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment
documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website
address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP:
-detailed invoicing______________________
-______________________
-______________________
-______________________
-______________________
The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment.
Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866)
973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor
must submit a waiver request in writing to the contracting officer.
(End of Clause)

II.20 GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003)

Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies,
services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial
advertising without first obtaining explicit written consent to do so from the Contracting Officer

The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the
product or service provided is endorsed or preferred by the Federal Government or is considered by the Government
to be superior to other products or services.

[End of Clause]

II.21 SECURITY PROCEDURES (OCT 2009)

A. Controls

Page 18 of 70
70B03C19Q00000074

1. The Contractor shall comply with the U.S. Customs and Border Protection (CBP) administrative, physical and
technical security controls to ensure that the Government’s security requirements are met.

2. All Government furnished information must be protected to the degree and extent required by local rules,
regulations, and procedures. The Contractor shall comply with all security policies contained in CBP Handbook
1400-05C, Information Systems Security Policies and Procedures Handbook.

3. All services provided under this contract must be compliant with the Department of Homeland Security (DHS)
information security policy identified in DHS Management Directive (MD) 4300.1, Information Technology Systems
Security Program and DHS 4300A, Sensitive Systems Handbook.

4. All Contractor employees under this contract must wear identification access badges when working in CBP
facilities. Prior to Contractor employees’ departure/separation, all badges, building passes, parking permits, keys
and pass cards must be given to the Contracting Officer’s Technical Representative (COTR). The COTR will
ensure that the cognizant Physical Security official is notified so that access to all buildings and facilities can be
revoked. NOTE: For contracts within the National Capitol Region (NCR), the Office of Internal Affairs, Security
Management Division (IA/SMD) should be notified if building access is revoked.

5. All Contractor employees must be registered in the Contractor Tracking System (CTS) database by the Contracting
Officer (CO) or COTR. The Contractor shall provide timely start information to the CO/COTR or designated
government personnel to initiate the CTS registration. Other relevant information will also be needed for
registration in the CTS database such as, but not limited to, the contractor’s legal name, address, brief job
description, labor rate, Hash ID, schedule and contract specific information. The CO/COTR or designated
government personnel shall provide the Contractor with instructions for receipt of CTS registration information.
Additionally, the CO/COTR shall immediately notify IA/SMD of the contractor’s departure/separation.

6. The Contractor shall provide employee departure/separation date and reason for leaving to the CO/COTR in
accordance with CBP Directive 51715-006, Separation Procedures for Contractor Employees. Failure by the
Contractor to provide timely notification of employee departure/separation in accordance with the contract
requirements shall be documented and considered when government personnel completes a Contractor
Performance Report (under Business Relations) or other performance related measures.

B. Security Background Investigation Requirements

1. In accordance with DHS Management Directive (MD) 11055, Suitability Screening Requirements for Contractors,
Part VI, Policy and Procedures, Section E, Citizenship and Residency Requirements, contractor employees who
require access to sensitive information must be U.S. citizens or have Lawful Permanent Resident (LPR) status. A
waiver may be granted, as outlined in MD 11055, Part VI, Section M (1).

2. Contractor employees that require access to DHS IT systems or development, management, or maintenance of
those systems must be U.S. citizens in accordance with MD 11055, Part VI, Section E (Lawful Permanent Resident
status is not acceptable in this case). A waiver may be granted, as outlined in MD 11055, Part VI, Section M (2)

3. Provided the requirements of DHS MD 11055 are met as outlined in paragraph 1, above, contractor employees
requiring access to CBP facilities, sensitive information or information technology resources are required to have a
favorably adjudicated background investigation (BI) or a single scope background investigation (SSBI) prior to
commencing work on this contract. Exceptions shall be approved on a case-by-case basis with the employee’s
access to facilities, systems, and information limited until the Contractor employee receives a favorably adjudicated
BI or SSBI. A favorable adjudicated BI or SSBI shall include various aspects of a Contractor employee’s life,
including employment, education, residences, police and court inquires, credit history, national agency checks, and
a CBP Background Investigation Personal Interview (BIPI).

4. The Contractor shall submit within ten (10) working days after award of this contract a list containing the full name,
social security number, place of birth (city and state), and date of birth of employee candidates who possess
favorably adjudicated BI or SSBI that meets federal investigation standards.. For employee candidates needing a
BI for this contract, the Contractor shall require the applicable employees to submit information and documentation
requested by CBP to initiate the BI process.

5. Background Investigation information and documentation is usually submitted by completion of standard federal
and agency forms such as Questionnaire for Public Trust and Selected Positions or Questionnaire for National
Security Positions; Fingerprint Chart; Fair Credit Reporting Act (FCRA) form; Criminal History Request form; and

Page 19 of 70
70B03C19Q00000074

Financial Disclosure form. These forms must be submitted to the designated CBP official identified in this contract.
The designated CBP security official will review the information for completeness.

6. The estimated completion of a BI or SSBI is approximately sixty (60) to ninety (90) days from the date of receipt of
the properly completed forms by CBP security office. During the term of this contract, the Contractor is required to
provide the names of contractor employees who successfully complete the CBP BI or SSBI process. Failure of any
contractor employee to obtain and maintain a favorably adjudicated BI or SSBI shall be cause for dismissal. For
key personnel, the Contractor shall propose a qualified replacement employee candidate to the CO and COTR
within 30 days after being notified of an unsuccessful candidate or vacancy. For all non-key personnel contractor
employees, the Contractor shall propose a qualified replacement employee candidate to the COTR within 30 days
after being notified of an unsuccessful candidate or vacancy. The CO/COTR shall approve or disapprove
replacement employees. Continuous failure to provide contractor employees who meet CBP BI or SSBI
requirements may be cause for termination of the contract.

C. Security Responsibilities

1. The Contractor shall ensure that its employees follow the general procedures governing physical, environmental,
and information security described in the various DHS CBP regulations identified in this clause. The contractor
shall ensure that its employees apply proper business practices in accordance with the specifications, directives,
and manuals required for conducting work under this contract. Applicable contractor personnel will be responsible
for physical security of work areas and CBP furnished equipment issued under this contract.

2. The CO/COTR may require the Contractor to prohibit its employees from working on this contract if continued
employment becomes detrimental to the public’s interest for any reason including, but not limited to carelessness,
insubordination, incompetence, or security concerns.

3. Work under this contract may require access to sensitive information as defined under Homeland Security
Acquisition Regulation (HSAR) Clause 3052.204-71, Contractor Employee Access, included in the
solicitation/contract. The Contractor shall not disclose, orally or in writing, any sensitive information to any person
unless authorized in writing by the CO.

4. The Contractor shall ensure that its employees who are authorized access to sensitive information, receive training
pertaining to protection and disclosure of sensitive information. The training shall be conducted during and after
contract performance.

5. Upon completion of this contract, the Contractor shall return all sensitive information used in the performance of the
contract to the CO/COTR. The Contractor shall certify, in writing, that all sensitive and non-public information has
been purged from any Contractor-owned system.

D. Notification of Contractor Employee Changes

1. The Contractor shall notify the CO/COTR via phone, facsimile, or electronic transmission, immediately after a
personnel change become known or no later than five (5) business days prior to departure of the employee.
Telephone notifications must be immediately followed up in writing. Contractor’s notification shall include, but is not
limited to name changes, resignations, terminations, and reassignments to another contract.

2. The Contractor shall notify the CO/COTR and program office (if applicable) in writing of any proposed change in
access requirements for its employees at least fifteen (15) days, or thirty (30) days if a security clearance is to be
obtained, in advance of the proposed change. The CO/COTR will notify the Office of Information and Technology
(OIT) Information Systems Security Branch (ISSB) of the proposed change. If a security clearance is required, the
CO/COTR will notify IA/SMD.

E. Non-Disclosure Agreements

When determined to be appropriate, Contractor employees are required to execute a non-disclosure agreement (DHS
Form 11000-6) as a condition to access sensitive but unclassified information.

[End of Clause]

II.22 NON-PERSONAL SERVICE (MAR 2003)

Page 20 of 70
70B03C19Q00000074

1. The Government and the contractor agree and understand the services to be performed under this contract are non-
personal in nature. The Contractor shall not perform any inherently Governmental functions under this contract as
described in Office of Federal Procurement Policy Letter 92-1

2. The services to be performed under this contract do not require the Contractor or his employees to exercise personal
judgment and discretion on behalf of the Government, but rather, the Contractor's employees will act and exercise
personal judgment and discretion on behalf of the Contractor.

3. The parties also recognize and agree that no employer-employee relationship exists or will exist between the
Government and the Contractor. The Contractor and the Contractor's employees are not employees of the Federal
Government and are not eligible for entitlement and benefits given federal employees. Contractor personnel under this
contract shall not:

(a) Be placed in a position where there is an appearance that they are employed by the Government or are under the
supervision, direction, or evaluation of any Government employee. All individual employee assignments any daily
work direction shall be given by the applicable employee supervisor.

(b) Hold him or herself out to be a Government employee, agent or representative or state orally or in writing at any
time that he or she is acting on behalf of the Government. In all communications with third parties in connection
with this contract, Contractor employees shall identify themselves as such and specify the name of the company of
which they work.

(c) Be placed in a position of command, supervision, administration or control over Government personnel or
personnel of other Government contractors, or become a part of the government organization. In all
communications with other Government Contractors in connection with this contract, the Contractor employee shall
state that they have no authority to change the contract in any way. If the other Contractor believes this
communication to be direction to change their contract, they should notify the CO for that contract and not carry out
the direction until a clarification has been issued by the CO.

4. If the Contractor believes any Government action or communication has been given that would create a personal
service relationship between the Government and any Contractor employee, the Contractor shall promptly notify the
CO of this communication or action.

5. Rules, regulations directives and requirements which are issued by U.S. Customs & Border Protection under their
responsibility for good order, administration and security are applicable to all personnel who enter U.S. Customs &
Border Protection installations or who travel on Government transportation. This is not to be construed or interpreted
to establish any degree of Government control that is inconsistent with a non-personal services contract.

[End of Clause]

II.23 POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (JUL 2014)

A. Contractor Performance Evaluations


Interim and final performance evaluation reports will be prepared on this contract or order in accordance with FAR Subpart 42.15.
A final performance evaluation report will be prepared at the time the work under this contract or order is completed. In addition
to the final performance evaluation report, an interim performance evaluation report will be prepared annually to coincide with
the anniversary date of the contract or order.

Interim and final performance evaluation reports will be provided to the contractor via the Contractor Performance Assessment
Reporting System (CPARS) after completion of the evaluation. The CPARS Assessing Official Representatives (AORs) will
provide input for interim and final contractor performance evaluations. The AORs may be Contracting Officer’s Representatives
(CORs), project managers, and/or contract specialists. The CPARS Assessing Officials (AOs) are the contracting officers (CO)
or contract specialists (CS) who will sign the evaluation report and forward it to the contractor representative via CPARS for
comments.

The contractor representative is responsible for reviewing and commenting on proposed ratings and remarks for all evaluations
forwarded by the AO. After review, the contractor representative will return the evaluation to the AO via CPARS.

The contractor representative will be given up to fourteen (14) days to submit written comments or a rebuttal statement. Within
the first seven (7) calendar days of the comment period, the contractor representative may request a meeting with the AO to
discuss the evaluation report. The AO may complete the evaluation without the contractor representative’s comments if none are

Page 21 of 70
70B03C19Q00000074

provided within the fourteen (14) day comment period. Any disagreement between the AO/CO and the contractor representative
regarding the performance evaluation report will be referred to the Reviewing Official (RO) within the division/branch the AO is
assigned. Once the RO completes the review, the evaluation is considered complete and the decision is final.

Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file and may
be used in future award decisions.

B. Designated Contractor Representative


The contractor must identify a primary representative for this contract and provide the full name, title, phone number, email
address, and business address to the CO within 30 days after award.

C. Electronic Access to Contractor Performance Evaluations


The AO will request CPARS user access for the contractor by forwarding the contractor’s primary and alternate representatives’
information to the CPARS Focal Point (FP).

The FP is responsible for CPARS access authorizations for Government and contractor personnel. The FP will set up the user
accounts and will create system access to CPARS.

The CPARS application will send an automatic notification to users when CPARS access is granted. In addition, contractor
representatives will receive an automated email from CPARS when an evaluation report has been completed.
(End of Clause)

II.24 ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007)

The Contractor will ensure that its employees will identify themselves as employees of their respective company while
working on U.S. Customs & Border Protection (CBP) contracts. For example, contractor personnel shall introduce
themselves and sign attendance logs as employees of their respective companies, not as CBP employees.

The contractor will ensure that their personnel use the following format signature on all official e-mails generated by CBP
computers:

[Name]
(Contractor)
[Position or Professional Title]
[Company Name]
Supporting the XXX Division/Office
U.S. Customs & Border Protection

[Phone]
[FAX]
[Other contact information as desired]

[End of Clause]

II.25 SPECIAL SECURITY REQUIREMENT - CONTRACTOR PRE-SCREENING (SEP 2011)

1. Contractors requiring recurring access to Government facilities or access to sensitive but unclassified information
and/or logical access to Information Technology (IT) resources shall verify minimal fitness requirements for all
persons/candidates designated for employment under any Department of Security (DHS) contract by pre-screening the
person /candidate prior to submitting the name for consideration to work on the contract. Pre-screening the candidate
ensures that minimum fitness requirements are considered and mitigates the burden of DHS having to conduct
background investigations on objectionable candidates. The Contractor shall submit only those candidates that have
not had a felony conviction within the past 36 months or illegal drug use within the past 12 months from the date of
submission of their name as a candidate to perform work under this contract. Contractors are required to flow this
requirement down to subcontractors. Pre-screening involves contractors and subcontractors reviewing:

a. Felony convictions within the past 36 months. An acceptable means of obtaining information on felony convictions
is from public records, free of charge, or from the National Crime Information Center (NCIC).

b. Illegal drug use within the past 12 months. An acceptable means of obtaining information related to drug use is
through employee self certification, by public records check; or if the contractor or subcontractor already has drug

Page 22 of 70
70B03C19Q00000074

testing in place. There is no requirement for contractors and/or subcontractors to initiate a drug testing program if
they do not have one already in place.

c. Misconduct such as criminal activity on the job relating to fraud or theft within the past 12 months. An acceptable
means of obtaining information related to misconduct is through employee self certification, by public records
check, or other reference checks conducted in the normal course of business.

2. Pre-screening shall be conducted within 15 business days after contract award. This requirement shall be placed in all
subcontracts if the subcontractor requires routine physical access, access to sensitive but unclassified information,
and/or logical access to IT resources. Failure to comply with the pre-screening requirement will result in the
Contracting Officer taking the appropriate remedy.

Definition: Logical Access means providing an authorized user the ability to access one or more computer system
resources such as a workstation, network, application, or database through automated tools. A logical access control
system (LACS) requires validation of an individual identity through some mechanism such as a personal identification
number (PIN), card, username and password, biometric, or other token. The system has the capability to assign
different access privileges to different persons depending on their roles and responsibilities in an organization.

[End of Clause]

II.26 PREVENT, DETECT AND RESPOND TO SEXUAL ABUSE AND ASSAULT IN CONFINEMENT FACILITIES (FEB
2017)

1. As prescribed by the Prison Rape Elimination Act (PREA) of 2003, 44 U.S.C. § 15601 et. seq., the Contractor shall comply with
the Department of Homeland Security (DHS) “Standards to Prevent, Detect and Respond to Sexual Abuse and Assault in
Confinement Facilities,” codified at 6 C.F.R. Part 115 (the Regulations), for preventing, detecting and responding to sexual abuse
and assault within U.S. Customs and Border Protection (CBP) holding facilities1, whether owned, operated or contracted. The
contractor shall also comply with all applicable Federal PREA standards and all applicable DHS and CBP policies implementing
PREA.

2. In addition to the general requirements of the above PREA standards and policies, the Contractor further acknowledge the
following specific roles and responsibilities in complying with the Regulations:

a. Detainee Supervision (6 CFR § 115.113): Ensure sufficient supervision of detainees to protect detainees against sexual
abuse.

b. Juveniles and Family Requirements (6 CFR § 115.114): Ensure juvenile and family detainees are afforded the appropriate
protections.

c. Cross-Gender Viewing and Searches (6 CFR § 115.115): Implement proper procedures for cross-gender viewing and
searches.

d. Accommodations for Limited English Proficient (LEP) Detainees and Those with Disabilities (6 CFR § 115.116):
Ensure reasonable measures are taken to ensure detainees who are limited English proficient, and those detainees with
disabilities, are given equal access to programs and services at the facility.

e. Hiring and Promotion (6 CFR § 115.117): Ensure no contractors are hired or promoted who have a substantiated history of
sexual abuse/assault and that all contractors who may have contact with detainees are required to undergo a background
investigation prior to hiring.

f. Training (6 CFR § 115.131): Ensure training of all contractors who may have contact with holding facility detainees to be
able to fulfill their responsibilities under the Regulations, including training on:

(1) The agency’s zero-tolerance policies for all forms of sexual abuse;

(2) The right of detainees and employees to be free from sexual abuse, and from retaliation for reporting sexual abuse;

(3) Definitions and examples of prohibited and illegal sexual behavior;

(4) Recognition of situations where sexual abuse may occur;

Page 23 of 70
70B03C19Q00000074

(5) Recognition of physical, behavioral, and emotional signs of sexual abuse, and methods of preventing such occurrences;

(6) Procedures for reporting knowledge or suspicion of sexual abuse;

(7) How to communicate effectively and professionally with detainees, including lesbian, gay, bisexual, transgender,
intersex, or gender nonconforming detainees; and

(8) The requirement to limit reporting of sexual abuse to personnel with a need-to-know in order to make decisions
concerning the victim’s welfare and for law enforcement or investigative purposes.

Confirmation that all contractors who may have contact with holding facility detainees have completed this training must be
submitted to the contracting officer, or the contracting officer’s designee, and maintained for a least five (5) years.

g. Risk Assessment (6 CFR § 115.141): Ensure detainees are assessed for risk of victimization or abusiveness and implement
protective measures, as appropriate and available.

h. Immediate Notification (6 CFR § 115.161): Ensure contract staff report immediately to CBP officials any knowledge,
suspicion, or information regarding an incident of sexual abuse or assault that occurred; retaliation against individuals who
reported or participated in an investigation about such an incident; and any staff neglect or violation of responsibilities that
may have contributed to an incident or retaliation.

i. Corrective Actions (6 CFR § 115.177): Contractor personnel suspected of perpetrating sexual abuse shall be prohibited
from contact with detainees. Contractors suspected of perpetrating sexual abuse may be removed from all duties requiring
detainee contact pending the outcome of an investigation, as appropriate. Contractor shall notify the contracting officer, or
contracting officer’s designee, identified in the contract within 24 hours of the discipline, removal, termination, or resignation
of the suspected employee.

