see schedule - aws

225
SEE ADDENDUM (No Collect Calls) N4008520R1206 16-Feb-2021 b. TELEPHONE NUMBER 812-854-3234 8. OFFER DUE DATE/LOCAL TIME 04:00 PM 18 Mar 2021 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. N40085 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME DEBRA S. DILLS 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 58 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS ACQR5827707 ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 0 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE NAVFACSYSCOM MID-ATLANTIC PWD CRANE FEAD 300 HIGHWAY 361 NSA BLDG 2516 CRANE IN 47522 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS X SIZE STANDARD: $16,500,000 NAICS: 238220 0 OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

Upload: khangminh22

Post on 29-Mar-2023

3 views

Category:

Documents


0 download

TRANSCRIPT

SEE ADDENDUM

(No Collect Calls)

N4008520R1206 16-Feb-2021

b. TELEPHONE NUMBER

812-854-3234

8. OFFER DUE DATE/LOCAL TIME

04:00 PM 18 Mar 2021

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA – FAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

N400859. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

DEBRA S. DILLS

2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 58OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSACQR5827707

ARE NOT ATTACHED

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

0

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED OR X

SMALL BUSINESS

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

NAVFACSYSCOM MID-ATLANTICPWD CRANE FEAD300 HIGHWAY 361NSA BLDG 2516CRANE IN 47522

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDERDPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

FAX:

TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

X

SIZE STANDARD:

$16,500,000

NAICS:

238220

0

OFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT24.22.21.19.

WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM

EDWOSB

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF58

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2/2012) BACKPrescribed by GSA – FAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.SCHEDULE OF SUPPLIES/ SERVICES

21.QUANTITY UNIT

22. 23.UNIT PRICE

24.AMOUNT

19.ITEM NO.

N4008520R1206

Page 3 of 58

Section SF 1449 - CONTINUATION SHEET GENERAL INFORMATION GENERAL INFORMATION INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

NAVFAC Solicitation No.: N4008520R1206 Title: IDIQ MECHANICAL & ELECTRICAL SYSTEM SERVICES AT THE NAVAL SUPPORT ACTIVITY, CRANE, IN AND GLENDORA TEST FACILITY, SULLIVAN, IN NAICS Code: 238220 Plumbing, Heating, & Air Conditioning Contractors (Size Standard: $16.5.Million) PSC: J099 Set-aside: This procurement is a HubZone Small Business Set-aside. Wage Determination: The following wage determinations are applicable and incorporated:

• Martin County –2015-4821 Revision 14 Dated 12/21/2020 & IN20210008 Modification 0 Dated 1/1/2021 (for Repairs over $2000.00)

• Sullivan County (Glendora Test Facility) – 2015-4801 Revision 12 Dated 12/21/2020 & IN20210003 Modification 2 Dated 1/29/2021 (for Repairs over $2000.00)

See Section J, Attachments J-0200000-02 for applicable wage determinations. Due date: Proposals are due no later than 2:00 p.m. on Thursday,March 18, 2021 PRE-PROPOSAL CONFERENCE/SITE VISIT A pre-proposal conference/site will not be held. PROPOSALS (SEE FAR CLAUSE 52.212-2 EVALUATION COMMERCIAL ITEMS FOR Technical and price factors and submittal requirements) Offerors are required to submit both technical and price proposals, and must be submitted in separate volumes. Proposals consist of price and technical information. The technical proposal shall not contain any cost/pricing information. Offerors shall submit an original only of the price proposal. In addition, the offerors shall submit a completed electronic copy of the exhibit line items for the base period and all option periods via e-mail to [email protected].. Additional copies of the price proposal are not required. The solicitation requires the evaluation of price and the following non-price (technical) factors:

• Factor 1 – Experience • Factor 2 – Safety • Factor 3 – Past Performance

Offerors shall submit an original and one (1) copy of the technical proposal, in separate three-ring binders, that shall include the following:

• 8 ½ x 11 format • 12 point Arial or Times New Roman font

N4008520R1206

Page 4 of 58

• 75 page limit (inclusive of all charts, résumés, forms, catalog cuts, and other documentation responsive to the solicitation requirements), pages sequentially numbered • Include a cover page with Contract Number, Contract Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, Cage Code, Point of Contact and their phone and email address • Include only information in response to Factors 1, 2, and 3 separated by tabs, as applicable • A complete electronic copy of the technical proposal as a .pdf file on a CD-ROM (include with the “original” technical submission)

In addition, the offeror may submit catalogue cuts, brochures or other pre-printed material as long as the exact item to be incorporated is identified. To facilitate the evaluation, the technical proposal should be sufficiently detailed and complete to clearly and fully demonstrate that the offeror has a thorough understanding of the requirements. Extraneous information in the technical proposal may be construed as indicative of the offeror’s ignorance of the subject or a casual approach to the RFP. Statements that the prospective offeror understands and can or will comply with all specifications, statements paraphrasing the statement of work or parts thereof, and phrases such as “standard procedures will be employed” or “well known techniques will be used”, etc. will be considered insufficient. Elaborate brochures, binding, detailed artwork are unnecessary. The technical proposal shall be clear, concise and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet requirements. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the offeror’s proposal. Proposals unrealistic in terms of technical or schedule commitments or unrealistically low in price will be considered lacking technical competence or comprehension of the complexity and risks of the contract requirements and may be rated as technically unacceptable. Technical evaluation factors and price proposal requirements are found in FAR Clause 52.212-2. Proposals shall be submitted to the following address: COMNAVFACSYSCOM MID-ATLANTIC PWD Crane Attn: Debbie Dills (Code PRX22) 300 Highway 361 Building 2516, NSA Crane, IN 47522-5082 Phone: (812) 854-3234 PROPOSAL EVALUTION: The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest priced, technically acceptable offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price, technically acceptable proposal (LPTA). For this solicitation, the

N4008520R1206

Page 5 of 58

LPTA process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. An overall non-price factors rating (technical rating) must be at least “ACCEPTABLE” in order to be eligible for award. An UNACCEPTABLE rating in any factor results in the overall non-price factors proposal being rated UNACCEPTABLE unless corrected through discussions. An Overall non-price factors rating of UNACCEPTABLE makes a proposal ineligible for award. For this solicitation, the combinations of the technical submittals are equal in value to the price. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order (lowest to highest). The Navy will then evaluate the technical factors for the lowest priced proposal. If the lowest priced proposal is not found to be technically acceptable then the next lowest price proposal shall be evaluated. If that proposal is also not found to be technically acceptable, then the process described will be conducted again as many times as necessary, until such time as the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Office, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. NOTIFICATION AND DEBRIEFINGS – Notification of unsuccessful offerors shall be accomplished after award and in accordance with FAR 15.503. Debriefing of unsuccessful offerors shall be in accordance with FAR 15.505 and 15.506.   DISPOSITION OF PROPOSALS – After award, any excess copies of the proposal will not be returned to the offeror, but shall be destroyed by the Contracting Officer. No certificate of destruction will be issued. QUESTIONS ALL QUESTIONS MUST BE SUBMITTED IN WRITING. The offeror may submit written questions via e-mail to the address below specifying the section and paragraph of the RFP for which clarification is desired. Inquiries must be submitted in writing via email to: E-Mail: [email protected]. ALL OR NONE OFFERS Offers are solicited on an “all or none” basis and FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS, is hereby modified. Failure to submit offers for all line items listed shall be cause for rejection of the offer. Multiple offiers as described in paragraph (e) of FAR 52.212-1 will not be accepted. Multiple awards as described in paragraph (h) of FAR 52.212-1 does not apply.

N4008520R1206

Page 6 of 58

ITEM NO SUPPLIES/SERVICES MAX

QUANTITY UNIT UNIT PRICE MAX AMOUNT

0001 1 Each Mechanical_Electrical_Sys_Services

FFP The Contractor shall provide all labor, management, supervision, training, transportation, material, tools, and equipment required to perform nonrecurring preventive maintenance, diagnosing, testing & repair services for mechanical & electrical systems at the Naval Support Activity, Crane IN and Glendora Test Facility (GTF), Sullivan, IN The Contractor shall maintain all its materials and equipment in a good working and serviceable order and perform the services. All orders will be issued electronically. The contract contains a one-time guaranteed minimum of $2,500.00 and an overall maximum of $3,000,000.00 or 60 months, whichever comes first. FOB: Destination PURCHASE REQUEST NUMBER: ACQR5827707 PSC CD: J045

MAX

NET AMT

CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM QUANTITY

MINIMUM AMOUNT

MAXIMUM QUANTITY

MAXIMUM AMOUNT

2,500.00 $2,500.00 3,000,000.00 $3,000,000.00 DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table.

N4008520R1206

Page 7 of 58

MINIMUM QUANTITY

MINIMUM AMOUNT

MAXIMUM QUANTITY

MAXIMUM AMOUNT

1.00 $2,500.00 3,000,000.00 $3,000,000.00 CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. CLIN

MINIMUM QUANTITY

MINIMUM AMOUNT

MAXIMUM QUANTITY

MAXIMUM AMOUNT

0001

$

$

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE 0001 POP 05-APR-2021 TO

04-APR-2022 N/A N/A

FOB: Destination

CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

N4008520R1206

Page 8 of 58

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

JUN 2016

52.208-9 Contractor Use of Mandatory Sources of Supply or Services MAY 2014 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.222-5 Construction Wage Rate Requirements--Secondary Site of the

Work MAY 2014

52.222-6 Construction Wage Rate Requirements AUG 2018 52.222-8 Payrolls and Basic Records AUG 2018 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and

Related Regulations MAY 2014

52.222-30 Construction Wage Rate Requirements--Price Adjustment (None or Separately Specified Method)

AUG 2018

52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts

SEP 2013

52.223-4 Recovered Material Certification MAY 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation

DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation

DEC 2019

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DEC 2019

252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.215-7008 Only One Offer JUL 2019 252.215-7010 Requirements for Certified Cost or Pricing Data and Data

Other Than Certified Cost or Pricing Data JUL 2019

252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7000 Buy American--Balance Of Payments Program Certificate--

Basic (Nov 2014) NOV 2014

252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7050 Disclosure of Ownership or Control by the Government of a

Country that is a State Sponsor of Terrorism DEC 2018

252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

APR 2019

252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card

MAY 2018

252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor

Personnel JUN 2013

252.243-7002 Requests for Equitable Adjustment DEC 2012

N4008520R1206

Page 9 of 58

252.244-7000 Subcontracts for Commercial Items OCT 2020 252.247-7022 Representation of Extent of Transportation by Sea. JUN 2019 252.247-7023 Transportation of Supplies by Sea FEB 2019 CLAUSES INCORPORATED BY FULL TEXT 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2020) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

N4008520R1206

Page 10 of 58

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for

N4008520R1206

Page 11 of 58

quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

N4008520R1206

Page 12 of 58

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 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:

(a) Price: (1) Solicitation Submittal Requirements: Offerors shall submit an original only of the price proposal. In addition, the offerors shall submit a completed electronic copy of the exhibit line items for the base period and all option periods via e-mail to [email protected]. The basis of the price proposal shall be the exhibit line items (ELINS) for each of the contract periods. The price proposal shall consist of the following:

• Include a cover page with Solicitation Number, Solicitation Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS Number, Cage Code, Point of Contact, and E-mail Address;

• Completed and signed SF 1449 and Section 1449 Continuation Sheet (Item 0001) • Acknowledge all amendments • Completed Exhibit Line Items (Exhibits A, B, C, D, and E) for the base period and all option

periods • Offerors shall indicate on the proposal that prices are valid for not less than ninety (90) days

Proposal packages from unsuccessful offerors will not be returned to the offeror, but shall be destroyed by the Contracting Officer. No certificate of destruction will be issued.

(2) Basis of Evaluation: The Government will evaluate price based on the total price. Total price consists of all line items for the base period and all line items for all option periods (Exhibit Line Items (Exhibits A, B, C, D and E). The Government intends to evaluate all options and has included the provision FAR 52.217-5, Evaluation of Options (Jul 1990) in the solicitation. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: (i) Comparison of proposed prices received in response to the RFP.

N4008520R1206

Page 13 of 58

(ii) Comparison of proposed prices with the IGCE. (iii) Comparison of proposed prices with available historical information. (iv) Comparison of market survey results. RESPONSIBILTY DETERMINATION INFORMATION: In order to be eligible for award, the offeror must be determined responsible in accordance with FAR Part 9, specifically 9.104-1, General Standards. In a separate tab or folder, the offeror shall provide the following information in the price proposal package: • One (1) signed bank or other financial institution reference demonstrating adequate financial resources to support this project and that its accounts are in good standing. If the offeror’s firm has a line of credit, provide the available line of credit (i.e. medium 6 figures – exact line of credit is not required) as well as the available balance on the line of credit. • The offeror shall provide the latest three complete fiscal year financial statements for the prime contract certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the offeror. • Description of the offeror’s facilities and equipment. • Other offeror’s work presently under contract. Although required to be submitted with offeror’s price proposal, this information will not be evaluated as part of the price proposal. This information forms the basis of your firm’s responsibility determination should your firm be considered for award. Proposals will be evaluated for completeness and reasonableness as follows: Unit Pricing: Please verify your calculations are rounded to the nearest cent. (ex: 1.02, not 1.019999) Completeness. All pricing information required by the solicitation has been provided, all mathematic computations are correct and the pricing application understood, prices are on an “all or none” basis, and failure to submit a price on an item or a number of items may cause this factor and the entire offer to be determined unacceptable. Reasonableness. Price analysis comparisons indicate the offered price to be fair and reasonable, balanced across option years, and balanced between fixed-price and IDIQ items. Unreasonable, unbalanced or incomplete pricing may cause a proposal to be determined unacceptable. The following required items shall be submitted with the price proposal:

• Copy of Representation and Certifications and proof of registration in System for Award Management (SAM); • Provide confirmation that the required VETS-4212 Federal Contractor Veterans’ Employment Report has been submitted for the preceding fiscal year in accordance with FAR 52.222-37 or provide an explanation of why this requirement does not apply to your firm.

(b) Technical Factors:

N4008520R1206

Page 14 of 58

Non-Price Proposals Submittal Requirements: Offerors shall submit an original and one (1) copy of the non-price proposal, in separate three-ring binders, that shall include the following: • 8 ½ x 11 format • 12 point Arial or Times New Roman font • 75-page limit (inclusive of all charts, resumes, forms and other documentation responsive to the solicitation requirements), pages sequentially numbered • Include a cover page with Contract Number, Contract Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, Cage Code, Point of Contact and their phone and email address • Include only information in response to Factors 1, 2, and 3 separated by tabs, as applicable • A complete electronic copy of the non-price proposal as a .pdf file on a CD-ROM (include with the “original” technical submission) The Non-Price proposal shall include a submission for each evaluation factor, as specified below:

(1) Factor 1, Experience: (i) Solicitation Submittal Requirements: Submit a minimum of three (3) and a maximum of five (5) projects for the Offeror that best demonstrates your experience on relevant construction projects that are similar in size and scope to the scope of work included within the RFP. (ii) Basis of Evaluation: The basis of evaluation will include the Offeror's experience or Offeror's team experience, where allowed, in performing relevant construction projects as defined in the solicitation submittal requirements. The assessment of the Offeror's relevant experience will be used as a means of evaluating the relative capability of the Offeror to successfully meet the requirements of the RFP. The offeror must have a minimum of three (3) relevant projects. The Government will only review five (5) projects. Any projects submitted in excess of the five (5) will not be considered.

• Size: Diagnostic and repair project with a cost of $30,000 or less • Scope: Offerors must show experience performing diagnostic and repair of various brands of HVAC

equipment, HVAC controls systems, VRF systems, fire alarm systems, air compressors, generators, and electrical systems/equipment. No more than one project can be submitted for each brand and no more than one project can be submitted for each type of equipment. A minimum of three relevant projects shall be submitted. No more than a maximum of five projects shall be provided.

The offeror shall be the prime contractor on at least one (1) relevant contract of similar size, and scope as

the current requirement. The Offeror may utilize experience of a subcontractor that can perform one or more of the elements above to demonstrate experience under this evaluation factor. The Offeror must provide a letter of commitment and an explanation of the meaningful involvement that the subcontractor will have in performance of this contract.

Recent: All work on projects including deliverables submitted shall have a completion date within five (5) years

prior to the date of issuance of this solicitation. If completion date is within one (1) month of the (5) five years, the offeror must show that all work is complete and all deliverables are submitted within the past five (5) years prior to the date of issuance of this solicitation. .

A project is defined as a project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole should not be submitted as a project; rather Offerors should submit the work performed under a task order as a project.

N4008520R1206

Page 15 of 58

The attached Experience Project Data Sheet (Attachment J-0200000-12) is MANDATORY and SHALL be used to submit project information. Except as specifically requested, the Government will not consider information submitted in addition to this form. Individual blocks on this form may be expanded; however, total length for each project data sheet shall not exceed one (1) double-sided page (or two (2) single-sided pages). If the Offeror is a Joint Venture (JV), relevant project experience should be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have shared experience, projects shall be submitted for each Joint Venture partner. Experience submitted for one of the Offeror’s Joint Venture partners in which the Joint Venture partner was a partner in a different Joint Venture entity may be submitted to demonstrate relevant project experience. Offerors are still limited to a total of five (5) projects. For a JV, the offeror shall submit the signed JV agreement. For 8(a) Mentor-Protégé Joint Ventures, the offeror shall submit the signed and U.S. Small Business Administration (SBA) approved Mentor-Protégé agreement. For offerors who are a Joint Venture, an offeror’s proposal may be considered ineligible for award if this information is not provided. If the Offeror is proposing as a single corporate entity (i.e. not as a Joint Venture), the Offeror may submit relevant project experience it performed as a partner in a previous Joint Venture. Offerors are still limited to a total of five (5) projects. If an offeror is utilizing experience information of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the SF1442), the proposal shall clearly demonstrate that the affiliate/subsidiary/parent firm will have meaningful involvement in the performance of the contract in order for the past performance information of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The proposal shall state specific commitments of technical resources (e.g. personnel, equipment) that the affiliate/subsidiary/parent/LLC/LTD member companies commit to the performance of this contract. In particular, the proposal will clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member that will be located at the worksites and company offices in the city/area of the project. The proposal shall also describe specific roles of the affiliate/subsidiary/ parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the offeror in performance of the contract. Any projects submitted in excess of the five (5) will not be considered. (2) Factor 2, Safety: (i) Solicitation Submittal Requirements:

The Offeror shall submit the following information: The Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate; and Total Case Rate (TCR) for the specified five (5) Calendar Years (CY), as well as a safety narrative, as described below. For a partnership or joint venture, the Offeror shall submit separate DART and TCR rates for the specified five (5) CY for each contractor who is part of the partnership/joint venture; however, only one safety narrative is required. Any fatalities experienced within this 5-year timeframe must be explained in detail, to include root cause and corrective actions.

NOTE: DART and TCR shall not be submitted for subcontractors

1. DART Rate: Submit five (5) previous complete calendar years’ [CY2020,

CY2019, CY2018, CY2017, and CY2016] worth of data (not an overall average). If the Offeror has no DART rate, for any year, affirmatively state so and explain why.

a. DART cases include injuries or illnesses resulting in death, days away from

work, and/or restricted work or transfer to another job days beyond the day of injury/illness. b. Calculation of DART rate: Multiply the total number of DART cases by

200,000, and then divide by the number of employee labor hours worked

N4008520R1206

Page 16 of 58

2. TCR Rate: Submit five (5) previous complete calendar years’ [CY2020,

CY2019, CY2018, CY2017, and CY2016 worth of data (not an overall average). If the Offeror has no TCR rate, for any year, affirmatively state so and explain why.

a. TCR cases include injuries or illnesses resulting in death, days away from

work, restricted work or transfer to another job days beyond the day of injury/illness, medical treatment beyond first aid, or loss of consciousness.

b. Calculation of TCR rate: Multiply the total number of TCR incidents by

200,000, and then divide by the number of employee labor hours worked

3. Technical Approach to Safety: Submit a narrative that addresses the following: a. Describe the Offeror’ s approach to implementing and executing a Safety

Management System (SMS) including Management/Leadership involvement, Employee involvement, Hazard prevention, Hazard control, Worksite analysis, and Safety and health training, to include the standard(s) used to benchmark the SMS.

b. Describe the evaluation process used to select potential subcontractors. c. Describe the processes of how the Offeror will oversee safety compliance

of subcontractors at all levels throughout performance of the contract (to include the Offeror’s own in-house workforce).

d. The Technical Approach to Safety narrative shall be limited to two (2) single-sided pages or one (1) double-sided page.

4. The Government reserves the right to review other available sources

(public/Government internal) of information. These may include but are not limited to OSHA data, NAVFAC’s Contractor Incident Reporting System (CIRS), Contractor Performance Assessment Reporting System (CPARS), Electronic Contract Management System (eCMS), etc. (ii) Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. To meet the minimum requirements, the Offeror must demonstrate the following: 1. DART rates at or below 2.99 2. TCR Rates at or below 4.49 NOTE: If the Offeror’s rates exceed the established levels above for any of the five years, it will result in a deficiency.

N4008520R1206

Page 17 of 58

3. Technical Approach to Safety a. Offeror describes a viable SMS that addresses elements; such as Management/Leadership involvement, Employee involvement, Hazard prevention, Hazard control, Worksite analysis, and Safety and health training, to include the standard(s) used to benchmark the SMS. b. Offeror describes a methodical process of evaluating subcontractor’s safety performance in their selection process. c. Offeror describes a logical management plan to hold both themselves and their subcontractors accountable for adhering to the safety requirements of the contract.

4. The Government reserves the right to review other available sources (public/Government internal) of information. These may include but are not limited to OSHA data, NAVFAC’s Contractor Incident Reporting System (CIRS), Contractor Performance Assessment Reporting System (CPARS), Electronic Contract Management System (eCMS), etc. (1) Factor 3, Past Performance: (i) Solicitation Submittal Requirements: Past performance information shall be provided for each project submitted under Factor 1, Experience. Do not provide past performance information for projects other than those submitted under Factor 1, Experience. IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included in the solicitation is provided for the offeror or its team members to submit for each project that the offeror includes in its proposal for Factor 1, Experience. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment J-0200000-13), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Debbie Dills via email at [email protected] prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Also include performance recognition documents received within the last five years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all

N4008520R1206

Page 18 of 58

CAGE/Entity Identifier numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror’s proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. (ii) Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering: - A pattern of successful completion of tasks;

- A pattern of deliverables that are timely and of good quality; - A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc.); and - Recency of tasks performed that are identical to, similar to, or related to the task at hand

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2020) 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 (v) of this provision. (a) Definitions. As used in this provision -- “Covered telecommunications equipment or services” has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. “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-

N4008520R1206

Page 19 of 58

(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. “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). “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. “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. “Reasonable inquiry” has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. “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;

N4008520R1206

Page 20 of 58

(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). "Small business concern"-- (1) 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. (2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.

N4008520R1206

Page 21 of 58

“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 the stock of which 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 its stock is owned by one or more women; or (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.

N4008520R1206

Page 22 of 58

(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, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) 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 (v) 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.

N4008520R1206

Page 23 of 58

(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. 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) Certifications and 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 either to the Equal Opportunity clause of this solicitation, the 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 Subparts 60-1 and 60-2), or

N4008520R1206

Page 24 of 58

(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.) (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.” (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'':

N4008520R1206

Page 25 of 58

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

___ ___

___ ___

___ ___

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). 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.