3. The Contractor acknowledges that, in addition to self-monitoring requirements, CBP will conduct third party audits of holding
facilities, announced or unannounced, to include on-site monitoring. The Contractor is required to make contract staff available to
auditors and agency personnel for interviews, site inspection, and provide relevant documentation to complete a thorough audit of
the facility.

4. At all times, the Contractor shall adhere to the standards set forth in the Regulations. Failure to comply with the Regulations may
result in termination of the contract.
____________________
1
HOLDING FACILITY: The Regulations define the term “holding facility” as a facility that contains holding cells, cell blocks, or other secure enclosures that
are: (1) under the control of the agency; and (2) primarily used for the short-term confinement of individuals who have recently been detained, or are being
transferred to or from a court, jail, prison, other agency, or other unit of the facility or agency.

End of Clause

II.27 SAFEGUARDING OF SENSITIVE INFORMATION (MAR 2015)

(a) Applicability. This clause applies to the Contractor, its subcontractors, and Contractor employees (hereafter referred
to collectively as “Contractor”). The Contractor shall insert the substance of this clause in all subcontracts.

(b) Definitions. As used in this clause—

“Personally Identifiable Information (PII)” means information that can be used to distinguish or trace an individual's
identity, such as name, social security number, or biometric records, either alone, or when combined with other
personal or identifying information that is linked or linkable to a specific individual, such as date and place of birth,
or mother’s maiden name. The definition of PII is not anchored to any single category of information or
technology. Rather, it requires a case-by-case assessment of the specific risk that an individual can be identified.
In performing this assessment, it is important for an agency to recognize that non-personally identifiable
information can become personally identifiable information whenever additional information is made publicly
available—in any medium and from any source—that, combined with other available information, could be used
to identify an individual.

PII is a subset of sensitive information. Examples of PII include, but are not limited to: name, date of birth,
mailing address, telephone number, Social Security number (SSN), email address, zip code, account numbers,
certificate/license numbers, vehicle identifiers including license plates, uniform resource locators (URLs), static
Internet protocol addresses, biometric identifiers such as fingerprint, voiceprint, iris scan, photographic facial
Page 24 of 70
70B03C19Q00000074

images, or any other unique identifying number or characteristic, and any information where it is reasonably
foreseeable that the information will be linked with other information to identify the individual.

“Sensitive Information” is defined in HSAR clause 3052.204-71, Contractor Employee Access, as any information,
which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the
national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are
entitled under section 552a of Title 5, United States Code (the Privacy Act), but which has not been specifically
authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest
of national defense, homeland security or foreign policy. This definition includes the following categories of
information:

(1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of
2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended,
the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the
applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated
by an authorized official of the Department of Homeland Security (including the PCII Program Manager or
his/her designee);

(2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as
amended, “Policies and Procedures of Safeguarding and Control of SSI,” as amended, and any
supplementary guidance officially communicated by an authorized official of the Department of Homeland
Security (including the Assistant Secretary for the Transportation Security Administration or his/her
designee);

(3) Information designated as “For Official Use Only,” which is unclassified information of a sensitive nature and
the unauthorized disclosure of which could adversely impact a person’s privacy or welfare, the conduct of
Federal programs, or other programs or operations essential to the national or homeland security interest;
and

(4) Any information that is designated “sensitive” or subject to other controls, safeguards or protections in
accordance with subsequently adopted homeland security information handling procedures.

“Sensitive Information Incident” is an incident that includes the known, potential, or suspected exposure, loss of
control, compromise, unauthorized disclosure, unauthorized acquisition, or unauthorized access or attempted
access of any Government system, Contractor system, or sensitive information.

“Sensitive Personally Identifiable Information (SPII)” is a subset of PII, which if lost, compromised or disclosed
without authorization, could result in substantial harm, embarrassment, inconvenience, or unfairness to an
individual. Some forms of PII are sensitive as stand-alone elements. Examples of such PII include: Social
Security numbers (SSN), driver’s license or state identification number, Alien Registration Numbers (A-number),
financial account number, and biometric identifiers such as fingerprint, voiceprint, or iris scan. Additional
examples include any groupings of information that contain an individual’s name or other unique identifier plus
one or more of the following elements:

(1) Truncated SSN (such as last 4 digits)


(2) Date of birth (month, day, and year)
(3) Citizenship or immigration status
(4) Ethnic or religious affiliation
(5) Sexual orientation
(6) Criminal History
(7) Medical Information
(8) System authentication information such as mother’s maiden name, account passwords or personal
identification numbers (PIN)

Other PII may be “sensitive” depending on its context, such as a list of employees and their performance ratings
or an unlisted home address or phone number. In contrast, a business card or public telephone directory of
agency employees contains PII but is not sensitive.

(c) Authorities. The Contractor shall follow all current versions of Government policies and guidance accessible at
http://www.dhs.gov/dhs-security-and-training-requirements-contractors, or available upon request from the
Contracting Officer, including but not limited to:

Page 25 of 70
70B03C19Q00000074

(1) DHS Management Directive 11042.1 Safeguarding Sensitive But Unclassified (for Official Use Only)
Information
(2) DHS Sensitive Systems Policy Directive 4300A
(3) DHS 4300A Sensitive Systems Handbook and Attachments
(4) DHS Security Authorization Process Guide
(5) DHS Handbook for Safeguarding Sensitive Personally Identifiable Information
(6) DHS Instruction Handbook 121-01-007 Department of Homeland Security Personnel Suitability and Security
Program
(7) DHS Information Security Performance Plan (current fiscal year)
(8) DHS Privacy Incident Handling Guidance
(9) Federal Information Processing Standard (FIPS) 140-2 Security Requirements for Cryptographic Modules
accessible at http://csrc.nist.gov/groups/STM/cmvp/standards.html
(10) National Institute of Standards and Technology (NIST) Special Publication 800-53 Security and Privacy
Controls for Federal Information Systems and Organizations accessible at
http://csrc.nist.gov/publications/PubsSPs.html
(11) NIST Special Publication 800-88 Guidelines for Media Sanitization accessible at
http://csrc.nist.gov/publications/PubsSPs.html

(d) Handling of Sensitive Information. Contractor compliance with this clause, as well as the policies and procedures
described below, is required.

(1) Department of Homeland Security (DHS) policies and procedures on Contractor personnel security
requirements are set forth in various Management Directives (MDs), Directives, and Instructions. MD
11042.1, Safeguarding Sensitive But Unclassified (For Official Use Only) Information describes how
Contractors must handle sensitive but unclassified information. DHS uses the term “FOR OFFICIAL USE
ONLY” to identify sensitive but unclassified information that is not otherwise categorized by statute or
regulation. Examples of sensitive information that are categorized by statute or regulation are PCII, SSI, etc.
The DHS Sensitive Systems Policy Directive 4300A and the DHS 4300A Sensitive Systems Handbook
provide the policies and procedures on security for Information Technology (IT) resources. The DHS
Handbook for Safeguarding Sensitive Personally Identifiable Information provides guidelines to help
safeguard SPII in both paper and electronic form. DHS Instruction Handbook 121-01-007 Department of
Homeland Security Personnel Suitability and Security Program establishes procedures, program
responsibilities, minimum standards, and reporting protocols for the DHS Personnel Suitability and Security
Program.

(2) The Contractor shall not use or redistribute any sensitive information processed, stored, and/or transmitted
by the Contractor except as specified in the contract.

(3) All Contractor employees with access to sensitive information shall execute DHS Form 11000-6, Department
of Homeland Security Non-Disclosure Agreement (NDA), as a condition of access to such information. The
Contractor shall maintain signed copies of the NDA for all employees as a record of compliance. The
Contractor shall provide copies of the signed NDA to the Contracting Officer’s Representative (COR) no later
than two (2) days after execution of the form.

(4) The Contractor’s invoicing, billing, and other recordkeeping systems maintained to support financial or other
administrative functions shall not maintain SPII. It is acceptable to maintain in these systems the names,
titles and contact information for the COR or other Government personnel associated with the administration
of the contract, as needed.

(e) Authority to Operate. The Contractor shall not input, store, process, output, and/or transmit sensitive information
within a Contractor IT system without an Authority to Operate (ATO) signed by the Headquarters or Component CIO,
or designee, in consultation with the Headquarters or Component Privacy Officer. Unless otherwise specified in the
ATO letter, the ATO is valid for three (3) years. The Contractor shall adhere to current Government policies,
procedures, and guidance for the Security Authorization (SA) process as defined below.

(1) Complete the Security Authorization process. The SA process shall proceed according to the DHS Sensitive
Systems Policy Directive 4300A (Version 11.0, April 30, 2014), or any successor publication, DHS 4300A
Sensitive Systems Handbook (Version 9.1, July 24, 2012), or any successor publication, and the Security
Authorization Process Guide including templates.

Page 26 of 70
70B03C19Q00000074

(i) Security Authorization Process Documentation. SA documentation shall be developed using the
Government provided Requirements Traceability Matrix and Government security documentation
templates. SA documentation consists of the following: Security Plan, Contingency Plan,
Contingency Plan Test Results, Configuration Management Plan, Security Assessment Plan, Security
Assessment Report, and Authorization to Operate Letter. Additional documents that may be required
include a Plan(s) of Action and Milestones and Interconnection Security Agreement(s). During the
development of SA documentation, the Contractor shall submit a signed SA package, validated by an
independent third party, to the COR for acceptance by the Headquarters or Component CIO, or
designee, at least thirty (30) days prior to the date of operation of the IT system. The Government is
the final authority on the compliance of the SA package and may limit the number of resubmissions of
a modified SA package. Once the ATO has been accepted by the Headquarters or Component CIO,
or designee, the Contracting Officer shall incorporate the ATO into the contract as a compliance
document. The Government’s acceptance of the ATO does not alleviate the Contractor’s
responsibility to ensure the IT system controls are implemented and operating effectively.

(ii) Independent Assessment. Contractors shall have an independent third party validate the security
and privacy controls in place for the system(s). The independent third party shall review and analyze
the SA package, and report on technical, operational, and management level deficiencies as outlined
in NIST Special Publication 800-53 Security and Privacy Controls for Federal Information Systems
and Organizations. The Contractor shall address all deficiencies before submitting the SA package to
the Government for acceptance.

(iii) Support the completion of the Privacy Threshold Analysis (PTA) as needed. As part of the SA
process, the Contractor may be required to support the Government in the completion of the PTA.
The requirement to complete a PTA is triggered by the creation, use, modification, upgrade, or
disposition of a Contractor IT system that will store, maintain and use PII, and must be renewed at
least every three (3) years. Upon review of the PTA, the DHS Privacy Office determines whether a
Privacy Impact Assessment (PIA) and/or Privacy Act System of Records Notice (SORN), or
modifications thereto, are required. The Contractor shall provide all support necessary to assist the
Department in completing the PIA in a timely manner and shall ensure that project management
plans and schedules include time for the completion of the PTA, PIA, and SORN (to the extent
required) as milestones. Support in this context includes responding timely to requests for
information from the Government about the use, access, storage, and maintenance of PII on the
Contractor’s system, and providing timely review of relevant compliance documents for factual
accuracy. Information on the DHS privacy compliance process, including PTAs, PIAs, and SORNs, is
accessible at http://www.dhs.gov/privacy-compliance.

(2) Renewal of ATO. Unless otherwise specified in the ATO letter, the ATO shall be renewed every three (3)
years. The Contractor is required to update its SA package as part of the ATO renewal process. The
Contractor shall update its SA package by one of the following methods: (1) Updating the SA documentation
in the DHS automated information assurance tool for acceptance by the Headquarters or Component CIO, or
designee, at least 90 days before the ATO expiration date for review and verification of security controls; or
(2) Submitting an updated SA package directly to the COR for approval by the Headquarters or Component
CIO, or designee, at least 90 days before the ATO expiration date for review and verification of security
controls. The 90 day review process is independent of the system production date and therefore it is
important that the Contractor build the review into project schedules. The reviews may include onsite visits
that involve physical or logical inspection of the Contractor environment to ensure controls are in place.

(3) Security Review. The Government may elect to conduct random periodic reviews to ensure that the security
requirements contained in this contract are being implemented and enforced. The Contractor shall afford
DHS, the Office of the Inspector General, and other Government organizations access to the Contractor’s
facilities, installations, operations, documentation, databases and personnel used in the performance of this
contract. The Contractor shall, through the Contracting Officer and COR, contact the Headquarters or
Component CIO, or designee, to coordinate and participate in review and inspection activity by Government
organizations external to the DHS. Access shall be provided, to the extent necessary as determined by the
Government, for the Government to carry out a program of inspection, investigation, and audit to safeguard
against threats and hazards to the integrity, availability and confidentiality of Government data or the function
of computer systems used in performance of this contract and to preserve evidence of computer crime.

(4) Continuous Monitoring. All Contractor-operated systems that input, store, process, output, and/or transmit
sensitive information shall meet or exceed the continuous monitoring requirements identified in the Fiscal

Page 27 of 70
70B03C19Q00000074

Year 2014 DHS Information Security Performance Plan, or successor publication. The plan is updated on an
annual basis. The Contractor shall also store monthly continuous monitoring data at its location for a period
not less than one year from the date the data is created. The data shall be encrypted in accordance with
FIPS 140-2 Security Requirements for Cryptographic Modules and shall not be stored on systems that are
shared with other commercial or Government entities. The Government may elect to perform continuous
monitoring and IT security scanning of Contractor systems from Government tools and infrastructure.

(5) Revocation of ATO. In the event of a sensitive information incident, the Government may suspend or revoke
an existing ATO (either in part or in whole). If an ATO is suspended or revoked in accordance with this
provision, the Contracting Officer may direct the Contractor to take additional security measures to secure
sensitive information. These measures may include restricting access to sensitive information on the
Contractor IT system under this contract. Restricting access may include disconnecting the system
processing, storing, or transmitting the sensitive information from the Internet or other networks or applying
additional security controls.

(6) Federal Reporting Requirements. Contractors operating information systems on behalf of the Government
or operating systems containing sensitive information shall comply with Federal reporting requirements.
Annual and quarterly data collection will be coordinated by the Government. Contractors shall provide the
COR with requested information within three (3) business days of receipt of the request. Reporting
requirements are determined by the Government and are defined in the Fiscal Year 2014 DHS Information
Security Performance Plan, or successor publication. The Contractor shall provide the Government with all
information to fully satisfy Federal reporting requirements for Contractor systems.

(f) Sensitive Information Incident Reporting Requirements.

(1) All known or suspected sensitive information incidents shall be reported to the Headquarters or Component
Security Operations Center (SOC) within one hour of discovery in accordance with 4300A Sensitive Systems
Handbook Incident Response and Reporting requirements. When notifying the Headquarters or Component
SOC, the Contractor shall also notify the Contracting Officer, COR, Headquarters or Component Privacy
Officer, and US-CERT using the contact information identified in the contract. If the incident is reported by
phone or the Contracting Officer’s email address is not immediately available, the Contractor shall contact
the Contracting Officer immediately after reporting the incident to the Headquarters or Component SOC.
The Contractor shall not include any sensitive information in the subject or body of any e-mail. To transmit
sensitive information, the Contractor shall use FIPS 140-2 Security Requirements for Cryptographic Modules
compliant encryption methods to protect sensitive information in attachments to email. Passwords shall not
be communicated in the same email as the attachment. A sensitive information incident shall not, by itself,
be interpreted as evidence that the Contractor has failed to provide adequate information security safeguards
for sensitive information, or has otherwise failed to meet the requirements of the contract.

(2) If a sensitive information incident involves PII or SPII, in addition to the reporting requirements in 4300A
Sensitive Systems Handbook Incident Response and Reporting, Contractors shall also provide as many of
the following data elements that are available at the time the incident is reported, with any remaining data
elements provided within 24 hours of submission of the initial incident report:

(i) Data Universal Numbering System (DUNS);


(ii) Contract numbers affected unless all contracts by the company are affected;
(iii) Facility CAGE code if the location of the event is different than the prime contractor location;
(iv) Point of contact (POC) if different than the POC recorded in the System for Award Management
(address, position, telephone, email);
(v) Contracting Officer POC (address, telephone, email);
(vi) Contract clearance level;
(vii) Name of subcontractor and CAGE code if this was an incident on a subcontractor network;
(viii) Government programs, platforms or systems involved;
(ix) Location(s) of incident;
(x) Date and time the incident was discovered;
(xi) Server names where sensitive information resided at the time of the incident, both at the Contractor
and subcontractor level;
(xii) Description of the Government PII and/or SPII contained within the system;
(xiii) Number of people potentially affected and the estimate or actual number of records exposed and/or
contained within the system; and
(xiv) Any additional information relevant to the incident.

Page 28 of 70
70B03C19Q00000074

(g) Sensitive Information Incident Response Requirements.

(1) All determinations related to sensitive information incidents, including response activities, notifications to
affected individuals and/or Federal agencies, and related services (e.g., credit monitoring) will be made in
writing by the Contracting Officer in consultation with the Headquarters or Component CIO and Headquarters
or Component Privacy Officer.

(2) The Contractor shall provide full access and cooperation for all activities determined by the Government to
be required to ensure an effective incident response, including providing all requested images, log files, and
event information to facilitate rapid resolution of sensitive information incidents.

(3) Incident response activities determined to be required by the Government may include, but are not limited to,
the following:

(i) Inspections,
(ii) Investigations,
(iii) Forensic reviews, and
(iv) Data analyses and processing.

(4) The Government, at its sole discretion, may obtain the assistance from other Federal agencies and/or third-
party firms to aid in incident response activities.

(h) Additional PII and/or SPII Notification Requirements.

(1) The Contractor shall have in place procedures and the capability to notify any individual whose PII resided in
the Contractor IT system at the time of the sensitive information incident not later than 5 business days after
being directed to notify individuals, unless otherwise approved by the Contracting Officer. The method and
content of any notification by the Contractor shall be coordinated with, and subject to prior written approval
by the Contracting Officer, in consultation with the Headquarters or Component Privacy Officer, utilizing the
DHS Privacy Incident Handling Guidance. The Contractor shall not proceed with notification unless the
Contracting Officer, in consultation with the Headquarters or Component Privacy Officer, has determined in
writing that notification is appropriate.

(2) Subject to Government analysis of the incident and the terms of its instructions to the Contractor regarding
any resulting notification, the notification method may consist of letters to affected individuals sent by first
class mail, electronic means, or general public notice, as approved by the Government. Notification may
require the Contractor’s use of address verification and/or address location services. At a minimum, the
notification shall include:

(i) A brief description of the incident;


(ii) A description of the types of PII and SPII involved;
(iii) A statement as to whether the PII or SPII was encrypted or protected by other means;
(iv) Steps individuals may take to protect themselves;
(v) What the Contractor and/or the Government are doing to investigate the incident, to mitigate the
incident, and to protect against any future incidents; and
(vi) Information identifying who individuals may contact for additional information.

(i) Credit Monitoring Requirements. In the event that a sensitive information incident involves PII or SPII, the
Contractor may be required to, as directed by the Contracting Officer:

(1) Provide notification to affected individuals as described above; and/or

(2) Provide credit monitoring services to individuals whose data was under the control of the Contractor or
resided in the Contractor IT system at the time of the sensitive information incident for a period beginning the
date of the incident and extending not less than 18 months from the date the individual is notified. Credit
monitoring services shall be provided from a company with which the Contractor has no affiliation. At a
minimum, credit monitoring services shall include:

(i) Triple credit bureau monitoring;


(ii) Daily customer service;

Page 29 of 70
70B03C19Q00000074

(iii) Alerts provided to the individual for changes and fraud; and
(iv) Assistance to the individual with enrollment in the services and the use of fraud alerts; and/or

(3) Establish a dedicated call center. Call center services shall include:

(i) A dedicated telephone number to contact customer service within a fixed period;
(ii) Information necessary for registrants/enrollees to access credit reports and credit scores;
(iii) Weekly reports on call center volume, issue escalation (i.e., those calls that cannot be handled by call
center staff and must be resolved by call center management or DHS, as appropriate), and other key
metrics;
(iv) Escalation of calls that cannot be handled by call center staff to call center management or DHS, as
appropriate;
(v) Customized FAQs, approved in writing by the Contracting Officer in coordination with the
Headquarters or Component Chief Privacy Officer; and
(vi) Information for registrants to contact customer service representatives and fraud resolution
representatives for credit monitoring assistance.

(j) Certification of Sanitization of Government and Government-Activity-Related Files and Information. As part of
contract closeout, the Contractor shall submit the certification to the COR and the Contracting Officer following the
template provided in NIST Special Publication 800-88 Guidelines for Media Sanitization.

(End of clause)

Page 30 of 70
70B03C19Q00000074

SECTION III SOLICITATION PROVISIONS

III.1 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

III.2 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

III.3 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016)

III.4 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2018)

III.5 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991)

III.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990)

III.7 52.250-2 SAFETY ACT COVERAGE NOT APPLICABLE (FEB 2009)

III.8 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)

(a) Definitions. As used in this provision—

“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a
determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes
administrative proceedings at the Federal and State level but only in connection with performance of a Federal
contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection
of deliverables.

“Federal contracts and grants with total value greater than $10,000,000” means—

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity,
8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business
segment; and similar positions).

(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than
$10,000,000.

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that
the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is
current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the
award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the
Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty,
reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in—

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

Page 31 of 70
70B03C19Q00000074

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an
acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in
paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision,
whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required
through maintaining an active registration in the System for Award Management, which can be accessed via
https://www.sam.gov’’ (see 52.204-7).

(End of provision)

III.9 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming
to the solicitation will be most advantageous to the Government, price and other factors considered. The following
factors shall be used to evaluate offers:

Price, past performance and technical capability

Technical and past performance, when combined, are less important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total
price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the
time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before
the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are
negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

III.10 52.212--3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations
and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the
Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only
paragraphs (c) through (u)) of this provision.

(a) Definitions. As used in this provision--

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that
is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of
which are controlled by, one or more women who are citizens of the United States and who are economically
disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business
eligible under the WOSB Program.

Forced or indentured child labor means all work or service--

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for
which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be
accomplished by process or penalties.

Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls
one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest
level owner.

Page 32 of 70
70B03C19Q00000074

Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control
include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests
among family members, shared facilities and equipment, and the common use of employees.

Inverted domestic corporation, means a foreign incorporated entity that meets the definition of an inverted domestic
corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c).

Place of manufacture means the place where an end product is assembled out of components, or otherwise made or
processed from raw materials into the finished product that is to be provided to the Government. If a product is
disassembled and reassembled, the place of reassembly is not the place of manufacture.

Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor.

Restricted business operations means business operations in Sudan that include power production activities, mineral
extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the
Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include
business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment
Act of 2007) conducting the business can demonstrate--

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department
of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under
such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian
organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

Sensitive technology--

(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used
specifically--

(i) To restrict the free flow of unbiased information in Iran; or

(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and

(2) Does not include information or informational materials the export of which the President does not have the
authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic
Powers Act (50 U.S.C. 1702(b)(3)).

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of
any publicly owned business, not less than 51 percent of the stock of which is owned by one or more
service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled
veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or
permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-
connected, as defined in 38 U.S.C. 101(16).

Page 33 of 70
70B03C19Q00000074

Small business concern means a concern, including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business
under the criteria in 13 CFR Part 121 and size standards in this solicitation.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the
size standard applicable to the acquisition, that—

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by—

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as
defined at 13 CFR 124.104) individuals who are citizens of the United States; and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into
account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by
individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Subsidiary means an entity in which more than 50 percent of the entity is owned--

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent corporation.

Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the
predecessor under a new name (often through acquisition or merger). The term ‘‘successor’’ does not include new
offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the
successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in
the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or
more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in
the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose
management and daily business operations are controlled by one or more women.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at
least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part
127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who are citizens of the
United States.

(b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this
provision do not automatically change the representations and certifications in SAM.

(2) The offeror has completed the annual representations and certifications electronically in SAM accessed
through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer
that the representations and certifications currently posted electronically at FAR 52.212–3, Offeror
Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months,

Page 34 of 70
70B03C19Q00000074

are current, accurate, complete, and applicable to this solicitation (including the business size standard
applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are
incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________.

[Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed
for the purposes of this solicitation only, if any.

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current,
accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to
the representations and certifications posted electronically on SAM.]

(c) Offerors must complete the following representations when the resulting contract will be performed in the United States
or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business
concern.

(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision] The offeror represents as part of its offer that it [_] is, [_] is not a
veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a
veteran-owned small business concern in paragraph (c)(2) of this provision] The offeror represents as part of
its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision] The offeror represents that it [_] is, [_] is not a small
disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision] The offeror represents that it [_] is, [_] is not a women-owned
small business concern.

(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a
women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that--

(i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required
documents to the WOSB Repository, and no change in circumstances or adverse decisions have been
issued that affects its eligibility; and

(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the
WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB
concern eligible under the WOSB Program and other small businesses that are participating in the joint
venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint
venture shall submit a separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror
represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The
offeror represents that--

(i) It [_] is, [_] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository,
and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating
in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small
businesses that are participating in the joint venture: __________. Each EDWOSB concern participating
in the joint venture shall submit a separate signed copy of the EDWOSB representation.

Page 35 of 70
70B03C19Q00000074

Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified
acquisition threshold

(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a
women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1)
of this provision] The offeror represents that it [_] is a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may
identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by
offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

________________________________________________

(10) HUBZone small business concern [Complete only if the offeror represented itself as a small business concern
in paragraph (c)(1) of this provision] The offeror represents, as part of its offer, that--

(i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List
of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no
material changes in ownership and control, principal office, or HUBZone employee percentage have
occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and
the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business
concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the
HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each
HUBZone small business concern participating in the HUBZone joint venture shall submit a separate
signed copy of the HUBZone representation.

(d) Representations required to implement provisions of Executive Order 11246--

(1) Previous contracts and compliance. The offeror represents that--

(i) It [_] has, [_] has not participated in a previous contract or subcontract subject to the Equal Opportunity
clause of this solicitation; and

(ii) It [_] has, [_] has not filed all required compliance reports.

(2) Affirmative Action Compliance. The offeror represents that--

(i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each
establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41
CFR parts 60-1 and 60-2), or

(ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the
rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is
expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief
that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an
employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any
registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with
respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of
Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or
employees of the offeror to whom payments of reasonable compensation were made.

(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American--
Supplies, is included in this solicitation.)

Page 36 of 70
70B03C19Q00000074

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a
domestic end product and that for other than COTS items, the offeror has considered components of
unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall
list as foreign end products those end products manufactured in the United States that do not qualify as
domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in
paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf
(COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States”
are defined in the clause of this solicitation entitled “Buy American--Supplies.”

"United States" are defined in the clause of this solicitation entitled "Buy American--Supplies."

(2) Foreign End Products:

Line Item No. Country of Origin

_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(g) (1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this
provision, is a domestic end product and that for other than COTS items, the offeror has considered
components of unknown origin to have been mined, produced, or manufactured outside the United States.
The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available
off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,”
“Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and
“United States” are defined in the clause of this solicitation entitled “Buy American--Free Trade
Agreements--Israeli Trade Act.”

(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than
Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined
in the clause of this solicitation entitled “Buy American--Free Trade Agreements--Israeli Trade Act”:

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or
Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph
(g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American--Free Trade
Agreements--Israeli Trade Act." The offeror shall list as other foreign end products those end products
manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is
not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end
product.”

Other Foreign End Products:

Line Item No. Country of Origin

Page 37 of 70
70B03C19Q00000074

_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(2) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at
FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii)
of the basic provision:

(g) (1) (ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this
solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade Act":

Canadian End Products:

Line Item No.


____________________________________
____________________________________
____________________________________

(3) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause
at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph
(g)(1)(ii) of the basic provision:

(g) (1) (ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as
defined in the clause of this solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade
Act":

Canadian or Israeli End Products:

Line Item No. Country of Origin

_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

(4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause
at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph
(g)(1)(ii) of the basic provision:

(g) (1) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other
than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end
products as defined in the clause of this solicitation entitled “Buy American--Free Trade Agreements--
Israeli Trade Act”:

Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani,
Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

Page 38 of 70
70B03C19Q00000074

(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in
this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a
U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade
Agreements."

(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated
country end products.

Other End Products:

Line Item No. Country of Origin


_________________________ _________________________
_________________________ _________________________
_________________________ _________________________

[List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For
line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated
country end products without regard to the restrictions of the Buy American statute. The Government will
consider for award only offers of U.S.-made or designated country end products unless the Contracting
Officer determines that there are no offers for such products or that the offers for such products are
insufficient to fulfill the requirements of the solicitation.

(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected
to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the
offeror and/or any of its principals--

(1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the
award of contracts by any Federal agency;

(2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil
judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of
Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal
criminal tax laws, or receiving stolen property;

(3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity
with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and

(4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal
taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(i) Taxes are considered delinquent if both of the following criteria apply:

(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability
is not finally determined if there is a pending administrative or judicial challenge. In the case of a
judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have
been exhausted.

(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to
pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases
where enforced collection action is precluded.

(ii) Examples.

(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the
taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it

Page 39 of 70
70B03C19Q00000074

is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability
until the taxpayer has exercised all judicial appeal rights.

(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer
has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS
Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines
to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying
tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a
delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will
not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is
making timely payments and is in full compliance with the agreement terms. The taxpayer is not
delinquent because the taxpayer is not currently required to make full payment.

(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced
collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126) [The Contracting
Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List
of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b)]

(1) Listed end products.

Listed End Product

Listed Countries of Origin

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1)
of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block]

[_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product.

[_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that
it has made a good faith effort to determine whether forced or indentured child labor was used to mine,
produce, or manufacture any such end product furnished under this contract. On the basis of those efforts,
the offeror certifies that it is not aware of any such use of child labor.

(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end
products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products
it expects to provide in response to this solicitation is predominantly--

(1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in
the United States exceeds the total anticipated price of offered end products manufactured outside the United
States); or

(2) [_] Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the
offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its
subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if
paragraph (k)(1) or (k)(2) applies.]

[_] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror
[_] does [_] does not certify that--

Page 40 of 70
70B03C19Q00000074

(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental
purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in
substantial quantities to the general public in the course of normal business operations;

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see
FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and

(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the
contract will be the same as that used for these employees and equivalent employees servicing the same
equipment of commercial customers.

[_] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that--

(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are
provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in
substantial quantities in the course of normal business operations;

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market
prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract will spend only a small portion of his
or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less
than 20 percent of available hours during the contract period if the contract period is less than a month)
servicing the Government contract; and

(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the
contract is the same as that used for these employees and equivalent employees servicing commercial
customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies--

(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not
attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the
Contracting Officer as soon as possible; and

(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in
paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i)
of this clause.

(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to
provide this information to SAM to be eligible for award.)

(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply
with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C.
6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).

(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the
offeror’s relationship with the Government (31 U.S.C. 7701(C)(3)). If the resulting contract is subject to the
payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with
IRS records to verify the accuracy of the offeror’s TIN.

(3) Taxpayer Identification Number (TIN).

[_] TIN: ________________________________.

[_] TIN has been applied for.

[_] TIN is not required because:

Page 41 of 70
70B03C19Q00000074

[_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income
effectively connected with the conduct of a trade or business in the United States and does not have
an office or place of business or a fiscal paying agent in the United States;

[_] Offeror is an agency or instrumentality of a foreign government;

[_] Offeror is an agency or instrumentality of the Federal Government.

(4) Type of organization.

[_] Sole proprietorship;

[_] Partnership;

[_] Corporate entity (not tax-exempt);

[_] Corporate entity (tax-exempt);

[_] Government entity (Federal, State, or local);

[_] Foreign government;

[_] International organization per 26 CFR 1.6049-4;

[_] Other ________________________________.

(5) Common parent.

[_] Offeror is not owned or controlled by a common parent;

[_] Name and TIN of common parent:

Name ________________________________.

TIN _________________________________.

(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not
conduct any restricted business operations in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations-- (1) Government agencies are not permitted to use
appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a
subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived
in accordance with the procedures at 9.108-4.

(2) Representation. The offeror represents that--

(i) It  is,  is not an inverted domestic corporation; and

(ii) It  is,  is not a subsidiary of an inverted domestic corporation.

(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall
email questions concerning sensitive technology to the Department of State at CISADA106@state.gov.

(2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in
paragraph (o)(3) of this provision, by submission of its offer, the offeror--

(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to
the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the
direction of, the government of Iran;

Page 42 of 70
70B03C19Q00000074

(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for
which sanctions may be imposed under section 5 of the Iran Sanctions Act; and

(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any
transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates,
the property and interests in property of which are blocked pursuant to the International Emergency Economic
Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at
https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx ).

(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if--

(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision);
and

(ii) The offeror has certified that all the offered products to be supplied are designated country end products.

(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a
requirement to have a unique entity identifier in the solicitation.

(1) The Offeror represents that it [_] has or [_] does not have an immediate owner. If the Offeror has more than
one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if
applicable, paragraph (3) of this provision for each participant in the joint venture.

(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:

Immediate owner CAGE code: _________________________.

Immediate owner legal name: __________________________.

(Do not use a “doing business as” name)

Is the immediate owner owned or controlled by another entity: [_] Yes or [_] No.

(3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is
owned or controlled by another entity, then enter the following information:

Highest-level owner CAGE code: _______________________.

Highest-level owner legal name: ________________________.

(Do not use a “doing business as” name)

(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

(1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations
Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The
Government will not enter into a contract with any corporation that –

(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies
have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement
with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid
tax liability, unless an agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the Government; or

(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the
awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the
corporation and made a determination that this action is not necessary to protect the interests of the
Government.

(2) The Offeror represents that--

Page 43 of 70
70B03C19Q00000074

(i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all
judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the
preceding 24 months.

(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204–16, Commercial and
Government Entity Code Reporting.)

(1) The Offeror represents that it [_] is or [_] is not a successor to a predecessor that held a Federal contract or
grant within the last three years.

(2) If the Offeror has indicated ‘‘is’’ in paragraph (r)(1) of this provision, enter the following information for all
predecessors that held a Federal contract or grant within the last three years (if more than one predecessor,
list in reverse chronological order):

Predecessor CAGE code: _____________ (or mark ‘‘Unknown’’).

Predecessor legal name: __________ _______________


(Do not use a ‘‘doing business as’’ name).

(s) [Reserved]

(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors
to register in SAM (12.301(d)(1)).

(1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the
prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal
contract awards in the prior Federal fiscal year.

(2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)].

(i) The Offeror (itself or through its immediate owner or highest-level owner) [_] does, [_] does not publicly
disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of
a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available
and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard.

(ii) The Offeror (itself or through its immediate owner or highest-level owner) [_] does, [_] does not publicly
disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly
accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or
percentage.

(iii) A publicly accessible Web site includes the Offeror’s own Web site or a recognized, third-party
greenhouse gas emissions reporting program.

(3) If the Offeror checked ‘‘does’’ in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall
provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are
reported: ______________

(u) (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts
(and as extended in continuing resolutions), Government agencies are not permitted to use appropriated (or
otherwise made available) funds for contracts with an entity that requires employees or subcontractors of
such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste,
fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or
agency authorized to receive such information.

(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to Standard
Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented

Page 44 of 70
70B03C19Q00000074

Information Nondisclosure Agreement), or any other form issued by a Federal department or agency
governing the nondisclosure of classified information.

(3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or
subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or
otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related
to the performance of a Government contract to a designated investigative or law enforcement representative
of a Federal department or agency authorized to receive such information (e.g., agency Office of the
Inspector General).

(End of provision)

III.11 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a firm fixed price delivery order contract resulting from this solicitation.