___

___

___

N4008520R1206

Page 26 of 58

[List as necessary]

(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). 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]

(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''.

N4008520R1206

Page 27 of 58

(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; and

(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 the threshold at 9.104-5(a)(2)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.

N4008520R1206

Page 28 of 58

(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 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 appear 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.

N4008520R1206

Page 29 of 58

[ ___ ] (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. (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— (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));

N4008520R1206

Page 30 of 58

(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: ( ___ ) 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);

N4008520R1206

Page 31 of 58

( ___ ) 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. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It 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 e-mail questions concerning sensitive technology to the Department of State at [email protected]. (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; (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 the threshold at FAR 25.703-2(a)(2) 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).

N4008520R1206

Page 32 of 58

(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 section 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 and 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

N4008520R1206

Page 33 of 58

(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--

(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). (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: ___ .

N4008520R1206

Page 34 of 58

(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 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). (v) Covered Telecommunications Equipment or Services--Representation. Section 889(a)(1)(A) and section 889 (a)(1)(B) of Public Law 115-232. (1) The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ``covered telecommunications equipment or services''. (2) The Offeror represents that-- (i) It [ ___ ] does, [ ___ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (ii) After conducting a reasonable inquiry for purposes of this representation, that it [ ___ ] does, [ ___ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2018) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

N4008520R1206

Page 35 of 58

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes'', as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

N4008520R1206

Page 36 of 58

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer--Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.-- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C.

N4008520R1206

Page 37 of 58

7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to

N4008520R1206

Page 38 of 58

the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification. (t) Reserved. (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar

N4008520R1206

Page 39 of 58

legal instrument or agreement is invoked through an ``I agree'' click box or other comparable mechanism (e.g., ``click-wrap'' or ``browse-wrap'' agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2020) (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 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 (JUN 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

N4008520R1206

Page 40 of 58

X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). ____ (10) [Reserved] X (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a). ____ (ii) Alternate I (MAR 2020) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (MAR 2020) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ____ (ii) Alternate I (MAR 2020) of 52.219-6. ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ____ (ii) Alternate I (MAR 2020) of 52.219-7. X (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 (JUN 2020) (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 (JUN 2020) of 52.219-9. ____ (v) Alternate IV (JUN 2020) of 52.219-9. ____ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). ____ (ii) Alternate I (MAR 2020) of 52.219-13. X (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)).

N4008520R1206

Page 41 of 58

____ (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 (MAR 2020) (15 U.S.C. 657f). X (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) (15 U.S.C. 632(a)(2)). ____ (ii) Alternate I (MAR 2020) of 52.219-28. ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (MAR 2020) (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 (MAR 2020) (15 U.S.C. 637(m)). ____ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ____ (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). X (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). X (28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). X (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). X (30)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). ____ (ii) Alternate I (FEB 1999) of 52.222-26. X (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). ____ (ii) Alternate I (JUL 2014) of 52.222-35. X (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). ____ (ii) Alternate I (JUL 2014) of 52.222-36. X (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). X (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). X (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (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). X (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 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.) X (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

N4008520R1206

Page 42 of 58

____ (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.) X (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). X (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). ____ (40) (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. ____ (41)(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. X (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b). ____ (43)(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 (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). ____ (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). ____ (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). X (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. X (48) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83). ____ (49) (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. ____ (50) 52.225-5, Trade Agreements (OCT 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (52) 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).

N4008520R1206

Page 43 of 58

____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150 ____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). ____ (55) 52.229-12, Tax on Certain Foreign Procurements (JUN 2020). ____ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (57) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (58) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332). ____ (59) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). ____ (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ____ (62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). ____ (63)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (APR 2003) of 52.247-64. ____ (iii) 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.) X (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (3) 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). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). X (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) (E.O. 13658).

N4008520R1206

Page 44 of 58

X (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (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, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 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 the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).

N4008520R1206

Page 45 of 58

(x) 52.222-37, Employment Reports on Veterans (JUN 2020) (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 (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 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) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) (E.O. 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. (JUN 2020) (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. (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)

52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Indefinite Delivery/Indefinite Quantity contract resulting from this solicitation. (End of provision)

N4008520R1206

Page 46 of 58

52.216-18 ORDERING. (AUG 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from contract award date through contract completion date. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered "issued" when-- (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either-- (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of $50,000.00; (2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within five (5) days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called

N4008520R1206

Page 47 of 58

for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) The 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the task order completion date. (End of clause) 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 30 days prior to the contract completion date. (End of clause) 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 20 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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.

N4008520R1206

Page 48 of 58

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (a) "Hazardous material", as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material Identification No. None ___ ___ ___ ___ ___ (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data. (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property. (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material. (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows: (1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to-- (i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of hazardous materials; (ii) Obtain medical treatment for those affected by the material; and

N4008520R1206

Page 49 of 58

(iii) Have others use, duplicate, and disclose the data for the Government for these purposes. (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data. (3) The Government is not precluded from using similar or identical data acquired from other sources. (End of clause) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS. (JUN 2020) (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 [email protected]. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with Federal Acquisition Regulation (FAR) 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; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for

N4008520R1206

Page 50 of 58

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 the threshold at FAR 25.703-2(a)(2) 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) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2.

N4008520R1206

Page 51 of 58

(End of provision) 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ___ (Line Item Number Country of Origin) ___ (Country of Origin) (3) The following end products are other foreign end products, including 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 (ii) of the definition of ``domestic end product'': (Line Item Number) ___ (Country of Origin (If known)) ___ (End of provision) 252.225-7020 TRADE AGREEMENTS CERTIFICATE--BASIC (NOV 2014)

N4008520R1206

Page 52 of 58

(a) Definitions. Designated country end product, nondesignated country end product, qualifying country end product, and U.S.-made end product, as used in this provision have the meanings given in the Trade Agreements--Basic clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will consider only offers of end products that are U.S.-made, qualifying country, or designated country end products unless-- (i) There are no offers of such end products; (ii) The offers of such end products are insufficient to fulfill the Government's requirements; or (iii) A national interest waiver has been granted. (c) Certification and identification of country of origin. (1) For all line items subject to the Trade Agreements--Basic of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2) of this provision, is a U.S.-made, qualifying country, or designated country end product. (2) The following supplies are other nondesignated country end products: NA (End of provision) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) (a) Definitions. As used in this clause-- Contract financing payment means an authorized Government disbursement of monies to a contractor prior to acceptance of supplies or services by the Government. (1) Contract financing payments include-- (i) Advance payments; (ii) Performance-based payments; (iii) Commercial advance and interim payments; (iv) Progress payments based on cost under the clause at Federal Acquisition Regulation (FAR) 52.232-16, Progress Payments; (v) Progress payments based on a percentage or stage of completion (see FAR 32.102(e)), except those made under the clause at FAR 52.232-5, Payments Under Fixed-Price Construction Contracts, or the clause at FAR 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts; and

N4008520R1206

Page 53 of 58

(vi) Interim payments under a cost reimbursement contract, except for a cost reimbursement contract for services when Alternate I of the clause at FAR 52.232-25, Prompt Payment, is used. (2) Contract financing payments do not include-- (i) Invoice payments; (ii) Payments for partial deliveries; or (iii) Lease and rental payments. Electronic form means any automated system that transmits information electronically from the initiating system to affected systems. Invoice payment means a Government disbursement of monies to a contractor under a contract or other authorization for supplies or services accepted by the Government. (1) Invoice payments include-- (i) Payments for partial deliveries that have been accepted by the Government; (ii) Final cost or fee payments where amounts owed have been settled between the Government and the contractor; (iii) For purposes of subpart 32.9 only, all payments made under the clause at 52.232-5, Payments Under Fixed-Price Construction Contracts, and the clause at 52.232-10, Payments Under Fixed-Price Architect-Engineer Contracts; and (iv) Interim payments under a cost-reimbursement contract for services when Alternate I of the clause at 52.232-25, Prompt Payment, is used. (2) Invoice payments do not include contract financing payments. Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract or task or delivery order. Receiving report means the data prepared in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense Federal Acquisition Regulation Supplement. (b) Except as provided in paragraph (d) of this clause, the Contractor shall submit payment requests and receiving reports in electronic form using Wide Area WorkFlow (WAWF). The Contractor shall prepare and furnish to the Government a receiving report at the time of each delivery of supplies or services under this contract or task or delivery order. (c) Submit payment requests and receiving reports to WAWF in one of the following electronic formats: (1) Electronic Data Interchange. (2) Secure File Transfer Protocol. (3) Direct input through the WAWF website. (d) The Contractor may submit a payment request and receiving report using methods other than WAWF only when--

N4008520R1206

Page 54 of 58

(1) The Contractor has requested permission in writing to do so, and the Contracting Officer has provided instructions for a temporary alternative method of submission of payment requests and receiving reports in the contract administration data section of this contract or task or delivery order; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment on a contract or task or delivery order for rendered health care services using the TRICARE Encounter Data System; or (4) The Governmentwide commercial purchase card is used as the method of payment, in which case submission of only the receiving report in WAWF is required. (e) Information regarding WAWF is available at https://wawf.eb.mil/. (f) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. “Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

N4008520R1206

Page 55 of 58

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items— (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. NA (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. NAVY CONSTRUCTION/FACILITIES MANAGEMENT INVOICE (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC N68732

Issue By DoDAAC N40085

Admin DoDAAC** N40085

Inspect By DoDAAC N61154

Ship To Code NA

Ship From Code NA

Mark For Code NA

Service Approver (DoDAAC) NA

N4008520R1206

Page 56 of 58

Service Acceptor (DoDAAC) N61154

Accept at Other DoDAAC NA

LPO DoDAAC N61154

DCAA Auditor DoDAAC NA

Other DoDAAC(s) NA

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.

Debbie Dills, CS: [email protected]

Additional email notification:

Josh Robbins, PM: [email protected] (812) 854-8955

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Link to DFARS PGI 204.7108 – Payment Instructions: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions GENERAL REQUIREMENTS CONTRACTOR SUPPORT OF ELECTRONIC CONTRACTING (FEDMALL) The contractor is required to offer IDIQ pre-priced line item services to authorized Government personnel when they are ordering the work directly via the Government wide Commercial Purchase Card (GCPC) program. When receiving GCPC orders against pre-priced line items, the contractor shall provide the supplies and services at the offered price without additional markup or handling fee. The contractor agrees to accept and process electronically submitted GCPC orders for IDIQ services, including those orders issued through the FedMall. FedMall is a U.S. Government (USG) owned and operated webbased ordering system that enables any Department of Defense (DOD) or Federal activity to search for and order goods and services. Authorized GCPC users will receive approved accounts on FedMall to view and order IDIQ line items. The contractor is required to receive electronic IDIQ orders from the FedMall using 128-bit encrypted email. The contractor agrees to purchase, install, and utilize the most recent version of PGP Personal software, or a comparable solution, for the purpose of decrypting order notification emails from the FedMall. In addition, the DoD has established the External Certification Authority (ECA) program to support the issuance of DoD-approved certificates to contractors. The ECA program is designed to provide the mechanism for contractors to securely

N4008520R1206

Page 57 of 58

communicate with the DoD and authenticate to DoD Information Systems. The contractor agrees to purchase, install, maintain and use a DoD-approved ECA certificate. Information on obtaining an ECA certificate can be found at http://iase.disa.mil/pki/eca/Pages/certificate.aspx. The contractor shall post updates on order delivery schedule and performance to the FedMall in a timely manner. The contractor shall track quantities and report total ordered quantity in FedMall and approved DD1449’'s by line item number each month and year-to-date. The report shall be due to the Contracting Officer by the fifth day of the following month. The contractor must track and report when total dollar value of all orders from both GCPC purchases and DD1449s exceed 75% of the maximum for that ordering period. MINIMUM GUARANTEE AND MAXIMUM NOT TO EXCEED (NTE) Concurrently with the award of the basic contract, the Government intends to issue a task order to obligate the contract minimum guarantee in the amount of $2,500.00 for: CLIN 0001, Base Period Indefinite-Delivery/Indefinite Quantity (IDIQ) (nonrecurring) work. Minimum guarantees do not apply to the option periods. Once the value of task orders placed exceeds the minimum guarantee amount, this minimum guarantee task order shall be modified to deobligate the funds from the task order. The contract maximum is $3,000,000.00 or 60 months, whichever occurs first. AUTHORITY 1. No person other than the Contracting Officer has authority to bind the Government with respect to this contract. 2. No action or omission of any government employee or representative other than the Contracting Officer shall increase or decrease the scope of this contract or shall otherwise modify the terms and conditions of this contract. 3. In no event shall any of the following be effective or binding on the Government or imputed to the Contracting Officer with respect to this contract: (a) An understanding or agreement between the Contractor and anyone other than the Contracting Officer; (b) A purported modification or change order issued by anyone other than the Contracting Officer; (c) A promise by anyone other than the Contracting Officer to provide additional funding or make payments; or (d) An order, direction, consent, or permission from anyone other than the Contracting Officer to: (i) Incur costs in excess of a specified estimated cost, allotment of funds, or other ceiling; or (ii) Expend hours in excess of a specified level of effort. SUBSTITUTIONS OF KEY PERSONNEL The Contractor shall provide complete resumes for proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 days after receipt of all

N4008520R1206

Page 58 of 58

required information of the consent on substitutes. No change in unit prices may occur as a result of key personnel substitution.

0100000 – General Information Spec Item Title Description 1 General Information The intention of this solicitation is to obtain all labor, supplies, materials,

equipment, transportation, facilities, utilities, supervision and management; unless otherwise specified; required to provide Mechanical and Electrical Systems services to include performing diagnostics and repair of HVAC systems, air compressors, electrical generators, electrical systems, and minor repair and testing of mechanical systems via an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with nonrecurring work requirements at the Naval Support Activity (NSA), Crane, Indiana and at Glendora Test Facility (located approximately 45 miles northwest of NSA Crane in Sullivan County, IN). The contractor shall provide all labor, management, supervision, tools, materials, equipment, and transportation necessary perform Mechanical and Electrical Systems services at the Naval Support Activity (NSA Crane), Crane, Indiana. Work items for the non-recurring portion of the contract are identified in the schedule and any accompanying exhibits. The non-recurring quantities of supplies and service specified in accompanying exhibits and the schedule are estimates only and may be ordered by issuance of separate task orders. Non-recurring line items may be ordered in quantities that are less than or greater than the estimated quantities stated in the schedule. The Government is not obligated to order from the contractor those services that are currently being performed under other contracts, or services currently under warranty, or services purchased with a Government credit card. This solicitation will be evaluated on the Offeror’s non-price (technical) proposal and price. As a result of this request for proposal, the Offeror submitting the lowest price, technically acceptable proposal will be awarded this contract. The contract will be awarded for one (1) 12-month base period and provide for four (4) additional 12-month periods to be exercised at the discretion of the Government in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) Offeror’s are invited and expected to inspect the site(s) where services are to be performed and satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

1.1 Outline of Services Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at NSA Crane, Crane, Indiana this will be an nonrecurring indefinite delivery-indefinite quantity (IDIQ). The PWS is organized into annexes. Annex 1 is "General Information". Annex 2 contains the on-site project management and administration requirements. Annexes 3 through 18 contain the technical requirements. The annex numbers are identified as 1 through 18 in the description column, but the full expanded annex numbers include seven digits (e.g., Annex 1 expanded number is 0100000 as shown in the header row at the top of this page). The Facility Investment requirements within this sub-annex primarily consist of HVAC equipment, fire alarm systems, air compressors, generators, electrical equipment, and mechanical systems. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Contractor shall perform service calls to include troubleshooting, maintenance, and minor repairs for the following: Building Systems -HVAC systems such as chillers, air handlers, DX split systems, and pumps. -HVAC controls systems such as DDC, electronic, and pneumatic. - Variable Refrigerant Flow (VRF) systems - Fire Alarm Systems -Air Compressors -Generators -Electrical Systems Annex 1 General Information Annex 2 Management and Administration Annex 3 N/A Annex 4 N/A Annex 5 N/A Annex 6 N/A Annex 7 N/A Annex 8 N/A Annex 9 N/A Annex 10 N/A Annex 11 N/A Annex 12 N/A Annex 13 N/A Annex 14 N/A Annex 15 Facilities Support

1502000 – Facility Investment Mechanical and Electrical Systems

Annex 16 N/A Annex 17 N/A Annex 18 N/A

1.2 Project Location The work shall be performed at various locations at the Naval Support Activity, Crane, Indiana and Glendora Test Facility in Sullivan County Indiana. The task order will specify the exact performance locations.

1.3 Acquisition of Additional Work

Additional services will be incorporated into the contract in accordance with the CHANGES clause, SECTION I or ordered under the indefinite delivery indefinite quantity provisions of the contract. Items of work not covered by this contract but within the general intent are considered in the scope of this contract.

0100000 – General Information Spec Item Title Description 1.4 Background Information The Naval Support Activity Crane installation is an industrial operation

with 10 tenant activities with approximately 64,000 acres of woods, grass land and industrial areas, with 412 miles of road way and 95 miles of rail, located in Martin, Greene, and Lawrence counties in southern Indiana. This is an active military installation and advanced notification to gain entrance is required in accordance with the requirements specified in this contract.

1.5 Verification of Workload and Conditions

Throughout the PWS, the workload data is generally referred to as being located in Section J. Section J provides data such as inventories, maps, floor plans, and tables to represent the type, quantity and location of services to be provided. However, offerors are encouraged to visit the project site during posted hours as part of its due diligence to assess the nature of work and conditions under which work is to be performed. When codes are referenced, the latest edition shall be used.

1.6 Climate Patterns The local climate is typical for the region with spring, summer, fall, and winter seasons.

1.7 Related Information There are four types of Related Information that can be found in the Description and Related Information columns of the specification as follows: Informational Notes as used throughout this PWS provides additional information to offerors to be used in developing a thorough understanding of the work to be performed in this contract. Any block of text marked “Informational Notes” throughout Annexes 1 through 18 is subject to this disclaimer. Offerors may not rely upon the "Informational Notes" as material representations of the Government. Information provided in "Informational Notes" does not create a contractual requirement on either party to this contract. Clarifying Information describes client expectations in a more detailed manner than the Performance Objective and Performance standard alone. Constraining Information describes limitations to the work performed to meet the Performance Objective and Performance Standard. Requirement Information further describes client requirements associated with each Performance Objective.

1.8 Navy Approach to Service Contracting

1502000 – Facility Investment Mechanical and Electrical Systems. The Department of Navy (DoN) spends over $1 billion in annual obligations to meet global requirements for facility operations and maintenance provided through Facility Support Contracts (FSC) and additional billions to provide other base operations support services (OBOS). The Head of the Contracting Activity (HCA) of the Naval Facilities Engineering Command (NAVFAC) has focused increased attention on re-engineering FSC contracts in response to customer and industry feedback, budget constraints, and the impact of a variety of contracting, program management and financial management regulations. The Navy also supports the following principles:

1.8.1 Partnering Philosophy The first principle is that the Navy views its contractors as partners and not just abstract service providers. The Navy wants its contractors to succeed because partners' success drives the Navy's successful mission completion. Within the bounds of acquisition policy the Navy intends to work to find solutions that will be beneficial to both the Government and its partners.

0100000 – General Information Spec Item Title Description 1.8.2 Contractor's Knowledge The second principle is that the Navy will receive insightful management

from its contractors. This management will include the knowledge, skills, authority and willingness to use contractor resources to find better ways of serving Navy clients’ strategic and operational goals and objectives. The Navy's use of performance-based objectives evidences this principle. Although performance work statements will typically contain several levels of performance assessment, the Navy wants its contractors to exercise maximum discretion within bounds of prudent risk management to adjust processes and resources needed to reach specified objectives at the highest performance level.

1.8.3 Industry Best Practices The third principle is that the Navy will adopt industry best commercial practices and maintain state-of-the-art service delivery. It is the Navy's and contractor's responsibility as partners to reach this goal. To that end, the Navy's emphasis will be in evaluating performance objectives (end results).

1.9 Standard Template 1502000 – Facility Investment Mechanical and Electrical Systems. Key to implementing a programmatic approach is using a standard template that ensures Navy- wide consistency yet affords appropriate tailoring to meet local needs. This contract conforms to the standard template and has been tailored for this solicitation. NAVFAC intends to use this template-based approach for future service contracts. Offerors should develop an understanding of the template as part of performing due diligence in reaching an understanding of the Navy’s requirements and expectations. The standard template contains 18 standard annexes. Annex 1 will always contain information that is relevant to the entire scope of the contract. Annex 2 contains on-site project management and administration requirements that are relevant to the entire scope of the contract. Annexes 3 through 18 contain the technical information and requirements particular to that technical annex. Within each technical annex, the organization of information and requirements are also standardized. Specification item 1 will always contain General Information. Specification item 2 will always contain the management and administrative requirements. Specification item 3 will always contain the recurring requirements. Specification item 4 will always contain the non-recurring requirements. Requirements and standards for higher level specification items apply to all subordinate specification items, e.g., Specification Item 3 standards apply to all firm fixed priced specification items. Specification Item 3.1 is applicable to all 3.1 subordinate specification items. Specification Items 3.2 and 3.3 are not considered subordinate to 3.1. All costs associated with Annexes 1 and 2 and Specification items 1 and 2 must be priced and distributed within Specification Item 3 of Annexes 3 through 18.

1.10 Navy PBSA Approach The Navy’s approach to performance-based service acquisition (PBSA) includes four component parts which are 1) performance outcomes, 2) measurable standards, 3) consideration of incentives, and 4) performance assessment plan.

1.11 Technical Proposal Certification

The contractor warrants that its proposal incorporated herein by reference including, but not limited to, proposed approaches, staffing, methodology, or work plans, will meet the performance objectives set forth in this contract during execution thereof. The contractor is not excused from meeting such performance objectives in the event such proposal proves inadequate as conceived or executed to meet such performance objectives. The contractor understands that it bears all of the cost and performance risk associated with adopting acceptable additional (and/or alternative) means or methods of meeting the performance objective.