(End of provision)

III.12 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR


TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (AUG 2018)

(a) Definitions. As used in this provision--

“Person”--

(1) Means--

(i) A natural person;

(ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter,
guarantor, and any other business organization, any other nongovernmental entity, organization, or group,
and any governmental entity operating as a business enterprise; and

(iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and

(2) Does not include a government or governmental entity that is not operating as a business enterprise.

“Sensitive technology”--

(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used
specifically--

(i) To restrict the free flow of unbiased information in Iran; or

(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and

(2) Does not include information or informational materials the export of which the President does not have the
authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers
Act (50 U.S.C. 1702(b)(3)).

(b) The offeror shall email questions concerning sensitive technology to the Department of State at
CISADA106@state.gov.

(c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by
submission of its offer, the offeror--

(1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to
the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the
direction of, the government of Iran;

Page 45 of 70
70B03C19Q00000074

(2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for
which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in
the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran,
sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop
certain weapons or technologies; and

(3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any
transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or
affiliates, the property and interests in property of which are blocked pursuant to the International Emergency
Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked
Persons List at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).

(d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements
of paragraphs (c)(2) and (c)(3) of this provision do not apply if--

(1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-
24, or comparable agency provision); and

(2) The offeror has certified that all the offered products to be supplied are designated country end products or
designated country construction material.

(End of provision)

III.13 GENERAL INSTRUCTIONS FOR THE PREPARATION AND SUBMISSION OF QUOTATIONS (OCT 2008)

Each quoter's quotation submitted in response to this Request for Quotation (RFQ) shall be prepared in two volumes:
Volume I-Cost/Price and Volume II--Technical/Past Performance. Quotations shall be prepared in accordance with these
instructions and provide all required information in the format specified. Each quoter shall submit a transmittal letter on
company letterhead, stating the project description, the applicable GSA Schedule Contract Number, and any introductory
information deemed appropriate.
A. Volume I - Cost/Price
This volume shall be submitted in an original and [insert #] copies. The quoter shall submit the following that shall
comprise his quotation for this task order.
(1) Direct Labor Base. The quoter shall use his GSA schedule contract rates for direct labor. Quoter shall show the
GSA labor category descriptions, estimated hours, unit hourly rates, and extended amounts for each category of
labor. It is understood that the GSA rates are fully loaded (i.e, with all indirect expenses, G&A, fringes, etc.). A
direct labor total shall be shown as a result of the extended amounts. Where specific individuals are proposed for
particular labor categories, so indicate as a matrix. The quoter must include a statement that these rates are
applicable for the period(s) of performance of the order.
(2) Travel. All travel estimated for the period(s) of performance must be supported by a breakdown of proposed travel
as to originations, destinations, estimated durations, purpose of travel, proposed travelers, and cost estimate of
each trip. An estimated total for travel shall be shown.
(3) Other Direct Costs (ODC's). This element shall consist of:
(a) Consultants/Subcontractors. If consultants and/or subcontractors are to be utilized, include the company’s or
individual’s name/location, task order function(s) to be accomplished, and estimated number of
consultant/subcontractor hours or days plus hourly or daily rates, and extended amounts. An estimated total for
consultants/subcontractors shall be shown.
(b) Materials, Equipment, or Other Direct Costs. A breakdown of the materials and equipment, along with itemized
estimated costs and an estimated total anticipated for incurrence shall be shown.
(4) Total. [insert one of the following: Time-and-Materials Ceiling or Fixed Price Amount]
(5) Quoter shall include information to explain the estimating process used, including judgmental and assumption
factors applied.
NOTE: The quoter shall submit a separate breakdown of the above for each period of performance stated below:
(a) Base Performance Period: [list the “start: date through “end” date] May 01, 2019-August 31, 2019
(b) Optional Performance Period I: [list the “start: date through “end” date] September 2019
Page 46 of 70
70B03C19Q00000074

(c) Optional Performance Period II: [list the “start: date through “end” date] October
2019
(d) Optional Performance Period III: [list the “start: date through “end” date]November 2019
(e) Optional Performance Period IV: [list the “start: date through “end” date] December 2019
B. Volume II--Technical/Past Performance Information
This volume shall be submitted in an original and [insert #] copies. The quotation shall be prepared in such a manner
as to enable the Government reviewers to make a thorough evaluation and arrive at a sound determination of whether
the quotation satisfies the Statement of Work (SOW).
The technical portion shall consist of:
(1) Operational Approach. The quoter shall provide a narrative of his operational approach to performing the
requirements of the Statement of Work (SOW). This narrative shall include:
(a) Project Management Plan. Include a discussion of operational concepts, organizational structure, lines of
authority, communication, and any other operational functions that make up the quoter’s operational approach to
satisfying the SOW requirements. Information should be provided which will demonstrate the quoter’s
understanding and management of important events or tasks. Information on how the project is to be
organized, staffed, and managed must be included. The quoter must explain how the management and
coordination of any consultant and/or subcontractor efforts will be accomplished. Other resources to be
employed for the project must be discussed, such as the availability of tools, equipment, etc. An organization
chart showing the organization for this project shall be included
(b) Project Schedule. A detailed project schedule indicating key milestones from date of contract award through
contract completion must be provided. Potential problems which may be encountered and with possible
solutions should be discussed.
(c) Quality Assurance Plan. A quality assurance (QA) plan specifically addressing risk reduction is required.
(2) Personnel Resources and Staffing.
(a) Key Personnel. Key personnel (by name and title) and their scopes of responsibility and duties must be
identified. A Project Manager, who will serve as a single point-of-contact for the Government, must be
identified. Resumes for all individuals identified as "key personnel" must be included and contain information on
education, background, recent relative work experience. The resumes should be no longer than 2 pages in
length. The approximate percentage of time each individual will be available for the project must be included.
(b) Personnel and Staffing Mix. The quoter shall describe the personnel resources and staffing mix that will be
employed for this project and demonstrate how these resources will meet the SOW requirements. A list of
names and proposed duties of the professional personnel, consultants, and subcontractor employees assigned
to the project shall be also provided. Subcontracts and consulting arrangements shall be identified with the
following information: (i) Company name of each subcontractor or the individual name in the case of
independent consultants; (ii) names of each subcontractor’s corporate officers; (iii) name of each
subcontractor’s key personnel for this contract effort including each individual’s level of effort; and (iv) scope of
work to be performed by each subcontractor/consultant.
Resource information such as concerning labor hours, labor categories, sub-contracts, short job descriptions,
etc. (excluding pricing) should be submitted.
(3) Current/Past Performance. The quoter must include information sufficient to identify and describe their current
and previous experience in industry or Government (Federal, State, or local) in similar projects (size and scope)
such as described in the Statement of Work. At least three current/previous contracts must be identified with the
following information: project or contract title; contract number; contract type; date of contract award; period of
performance; total contract value (including options); contracting agency or firm with point of contact, address,
facsimile and telephone numbers; listing of major problems encountered during contract performance and
corrective actions/solutions rendered. Quoters who are newly formed entities without prior contracts should list
contracts and subcontracts on which proposed key personnel were employed. If a subcontract, provide name of
the prime contractor with name of the contract administrator, address, and facsimile and telephone numbers.
Identified contracts should demonstrate quoter's experience/abilities to work successfully on contract work such as
covered in the Statement of Work (SOW).
NOTE: The Government may use sources other than those listed by the quoter (developed on its own) in
evaluating the performance capabilities of the quoter. This includes the Department of Defense's Past
Performance Information Retrieval System (PPIRS) (https://www.ppirs.gov).

Page 47 of 70
70B03C19Q00000074

SUBMISSION OF QUOTATION:
Quoters may mail quotations to the following address:
U.S. Customs and Border Protection
Procurement Directorate
Attention: [insert POC]
1300 Pennsylvania Avenue, N.W.
Room 1310 (National Place Building)
Washington, DC 20229
However, mail to U.S. facilities is processed prior to delivery and therefore your packages may be delayed. It is highly
recommended that quoters submit their offers by Overnight Express or other express service to insure receipt of offers
by 4:30 PM, [insert date]. Do allow time for security checking of all packages. If submitting offer by express service,
the address is as follows:
U.S. Customs and Border Protection
Procurement Directorate
Attention: [insert POC]
1331 Pennsylvania Avenue, N.W.
National Place Building
Room 1310
Washington, DC 20004

[End of Provision]

III.14 STATEMENT OF WORK

STATEMENT OF WORK
March 29, 2019
Donna and El Paso Station 1
500 Soft-Sided Facility Operational Package

1. BACKGROUND: CBP requires additional capacity to accommodate family units and unaccompanied alien
children (UAC) arriving at the southwest border. Temporary facilities are required to accommodate
requirements while other solutions are developed.

2. SCOPE: The contractor shall provide a turnkey solution at sites with (1) structure one at site at Donna, to
include temporary facilities to accommodate 500 people at each site, Intake and processing along with
ancillary facilities and supporting mechanical, electrical, plumbing, communications and other infrastructure.
Generator power shall be provided by contractor. No fresh or wastewater connections or other utilities should
be assumed. Structure (1) shall be utilized for processing purposes, as a multi-use intake, personnel property
storage, holding and medical evaluation. Isolation area provided separate of population. Spatial configuration
of the structures shall take into account best practices from the Donna Port of Entry, Texas.

The contractor shall provide all material, services and labor in this Statement of Work (SOW) for CBP, located
in the Donna Port of Entry and El Paso, Texas.

3. APPLICABLE ATTACHMENTS:

1 – Donna Site survey


2 – El Paso station survey
3 – Example Pictures

4. SPECIFIC TASKS: Below are the specific tasks, items and services to be completed:

Page 48 of 70
70B03C19Q00000074

The contractor shall provide a turnkey solution to accommodate the processing and holding of 500 people at
each location.

Site Preparation:

The contractor shall prepare the site by clearing and grubbing the existing vegetation and replacing the top 8”
of topsoil with 18” of caliche (TXDOT Item 247, Type A, Grade 1). This shall provide for the building pad to be
12” - 24” above the surrounding natural ground and further ensure positive drainage. Once the topsoil is
removed, the subgrade shall be compacted to a minimum 90% dry density before the caliche is placed. The
caliche shall be placed in 6” lift increments and compacted to 95% dry density per lift. The contractor shall
ensure a firm and stable base for the deployment of the soft sided structure, ancillary equipment, access
roads, and parking/maneuvering of all vehicles. In addition to access roads, the contractor shall also provide
suitable well-drained walkways. All clearing and grubbing material must be removed off-site. The contractor
shall leave and maintain a 20ft fire buffer zone outside the perimeter fence clear of vegetation.

The contractor shall obtain all applicable City, County, or State permits and comply with all local regulations.
The contractor shall contact Texas 811 before any excavations take place exceeding 18”. Furthermore the
contractor shall ensure there are no utilities running through the proposed area as there could be oil/gas
pipelines or irrigation lines running through the site. A building location site plan shall be provided so that any
trenching for communication lines may be performed and conduits placed before the caliche is placed.

The contractor shall not presume the availability or access to any utility connections.

The contractor shall run a fiber optic cable from processing secured LAN room facility at site to be terminated
as directed by OIT at the port of entry. Preform site survey to establish OIT requirements. If Available

One Main Separate soft-sided structure:

Detention structure will accommodate detention, sleeping, and eating for at least 500 individuals at
structure. Family units and UAC divided male and female. Possible total sections to be (4). Total
Detention structure shall be segregated into separate holding zones; the zones shall be separated by a
walkway at least 60” leading from one exterior doorway to the other. The detention structures shall
have indoor chemical toilets, vented to the exterior of the structures, serviceable from exterior, with
hand wash stations, and a secure officer area in each section with work top, chairs and area to store
personal items. Each section shall be open concept with one raised (7’) officer watch station suitable
for two guards in each section constructed of wood, painted, and placed in the center of the open
areas. All sections to be segregated by walls
1. No foundation required for wall.
2. Mechanically fastened at base with no exposed fasteners, mechanically fastened or braced at top.
3. No exposed edges or fasteners.
4. Noncombustible materials.
5. Class A flame spread.
6. Non-abrasive finish.
7. Washable Antimicrobial surfaces.
.

The one structure shall also support multi-use activities. The layout of the multi-use activities shall be
comprised of a medical area, screened with privacy screens. A small refrigerator shall be included. A portion
of the structure shall be an intake processing area with bench seating and tables for computers for processing.
Chemical toilets, vented and serviced from the exterior of the structure, shall be included. The remainder of
the structure shall be two large areas, one shall be utilized as processing and waiting area, with bench seating,
for individuals that are pending processing, transportation and the second area for supply and storage. All
areas to be segregated by wall material as above

All Bench seating shall be secured to the ground or interlocked. Additional separation of spaces may be
required in the future, depending on detainee male/female ratio, and number of UAC at the facility.
Page 49 of 70
70B03C19Q00000074

A fenced-in secure yard chain link w/ durable privacy and double outrigger with (3) strands wire. Approval by
owner. A additional fenced in area with-in compound area not to exceed 3,000 s.f., shall be provided for
outside exercise/recreation at holding area.

Contractor shall provide a proposed site layout drawing and interior configuration drawing for CBP’s COR review
and approval prior to implementation to ensure the site and interior configurations fully supports CBP
requirements.

The following facility and service requirements, or approved equivalent to support a facility of this size, shall be
met to make the facilities fully functional:

SIZE 500 people each


DURATION (DAYS) 120 with (4) 30 day option periods

FOOD SERVICE:

Kitchen Equipment to be refrigerators, freezers and microwaves (4) each

SHOWERS:

Shower Units must support 500, but no less than 40 individual showers. Showers shall be installed very near to
or connected to detention structures to facilitate safe and secure movement for CBP and occupants. Shower
space shall be conditioned and meet same temperature and air quality standards as the main structures.
Propane as required

CHEMICAL TOILETS & SINKS:

Chemical Toilets w/ Daily Service 40. Toilets shall be placed in a manner that supports frequent servicing
without disruptions or security vulnerabilities. As required for 500 mat and staffing
Hand wash Sinks w/ Daily Service as required for 500 mat and staffing

LAUNDRY TRAILER SERVICE

Stacked Washer/Dryer Units 40


Propane as required

HOUSING COMPONENTS

Detention areas shall be scaled to provide 60sf per person (see space calculations below).

Wall partitions at type of occupancy changes. As above

FLOORING

All floors shall be raised wood floors with impervious floor coverings such as linoleum, vinyl, or composite
material to allow for effective cleaning and sanitation to include cleanup of bodily fluids and other such
hazards. The flooring solution shall prevent the accumulation of liquids or dirt in areas that cannot be
effectively cleaned and sanitized routinely as identified further in this SOW.

WATER DELIVERY & REMOVAL of Gray water as required for 500 24/7 days a week

Page 50 of 70
70B03C19Q00000074

ANCILLARY COMPONENTS

Light towers 6 w/power and minimum 2 heads

Tables (27 tables, appx. 48”x30”; 26 tables, appx. 72”x30”)

Seating for 250 anchored or interlocking

Fencing: The perimeter shall be enclosed by f 7’ chain link, plus 3’ wire barbed wire on 1 foot outrigger to
include privacy screening. 2 vehicle gates shall be included in. Fencing shall be used for the entire perimeter.
Fencing not on the perimeter shall not be barbed. Walls shall be used on the interior of structures in areas
designated by CBP to control movement of people and for security. All fencing shall be installed in such a way
that does not a pose tripping hazard, and does not expose occupants to safety hazards such as from sharp
edges. All interior and exterior gates must have the ability to lock. All fencing and gates, exterior to the
structures, shall be appropriate for the designated detention use of the facility, shall be of a sturdy and secure
nature, and all gates shall use true gate hardware with latches and hinges.

Storage Conex Boxes : Four (4) each– Equipped with shelving for detainee property storage. Shelving shall be sturdy enough to
hold large suitcases.

STRUCTURES

Soft-Sided Housing (60sqft/person): This includes an allowance of 35 square feet per detainee of open space
plus 12 square feet to account for sleeping mat space, plus 1 sf allowance for toilets (considered at a ration of
1 tl/15 detainees at 25 sf per toilet) plus 1.2 sf per detainee for ABA compliance (25 sf for 1:20 ratio of
accessible spaces), plus 10 sf allowance for staff supervision space, shower access or other and minor
support spaces. This is not inclusive of separate space for health clinics, administrative space, processing
space, intake holding, food service other than minor distribution, laundry facilities, or warehouse.

Structure envelope shall be weather-tight. Seals between sidewalls, ceiling, flooring system, and partitions
shall be sealed weather tight and shall be sealed to prevent mosquito, flies, and vermin infiltration and to
prevent the movement of people or the passing of objects between adjacent spaces or to the exterior..

Exterior doors shall be opaque and shall include panic bars for security as well as to support rapid egress. All
doors shall be sealed and weather-tight.

Structures shall be kept pest and vermin free. Shall include Pest control for structure and immediate area.

Ventilation shall be functional and maintained, with air quality and environmental conditions at levels
comfortable for human occupancy.

Temperatures shall be maintained constantly between the range of 66-80 degrees Fahrenheit.

Food Prep area – 4 ea. Refrigerators and 4 ea. microwaves only

Laundry Facility (50x66) as required Modular

Showers and wash stations as required Modular

Office Space Administration, Medical, ERO ICE and OIT

Power & HVAC. Proper cord and cable management shall be required to ensure safety.

DIESEL FUEL

Page 51 of 70
70B03C19Q00000074

Sufficient amounts required to run the site 24/7.

STAFFING

Mobilization and demobilization: At the completion of the period of performance, the contractor shall return
the site to substantially the same condition as prior to the start of performance.

Interior and perimeter CCTV: a stand-alone wired system (not wireless) with 90 Day High Definition DVR
recording capability shall be provided. The system shall provide 360 degree, unobstructed views of internal
and external areas of the facility. No fewer than 40 cameras and a viewing station shall be provided. With
minimum (4) 42” monitors

Gun Lockers:

Shall be included for each detention structure and for the multi-use structure: One (1) unit per structure to
accommodate 10 pistols per unit, with individual keyed lock boxes for each pistol.

Security:

Unarmed Security Guards (14_ Total - 14 per shift X 3 shifts X 8 hours/shift for 30 days). At least 1 female
guard per detention structure must be available during each shift.

Each security guard shall ensure that he/she maintains line-of-sight with one or more CBP employees during
the entirety of the time that he/she is in the facility. Any deliberate attempt by a security guard to conceal
himself/herself from a CBP employee shall result in immediate removal from the facility and the contract.
Radio’s for guard service communications

Each security guard shall be required to perform responsibilities and duties as detailed within the “Post Orders”
developed and issued by local CBP management, contained within the Standard Operating Procedure, and
incorporated here by reference.

Communications:

OIT connection fiber optic cable for processing and office areas.
WIFI services to site
Radios for Guard service communications

Facility Cleaning & Upkeep:

Portable toilets, showers, wash basins and laundry facilities shall be serviced and cleaned more frequently
than standard during emergency/high detainee periods.

Air processing equipment (air conditioning/ventilators) shall be cleaned regularly to prevent build-up of dirt,
mold, etc.

HVAC filters and/or pre-filters shall be replaced at shorter intervals when increased populations are present to
avoid overloading and possible spread of infections.

5. CONDITIONS OF CONTRACT: Only the Contracting Officer (CO) has the authority to approve and
authorize any changes to the contract. Any deviation from the original contract/scope of work shall be
coordinated with the CO before work begins. No additional work or changes will be carried out without a
contract modification.

6. RESPONSIBILITIES OF CONTRACTOR:

Page 52 of 70
70B03C19Q00000074

Contractor shall provide all warranty and service of equipment.

PERSONNEL (list for CBP to conduct vetting), that ARE DRUG-SCREENED, DRUG-SCREENED, and E-
VERIFIED. CONTRACTOR SHOULD PROVIDE ONLY LAWFUL PERMANENT RESIDENTS AND UNITED
STATES CITIZENS. Also, PERSONNEL ON SITE WILL NOT HAVE ENGAGED IN SEXUAL ABUSE IN A
PRISON, JAIL, HOLDING FACILITY, COMMUNITY CONFINEMENT FACILITY, JUVENILE FACILITY, OR
OTHER INSTITUTION (AS DEFINED IN 42 U.S.C. 1997); BEEN CONVICTED OF ENGAGING OR
ATTEMPTING TO ENGAGE IN SEXUAL ACTIVITY FACILITATED BY FORCE, OVERT OR IMPLIED
THREATS OF FORCE, OR COERCION, OR IF THE VICTIM DID NOT CONSENT OR WAS UNABLE TO
CONSENT OR REFUSE; OR BEEN CIVILLY OR ADMINISTRATIVELY ADJUDICATED TO HAVE ENGAGED
IN SUCH ACTIVITY.

Contractor shall provide, if requested, documentation showing how they verified personnel had not previously
engaged in the previously defined sexual abuse activities.

Contractor shall provide CBP with a list of all anticipated on-site personnel in a timely manner to allow for vetting.
The list shall include full name, sex, current address, DOB, SS#, driver’s license State and number.

Prison Rape Elimination Act Compliance (PREA)

Contractor must comply with the Prison Rape Elimination Act (PREA) of 2003 (Federal Law 42 U.S.C. 15601 et. seq.),
with all applicable Federal PREA standards, and with all agency policies and standards related to PREA for preventing,
detecting, monitoring, investigating, and eradicating any form of sexual abuse within facilities/programs/offices owned,
operated, or contracted. Contractor acknowledges that, in addition to self‐monitoring requirements, CBP will conduct
compliance monitoring and PREA Standards require an outside independent audit. This requirement includes training of
all contractors who may have contact with holding facility detainees to be able to fulfill their responsibilities under the DHS
Standards to Prevent, Detect, and Respond to Sexual Abuse and Assault in Confinement Facilities (6 CFR Part 115),
including training on:

(1) The agency’s zero-tolerance policies for all forms of sexual abuse;
(2) The right of detainees and employees to be free from sexual abuse, and from retaliation for reporting sexual
abuse;
(3) Definitions and examples of prohibited and illegal sexual behavior;
(4) Recognition of situations where sexual abuse may occur;
(5) Recognition of physical, behavioral, and emotional signs of sexual abuse, and methods of preventing such
occurrences;
(6) Procedures for reporting knowledge or suspicion of sexual abuse;
(7) How to communicate effectively and professionally with detainees, including lesbian, gay, bisexual, transgender,
intersex, or gender nonconforming detainees; and
(8) The requirement to limit reporting of sexual abuse to personnel with a need-to-know in order to make decisions
concerning the victim’s welfare and for law enforcement or investigative purposes.

Confirmation that all contractors, who may have contact with holding facility detainees, have completed this training must
be submitted to the COR and maintained for a least five years.

Contractor shall obtain and maintain liability insurance in amounts equal to or greater than $1 million, and shall
name the United States as an additional insured with respect to any such policies of insurance.

All expenses towards mobilization at site and demobilization including bringing in equipment, workforce, and
materials, dismantling the equipment, clearing the site etc., shall be deemed to be included in the rates quoted
by the contractor against various items of schedule of rates and no separate payment on such expenses shall
be entertained.

7. DELIVERABLES AND DELIVERY SCHEDULE: Contractor is responsible for all supplies and labor needed
to complete work as stated. All work will be completed in a timely manner.

8. ENVIRONMENTAL: Contractor is responsible for complying with all applicable environmental regulations
and laws.
Page 53 of 70
70B03C19Q00000074

9. SUBSTITUTIONS AND EQUIVALENT ITEMS: Substitutions or use of equivalent items can only be used if
authorized by the Contracting Officer (CO).

10. PLACE OF PERFORMANCE: Donna Port of Entry and El Paso, Texas.

11. PERIOD OF PERFROMANCE: The period of performance is as follows:

May 1, 2019 through August 31, 2019 plus four (4) one (1) month options

12. POINTS OF CONTACT: The COR will be the Government point of contact in the local area. Only the
Contracting Officer (CO) has the authority to approve and authorize any changes to the contract.

Project Manager: Robert Gillis


Contracting Officer’s Representative:
Contracting Officer: Janice V Washington
Contract Specialist: Rosie Zaragoza-Santos
Onsite technical POC:

III.15 WAGE DETERMINATION


WD15-5229(Rev.-7)wasfirstpostedonwww.wdol.govon01/01/2019
************************************************************************************REGISTEROFWAGE
DETERMINATIONSUNDER | U.S.DEPARTMENTOFLABOR
THESERVICECONTRACTACT | EMPLOYMENTSTANDARDSADMINISTRATION
BydirectionoftheSecretaryofLabor| WAGEANDHOURDIVISION
| WASHINGTOND.C. 20210
|
|
|
|WageDeterminationNo.:2015-5229DanielW.Simms
Divisionof | RevisionNo.:7
Director WageDeterminations| DateOfRevision:12/26/2018
|
Note:UnderExecutiveOrder(EO)13658,anhourlyminimumwageof$10
.60forcalendaryear2019appliestoallcontractssubjecttotheServiceContract
Actforwhichthecontractisawarded(andanysolicitationwasissued)onorafterJanuary1,2015.IfthiscontractiscoveredbytheEO,t
hecontractormustpayallworkersinanyclassificationlistedonthiswagedeterminationatleast$10.60perhour(ortheapplicablewa
geratelistedonthiswagedetermination,ifitishigher)forallhoursspentperformingonthecontractincalendaryear2019.TheEOmi
nimumwageratewillbeadjustedannually.
AdditionalinformationoncontractorrequirementsandworkerprotectionsundertheEOisavailableatwww.dol.gov/whd/govcon
tracts.
State:Texas
Area:TexasCountiesofElPaso,Hudspeth
**FringeBenefitsRequiredFollowtheOccupationalListing**
OCCUPATIONCODE-TITLE FOOTNOTE RATE
01000-AdministrativeSupportAndClericalOccupations
01011 -AccountingClerkI 13.55
01012 -AccountingClerkII 15.21
01013 -AccountingClerkIII 17.02
01020 -AdministrativeAssistant 23.51
01035 -CourtReporter 17.27
01041 -CustomerServiceRepresentativeI 10.58
01042 -CustomerServiceRepresentativeII 11.90
01043 -CustomerServiceRepresentativeIII 12.99
01051 -DataEntryOperatorI 10.53
01052 -DataEntryOperatorII 11.62
01060 -Dispatcher,MotorVehicle 15.75
01070 -DocumentPreparationClerk 11.82
01090 -DuplicatingMachineOperator 11.82
01111 -GeneralClerkI 11.28
01112 -GeneralClerkII 12.30
01113 -GeneralClerkIII 13.81
01120 -HousingReferralAssistant 16.63
01141 -MessengerCourier 9.69

Page 54 of 70
70B03C19Q00000074

01191 -OrderClerkI 12.82


01192 -OrderClerkII 13.99
01261 -PersonnelAssistant(Employment)I 14.08
01262 -PersonnelAssistant(Employment)II 15.88
01263 -PersonnelAssistant(Employment)III 17.59
01270 -ProductionControlClerk 17.14
01290 -RentalClerk 10.86
01300 -Scheduler,Maintenance 13.34
01311 -SecretaryI 13.34
01312 -SecretaryII 14.92
01313 -SecretaryIII 16.63
01320 -ServiceOrderDispatcher 14.08
01410 -SupplyTechnician 22.94
01420 -SurveyWorker 15.95
01460 -SwitchboardOperator/Receptionist 10.85
01531 -TravelClerkI 12.74
01532 -TravelClerkII 13.81
01533 -TravelClerkIII 14.74
01611 -WordProcessorI 14.56
01612 -WordProcessorII 16.35
01613 - 18.29
05000- WordProcessorIIIAutomotiveServ
05005 -AutomobileBodyRepairer,Fiberglass 18.05
05010 -Automotive Electrician 15.40
05040 -AutomotiveGlassInstaller 14.37
05070 -AutomotiveWorker 14.37
05110 -MobileEquipmentServicer 12.32
05130 -MotorEquipmentMetalMechanic 17.31
05160 -MotorEquipmentMetalWorker 14.37
05190 -MotorVehicleMechanic 17.31
05220 -MotorVehicleMechanicHelper 11.29

05250 -MotorVehicleUpholsteryWorker 13.34


05280 -MotorVehicleWrecker 14.37
05310 -Painter,Automotive 15.40
05340 -RadiatorRepairSpecialist 14.37
05370 -TireRepairer 12.11
05400 -TransmissionRepairSpecialist 17.31
07000- FoodPreparationAndServiceOccupations
07010 -Baker 10.51
07041 -CookI 11.27
07042 -CookII 13.46
07070 -Dishwasher 8.85
07130 -FoodServiceWorker 10.10
07210 -MeatCutter 11.37
07260 -Waiter/Waitress 8.86
09000- FurnitureMaintenanceAndRepairOccupations
09010 -ElectrostaticSprayPainter 15.73
09040 -FurnitureHandler 8.80
09080 -FurnitureRefinisher 15.73
09090 -FurnitureRefinisherHelper 11.05
09110 -FurnitureRepairer,Minor 13.15
09130 -Upholsterer 16.15
11000- GeneralServicesAndSupportOccupations
11030 -Cleaner,Vehicles 10.07
11060 -ElevatorOperator 10.07
11090 -Gardener 14.73
11122 -HousekeepingAide 10.25
11150 -Janitor 10.25
11210 -Laborer,GroundsMaintenance 10.39
11240 -MaidorHouseman 8.94
11260 -Pruner 8.91
11270 -TractorOperator 13.26
11330 -TrailMaintenanceWorker 10.39
11360 -WindowCleaner 11.96
12000- HealthOccupations
12010 -AmbulanceDriver 14.64
12011 -BreathAlcoholTechnician 19.12
12012 -CertifiedOccupationalTherapistAssistant 29.56
12015 -CertifiedPhysicalTherapistAssistant 25.52
12020 -DentalAssistant 15.24
12025 -DentalHygienist 30.17
12030 -EKGTechnician 27.52
12035 -ElectroneurodiagnosticTechnologist 27.52
12040 -EmergencyMedicalTechnician 14.64
12071 -LicensedPracticalNurseI 17.29
12072 -LicensedPracticalNurseII 19.35
Page 55 of 70
70B03C19Q00000074

12073 -LicensedPracticalNurseIII 21.56


12100 -MedicalAssistant 11.56
12130 -MedicalLaboratoryTechnician 18.34
12160 -MedicalRecordClerk 14.59
12190 -MedicalRecordTechnician 16.32
12195 -MedicalTranscriptionist 17.29
12210 -NuclearMedicineTechnologist 37.12
12221 -NursingAssistantI 11.21
12222 -NursingAssistantII 12.60
12223 -NursingAssistantIII 13.75
12224 -NursingAssistantIV 15.43
12235 -OpticalDispenser 14.08
12236 -OpticalTechnician 12.38
12250 -PharmacyTechnician 15.21
12280 -Phlebotomist 14.74
12305 -RadiologicTechnologist 25.09
12311 -RegisteredNurseI 23.99
12312 -RegisteredNurseII 28.64
12313 -RegisteredNurseII,Specialist 28.64
12314 -RegisteredNurseIII 34.65
12315 -RegisteredNurseIII,Anesthetist 34.65
12316 -RegisteredNurseIV 41.55
12317 -Scheduler(DrugandAlcoholTesting) 23.96
12320 -SubstanceAbuseTreatmentCounselor 19.20
13000- InformationAndArtsOccupations
13011 -ExhibitsSpecialistI 21.77
13012 -ExhibitsSpecialistII 26.97
13013 -ExhibitsSpecialistIII 32.99
13041 -IllustratorI 21.77
13042 -IllustratorII 26.97
13043 -IllustratorIII 32.99
13047 -Librarian 29.87
13050 -LibraryAide/Clerk 11.49
13054 -LibraryInformationTechnologySystems 26.97
Administrator
13058-LibraryTechnician 17.24

13061 -MediaSpecialistI 19.46


13062 -MediaSpecialistII 21.77
13063 -MediaSpecialistIII 24.28
13071 -PhotographerI 14.22
13072 -PhotographerII 17.86
13073 -PhotographerIII 22.12
13074 -PhotographerIV 26.90
13075 -PhotographerV 30.67
13090 -TechnicalOrderLibraryClerk 15.74
13110-VideoTeleconferenceTechnician 19.32
14000-InformationTechnologyOccupations
14041 -Computer OperatorI 15.04
14042 -Computer OperatorII 16.82
14043 -Computer OperatorIII 18.74
14044 -Computer OperatorIV 20.83
14045 -Computer OperatorV 23.07
14071 -Computer ProgrammerI (see1) 21.43
14072 -Computer ProgrammerII (see1) 26.56
14073 -Computer ProgrammerIII (see1)
14074 -Computer ProgrammerIV (see1)
14101 -Computer SystemsAnalystI (see1)
14102 -Computer SystemsAnalystII (see1)
14103-ComputerSystemsAnalystIII (see1)
14150-PeripheralEquipmentOperator 15.04
14160-PersonalComputerSupportTechnician 22.41
14170-SystemSupportSpecialist 25.82
15000-InstructionalOccupations
15010 -AircrewTrainingDevicesInstructor(Non-Rated) 28.48
15020 -AircrewTrainingDevicesInstructor(Rated) 34.46
15030 -AirCrewTrainingDevicesInstructor(Pilot) 41.31
15050 -ComputerBasedTrainingSpecialist/Instructor 28.48
15060 -EducationalTechnologist 35.14
15070 -FlightInstructor(Pilot) 41.31
15080 -GraphicArtist 19.58
15085 -MaintenanceTestPilot,Fixed,Jet/Prop 40.08
15086 -MaintenanceTestPilot,RotaryWing 40.08
15088 -Non-MaintenanceTest/Co-Pilot 40.08
15090 -TechnicalInstructor 19.87
15095 -TechnicalInstructor/CourseDeveloper 24.30
15110 -TestProctor 16.04

Page 56 of 70
70B03C19Q00000074

15120-Tutor 16.04
16000-Laundry,Dry-Cleaning,PressingAndRelatedOccupations
16010 -Assembler 8.75
16030 -CounterAttendant 9.40
16040 -DryCleaner 10.25
16070 -Finisher,Flatwork,Machine 9.40
16090 -Presser,Hand 9.40
16110 -Presser,Machine,Drycleaning 9.40
16130 -Presser,Machine,Shirts 9.40
16160 -Presser,Machine,WearingApparel,Laundry 9.40
16190 -SewingMachineOperator 10.85
16220 -Tailor 11.45
16250-Washer,Machine 9.15
19000-MachineToolOperationAndRepairOccupations
19010-Machine-ToolOperator(ToolRoom) 20.62
19040-ToolAndDieMaker 26.66
21000-MaterialsHandlingAndPackingOccupations
21020-ForkliftOperator 11.99
21030-MaterialCoordinator 17.14
21040-MaterialExpediter 17.14
21050-MaterialHandlingLaborer 10.36
21071-OrderFiller 10.49
21080-ProductionLineWorker(FoodProcessing) 11.99
21110-ShippingPacker 12.32
21130-Shipping/ReceivingClerk 12.32
21140-StoreWorkerI 9.91
21150-StockClerk 14.12
21210-ToolsAndPartsAttendant 11.99
21410-WarehouseSpecialist 11.99
23000-MechanicsAndMaintenanceAndRepairOccupations
23010-AerospaceStructuralWelder 32.78
23019-AircraftLogsandRecordsTechnician 24.22
23021-AircraftMechanicI 30.63
23022-AircraftMechanicII 32.78
23023-AircraftMechanicIII 34.88
23040-AircraftMechanicHelper 19.88
23050-Aircraft,Painter 24.85
23060-AircraftServicer 24.22
23070-AircraftSurvivalFlightEquipmentTechnician 24.85
23080-AircraftWorker 26.37
23091-AircrewLifeSupportEquipment(ALSE)Mechanic 26.37

I
23092-AircrewLifeSupportEquipment(ALSE)Mechanic 30.63
II
23110-ApplianceMechanic 18.02
23120-BicycleRepairer 14.00
23125-CableSplicer 24.06
23130-Carpenter,Maintenance 15.73
23140-CarpetLayer 16.73
23160-Electrician,Maintenance 18.82
23181-ElectronicsTechnicianMaintenanceI 21.86
23182-ElectronicsTechnicianMaintenanceII 23.55
23183-ElectronicsTechnicianMaintenanceIII 25.39
23260-FabricWorker 15.36
23290-FireAlarmSystemMechanic 20.11
23310-FireExtinguisherRepairer 14.01
23311-FuelDistributionSystemMechanic 19.79
23312-FuelDistributionSystemOperator 15.20
23370-GeneralMaintenanceWorker 14.64
23380-GroundSupportEquipmentMechanic 30.63
23381-GroundSupportEquipmentServicer 24.22
23382-GroundSupportEquipmentWorker 26.37
23391-GunsmithI 14.01
23392-GunsmithII 16.73
23393-GunsmithIII 19.43
23410-Heating,VentilationAndAir- 17.52
ConditioningMechanic
23411-Heating,VentilationAndAirContidioning 18.75
Mechanic(ResearchFacility)
23430 -HeavyEquipmentMechanic 19.34
23440 -HeavyEquipmentOperator 16.96
23460 -InstrumentMechanic 19.61
23465 -Laboratory/ShelterMechanic 18.02
23470 -Laborer 10.36
23510 -Locksmith 18.02
23530 -MachineryMaintenanceMechanic 20.77