0200000 C - Management and Administration Spec Item Title 2 Management and Administration

2.1 Definitions and Acronyms 2.2 General Information 2.2.1 Government Regular Working Hours 2.2.1.1 Observed Federal Holidays 2.2.1.2 Restriction to Contractor Working Hours 2.2.2 Wage Determinations 2.2.3 Requirements Hierarchy 2.3 General Administrative Requirements 2.3.1 Required Conferences and Meetings 2.3.2 Partnering 2.3.2.1 Informal Partnering 2.3.2.2 Contract Partnering Administration 2.3.2.3 Contract Partnering Session Attendees 2.3.3 Permits and Licenses 2.3.4 Insurance 2.3.4.1 Certificate of Insurance 2.3.4.2 Minimum Insurance Amounts 2.3.5 Protection of Government Property 2.3.6 Instructions, Directives, and References 2.3.7 Invoicing Procedures 2.3.8 Forms 2.4 Government-Furnished Property, Materials and Services 2.4.1 Government-Furnished Facilities (GFF) 2.4.2 Government-Furnished Utilities 2.4.2.1 Availability of Utilities 2.4.3 Government-Furnished Materials (GFM) 2.4.4 Government-Furnished Equipment (GFE) 2.5 Contractor-Furnished Items 2.6 Management 2.6.1 Work Reception 2.6.2 Work Control 2.6.3 Work Schedule 2.6.4 Service Interruptions 2.6.5 Quality Management System (QMS) 2.6.5.1 Quality Management Plan (QMP) 2.6.5.2 Quality Inspection and Surveillance 2.6.5.3 Contractor Quality Control/Assessment Reports 2.6.6 Environmental Management System (EMS) 2.7 Personnel Requirements 2.7.1 Key Personnel 2.7.1.1 Project Manager (PM) 2.7.1.2 Quality Manager 2.7.1.3 Site Safety and Health Officer (SSHO) 2.7.2 Employee Requirements 2.7.2.1 Employee Certification and Training 2.7.2.2 Employee Appearance 2.7.2.3 Employee Conduct 2.7.2.4 Identification as Contractor Employee 2.7.2.5 Removal of Employees 2.7.2.6 Proof of Legal Residency 2.7.3 Contractor Labor Hours (SAM.gov) Report 2.8 Security Requirements 2.8.1 Employee Listing 2.8.2 Vehicles 2.8.3 Passes and Badges 2.8.3.1 Access to Installation

2.8.3.2 DBIDS Program 2.8.3.3 One-Day Passes 2.8.4 Access to Buildings 2.8.5 Access Arrangements 2.8.5.1 Escort Arrangement for Secured Areas 2.8.5.2 Employee Status 2.9 Contractor Safety Program 2.9.1 Accident Prevention Plan (APP) 2.9.2 Activity Hazard Analysis (AHA) 2.9.3 Safety and Occupational Health (SOH) Risks and Compliance Plans 2.9.3.1 Asbestos Abatement Plan 2.9.3.2 Confined Space Program 2.9.3.3 Contingency Plan for Severe Weather 2.9.3.4 Critical Lift Procedures 2.9.3.5 Demolition Plan 2.9.3.6 Alcohol and Drug Abuse Prevention Plan 2.9.3.7 Emergency Response Plan 2.9.3.8 Emergency Rescue Plan 2.9.3.9 Fall Protection and Prevention Plan 2.9.3.10 Fire Prevention Plan 2.9.3.11 Hazard Communication Plan 2.9.3.12 Hazardous Energy Control Plan 2.9.3.13 Health Hazard Control Plan 2.9.3.14 Lead Abatement Compliance Plan 2.9.3.15 Respiratory Protection Plan 2.9.4 Accident and Damage Reporting 2.9.4.1 Accident Reporting and Notification Criteria 2.9.5 Fire Protection 2.9.6 Monthly On-Site Labor Report 2.9.7 OSHA Citations and Violations 2.9.8 Safety Inspections and Monitoring 2.9.9 Safety Certification 2.9.10 Safety Apparel on Jobsites 2.10 Environmental Protection 2.10.1 Disposal 2.10.1.1 Non-Regulated Waste Disposal 2.10.1.2 Regulated Waste Disposal 2.10.2 Spill Prevention, Containment, and Clean-up 2.10.3 Hazardous Material Management 2.10.4 Protection of Endangered and Threatened Species (Flora and Fauna) 2.10.5 Noise Control 2.10.6 Asbestos Containing Material (ACM) 2.10.7 Sustainable Procurement and Practices 2.10.7.1 Environmentally Preferable Products 2.10.7.2 Use of Recovered Materials 2.10.7.3 Use of Biobased Products 2.11 Disaster Preparedness 2.12 Energy Efficient Products 2.13 Recurring Work Procedures 2.13.1 Notification to the Government for Work Above the Recurring Work Limitations 2.13.2 Recurring Work Exhibit Line Item Numbers (ELINs) 2.14 Non-recurring Work 2.14.1 Unit Priced Task Work (Non-Negotiated) 2.14.1.1 Acceptance and Performance 2.14.1.2 Invoicing and Receiving Payment 2.14.2 Unit Priced Labor Work (Negotiated) 2.14.2.1 Non-Recurring Work Preparation of Proposals 2.14.2.1.1 Labor Requirements 2.14.2.1.2 Material Requirements

2.14.2.2 Issuance of Final Task Order 2.14.3 Non-recurring work ELINS

0200000 - Management and Administration Spec Item Title Description 2 Management and

Administration

2.1 Definitions and Acronyms Definitions and Acronyms are listed in J-0200000-01. 2.2 General Information

2.2.1 Government Regular Working Hours

The Government's regular working hours are from 7:00AM to 4:00PM, five days per week, Monday through Friday, except observed Federal holidays. Exceptions to the regular hours of operation are detailed in subsequent sections of this PWS. The performance of other work requirements shall be accomplished within the Government’s regular working hours unless the specific work requirement specified herein necessitates otherwise. Any other work outside Government regular working hours requires prior KO approval.

2.2.1.1 Observed Federal Holidays

The Government observes the following holidays: New Year’s Day, Martin Luther King Jr.’s Birthday, President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving Day, and Christmas Day.

2.2.1.2 Restriction to Contractor Working Hours

If access is required at other than regular specified working hours, access must be arranged through the Contracting Officer’s Representative.

If the Contractor wishes to work outside of the Government's regular working hours for the Contractor’s convenience, the Contractor shall submit a written Request to Work Outside Government’s Regular Working Hours to the KO for approval at least seven calendar days prior to requested day. Excludes work to be performed during specified hours. See Section F Deliveries or Performance.

UNFORESEEN BASE CLOSURES: When an unforeseen base closure occurs on a regularly scheduled day of work, the Government shall have the following options that:

1) To require the Contractor to perform the work on the following day

unless the following day is a Saturday, Sunday, or holiday, and routine work is not scheduled for that Saturday, Sunday, or holiday.

2) To forego the work and reduce payment due to the Contractor

accordingly for work not performed.

3) To reschedule the work on a day that is satisfactory to both parties.

2.2.2 Wage Determinations Wage determinations are included in J-0200000-02. 2.2.3 Requirements Hierarchy Requirements or definitions specified in each spec item of this

contract apply to subordinate paragraphs. For example, requirements shown in spec item 4.1 would apply to spec items 4.1.1, 4.1.2, and 4.1.2.1 and so on.

2.3 General Administrative Requirements

2.3.1 Required Conferences and Meetings

The Contractor may be required to attend administrative and coordination meetings.

2.3.2 Partnering To increase the likelihood of successful performance of this contract, the Government requires cohesive partnerships with its Contractors and subcontractors. Key stakeholders, including the clients who will receive services, principal individuals from NAVFAC, the performance assessment team, and representative(s) of the installation(s) will be invited to participate in the partnering process. Key members of the prime and subcontractors teams, including senior management personnel must participate. The partnership will draw on the strength of each organization in an effort to achieve quality contract services done right the first time, within the contract price, as scheduled, and without any safety mishaps.

Partnering should accomplish three goals: - The first goal is to develop a cohesive team with common purpose, commitment and established communication processes. - The second goal of partnering is contract specific, identifying risks and opportunities for the team to address. - The third goal is to sustain the Partnership throughout the contract by identifying and addressing issues that affect the Partnership

2.3.2.1 Informal Partnering The Contracting Officer shall organize the initial Partnering Meeting with key personnel of the project team, including Contractor's personnel and Government personnel. The initial session will be scheduled concurrent with the Pre-Performance Conference and held no later than 30 days after award and will be held at a Government provided facility as designated by the KO. The Initial Informal Partnering Session will be conducted and facilitated using electronic media (a video and accompanying forms) provided by Contracting Officer. The senior Government stakeholder present will lead the meeting, however, the Contractor’s PM or senior representative is encouraged to participate as co-lead. The Partners will determine the frequency of the follow-on sessions.

2.3.2.2 Contract Partnering Administration

Upon award, the ACO will contact the Contractor, client(s), Region, and Installation(s) stakeholders, and the performance assessment team to discuss implementation of partnering. A partnership agreement, The Charter, should be in place as early as possible so issues arising, even before work begins, can be resolved using the issues resolution process. Replacement of Core Management Team members (stakeholders who attended the initial session and manage the contract work day-to-day) is discouraged since it will disrupt the synergy that has been developed. If replacement of a team member proves to be unavoidable, a follow-on partnering session must be held to officially turn the responsibilities of the position over to the new member.

The Core Management Team consisting of the attendees below must be present during the initial and all follow-on partnering sessions. These are the core mandatory attendees. Other stakeholders may attend if they desire or as recommended by the partners.

2.3.2.3 Contract Partnering Session Attendees

The Contractor shall bring the necessary personnel to successfully partner on this contract. Asterisk indicates mandatory personnel. *President/Vice President Environmental Energy Manager Alternate Project Manager *Contract/Project Manager *Supervisor/Superintendent *Quality Control Manager *Site Safety and Health Officer

2.3.3 Permits and Licenses The Contractor shall obtain all required permits, licenses, and authorizations to perform work under this contract and comply with all the applicable Federal, state and local laws and regulations. Provide evidence of such Permits and Licenses to the KO before work commences and at other times as requested by the KO. See Section F Deliveries or Performance.

2.3.4 Insurance The Contractor shall submit a Certificate of Insurance per Section F as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the FAR Clause 52.228-5, INSURANCE – WORK ON A GOVERNMENT INSTALLATION. This insurance must be maintained during the performance period.

2.3.4.1 Certificate of Insurance The Certificate of Insurance shall provide for at least 30 calendar days written notice to the KO by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned insurance clause.

2.3.4.2 Minimum Insurance Amounts

The Contractor shall procure and maintain, during the entire period of performance under this contract, the following minimum insurance coverage:

Comprehensive General Liability: $500,000 per occurrence

Automobile Liability: $200,000 per person, $500,000 per occurrence, $20,000 per occurrence for property damage

Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes

Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers

Other as required by State Law

2.3.5 Protection of Government Property

During execution of the work, the Contractor shall protect Government property. The Contractor shall return areas damaged as a result of negligence under this contract to their original condition at no cost to the Government.

2.3.6 Instructions, Directives, and References

Applicable Department of Defense (DoD), Secretary of the Navy (SECNAV), Chief of Naval Operations (OPNAV), and other directives, instructions, and references are listed in J-0200000-03. The Contractor shall comply with the most current version of directives, instructions, and references including versions published during the term of the contract The Contractor and his/her employees and subcontractors shall become familiar with and obey all Station Regulations, including fire, traffic, safety, and security regulations as covered in the Contractors Operational Manual. This manual is included as J-0200000-10. All personnel employed on the Station shall keep within the limits of the work (and avenues of ingress and egress), and shall not enter any restricted areas unless required to do so and are cleared for such entry. The Contractor’s equipment shall be conspicuously marked for identification.

2.3.7 Invoicing Procedures Invoices shall be submitted electronically via Wide Area Workflow in accordance with DFARS 252.232-7006

2.3.8 Forms Forms referenced in this Annex, e.g. accident reporting, damage reporting, (Contractor Significant Incident Report, Attachment J-0200000-07) and inspector’s daily report (Attachment J-0200000-05) are provided.

2.4 Government-Furnished Property, Materials and Services

This contract contains no Government- Furnished Property, Materials, or Services.

2.4.1 Government-Furnished Facilities (GFF)

The Government will not provide office space or operational facilities to the Contractor. The Contractor shall secure and maintain the necessary office space and other facilities required for the performance of this contact at his/her own expense.

2.4.2 Government-Furnished Utilities

The Government will furnish the following utility services at existing outlets. Electricity and water.

2.4.2.1 Availability of Utilities The Government will furnish water and electricity at existing outlets required for the work to be performed under the contract at no cost to the Contractor. Information concerning the location of existing outlets may be secured from the KO. The Contractor shall provide and maintain, at its expense, the necessary service lines from the existing Government outlets to the work site. Provide and maintain backflow prevention devices on connections to domestic water lines and electrical transformer provisions on connections to electric lines. Meet all Federal, State, local, and activity codes and regulations for backflow prevention devices and electrical transformer provisions. Services required by the Contractor, for which there are no available Government outlets, shall be provided by the Contractor at no cost to the Government.