Page 57 of 70
70B03C19Q00000074

23550 -Machinist,Maintenance 17.94


23580 -MaintenanceTradesHelper 11.54
23591 -MetrologyTechnicianI 19.61
23592 -MetrologyTechnicianII 20.79
23593 -MetrologyTechnicianIII 22.13
23640 -Millwright 19.45
23710 -OfficeApplianceRepairer 15.62
23760 -Painter,Maintenance 14.67
23790 -Pipefitter,Maintenance 17.63
23810 -Plumber,Maintenance 16.55
23820 -PneudraulicSystemsMechanic 19.43
23850 -Rigger 18.66
23870 -ScaleMechanic 16.73
23890 -Sheet-MetalWorker,Maintenance 18.91
23910 -SmallEngineMechanic 16.73
23931 -TelecommunicationsMechanicI 23.02
23932 -TelecommunicationsMechanicII 24.35
23950 -TelephoneLineman 23.57
23960 -Welder,Combination,Maintenance 18.66
23965 -WellDriller 20.13
23970 -WoodcraftWorker 19.43
23980 -Woodworker 14.01
24000- PersonalNeedsOccupations
24550 -CaseManager 14.65
24570 -ChildCareAttendant 8.88
24580 -ChildCareCenterClerk 11.07
24610 -ChoreAide 8.67
24620 -FamilyReadinessAndSupportServices 14.65
Coordinator
24630 -Homemaker 14.65
25000- PlantAndSystemOperationsOccupations
25010 -BoilerTender 19.71
25040 -SewagePlantOperator 17.23
25070 -StationaryEngineer 19.61
25190 -VentilationEquipmentTender 13.84
25210 -WaterTreatmentPlantOperator 17.23
27000- ProtectiveServiceOccupations
27004 -AlarmMonitor 17.60
27007 -BaggageInspector 11.59
27008 -CorrectionsOfficer 21.59
27010 -CourtSecurityOfficer 21.59
27030 -DetectionDogHandler 14.84
27040 -DetentionOfficer 21.59
27070 -Firefighter 21.81
27101 -GuardI 11.59
27102 -GuardII 14.84

27131 -PoliceOfficerI 28.50


27132 -PoliceOfficerII 31.66
28000-RecreationOccupations
28041-CarnivalEquipmentOperator 13.32
28042-CarnivalEquipmentRepairer 14.79
28043-CarnivalWorker 9.30
28210-GateAttendant/GateTender 13.92
28310-Lifeguard 11.90
28350-ParkAttendant(Aide) 15.58
28510-RecreationAide/HealthFacilityAttendant 11.37
28515-RecreationSpecialist 18.77
28630-SportsOfficial 12.40
28690-SwimmingPoolOperator 17.67
29000-Stevedoring/LongshoremenOccupationalServices
29010-BlockerAndBracer 17.29
29020-HatchTender 17.29
29030-LineHandler 17.29
29041-StevedoreI 16.12
29042-StevedoreII 18.98
30000-TechnicalOccupations
30010-AirTrafficControlSpecialist,Center(HFO) (see2) 38.15
30011-AirTrafficControlSpecialist,Station(HFO) (see2) 26.30
30012-AirTrafficControlSpecialist,Terminal(HFO)(see2) 28.97
30021-ArcheologicalTechnicianI 18.13
30022-ArcheologicalTechnicianII 20.27
30023-ArcheologicalTechnicianIII 25.11
30030-CartographicTechnician 25.12
30040-CivilEngineeringTechnician 21.08
30051-CryogenicTechnicianI 24.40
30052-CryogenicTechnicianII 26.95
Page 58 of 70
70B03C19Q00000074

30061-Drafter/CADOperatorI 15.90
30062-Drafter/CADOperatorII 16.81
30063-Drafter/CADOperatorIII 19.99
30064-Drafter/CADOperatorIV 26.25
30081-EngineeringTechnicianI 15.71
30082-EngineeringTechnicianII 17.63
30083-EngineeringTechnicianIII 20.27
30084-EngineeringTechnicianIV 24.96
30085-EngineeringTechnicianV 29.90
30086-EngineeringTechnicianVI 36.17
30090-EnvironmentalTechnician 20.89
30095-EvidenceControlSpecialist 22.02
30210-LaboratoryTechnician 19.91
30221-LatentFingerprintTechnicianI 21.00
30222-LatentFingerprintTechnicianII 23.19
30240-MathematicalTechnician 24.90
30361-Paralegal/LegalAssistantI 16.54
30362-Paralegal/LegalAssistantII 20.49
30363-Paralegal/LegalAssistantIII 25.07
30364-Paralegal/LegalAssistantIV 30.33
30375-PetroleumSupplySpecialist 26.95
30390-Photo-OpticsTechnician 22.90
30395-RadiationControlTechnician 26.95
30461-TechnicalWriterI 26.68
30462-TechnicalWriterII 32.65
30463-TechnicalWriterIII 39.49
30491-UnexplodedOrdnance(UXO)TechnicianI 24.24
30492-UnexplodedOrdnance(UXO)TechnicianII 29.33
30493-UnexplodedOrdnance(UXO)TechnicianIII 35.16
30494-Unexploded(UXO)SafetyEscort 24.24
30495-Unexploded(UXO)SweepPersonnel 24.24
30501-WeatherForecasterI 24.40
30502-WeatherForecasterII 31.92
30620-WeatherObserver,CombinedUpperAirOr (see2) 19.99
SurfacePrograms
30621-WeatherObserver,Senior (see2) 22.02
31000-Transportation/MobileEquipmentOperationOccupations
31010-AirplanePilot 29.33
31020-BusAide 10.18
31030-BusDriver 15.82
31043-DriverCourier 11.32
31260-ParkingandLotAttendant 9.04
31290-ShuttleBusDriver 12.54
31310-TaxiDriver 11.01
31361-Truckdriver,Light 12.54
31362-Truckdriver,Medium 14.19
31363-Truckdriver,Heavy 17.87
31364-Truckdriver,Tractor-Trailer 17.87
99000-MiscellaneousOccupations
99020-CabinSafetySpecialist 14.30
99030-Cashier 8.91

99050 -DeskClerk 10.35


99095 -Embalmer 24.24
99130 -FlightFollower 24.24
99251 -LaboratoryAnimalCaretakerI 12.90
99252 -LaboratoryAnimalCaretakerII 14.32
99260 -MarketingAnalyst 32.61
99310 -Mortician 24.24
99410 -PestController 16.10
99510 -PhotofinishingWorker 12.74
99710 -RecyclingLaborer 14.99
99711 -RecyclingSpecialist 19.13
99730 -RefuseCollector 12.94
99810 -SalesClerk 10.14
99820 -SchoolCrossingGuard 9.19
99830 -SurveyPartyChief 18.11
99831 -SurveyingAide 12.55
99832 -SurveyingTechnician 14.81
99840 -VendingMachineAttendant 10.86
99841 -VendingMachineRepairer 13.79
99842 -VendingMachineRepairerHelper 10.86

Page 59 of 70
70B03C19Q00000074

Note:ExecutiveOrder(EO)13706,EstablishingPaidSickLeaveforFederalContractors,appliestoallcontractssubjecttotheServiceCont
ractActforwhichthecontractisawarded(andanysolicitationwasissued)onorafterJanuary1,2017.
IfthiscontractiscoveredbytheEO,thecontractormustprovideemployeeswith1hourofpaidsickleaveforevery30hoursthe
ywork,upto56hoursofpaidsickleaveeachyear.Employeesmustbepermittedtousepaidsickleavefortheirownillness,injuryorotherhealt
h-
relatedneeds,includingpreventivecare;toassistafamilymember(orpersonwhoislikefamilytotheemployee)whoisill,injured,orhasothe
rhealth-
relatedneeds,includingpreventivecare;orforreasonsresultingfrom,ortoassistafamilymember(orpersonwhoislikefamilytotheemploy
ee)whoisthevictimof,domesticviolence,sexualassault,orstalking.
AdditionalinformationoncontractorrequirementsandworkerprotectionsundertheEOisavailableatwww.dol.gov/whd/
govcontracts.
ALLOCCUPATIONSLISTEDABOVERECEIVETHEFOLLOWINGBENEFITS:
HEALTH&WELFARE:$4.48perhouror$179.20perweekor$776.53permonth
HEALTH&WELFAREEO13706:$4.18perhour,or$167.20perweek,or$724.53permonth*
*ThisrateistobeusedonlywhencompensatingemployeesforperformanceonanSCA-
coveredcontractalsocoveredbyEO13706,EstablishingPaidSickLeaveforFederalContractors.
AcontractormaynotreceivecredittowarditsSCAobligationsforanypaidsickleaveprovidedpursuanttoEO1370
6.
VACATION:2weekspaidvacationafter1yearofservicewithacontractororsuccessor,3weeksafter5years,and4weeksafter15years.
Lengthofserviceincludesthewholes
panofcontinuousservicewiththepresentcontractororsuccessor,whereveremployed,andwiththepredecessorcontractorsintheperfor
manceofsimilarworkatthesameFederalfacility. (Reg.29CFR4.173)
HOLIDAYS:Aminimumoftenpaidholidaysperyear:
NewYear'sDay,MartinLutherKingJr.'sBirthda
y,Washington'sBirthday,MemorialDay,IndependenceDay,
LaborDay,ColumbusDay,Veterans'Day,ThanksgivingDay,andChristmasDay.(Acontractormaysubstituteforanyofthenamedholida
ysanotherdayoffwithpayinaccordancewithaplancommunicatedtotheemployeesinvolved.) (See29CFR4.174)

THEOCCUPATIONSWHICHHAVENUMBEREDFOOTNOTESINPARENTHESESRECEIVETHEFOLLOWING:
1) COMPUTEREMPLOYEES:
UndertheSCAatsection8(b),thiswagedeterminationdoesnotapplytoanyemployeewhoindividuallyqualifiesasabonafideexe
cutive,administrative,orprofessionalemployeeasdefinedin29C.F.R.Part541.
BecausemostComputerSystemAnalystsandComputerProgrammerswhoarecompensatedataratenotlessthan$27.63(oronasa
laryorfeebasisataratenotlessthan$455perweek)anhourwouldlikelyqualifyasexemptcomputerprofessionals,(29C.F.R.541.
1) wageratesmaynotbelistedonthiswagedeterminationforalloccupationswithinthosejobfamilies.
Inaddition,becausethiswagedeterminationmaynotlistawagerateforsomeoralloccupationswithinthosejobfamiliesifthesurveydata
indicatesthattheprevailingwageratefortheoccupationequalsorexceeds
$27.63perhourconformancesmaybenecessaryforcertainnonexemptemployees.
Forexa
mple,ifanindividualemployeeisnonexemptbutneverthelessperformsdutieswithinthescopeofoneoftheComputerSystemsAnalystorC
omputerProgrammeroccupationsforwhichthiswagedeterminationdoesnotspecifyanSCAwagerate,

thenthewagerateforthatemployeemustbeconformedinaccordancewiththeconformanceproceduresdescribedintheconformancenotei
ncludedonthiswagedetermination.
Additionally,becausejobtitlesvarywidelyandchangequicklyinthecomputerindustry,jobtitlesarenotdeterminativeoftheapplicationofth
ecomputerprofessionalexemption.
Therefore,theexemptionappliesonlytocomputeremployeeswhosatisfythecompensationreq
uirementsandwhoseprimarydutyconsistsof:
a) Theapplicationofsystemsanalysistechniquesandprocedures,includingconsultingwithusers,todeterminehardwa
re,softwareorsystemfunctionalspecifications;
b) Thedesign,development,documentation,analysis,creation,testingormodificationofcomputersystemsorprogra
ms,includingprototypes,basedonandrelatedtouserorsystemdesignspecifications;
c) Thedesign,documentation,testing,creationormodificationofcomputerprogramsrelatedtomachineoperatingsyst
ems;or
d) Acombinationoftheaforementionedduties,theperformanceofwhichrequiresthesamelevelofskills.
(29C.F.R.541.400).
2) AIRTRAFFICCONTROLLERSANDWEATHEROBSERVERS-NIGHTPAY&SUNDAYPAY:
Ifyouworkatnightaspartofaregulartourofduty,youwillearnanightdifferentialandreceiveanadditional10%ofbasicpayforany
hoursworkedbetween6pmand6am.
Ifyouareafull-
timeemployed(40hoursaweek)andSundayispartofyourregularlyscheduledworkweek,youarepaidatyourrateofbasicpayplusaSundayp
remiumof25%ofyourbasicrateforeachhourofSundayworkwhichisnotovertime(i.e.occasionalworkonSundayoutsidethenormaltourof
dutyisconsideredovertimework).

**HAZARDOUSPAYDIFFERENTIAL**

Page 60 of 70
70B03C19Q00000074

An8percentdifferentialisapplicabletoemployeesemployedinapositionthatrepresentsahighdegreeofhazardwhenworkingwithorinclos
eproximitytoordnance,explosives,andincendiarymaterials.
Thisincludesworksuchasscreening,blending,dying,mix
ing,andpressingofsensitiveordnance,explosives,andpyrotechniccompositionssuchasleadazide,blackpowderandphotoflashpowder.
Alldry-houseactivitiesinvolvingpropellantsorexplosives.
Demilitarization,modification,renovation,demolition,a
ndmaintenanceoperationsonsensitiveordnance,explosivesandincendiarymaterials. Alloperationsinvolvingre-
gradingandcleaningofartilleryranges.
A4percentdifferentialisapplicabletoemployeesemployedinapositionthatrepresentsalowdegreeofhazardwhenworkingwith,orinclose
proximitytoordnance,(oremployeespossiblyadjacentto)explosivesandincendiarymaterialswhichinvolvespotentialinjurysuchaslacer
ationofhands,face,orarmsoftheemployeeengagedintheoperation,irritationoftheskin,minorburnsandthelike;minimaldamagetoimmed
iateoradjacentworkareaorequipmentbeingused.
Alloperationsinvolving,unloadin
g,storage,andhaulingofordnance,explosive,andincendiaryordnancematerialotherthansmallarmsammunition.
Thesedifferentialsareonlyapplica
bletoworkthathasbeenspecificallydesignatedbytheagencyforordnance,explosives,andincendiarymaterialdifferentialpay.
**UNIFORMALLOWANCE**
Ifemployeesarerequiredtowearuniformsintheperformanceofthiscontract(eitherbythetermsoftheGovernmentcontract,bytheemploy
er,bythestateorlocallaw,etc.),thecostoffurnishingsuchuniformsandmaintaining(bylaunderingordrycleaning)suchuniformsisanexpe
nsethatmaynotbebornebyanemployeewheresuchcostreducesthehourlyratebelowthatrequiredbythewagedetermination.TheDepart
mentofLaborwillacceptpaymentinaccordancewiththefollowingstandardsascompliance:
Thecontractororsubcontractorisrequiredtofurnishallemployeeswithanadequatenumberofuniformswithoutcostortoreimburseemplo
yeesfortheactualcostoftheuniforms.
Inaddition,whereuniformcleaningandmaintenanceismadetheresponsibilityoftheemployee,al
lcontractorsandsubcontractorssubjecttothiswagedeterminationshall(intheabsenceofabonafidecollectivebargainingagreementprovi
dingforadifferentamount,orthefurnishingofcontraryaffirmativeproofastotheactualcost),reimburseallemployeesforsuchcleaningand
maintenanceatarateof$3.35perweek(or$.67centsperday).
However,inthoseinstanceswheretheuniformsfurnishedaremadeof"washandwear"
materials,mayberoutinelywashedanddriedwithotherpersonalgarments,anddonotrequireanyspecialtreatmentsuchasdrycleaning,daily
washing,orcommerciallaunderinginordertomeetthecleanlinessorappearancestandardssetbythetermsoftheGovernmentcontract,bythe
contractor,bylaw,orbythenatureofthework,thereisnorequirementthatemployeesbereimbursedforuniformmaintenancecosts.
**SERVICECONTRACTACTDIRECTORYOFOCCUPATIONS**
Thedutiesofemployeesunderjobtitleslistedarethosedescribedinthe"ServiceContractActDirectoryofOccupations",FifthEditi
on(Revision1),

datedSeptember2015,unlessotherwiseindicated.
**REQUESTFORAUTHORIZATIONOFADDITIONALCLASSIFICATIONANDWAGERATE,StandardForm1444(SF-
1444)**
ConformanceProcess:
Thecontractingofficershallrequirethatanyclassofserviceemployeewhichisnotlistedhereinandwhichistobeemployedunderthecontract
(i.e.,theworktobeperformedisnotperformedbyanyclassificationlistedinthewagedetermination),beclassifiedbythecontractorsoastopro
videareasonablerelationship(i.e.,appropriatelevelofskillcomparison)betweensuchunlistedclassificationsandtheclassificationslistedi
nthewagedetermination(See29CFR4.6(b)(2)(i)).
Suchconformingproceduresshallbeinitiatedbythecontractorpriortotheperformanceofcontractworkbysuc
hunlistedclass(es)ofemployees(See29CFR4.6(b)(2)(ii)).
TheWageandHourDivisionshallmakeafinaldeterminationofconformedclassification,wagerate,and/orfri
ngebenefitswhichshallbepaidtoallemployeesperformingintheclassificationfromthefirstdayofworkonwhichcontractworkisperformed
bythemintheclassification.
Failuretopaysuchunlistedemployeesthecompensationagreeduponbytheinterestedpartiesand/orfullydeter
minedbytheWageandHourDivisionretroactivetothedatesuchclassofemployeescommencedcontractworkshallbeaviolationoftheActa
ndthiscontract. (See29CFR4.6(b)(2)(v)).Whenmultiplewagedeterminationsareincludedinacontract,aseparateSF-
1444shouldbepreparedforeachwagedeterminationtowhichaclass(es)istobeconformed.
Theprocessforpreparingaconformancerequestisasfollows:
1) Whenpreparingthebid,thecontractoridentifiestheneedforaconformedoccupation(s)andcomputesaproposedrate(s).
2) Aftercontractaward,thecontractorpreparesawrittenreportlistinginordertheproposedclassificationtitle(s),aFederalgradeequiv
alency(FGE)foreachproposedclassification(s),jobdescription(s),andrationaleforproposedwagerate(s),includinginformationrega
rdingtheagreementordisagreementoftheauthorizedrepresentativeoftheemployeesinvolved,orwherethereisnoauthorizedrepresent
ative,theemployeesthemselves.Thisreportshouldbesubmittedtothecontractingofficernolaterthan30daysaftersuchunlistedclass(es
)ofemployeesperformsanycontractwork.
3) Thecontractingofficerreviewstheproposedactionandpromptlysubmitsareportoftheaction,togetherwiththeagency'srecomme
ndationsandpertinent
informationincludingthepositionofthecontractorandtheemployees,totheU.S.DepartmentofLabor,WageandHourDivision,forrevie
w(See29CFR4.6(b)(2)(ii)).

Page 61 of 70
70B03C19Q00000074

4) Within30daysofreceipt,theWageandHourDivisionapproves,modifies,ordisapprovestheactionviatransmittaltotheagenc
ycontractingofficer,ornotifiesthecontractingofficerthatadditionaltimewillberequiredtoprocesstherequest.
5) ThecontractingofficertransmitstheWageandHourDivision'sdecisiontothecontractor.
6) Eachaffectedemployeeshallbefurnishedbythecontractorwithawrittencopyofsuchdeterminationoritshallbepostedasapartofth
ewagedetermination(See29CFR4.6(b)(2)(iii)).
InformationrequiredbytheRegulationsmustbesubmittedonSF-1444orbondpaper.
Whenpreparingaconformancerequest,the"ServiceContractActDirectoryofOccupations"shouldbeusedtocomparejobdefinitionstoen
surethatdutiesrequestedarenotperformedbyaclassificationalreadylistedinthewagedetermination.Remember,itisnotthejobtitle,butth
erequiredtasksthatdeterminewhetheraclassisincludedinanestablishedwagedetermination.
Conformancesmaynotbeusedtoartificiallysplit,combine,orsubdivideclassificationslistedinthewagedetermination(See29CFR4.152
(c)(1)).

WD15-5245(Rev.-7)wasfirstpostedonwww.wdol.govon01/01/2019
************************************************************************************R
EGISTEROFWAGEDETERMINATIONSUNDER | U.S.DEPARTMENTOFLABOR
THESERVICECONTRACTACT | EMPLOYMENTSTANDARDSADMINISTRATION
BydirectionoftheSecretaryofLabor| WAGEANDHOURDIVISION
| WASHINGTOND.C. 20210
|
|
|
|WageDeterminationNo.:2015-
5245DanielW.Simms Divisionof | RevisionNo.:7
Director WageDeterminations| DateOfRevision:12/26/2018
|
Note:UnderExecutiveOrder(EO)13658,anhourlymini
mumwageof$10.60forcalendaryear2019appliestoallcontractssubjecttotheServiceContract
Actforwhichthecontractisawarded(andanysolicitationwasissued)onorafterJanuary1,201
5.IfthiscontractiscoveredbytheEO,thecontractormustpayallworkersinanyclassificatio
nlistedonthiswagedeterminationatleast$10.60perhour(ortheapplicablewageratelistedo
nthiswagedetermination,ifitishigher)forallhoursspentperformingonthecontractincale
ndaryear2019.TheEOminimumwageratewillbeadjustedannually.
AdditionalinformationoncontractorrequirementsandworkerprotectionsundertheEOisavai
lableatwww.dol.gov/whd/govcontracts.
State:Texas
Area:TexasCountyofHidalgo
**FringeBenefitsRequiredFollowtheOccupationalListing**
OCCUPATIONCODE-TITLE FOOTNOTE RATE
01000-AdministrativeSupportAndClericalOccupations
01011 -AccountingClerkI 12.67
01012 -AccountingClerkII 14.23
01013 -AccountingClerkIII 15.93
01020 -AdministrativeAssistant 22.45
01035 -CourtReporter 15.03
01041 -CustomerServiceRepresentativeI 10.84
01042 -CustomerServiceRepresentativeII 12.20
01043 -CustomerServiceRepresentativeIII 13.31
01051 -DataEntryOperatorI 11.77
01052 -DataEntryOperatorII 12.84
01060 -Dispatcher,MotorVehicle 17.22
01070 -DocumentPreparationClerk 11.52
01090 -DuplicatingMachineOperator 11.52
01111 -GeneralClerkI 11.68
01112 -GeneralClerkII 12.76
01113 -GeneralClerkIII 14.33
01120 -HousingReferralAssistant 16.69
01141 -MessengerCourier 9.90
01191 -OrderClerkI 12.49
01192 -OrderClerkII 13.62
01261 -PersonnelAssistant(Employment)I 14.27
01262 -PersonnelAssistant(Employment)II 16.69
01263 -PersonnelAssistant(Employment)III 18.61
01270 -ProductionControlClerk 14.67
01290 -RentalClerk 12.52
01300 -Scheduler,Maintenance 12.90
01311 -SecretaryI 12.90
01312 -SecretaryII 14.43
01313 -SecretaryIII 16.10
01320 -ServiceOrderDispatcher 15.39
01410 -SupplyTechnician 22.45

Page 62 of 70
70B03C19Q00000074

01420 -SurveyWorker 14.38


01460 -SwitchboardOperator/Receptionist 10.49
01531 -TravelClerkI 12.18
01532 -TravelClerkII 13.41
01533 -TravelClerkIII 14.39
01611 -WordProcessorI 11.11
01612 -WordProcessorII 12.90
01613 - 14.48
05000- WordProcessorIIIAutomotiveServ
05005 -AutomobileBodyRepairer,Fiberglass 18.26
05010 -Automotive Electrician 15.72
05040 -AutomotiveGlassInstaller 14.95
05070 -AutomotiveWorker 14.95
05110 -MobileEquipmentServicer 13.37
05130 -MotorEquipmentMetalMechanic 16.43
05160 -MotorEquipmentMetalWorker 14.95
05190 -MotorVehicleMechanic 16.43
05220 -MotorVehicleMechanicHelper 12.52

05250 -MotorVehicleUpholsteryWorker 14.14


05280 -MotorVehicleWrecker 14.95
05310 -Painter,Automotive 15.72
05340 -RadiatorRepairSpecialist 14.95
05370 -TireRepairer 13.44
05400 -TransmissionRepairSpecialist 16.43
07000- FoodPreparationAndServiceOccupations
07010 -Baker 9.78
07041 -CookI 10.47
07042 -CookII 11.62
07070 -Dishwasher 9.60
07130 -FoodServiceWorker 9.68
07210 -MeatCutter 11.42
07260 -Waiter/Waitress 8.89
09000- FurnitureMaintenanceAndRepairOccupations
09010 -ElectrostaticSprayPainter 14.60
09040 -FurnitureHandler 9.58
09080 -FurnitureRefinisher 14.28
09090 -FurnitureRefinisherHelper 11.37
09110 -FurnitureRepairer,Minor 12.84
09130 -Upholsterer 14.72
11000- GeneralServicesAndSupportOccupations
11030 -Cleaner,Vehicles 10.10
11060 -ElevatorOperator 10.23
11090 -Gardener 14.27
11122 -HousekeepingAide 11.01
11150 -Janitor 11.15
11210 -Laborer,GroundsMaintenance 11.26
11240 -MaidorHouseman 8.81
11260 -Pruner 10.12
11270 -TractorOperator 13.36
11330 -TrailMaintenanceWorker 11.26
11360 -WindowCleaner 12.41
12000- HealthOccupations
12010 -AmbulanceDriver 15.00
12011 -BreathAlcoholTechnician 19.09
12012 -CertifiedOccupationalTherapistAssistant 29.44
12015 -CertifiedPhysicalTherapistAssistant 30.60
12020 -DentalAssistant 13.34
12025 -DentalHygienist 31.94
12030 -EKGTechnician 24.42
12035 -ElectroneurodiagnosticTechnologist 24.42
12040 -EmergencyMedicalTechnician 15.00
12071 -LicensedPracticalNurseI 17.11
12072 -LicensedPracticalNurseII 19.14
12073 -LicensedPracticalNurseIII 21.33
12100 -MedicalAssistant 11.53
12130 -MedicalLaboratoryTechnician 15.80
12160 -MedicalRecordClerk 12.34
12190 -MedicalRecordTechnician 13.54
12195 -MedicalTranscriptionist 18.30
12210 -NuclearMedicineTechnologist 42.00
12221 -NursingAssistantI 10.33
12222 -NursingAssistantII 11.62
12223 -NursingAssistantIII 12.67
12224 -NursingAssistantIV 14.23
12235 -OpticalDispenser 15.79
12236 -OpticalTechnician 25.52
Page 63 of 70
70B03C19Q00000074

12250 -PharmacyTechnician 15.53


12280 -Phlebotomist 15.09
12305 -RadiologicTechnologist 24.37
12311 -RegisteredNurseI 25.88
12312 -RegisteredNurseII 31.68
12313 -RegisteredNurseII,Specialist 31.68
12314 -RegisteredNurseIII 38.30
12315 -RegisteredNurseIII,Anesthetist 38.30
12316 -RegisteredNurseIV 45.94
12317 -Scheduler(DrugandAlcoholTesting) 23.70
12320 -SubstanceAbuseTreatmentCounselor 23.96
13000- InformationAndArtsOccupations
13011 -ExhibitsSpecialistI 21.67
13012 -ExhibitsSpecialistII 26.85
13013 -ExhibitsSpecialistIII 32.83
13041 -IllustratorI 21.67
13042 -IllustratorII 26.85
13043 -IllustratorIII 32.83
13047 -Librarian 29.73
13050 -LibraryAide/Clerk 18.30
13054 -LibraryInformationTechnologySystems 26.85
Administrator
13058-LibraryTechnician 13.22

13061 -MediaSpecialistI 19.37


13062 -MediaSpecialistII 21.67
13063 -MediaSpecialistIII 24.16
13071 -PhotographerI 14.67
13072 -PhotographerII 16.41
13073 -PhotographerIII 20.35
13074 -PhotographerIV 23.45
13075 -PhotographerV 29.26
13090 -TechnicalOrderLibraryClerk 15.74
13110-VideoTeleconferenceTechnician 20.54
14000-InformationTechnologyOccupations
14041 -Computer OperatorI 13.62
14042 -Computer OperatorII 15.24
14043 -Computer OperatorIII 17.03
14044 -Computer OperatorIV 19.00
14045 -Computer OperatorV 21.10
14071 -Computer ProgrammerI (see1) 17.81
14072 -Computer ProgrammerII (see1) 22.06
14073 -Computer ProgrammerIII (see1) 26.98
14074 -Computer ProgrammerIV (see1)
14101 -Computer SystemsAnalystI (see1) 28.33
14102 -Computer SystemsAnalystII (see1)
14103-ComputerSystemsAnalystIII (see1)
14150-PeripheralEquipmentOperator 13.62
14160-PersonalComputerSupportTechnician 19.00
14170-SystemSupportSpecialist 19.93
15000-InstructionalOccupations
15010 -AircrewTrainingDevicesInstructor(Non-Rated) 26.30
15020 -AircrewTrainingDevicesInstructor(Rated) 31.81
15030 -AirCrewTrainingDevicesInstructor(Pilot) 38.13
15050 -ComputerBasedTrainingSpecialist/Instructor 26.30
15060 -EducationalTechnologist 34.12
15070 -FlightInstructor(Pilot) 38.13
15080 -GraphicArtist 17.26
15085 -MaintenanceTestPilot,Fixed,Jet/Prop 38.13
15086 -MaintenanceTestPilot,RotaryWing 38.13
15088 -Non-MaintenanceTest/Co-Pilot 38.13
15090 -TechnicalInstructor 19.64
15095 -TechnicalInstructor/CourseDeveloper 24.02
15110 -TestProctor 14.88
15120-Tutor 14.88
16000-Laundry,Dry-Cleaning,PressingAndRelatedOccupations
16010 -Assembler 8.86
16030 -CounterAttendant 8.86
16040 -DryCleaner 10.40
16070 -Finisher,Flatwork,Machine 8.86
16090 -Presser,Hand 8.86
16110 -Presser,Machine,Drycleaning 8.86
16130 -Presser,Machine,Shirts 8.86
16160 -Presser,Machine,WearingApparel,Laundry 8.86
16190 -SewingMachineOperator 10.93
16220 -Tailor 11.51
16250-Washer,Machine 9.29

Page 64 of 70
70B03C19Q00000074

19000-MachineToolOperationAndRepairOccupations
19010-Machine-ToolOperator(ToolRoom) 16.47
19040-ToolAndDieMaker 19.49
21000-MaterialsHandlingAndPackingOccupations
21020-ForkliftOperator 10.47
21030-MaterialCoordinator 15.16
21040-MaterialExpediter 15.16
21050-MaterialHandlingLaborer 9.54
21071-OrderFiller 10.32
21080-ProductionLineWorker(FoodProcessing) 10.47
21110-ShippingPacker 10.62
21130-Shipping/ReceivingClerk 10.62
21140-StoreWorkerI 13.62
21150-StockClerk 18.17
21210-ToolsAndPartsAttendant 10.47
21410-WarehouseSpecialist 10.47
23000-MechanicsAndMaintenanceAndRepairOccupations
23010-AerospaceStructuralWelder 17.96
23019-AircraftLogsandRecordsTechnician 14.81
23021-AircraftMechanicI 17.22
23022-AircraftMechanicII 17.96
23023-AircraftMechanicIII 18.71
23040-AircraftMechanicHelper 13.11
23050-Aircraft,Painter 16.47
23060-AircraftServicer 14.81
23070-AircraftSurvivalFlightEquipmentTechnician 16.47
23080-AircraftWorker 15.66
23091-AircrewLifeSupportEquipment(ALSE)Mechanic 15.66

I
23092-AircrewLifeSupportEquipment(ALSE)Mechanic 17.22
II
23110-ApplianceMechanic 17.15
23120-BicycleRepairer 12.51
23125-CableSplicer 19.81
23130-Carpenter,Maintenance 15.43
23140-CarpetLayer 15.66
23160-Electrician,Maintenance 16.49
23181-ElectronicsTechnicianMaintenanceI 15.09
23182-ElectronicsTechnicianMaintenanceII 15.99
23183-ElectronicsTechnicianMaintenanceIII 17.58
23260-FabricWorker 14.81
23290-FireAlarmSystemMechanic 20.10
23310-FireExtinguisherRepairer 14.00
23311-FuelDistributionSystemMechanic 20.21
23312-FuelDistributionSystemOperator 14.64
23370-GeneralMaintenanceWorker 11.71
23380-GroundSupportEquipmentMechanic 17.22
23381-GroundSupportEquipmentServicer 14.81
23382-GroundSupportEquipmentWorker 15.66
23391-GunsmithI 14.00
23392-GunsmithII 15.66
23393-GunsmithIII 17.22
23410-Heating,VentilationAndAir- 16.41
ConditioningMechanic
23411-Heating,VentilationAndAirContidioning 17.25
Mechanic(ResearchFacility)
23430 -HeavyEquipmentMechanic 20.11
23440 -HeavyEquipmentOperator 13.63
23460 -InstrumentMechanic 17.22
23465 -Laboratory/ShelterMechanic 16.47
23470 -Laborer 9.54
23510 -Locksmith 14.52
23530 -MachineryMaintenanceMechanic 18.62
23550 -Machinist,Maintenance 15.43
23580 -MaintenanceTradesHelper 11.41
23591 -MetrologyTechnicianI 17.22
23592 -MetrologyTechnicianII 17.96
23593 -MetrologyTechnicianIII 18.71
23640 -Millwright 17.22
23710 -OfficeApplianceRepairer 15.89
23760 -Painter,Maintenance 14.83
23790 -Pipefitter,Maintenance 15.25
23810 -Plumber,Maintenance 14.59
23820 -PneudraulicSystemsMechanic 17.22
23850 -Rigger 17.22
23870 -ScaleMechanic 15.66

Page 65 of 70
70B03C19Q00000074

23890 -Sheet-MetalWorker,Maintenance 12.32


23910 -SmallEngineMechanic 15.66
23931 -TelecommunicationsMechanicI 19.01
23932 -TelecommunicationsMechanicII 19.82
23950 -TelephoneLineman 16.67
23960 -Welder,Combination,Maintenance 16.21
23965 -WellDriller 17.22
23970 -WoodcraftWorker 17.22
23980 -Woodworker 14.00
24000- PersonalNeedsOccupations
24550 -CaseManager 12.27
24570 -ChildCareAttendant 9.01
24580 -ChildCareCenterClerk 11.23
24610 -ChoreAide 8.88
24620 -FamilyReadinessAndSupportServices 12.27
Coordinator
24630 -Homemaker 12.27
25000- PlantAndSystemOperationsOccupations
25010 -BoilerTender 18.85
25040 -SewagePlantOperator 13.67
25070 -StationaryEngineer 18.85
25190 -VentilationEquipmentTender 14.35
25210 -WaterTreatmentPlantOperator 13.67
27000- ProtectiveServiceOccupations
27004 -AlarmMonitor 13.13
27007 -BaggageInspector 10.66
27008 -CorrectionsOfficer 18.46
27010 -CourtSecurityOfficer 18.05
27030 -DetectionDogHandler 14.63
27040 -DetentionOfficer 18.46
27070 -Firefighter 17.58
27101 -GuardI 10.66
27102 -GuardII 14.63