2.4.3 Government-Furnished Materials (GFM)

The Government will not provide any materials to the Contractor.

2.4.4 Government-Furnished Equipment (GFE)

The Government will not provide tools or equipment to the Contractor. The Contractor shall furnish all tools and equipment required for the performance of this contract.

2.5 Contractor-Furnished Items

Except for items identified as Government Furnished, the Contractor shall provide all equipment, materials, parts, supplies, components, and facilities to perform the requirements of this contract. The KO may inspect Contractor-furnished items for adequacy and compliance with contract requirements. Inadequate or unsafe items shall be removed and replaced by the Contractor at no cost to the Government. Materials containing asbestos, lead, and polychlorinated biphenyls (PCBs) shall not be brought on site. The KO may at any time require Samples, Safety Data Sheets (SDS) or Manufacturer’s Data Cut Sheets of Materials used in this contract. See Section F Deliveries or Performance.

2.6 Management The Contractor shall manage the total work effort associated with the services required herein to meet the performance objectives and standards. Such management includes but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control. The Contractor shall provide a staff with the necessary management expertise to assure performance objectives and standards are met.

2.6.1 Work Reception The Contractor shall establish a work reception function with the capability to receive, classify, issue, correspond, and respond to trouble calls and task orders. Work Reception shall be available during Government normal working hours and provide a point of contact at a local or toll free number who can perform the above function during other than Government regular working hours.

2.6.2 Work Control The Contractor shall implement all necessary work control procedures to ensure timely accomplishment of work requirements, as well as to permit tracking and reporting of work in progress. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements within the specified time limits and in conformance with the quality standards established herein. Verbal scheduling and Work Status Reports shall be provided when requested by the KO. A written status report of any item of work must be provided within 4 hours of the inquiry during regular working hours, and by 0800 the following workday for inquiries after regular working hours. The Contractor shall submit the Inspector’s Daily Report,

J-0200000-05 to the Contracting Officer’s Representative for each day that work is performed. See Section F Deliveries or Performance.

2.6.3 Work Schedule The Contractor's work shall not interfere with normal Government business. In those cases where some interference is unavoidable, the Contractor shall minimize the impact and effects of the interference. All work schedules required shall be submitted to and approved by the KO. In no event shall the Contractor change approved work schedules without the prior consent of the KO. When non-essential services have been scheduled on a date a holiday occurs, such services shall be performed on the following work day. If any services must be discontinued (even temporarily) due to scheduled contract work, the Contractor shall notify the KO, affected tenants, and customers at least 10 working days in advance. If the discontinued service is due to an emergency breakdown, the Contractor shall notify the KO, affected tenants, and customers as soon as possible.

2.6.4 Service Interruptions If any utilities or other services must be discontinued (even temporarily) due to scheduled contract work, the Contractor shall notify the KO, affected tenants, and customers in accordance with local procedures. If the discontinued service is due to an emergency breakdown the Contractor shall notify the KO, affected tenants and customers as soon as practicable.

2.6.5 Quality Management System (QMS)

The Contractor shall establish and maintain a complete QMS program in accordance with the provisions specified herein. The Contractor’s QMS program shall provide an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The Contractor's QMS program shall address:

• Accurate documentation of work processes, procedures, and

output measures. • A systematic procedure for assessing compliance with

performance objectives and standards. • Accurate documentation of quality inspections conducted

throughout the execution of work. • Assessment-driven corrective actions and process adjustments

as appropriate in a timely manner.

2.6.5.1 Quality Management Plan (QMP)

The Contractor shall develop and submit a QM Plan per Section F. The QM Plan shall describe the QMS methodology and approaches used under this contract. If any changes are made during the period of performance, submit to the KO a revised QM Plan for acceptance. The Contractor’s QM Plan shall include, at a minimum, the following: • Policy and objectives of Quality Management System (QMS) • Quality organization

o List of personnel o Responsibilities & lines of authority

o Training and qualifications • Approach to assuring quality of services provided and conformance with performance objectives and standards • Methods and procedures for effective planning, operation and control of processes and performance of work • Procedures for inspection and surveillance of services

o Scheduling and performance of inspection and surveillance o Measurement, data collection and analysis o Corrective action, preventive action, and continuous improvement o Oversight of subcontracted work

• Documentation and records management • Communication with Government (customers)

2.6.5.2 QC Inspection and Surveillance

The Contractor shall establish and maintain an inspection system in accordance with the FAR Clause 52.212-4, CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS to ensure that the work performed conforms to the contract requirements. The Contractor shall document and maintain a file of all scheduled and performed inspections and surveillance, inspection and surveillance results, and dates and details of corrective and preventive actions. The quality inspection and surveillance file shall be the property of the Government and made available during the Government’s regular working hours. The file shall be submitted to the KO after termination of the contract per Section F.

2.6.5.3 Contractor Quality Control/Assessment Reports

The Contractor shall submit a copy of the Contractor Quality Inspection and Surveillance Report per Section F. The Contractor Quality Inspection and Surveillance Report shall include a summary and results of the quality inspection and surveillance events performed and assessment-driven corrective actions and process adjustments during the previous month. The Government may adjust the frequency of the submittal based on the Contractor’s quality of performance. The Contractor shall submit a copy of the Contractor Quality Control/Assessment Report to the KO monthly for the quality control events performed and assessment-driven corrective actions and process adjustments during the previous week. The Government may adjust the frequency of the submittal based on the Contractor’s quality of performance. See Section F Deliveries or Performance.

2.6.6 Environmental Management System (EMS)

The Contractor shall perform work under this contract consistent with the following EMS goals and policy. Goals:

• Reduce purchase and use of toxic and hazardous materials; • Expand purchase of green products and services; increase recycling; • Reduce energy and water use; • Increase use of alternative fuels and renewable energy; • Integrate green building concepts in major renovations and new

construction; • Prevent pollution at the source; and • Continual improvement. Policy: • Protect public health and the environment by being an

environmentally responsible member of the community; • Preserve our natural, historic and cultural resources; • Conserve natural resources by reducing what we discard, reusing

items, and recycling materials, which includes purchasing products made from recycled materials;

• Integrate sound environmental practices into all our operations and business decisions; Integrate environmental protection requirements and pollution prevention initiatives into the early planning, design and procurement of facilities, equipment and material, as well as the planning and implementation of military training activities;

• Prevent or minimize pollution at its source as we seek out ways to eliminate or further minimize use of hazardous materials and generation of hazardous waste;

• Maintain a sound partnership with regulatory agencies to sustain our compliance with existing and new environmental laws and regulations;

• • Enhance our program as we develop and implement an

Environmental Management System; and • Adhere to this policy, remind one another to do so, and ensure that

our entire community knows this is our policy by our actions as well as our words.

The Contractor shall maintain monitoring and measurement information to address the EMS goals and policy and provide the EMS Goals and Policy Measurement Information to the KO when requested. In the event an EMS nonconformance or environmental noncompliance associated with the contracted services, tasks, or actions occurs, the Contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall assume legal and financial liability for the noncompliance and take corrective action immediately to remedy the noncompliance. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the KO. The Contractor shall ensure that its employees are aware of their roles and responsibilities under the EMS and how these EMS roles and responsibilities affect work performed under the contract.

2.7 Personnel Requirements The Contractor shall comply with the personnel requirements stated below 2.7.1 Key Personnel The Contractor shall submit a List of Key Personnel and Qualifications per

Section F. The Contractor shall provide any additional information requested by the KO necessary to certify their qualifications. Key personnel include but are not limited to the PM, Quality Manager, SSHO, Environmental/Energy Manager and on-site supervisor(s).

Note: The PM, SSHO, Quality Manager, and Environmental/Energy Manager may be the same person. The Quality Manager and Site Superintendent cannot be the same person. The Contractor shall submit an Organizational Chart per Section F showing lines of authority of the key personnel and on-site supervisor(s) for this contract. The chart shall include names of personnel and their position title

in this contract. As a minimum, include the PM, Quality Manager, SSHO, and on-site supervisor(s) and who they will report directly to for this contract.

2.7.1.1 Project Manager (PM) The Contractor shall provide a PM and designated alternate, as applicable, who has the have full authority to act for the Contractor on all contract matters relating to this contract. The PM or alternate shall be available during the Government's regular working hours when the contractor is performing work and shall be available on-site within two hours per the Government’s request during regular working hours and within three hours outside the Government’s regular working hours. The PM shall have satisfactory relevant experience at a comparable level of responsibility on contracts of similar size, scope and complexity.

2.7.1.2 Quality Manager The Contractor shall provide a Quality Manager who has relevant experience at a comparable level of responsibility in projects of similar size, scope and complexity. The Quality Manager shall be available during the Government's regular working hours when the contractor is performing work and shall be available on-site within two hours per the Government’s request during regular working hours and within three hours outside the Government’s regular working hours. The Quality Manager shall have satisfactory experience in preparing and enforcing QMS programs on contracts of similar size, scope and complexity. The Quality Manager may be the same person as the SSHO. The Quality Manager and Site Superintendent cannot be the same person.

2.7.1.3 Site Safety and Health Officer (SSHO)

The SSHO must meet the requirements of EM 385-1-1 Section 1 and ensure that the requirements of 29 CFR 1926.16 are met for the project. The SSHO shall be available during the Government's regular working hours when the contractor is performing work and shall be available on-site within two hours per the Government’s request during regular working hours and within three hours outside the Government’s regular working hours to implement and administer the Contractor's safety program and government-accepted Accident Prevention Plan. The SSHO's training, experience, and qualifications shall be as required by EM 385-1-1 paragraph 01.A.17, entitled SITE SAFETY AND HEALTH OFFICER (SSHO), and all associated sub-paragraphs. A Competent Person shall be provided for all of the hazards identified in the Contractor's Safety and Health Program in accordance with the accepted Accident Prevention Plan, and shall be on-site at all times when the work that presents the hazards associated with their professional expertise is being performed. Provide the credentials of the Competent Persons(s) to the Contracting Officer for acceptance in consultation with the Safety Office. The Contractor shall provide a SSHO whose primary duty and responsibility is to prepare and enforce the Contractor’s safety program on this contract. The SSHO shall have fulfilled the following pre-requisite training and experiences before being hired as the SSHO for this contract: The SSHO shall have satisfactory experience in preparing and enforcing safety programs on contracts of similar size and complexity in the past, and have completed the OSHA 30-hour construction safety class or equivalent. The SSHO shall maintain competency through 24 hours of formal safety and health related coursework every four years. The SSHO may be the same person as the project manager but shall have fulfilled the pre-requisite qualification and experience. The Quality Manager and Site Superintendent cannot be the same person.

2.7.2 Employee Requirements The Contractor shall provide experienced, qualified, and capable personnel to perform the work in this contract. Personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform. Competent personnel shall be provided as

required. Personnel shall speak, read, and comprehend English to the extent that they can perform the contract requirements and comply with installation emergency procedures..

2.7.2.1 Employee Certification and Training

The Contractor shall maintain personnel certification, training, and licensing records for employee requirements specified herein and within all technical annexes/sub-annexes. Certification, training, and licensing records shall be kept current and on file for the duration of the contract including all option periods. Records shall be made available for Government review within 4 hours of request

2.7.2.2 Employee Appearance The Contractor shall ensure that all employees present a professional appearance that is appropriate for their position. The KO reserves the right to determine the acceptability of any clothing worn. All Contractor/subcontractor employees working under this contract shall be identified by a distinctive nameplate, emblem, or patch attached in a prominent place on an outer garment. Employee identification shall not be substituted for station required passes or badges.

2.7.2.3 Employee Conduct Contractor employees shall conduct themselves in a proper, efficient, courteous and businesslike manner.

2.7.2.4 Identification as Contractor Employee

Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. All Contractor employees shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.