27131 -PoliceOfficerI 20.81


27132 -PoliceOfficerII 24.06
28000-RecreationOccupations
28041-CarnivalEquipmentOperator 11.61
28042-CarnivalEquipmentRepairer 12.39
28043-CarnivalWorker 9.27
28210-GateAttendant/GateTender 12.73
28310-Lifeguard 11.34
28350-ParkAttendant(Aide) 14.24
28510-RecreationAide/HealthFacilityAttendant 10.09
28515-RecreationSpecialist 16.28
28630-SportsOfficial 11.34
28690-SwimmingPoolOperator 14.40
29000-Stevedoring/LongshoremenOccupationalServices
29010-BlockerAndBracer 15.66
29020-HatchTender 15.66
29030-LineHandler 15.66
29041-StevedoreI 14.81
29042-StevedoreII 16.59
30000-TechnicalOccupations
30010-AirTrafficControlSpecialist,Center(HFO) (see2) 38.15
30011-AirTrafficControlSpecialist,Station(HFO) (see2) 26.30
30012-AirTrafficControlSpecialist,Terminal(HFO)(see2) 28.97
30021-ArcheologicalTechnicianI 15.19
30022-ArcheologicalTechnicianII 17.00
30023-ArcheologicalTechnicianIII 21.05
30030-CartographicTechnician 21.05
30040-CivilEngineeringTechnician 21.64
30051-CryogenicTechnicianI 24.40
30052-CryogenicTechnicianII 26.95
30061-Drafter/CADOperatorI 15.19
30062-Drafter/CADOperatorII 17.00
30063-Drafter/CADOperatorIII 18.95
30064-Drafter/CADOperatorIV 23.32
30081-EngineeringTechnicianI 14.83
30082-EngineeringTechnicianII 16.67
30083-EngineeringTechnicianIII 18.61
30084-EngineeringTechnicianIV 23.09
30085-EngineeringTechnicianV 28.16
30086-EngineeringTechnicianVI 34.07
30090-EnvironmentalTechnician 19.00
30095-EvidenceControlSpecialist 22.02
30210-LaboratoryTechnician 18.95
Page 66 of 70
70B03C19Q00000074

30221-LatentFingerprintTechnicianI 24.40
30222-LatentFingerprintTechnicianII 26.95
30240-MathematicalTechnician 21.05
30361-Paralegal/LegalAssistantI 18.91
30362-Paralegal/LegalAssistantII 23.13
30363-Paralegal/LegalAssistantIII 28.30
30364-Paralegal/LegalAssistantIV 34.23
30375-PetroleumSupplySpecialist 26.95
30390-Photo-OpticsTechnician 18.17
30395-RadiationControlTechnician 26.95
30461-TechnicalWriterI 21.05
30462-TechnicalWriterII 25.75
30463-TechnicalWriterIII 31.15
30491-UnexplodedOrdnance(UXO)TechnicianI 24.24
30492-UnexplodedOrdnance(UXO)TechnicianII 29.33
30493-UnexplodedOrdnance(UXO)TechnicianIII 35.16
30494-Unexploded(UXO)SafetyEscort 24.24
30495-Unexploded(UXO)SweepPersonnel 24.24
30501-WeatherForecasterI 24.40
30502-WeatherForecasterII 29.67
30620-WeatherObserver,CombinedUpperAirOr (see2) 18.95
SurfacePrograms
30621-WeatherObserver,Senior (see2) 21.05
31000-Transportation/MobileEquipmentOperationOccupations
31010-AirplanePilot 29.33
31020-BusAide 11.88
31030-BusDriver 15.93
31043-DriverCourier 10.40
31260-ParkingandLotAttendant 10.65
31290-ShuttleBusDriver 11.20
31310-TaxiDriver 9.13
31361-Truckdriver,Light 11.20
31362-Truckdriver,Medium 12.07
31363-Truckdriver,Heavy 16.85
31364-Truckdriver,Tractor-Trailer 16.85
99000-MiscellaneousOccupations
99020-CabinSafetySpecialist 14.30
99030-Cashier 9.33

99050 -DeskClerk 9.03


99095 -Embalmer 24.24
99130 -FlightFollower 24.24
99251 -LaboratoryAnimalCaretakerI 16.59
99252 -LaboratoryAnimalCaretakerII 17.41
99260 -MarketingAnalyst 27.79
99310 -Mortician 24.24
99410 -PestController 14.11
99510 -PhotofinishingWorker 12.74
99710 -RecyclingLaborer 15.36
99711 -RecyclingSpecialist 18.35
99730 -RefuseCollector 14.64
99810 -SalesClerk 10.71
99820 -SchoolCrossingGuard 11.36
99830 -SurveyPartyChief 18.99
99831 -SurveyingAide 12.91
99832 -SurveyingTechnician 15.88
99840 -VendingMachineAttendant 12.95
99841 -VendingMachineRepairer 14.69
99842 -VendingMachineRepairerHelper 12.95

Note:ExecutiveOrder(EO)13706,EstablishingPaidSickLeaveforFederalContractors,appliesto
allcontractssubjecttotheServiceContractActforwhichthecontractisawarded(andanysolicita
tionwasissued)onorafterJanuary1,2017.
IfthiscontractiscoveredbytheEO,thecontractormustprovideemployeeswith1hourofp
aidsickleaveforevery30hourstheywork,upto56hoursofpaidsickleaveeachyear.Employeesmustb
epermittedtousepaidsickleavefortheirownillness,injuryorotherhealth-
relatedneeds,includingpreventivecare;toassistafamilymember(orpersonwhoislikefamilytot
heemployee)whoisill,injured,orhasotherhealth-
relatedneeds,includingpreventivecare;orforreasonsresultingfrom,ortoassistafamilymembe
r(orpersonwhoislikefamilytotheemployee)whoisthevictimof,domesticviolence,sexualassaul
t,orstalking.
AdditionalinformationoncontractorrequirementsandworkerprotectionsundertheEOi
savailableatwww.dol.gov/whd/govcontracts.

Page 67 of 70
70B03C19Q00000074

ALLOCCUPATIONSLISTEDABOVERECEIVETHEFOLLOWINGBENEFITS:
HEALTH&WELFARE:$4.48perhouror$179.20perweekor$776.53permonth
HEALTH&WELFAREEO13706:$4.18perhour,or$167.20perweek,or$724.53permonth*
*ThisrateistobeusedonlywhencompensatingemployeesforperformanceonanSCA-
coveredcontractalsocoveredbyEO13706,EstablishingPaidSickLeaveforFederalContractors.
AcontractormaynotreceivecredittowarditsSCAobligationsforanypaidsicklea
veprovidedpursuanttoEO13706.
VACATION:2weekspaidvacationafter1yearofservicewithacontractororsuccessor;and3weeksafte
r10years.
Lengthofserviceincludesthewholespanofcontinuousservicewiththepres
entcontractororsuccessor,whereveremployed,andwiththepredecessorcontractorsintheperform
anceofsimilarworkatthesameFederalfacility. (Reg.29CFR4.173)
HOLIDAYS:Aminimumoftenpaidholidaysperyear:
NewYear'sDay,MartinLutherKingJ
r.'sBirthday,Washington'sBirthday,MemorialDay,IndependenceDay,
LaborDay,ColumbusDay,Veterans'Day,ThanksgivingDay,andChristmasDay.(Acontractormaysubs
tituteforanyofthenamedholidaysanotherdayoffwithpayinaccordancewithaplancommunicatedto
theemployeesinvolved.) (See29CFR4.174)

THEOCCUPATIONSWHICHHAVENUMBEREDFOOTNOTESINPARENTHESESRECEIVETHEFOLLOWING:
1) COMPUTEREMPLOYEES:
UndertheSCAatsection8(b),thiswagedeterminationdoesnotapplytoanyemployeewhoindivi
duallyqualifiesasabonafideexecutive,administrative,orprofessionalemployeeasdefinedin29
C.F.R.Part541.
BecausemostComputerSystemAnalystsandComputerProgrammerswhoarecompensatedataraten
otlessthan$27.63(oronasalaryorfeebasisataratenotlessthan$455perweek)anhourwouldlikelyq
ualifyasexemptcomputerprofessionals,(29C.F.R.541.
1. wageratesmaynotbelistedonthiswagedeterminationforalloccupationswithinthosejobfam
ilies.
Inaddition,becausethiswagedeterminationmaynotlistawagerateforsomeoralloccupation
swithinthosejobfamiliesifthesurveydataindicatesthattheprevailingwageratefortheoccupa
tionequalsorexceeds
$27.63perhourconformancesmaybenecessaryforcertainnonexemptemployees.
Forex
ample,ifanindividualemployeeisnonexemptbutneverthelessperformsdutieswithinthescopeofo
neoftheComputerSystemsAnalystorComputerProgrammeroccupationsforwhichthiswagedetermina
tiondoesnotspecifyanSCAwagerate,

thenthewagerateforthatemployeemustbeconformedinaccordancewiththeconformanceprocedures
describedintheconformancenoteincludedonthiswagedetermination.
Additionally,becausejobtitlesvarywidelyandchangequicklyinthecomputerindustry,jobtitles
arenotdeterminativeoftheapplicationofthecomputerprofessionalexemption.
Therefore,theexemptionappliesonlytocomputeremployeeswhosati
sfythecompensationrequirementsandwhoseprimarydutyconsistsof:
1.1. Theapplicationofsystemsanalysistechniquesandprocedures,includingconsul
tingwithusers,todeterminehardware,softwareorsystemfunctionalspecifications;
1.2. Thedesign,development,documentation,analysis,creation,testingormodific
ationofcomputersystemsorprograms,includingprototypes,basedonandrelatedtouserorsy
stemdesignspecifications;
1.3. Thedesign,documentation,testing,creationormodificationofcomputerprogra
msrelatedtomachineoperatingsystems;or
1.4. Acombinationoftheaforementionedduties,theperformanceofwhichrequires
thesamelevelofskills. (29C.F.R.541.400).
2) AIRTRAFFICCONTROLLERSANDWEATHEROBSERVERS-NIGHTPAY&SUNDAYPAY:
Ifyouworkatnightaspartofaregulartourofduty,youwillearnanightdifferentialandrecei
veanadditional10%ofbasicpayforanyhoursworkedbetween6pmand6am.
Ifyouareafull-
timeemployed(40hoursaweek)andSundayispartofyourregularlyscheduledworkweek,youarepaidat
yourrateofbasicpayplusaSundaypremiumof25%ofyourbasicrateforeachhourofSundayworkwhichis
notovertime(i.e.occasionalworkonSundayoutsidethenormaltourofdutyisconsideredovertimewo
rk).

**HAZARDOUSPAYDIFFERENTIAL**
An8percentdifferentialisapplicabletoemployeesemployedinapositionthatrepresentsahighdeg
reeofhazardwhenworkingwithorincloseproximitytoordnance,explosives,andincendiarymateria

Page 68 of 70
70B03C19Q00000074

ls.
Thisincludesworksuchasscreening,blen
ding,dying,mixing,andpressingofsensitiveordnance,explosives,andpyrotechniccompositions
suchasleadazide,blackpowderandphotoflashpowder.
Alldry-houseactivitiesinvolvingpropellantsorexplosives.
Demilitarization,modification,renova
tion,demolition,andmaintenanceoperationsonsensitiveordnance,explosivesandincendiaryma
terials. Alloperationsinvolvingre-
gradingandcleaningofartilleryranges.
A4percentdifferentialisapplicabletoemployeesemployedinapositionthatrepresentsalowdegre
eofhazardwhenworkingwith,orincloseproximitytoordnance,(oremployeespossiblyadjacentto)e
xplosivesandincendiarymaterialswhichinvolvespotentialinjurysuchaslacerationofhands,fac
e,orarmsoftheemployeeengagedintheoperation,irritationoftheskin,minorburnsandthelike;mi
nimaldamagetoimmediateoradjacentworkareaorequipmentbeingused.
Alloperationsinvolvin
g,unloading,storage,andhaulingofordnance,explosive,andincendiaryordnancematerialothert
hansmallarmsammunition.
Thesedifferentialsare
onlyapplicabletoworkthathasbeenspecificallydesignatedbytheagencyforordnance,explosives
,andincendiarymaterialdifferentialpay.
**UNIFORMALLOWANCE**
Ifemployeesarerequiredtowearuniformsintheperformanceofthiscontract(eitherbythetermsof
theGovernmentcontract,bytheemployer,bythestateorlocallaw,etc.),thecostoffurnishingsuc
huniformsandmaintaining(bylaunderingordrycleaning)suchuniformsisanexpensethatmaynotbe
bornebyanemployeewheresuchcostreducesthehourlyratebelowthatrequiredbythewagedetermina
tion.TheDepartmentofLaborwillacceptpaymentinaccordancewiththefollowingstandardsascomp
liance:
Thecontractororsubcontractorisrequiredtofurnishallemployeeswithanadequatenumberofunif
ormswithoutcostortoreimburseemployeesfortheactualcostoftheuniforms.
Inaddition,whereuniformcleaningandmaintenanceismadetherespon
sibilityoftheemployee,allcontractorsandsubcontractorssubjecttothiswagedeterminationsh
all(intheabsenceofabonafidecollectivebargainingagreementprovidingforadifferentamount,
orthefurnishingofcontraryaffirmativeproofastotheactualcost),reimburseallemployeesfors
uchcleaningandmaintenanceatarateof$3.35perweek(or$.67centsperday).
However,inthoseinstanceswheretheuniformsfurnishedaremadeof"w
ashandwear"
materials,mayberoutinelywashedanddriedwithotherpersonalgarments,anddonotrequireanyspec
ialtreatmentsuchasdrycleaning,dailywashing,orcommerciallaunderinginordertomeettheclean
linessorappearancestandardssetbythetermsoftheGovernmentcontract,bythecontractor,bylaw,
orbythenatureofthework,thereisnorequirementthatemployeesbereimbursedforuniformmaintena
ncecosts.
**SERVICECONTRACTACTDIRECTORYOFOCCUPATIONS**
Thedutiesofemployeesunderjobtitleslistedarethosedescribedinthe"ServiceContractAct
DirectoryofOccupations",FifthEdition(Revision1),

datedSeptember2015,unlessotherwiseindicated.
**REQUESTFORAUTHORIZATIONOFADDITIONALCLASSIFICATIONANDWAGERATE,StandardForm1444(SF-
1444)**
ConformanceProcess:
Thecontractingofficershallrequirethatanyclassofserviceemployeewhichisnotlistedhereinan
dwhichistobeemployedunderthecontract(i.e.,theworktobeperformedisnotperformedbyanyclass
ificationlistedinthewagedetermination),beclassifiedbythecontractorsoastoprovideareason
ablerelationship(i.e.,appropriatelevelofskillcomparison)betweensuchunlistedclassificat
ionsandtheclassificationslistedinthewagedetermination(See29CFR4.6(b)(2)(i)).
Suchconformingproceduresshallbeinitiatedbythecontractorpriortotheper
formanceofcontractworkbysuchunlistedclass(es)ofemployees(See29CFR4.6(b)(2)(ii)).
TheWageandHourDivisionshallmakeafinaldeterminationofconformedclassif
ication,wagerate,and/orfringebenefitswhichshallbepaidtoallemployeesperformingintheclas
sificationfromthefirstdayofworkonwhichcontractworkisperformedbythemintheclassification
.
Failuretopaysuchunlistedemployeesthecompensationagreeduponbytheinter
estedpartiesand/orfullydeterminedbytheWageandHourDivisionretroactivetothedatesuchclass
ofemployeescommencedcontractworkshallbeaviolationoftheActandthiscontract.
(See29CFR4.6(b)(2)(v)).Whenmultiplewagedeterminationsareincludedinac
ontract,aseparateSF-
1444shouldbepreparedforeachwagedeterminationtowhichaclass(es)istobeconformed.
Theprocessforpreparingaconformancerequestisasfollows:

Page 69 of 70
70B03C19Q00000074

Article I. Whenpreparingthebid,thecontractoridentifiestheneedforaconforme
doccupation(s)andcomputesaproposedrate(s).
Article II. Aftercontractaward,thecontractorpreparesawrittenreportlistinginorder
theproposedclassificationtitle(s),aFederalgradeequivalency(FGE)foreachproposedclassi
fication(s),jobdescription(s),andrationaleforproposedwagerate(s),includinginformatio
nregardingtheagreementordisagreementoftheauthorizedrepresentativeoftheemployeesinvol
ved,orwherethereisnoauthorizedrepresentative,theemployeesthemselves.Thisreportshould
besubmittedtothecontractingofficernolaterthan30daysaftersuchunlistedclass(es)ofemplo
yeesperformsanycontractwork.
Article III. Thecontractingofficerreviewstheproposedactionandpromptlysubmitsarepo
rtoftheaction,togetherwiththeagency'srecommendationsandpertinent
informationincludingthepositionofthecontractorandtheemployees,totheU.S.DepartmentofLa
bor,WageandHourDivision,forreview(See29CFR4.6(b)(2)(ii)).
Article IV. Within30daysofreceipt,theWageandHourDivisionapproves,modifies,ord
isapprovestheactionviatransmittaltotheagencycontractingofficer,ornotifiesthecontr
actingofficerthatadditionaltimewillberequiredtoprocesstherequest.
Article V. ThecontractingofficertransmitstheWageandHourDivision'sdecisiontot
hecontractor.
Article VI. Eachaffectedemployeeshallbefurnishedbythecontractorwithawrittencopyo
fsuchdeterminationoritshallbepostedasapartofthewagedetermination(See29CFR4.6(b)(2)(i
ii)).
InformationrequiredbytheRegulationsmustbesubmittedonSF-1444orbondpaper.
Whenpreparingaconformancerequest,the"ServiceContractActDirectoryofOccupations"shouldb
eusedtocomparejobdefinitionstoensurethatdutiesrequestedarenotperformedbyaclassificati
onalreadylistedinthewagedetermination.Remember,itisnotthejobtitle,buttherequiredtasks
thatdeterminewhetheraclassisincludedinanestablishedwagedetermination.
Conformancesmaynotbeusedtoartificiallysplit,combine,orsubdivideclassificationslistedi
nthewagedetermination(See29CFR4.152(c)(1)).

Page 70 of 70
Mechanical Area
Segregation Pod

Contractor Offices

Generators and Fuel


Door Locations
Laundry Storage
& Trailers

394'
30'

Refridgeration
Trailer

60'
200'

100'
36'

100'

20'
30'

Secure Storage
For CBP
660'

Recreation
Space Shower Bay Covered Walkway 3x Typical Pods
200' x 600' area required for
soft sided structure and
related accessory functions
sally port
(60' x 50')
Holding Processing
(120' x 504') (100' x 504')
covered
walkway
connection
(30' x 504')

Vous aimerez peut-être aussi