2.7.2.5 Removal of Employees The Contractor shall remove from the site any individual whose continued employment is deemed by the KO to be contrary to the public interest or inconsistent with the best interests of National Security.

2.7.2.6 Proof of Legal Residency The power of a military commandant over a reservation is necessarily extensive and practically exclusive, forbidding entrance and controlling residence as the public interest may demand. A post commander can, in his discretion, exclude all persons other than those belonging to his post from post and reservation grounds. A post commander can, under the authority conferred on him by statutes and regulations, in his discretion, exclude private persons and property therefrom, or admit them under such restrictions as he may prescribe in the interest of good order and military discipline. Cafeteria & Rest. Workers Union v. McElroy, 367 U.S. 886, 887, 81 S. Ct. 1743, 1744 (1961) Accordingly, a post commander may require US citizenship as a condition of entry. Contractor employees who are performing work on site must be able to obtain unescorted access to the facility. Those employees who require regular, recurring access shall obtain a DBIDS credential in accordance with paragraphs 2.8.3 and 2.8.4 of Section 0200000. In accordance with NSACRANINST 5530.1B, foreign nationals or persons with dual citizenship are not eligible for a DoD issued DBIDS credential and are not eligible for unescorted access.

2.7.3 Contractor Labor Hours (SAM.gov) Report

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Electrical/Mechanical Services contract via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address: https://www.sam.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://www.sam.gov.

2.8 Security Requirements No employee or representative of the Contractor will be admitted to the site of work unless satisfactory proof of citizenship is furnished. See Section F Deliveries or Performance. The Contractor shall comply with all Federal, state, and local security statutes, regulations, and requirements. The Contractor shall become acquainted with and comply with all Government regulations as posted, or as requested by the KO when required to enter a Government site. The Contractor shall ensure that all security/entrance clearances are obtained. The Contractor shall comply with all NSA Crane security regulations. The Contractor shall submit the name and address of each employee hired for work on this contract and shall fill out questionnaires and other forms as may be required by security. Neither the Contractor nor any of its employees shall disclose or cause to be disseminated any information concerning the operations of the activity which could result in or increase the likelihood of the possibility of a breach of the activity’s security or interrupt the continuity of its operations. Disclosure of information relating to the services hereunder to any person not entitled to receive it may subject the Contractor, his/her agents or employees to criminal liability under 18 U.S.C., Sections 793 and 798. All inquiries, comments, or complaints arising from any matter observed, experienced, or learned as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information will be directed to the activity Commander. Deviations from, or violations of, any of the provisions of this paragraph will, in addition to all other criminal and civil remedies provided by law, subject to the Contractor to immediate termination for default and/or the individuals involved to a withdrawal of the Government’s acceptance and approval of employment.

2.8.1 Employee Listing The Contractor shall maintain a current Employee List and submit per Section F. The list shall include employee’s name, supervisor and

company. 2.8.2 Vehicles The company name shall be displayed on each of the Contractor's vehicles

in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with Indiana State Vehicle Code. Vehicles shall meet all other requirement of the Indiana State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration, if applicable. Contractor vehicles operated on Government property shall be maintained in good repair.

2.8.3 Passes and Badges All Contractor employees shall obtain the required employee and vehicle passes. The Contractor employees must be able to obtain Defense Biometrics Identification System (DBIDS) credentials in accordance with security requirements. Each employee shall have the Government issue badge on person at all times while on base and shall immediately present the badge when asked. When an employee leaves the Contractor's service, the contractor shall immediately notify the Contracting Officer and the employee's Passes and Badges shall be returned within 10 calendar days. Requests for one day passes shall be submitted to the Contracting Officer's representative at least 5 working days prior to base access. See Section F Deliveries or Performance.

2.8.3.1 Access to Installation All Contractor personnel shall obtain access to the installation by participating in the Defense Biometrics Identification System (DBIDS), or by obtaining passes each day from the Base Pass and Identification Office. DBIDS credentials will be provided without charge to those employees who require regular, recurring access. One-day passes, issued through the Base Pass and Identification Office, will be furnished without charge. The Contractor shall furnish a completed Department of the Navy Local Population ID Card/Base Access Pass Registration (SECNAV 5512-1). A copy of the form can be obtained from the Department of the Navy Naval Forms Online website at https://navalforms.documentservices.dla.mil/web/public/forms?p_p_id=eFormsPublicSearchPortlet_WAR_eformsportlets&p_p_action=0&p_p_state=normal&p_p_mode=view&p_p_col_id=column- 1&p_p_col_count=2&_eFormsPublicSearchPortlet_WAR_eformsportlets_action=download&_eFormsPublicSearchPortlet_WAR_eformsportlets_id=8027&_eFormsPublicSearchPortlet_WAR_eformsportlets_dapsId=&_e FormsPublicSearchPortlet_WAR_eformsportlets_back=searchBack In addition, the contractor shall complete and submit the Form 5512-47 when applying for DBIDs credentials. Only one 5512-47 per company is required to be submitted annually when applying for DBIDS credentials. See Attachment J-0200000-12. Immediately report instances of lost or stolen badges to the Contracting Officer.

2.8.3.2 DBIDS Program DBIDS is a voluntary program in which Contractor personnel who enroll, and are approved, are subsequently granted access to the installation for a period up to one year, or the length of the contract, whichever is less, and are not required to obtain a new pass from the Base Pass and Identification Office for each visit. The Government performs background screening and credentialing. Throughout the year, the Contractor employee must continue to meet background-screening standards. Periodic background screenings are conducted to verify continued DBIDS participation and installation access privileges. Under the DBIDS program, no commercial vehicle inspection is required, other than for Random Anti-Terrorism Measures (RAM) or in the case of an elevation of Force Protection Conditions (FPCON). Information on costs and requirements to participate and enroll in DBIDS is available at http://dbids.dmdc.mil/index.html or by calling 1-800-372-

7437.

2.8.3.3 One-Day Passes Participation in the DBIDS is not mandatory, and if the Contractor chooses not to participate, the Contractor's personnel will have to obtain daily passes, be subject to daily mandatory vehicle inspection, and will have limited access to the installation. The Government will not be responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non-participants in the DBIDS.

2.8.4

Access to Buildings The Contractor shall monitor and control access into restricted areas under their responsibility, allowing only those individuals who have been properly cleared into restricted areas or other controlled access areas. The Contractor shall comply with security requirements, plus those imposed by the installation Commander at all times. Personnel with access to special areas will have the appropriate screening and/or security clearance, and personnel requiring routine access to restricted areas will wear special badges authorizing access for those areas. Contractor personnel shall not enter restricted or controlled areas or installation facilities unless specifically authorized in performance of their duties. The Contractor shall secure all buildings and facilities entered during non-duty hours and will secure all building and facilities under the Contractor’s cognizance at the end of each work day or shift period.

RESTRICTED OR HAZARDOUS AREAS The Contactor shall be aware of those areas designated as “restricted”, “hazardous”, or “red flagged” areas. At no time shall the Contractor enter these areas without proper authorization from the KO or his/her designated representative. When the Contractor presents his/her schedule of work, the KO will reemphasize those areas requiring authorization for entry and will brief the Contractor on the proper notification and entry procedures for the specific area. Accordingly, the Contractor shall not deviate from his/her submitted and approved work schedule without proper notification to, and approval from, the KO. This is an extremely important procedure requirement and is necessary for the safety and welfare of the Contractor and his/her employees.

2.8.5 Access Arrangements The Contractor shall make all arrangements through the appropriate office necessary to obtain access to buildings, facilities and other work areas, and when necessary, arrange for them to be opened and closed by the controlling authority. The Government may issue keys to the Contractor. The Contractor shall use due diligence and be responsible for compromised security systems to include replacement costs that result from its action or inaction.

2.8.5.1 Escort Arrangement for Secured Areas

The Contractor shall make arrangements for Government escort into secured areas requiring escort. The KO will provide information on applicable buildings, spaces and the appropriate point of contact. The Contractor may experience delays while waiting for escorts. The Government estimates the wait period can be up to 15 minutes. The Contractor shall notify the Government Performance Assessment

Representative (PAR) and appropriate point of contract if an escort is not available after 15 minutes and access to accomplish the work is denied. Unscheduled requirements, e.g., trouble calls, may require a longer wait for an escort

2.8.5.2 Employee Status The Contractor shall notify the KO of any changes to any employee’s status to include, but not limited to, termination, convictions/arrests, adverse actions taken on the job for any reason or any other documented misbehavior that may affect, or have the potential to affect, security standing in terms of access to federal facilities or IT systems.

2.9 Contractor Safety Program

The Contractor shall develop and implement a Safety Program detailing how the Contractor plans, staffs, performs, and controls all safety practices while delivering best value services to the Government without any accidents or mishaps. The Contractor’s safety program shall comply with all safety standards identified in the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1 and Public Law 91-596, Occupational Safety and Health Act. Contractor personnel shall work in a safe manner and comply with all applicable safety regulations. The Contractor shall be subject to safety inspections of its work sites by the Government. Contractor safety records shall be available upon request by the KO. Any reference to “USACE" facilities, property, or equipment specified in EM 385-1-1 should be interpreted as Government facilities, property, and equipment.

2.9.1 Accident Prevention Plan (APP)

To ensure that the Contractor has a well organized and thorough Safety Program, the Contractor shall prepare an Accident Prevention Plan (APP). The APP shall be prepared by the Contractor’s SSHO and shall be followed by all Contractor employees, subcontractors, and vendors at each service site. The APP shall follow the format and cover all topics as delineated in Appendix A of EM-385-1-1. The APP shall incorporate Activity Hazard Analyses (AHAs) and Situation Specific Safety Plans that are relevant to the site specific hazards and controls for each activity and type of work that may be encountered in the performance of this contract.

The Contractor shall submit an APP to the KO within 15 days following award and prior to start of contract performance. The Contractor shall review, update, and submit the revised APP to the KO annually and within 15 calendar days whenever a change in work conditions, hazards, or activities occur. See Section F Deliveries or Performance. The Contractor shall not commence work until the APP has been accepted and no activity shall be started on site until the applicable AHAs and compliance plans have been accepted. Once accepted by the Contracting Officer, the APP and attachments will be enforced as part of the contract. Disregarding the provisions of this contract or the accepted APP will be cause for stopping of work, at the discretion of the Contracting Officer, until the matter has been rectified.

2.9.2 Activity Hazard Analysis (AHA)

The Contractor shall prepare Activity Hazard Analyses (AHAs) for all common recurring work activities performed under this contract. AHAs shall be submitted with the APP and shall be updated as work activities or conditions change and additional AHAs prepared as new work activities are required. AHAs for non-recurring and one time (e.g. non-recurring work task orders) work occurrences shall be submitted at least two working days

prior to the start of the work. Specifically, Specifically:

• For contract modifications to recurring work requirements where changes are germane to the original contract, the Contractor shall revise applicable AHAs within 15 calendar days after modification is signed.

• For contracts with non-recurring work ELINs, the Contractor shall submit an AHA on non-recurring work task orders, with the associated proposal, whenever the service environment or required task is different from the recurring work priced services.

The Contractor shall follow the Risk Management Process for the development of Activity Hazard Analysis (AHA) in accordance with paragraph 01.A.14 and Appendix A of EM 385-1-1. A formatted outline of an AHA is provided in Figure 1-2 of EM 385-1-1. During performance of services, the SSHO shall periodically review the AHA at each service site and for each sub-annex to assess the effectiveness of the Contractor’s overall APP. If changes to the AHAs are required, such changes shall be submitted to the KO for review and acceptance. Sample forms can be seen in J-0200000-11.

See Section F Deliveries or Performance

2.9.3 Safety and Occupational

Health (SOH) Risks and Compliance Plans

Based on a risk assessment of recurring and non-recurring work requirements and on mandatory OSHA compliance programs, the Contractor shall develop, provide and implement all applicable compliance plans, as necessary for the situation or types of work to be performed under this contract. Compliance plans, programs, and procedures along with their respective references are detailed in Appendix A, paragraph 3.i of EM 385-1-1. These plans shall be submitted with the APP and shall be updated as situations change. Additional compliance plans, programs, and procedures shall be developed as applicable when new types of work are required under this contract. Include applicable plans listed below from 2.9.3.1 through 2.9.3.15 as determined by local requirements. See Section F Deliveries or Performance.

2.9.3.1 Asbestos Abatement Plan The Contractor shall develop a plan to explain how it will protect its personnel from asbestos exposure. This plan shall also address relevant procedures, requirements, and protocols of section 6 of EM 385-1-1. See Section F Deliveries or Performance.

2.9.3.2 Confined Space Program The Contractor shall develop an activity/site-specific confined space program to include elements addressed in paragraph 34.A of EM 385-1-1 and comply with relevant requirements in 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926, OSHA Directive CPL 2.100 and any other Federal, state and local regulatory standards. The plan shall explain how the Contractor will assure its service employees have safe access to a confined work space. The plan shall: (1) identify the competent person’s name, qualifications, training, and experiences; (2) delineate the competent person’s authority to direct work and stoppages in adverse conditions; (3) air quality and ventilation system requirements; (4) include procedures to rescue Contractor/subcontractor/vendor personnel in distress; and (5) coordinate with emergency responders. See Section F Deliveries or Performance.

2.9.3.3 Contingency Plan for Severe Weather

The Contractor shall develop a plan to explain how it will remove or secure floating plants, e.g., dredges, and evacuate personnel in emergencies. This plan shall be prepared after reviewing paragraph 19.A.03 of EM 385-1-1. See Section F Deliveries or Performance.

2.9.3.4 Critical Lift Procedures N/A

2.9.3.5 Demolition Plan N/A

2.9.3.6 Alcohol and Drug Abuse Prevention Plan

The Contractor shall develop an alcohol and drug abuse prevention plan to explain how it will satisfy the drug-free work force requirement as stated in DFARS Clause 252.223-7004 and include elements addressed in paragraph 01.C.02 of EM 385-1-1. See Section F Deliveries or Performance.

2.9.3.7 Emergency Response Plan

The Contractor shall develop an emergency response plan to ensure safe evacuation of people during emergencies, before the hazard or natural disaster is imminent, and to minimize the consequences of accidents during evacuations. See Section 01E of EM 385-1-1. See Section F Deliveries or Performance.

2.9.3.8 Emergency Rescue Plan The Contractor shall develop a plan to rescue personnel who might become injured or incapacitated while performing services in an underground shaft or caisson. See paragraph 26.A.05 of EM 385-1- 1. See Section F Deliveries or Performance.

2.9.3.9 Fall Protection and Prevention Plan

The Contractor shall develop a site specific fall prevention and protection plan to protect and prevent its service workers from falling from heights of 1.8m (6 feet) or more. This plan shall include elements addressed in paragraph 21.D of EM 385-1-1 and ANSI A10.32, ANSI Z359.1, and ANSI/ASSE A10.34. The fall prevention and protection plan shall include a Rescue and Evacuation Plan in accordance with EM 385-1-1, Section 21.N. A competent person for fall protection shall prepare and sign the plan. See Section F Deliveries or Performance.

2.9.3.10 Fire Prevention Plan The Contractor shall develop a plan to explain how it will eliminate or contain fires when using hot kettles or welding equipment at facilities and service sites. This plan shall be used by Contractor employees to: (1) obtain hot work permits and identify emergency first responders to fire hazards; (2) identify and make available materials and equipment to suppress or contain fires; and (3) emergency evacuation procedures. See Sections 6 and 9 of EM 385- 1-1, NFPA10, NFPA 241, NFPA 51B, NFPA 70, NFPA 70E, and NARA 29 CFR 1926.500. See Section F Deliveries or Performance.

2.9.3.11 Hazard Communication Plan The Contractor shall develop a plan to explain how it will identify hazardous substances at the service site. This plan shall address: (1) training (to include potential safety and health effects from exposure); (2) labeling of hazardous substances; (3) maintaining an inventory listing of hazardous chemicals at the service site; and (4) location of a library of Material Safety Data Sheets (MSDSs) in the office to satisfy 29 Code of Federal Regulations (CFR) 1910.1200 or 1926.59 requirements. See Section F Deliveries or Performance.

2.9.3.12 Hazardous Energy Control Plan

The Contractor shall develop a plan to explain how it will control hazardous energy within an existing service environment. This plan shall address: (1) intended operations and procedures; (2) means to coordinate and communicate the control of hazardous energy; (3) procedural steps and responsibilities for shutting down, isolating, blocking, and securing systems to control hazardous energy; (4) steps and responsibilities for the placement, removal, and transfer of lockout and tagged out devices; (5) steps and responsibilities for placing and tagging, and moving or removing and un-tagging, protective grounds; (6) requirements for testing the system to verify the effectiveness of lockout and tag-out isolation devices; (7) courses of actions to implement during emergencies; (8) requirements when removing hazardous energy control devices must be transferred from one authorized person to another, and the name of the individuals qualified for receiving such a transfer; and (9) the means to enforce compliance with the procedures. See Section F Deliveries or Performance.

2.9.3.13 Health Hazard Control Plan The Contractor shall develop a plan to explain how it will determine the presence of hazardous or toxic agents at the service environment and explain what safety measures are to be taken. This plan shall satisfy relevant topics of Section 6 of EM385-1-1. See Section F Deliveries or Performance.

2.9.3.14 Lead Abatement Compliance Plan

The Contractor shall develop a plan to explain how it will protect its service work force from lead exposure. This plan shall also address relevant procedures, requirements, and protocols of 29 CFR 1910.1025 and 29 CFR 1926.62. See Section F Deliveries or Performance.

2.9.3.15 Respiratory Protection Plan

The Contractor shall develop a plan Contractor to explain how it will protect the health of its employees whenever respirators are needed. This plan shall include service-site-specific procedures in accordance with EM 385-1-1 Section 05.E and OSHA’s respiratory protection standard at 29 CFR 1910.134. See Section F Deliveries or Performance.

2.9.4 Accident and Damage Reporting

The Contractor shall notify the Contracting Officer as soon as practical, but no more than four hours after any accident meeting the definition of Recordable Injuries or Illnesses or High Visibility Accidents, property damage equal to or greater than $2,000, or any Weight Handling Equipment (WHE) accident. Notification shall also be provided for any mishap occurring in any of the following high hazard areas: electrical (to include Arc Flash, electrical shock, etc.); uncontrolled release of hazardous energy (includes electrical and non-electrical); weight or load handling equipment (LHE) or rigging; fall-from-height (any level other than same surface); and underwater diving. These mishaps shall be investigated in depth to identify all causes and to recommend hazard control measures. Within notification include Contractor name; contract title; type of contract; name of activity, installation or location where accident occurred; date and time of accident; names of personnel injured; extent of property damage, if any; extent of injury, if known, and brief description of accident (to include type of equipment used, PPE used, etc.). Preserve the conditions and evidence on the accident site until the Government investigation team arrives on-site and Government investigation is conducted.

The Contractor shall conduct an accident investigation for recordable injuries and illnesses, for accidents requiring Medical Treatment, property damage accidents resulting in at least $20,000 in damages, and near misses as defined in EM 385-1-1, to establish the root cause(s) of the accident. The Contractor shall complete the applicable NAVFAC Contractor Incident Reporting System (CIRS), and electronically submit via the NAVFAC Enterprise Safety Applications Management System (ESAMS) per Section F. Required or special forms are provided within the Forms in J-0200000-07. For any weight handling equipment accident (including rigging gear accidents) the Contractor shall conduct an accident investigation to establish the root cause(s) of the accident and comply with additional requirements and procedures for accidents in accordance with NAVFAC P-307, Section 12. The Contractor shall submit a WHE Accident Report (Crane and Rigging Gear) per Section F. No crane operations are allowed to proceed until cause is determined and corrective actions have been implemented to the satisfaction of the Contracting Officer. For a near miss, the Contractor shall complete the applicable documentation in NAVFAC Contractor Incident Reporting System (CIRS), and electronically submit via the NAVFAC Enterprise Safety Applications Management System (ESAMS) per Section F. For a near miss involving crane or rigging operations, the Contractor shall report verbally to the Contracting Officer as soon as management becomes aware but not later than 4 hours of such event and comply with additional requirements and procedures for near-misses in accordance with NAVFAC P-307, Section 12. A near miss occurs when an accident was avoided by mere chance or when intervention prevented an ongoing sequence of events that would have resulted in an accident (e.g. unplanned encroachment, improper crane set-up, improperly rigged load, etc.). The Contractor shall submit a Crane and Rigging Gear Near Miss Report per Section F.

2.9.4.1 Accident Reporting and Notification Criteria

The following criteria and definitions apply to the accident reporting requirements specified above: Recordable Injuries or Illnesses. Any work-related injury or illness that results in:

1) Death, regardless of the time between the injury and death, or the length of the illness;

2) Days away from work (any time lost after day of injury/illness onset);

3) Restricted work; 4) Transfer to another job; 5) Medical treatment beyond first aid; 6) Loss of consciousness; or 7) A significant injury or illness diagnosed by a physician or other

licensed health care professional, even if it did not result in (1) through (6) above.

High Visibility Accident. Any mishap which may generate publicity or high visibility. Medical Treatment. Treatment administered by a physician or by registered professional personnel under the standing orders of a physician. Medical treatment does not include first aid treatment even through provided by a physician or registered personnel. WHE Accident. A WHE accident occurs when any one or more of the eight elements in the operating envelope fails to perform correctly during

operation, including operation during maintenance or testing resulting in personnel injury or death; material or equipment damage; dropped load; derailment; two-blocking; overload; or collision, including unplanned contact between the load, crane, or other objects. A dropped load, derailment, two-blocking, overload and collision are considered accidents even though no material damage or injury occurs. A component failure (e.g., motor burnout, gear tooth failure, bearing failure) is not considered an accident solely due to material or equipment damage unless the component failure results in damage to other components (e.g., dropped boom, dropped load, roll over, etc.)

2.9.5 Fire Protection The Contractor shall ensure that their employees shall know how to report and respond to a fire alarm. The Contractor shall observe all legal, insurance, and station requirements for handling and storage of combustible supplies, materials, waste and trash. Contractor employees operating critical equipment shall be trained by the Contractor to properly respond during a fire alarm or fire in accordance with KO and the Center Fire Department instructions. RULES FOR HAULING AND STORAGE OF GASOLINE OR OTHER FUEL CONTAINERS:

Gasoline containers shall be stored in an area clean of combustible material and 100 feet from explosive-loaded magazines, explosive- loading buildings, and explosive production areas. Flammable liquids shall be contained and properly stored in UL approved flammable storage lockers.

“No Smoking” signs shall be posted in fueling areas.

All containers shall be marked as to their contents and ownership.

One 20-pound dry powder fire extinguisher shall be located at each fueling area.

All motors shall be secured before refueling.

No refueling shall be done within 100 feet of explosive-loaded buildings or explosive storage areas.

No refueling shall be done within 50 feet of a spark producing or open flame type devices.

SMOKING AND OPEN FLAME REGULATIONS FOR CONTRACTORS WORK AT NSA:

SMOKING AND OPEN FLAME REGULATIONS FOR CENTER

CONTRACTORS: All smoking and hot work permits (burning, welding, any spark producing or other open flame) shall be approved by the NSA Crane Fire Department. Smoking on base shall be in accordance with NSACRANINST 5100.13- smoking and tobacco use policy. In general, smoking and smokeless tobacco shall only be used in existing designated areas outside of buildings and facilities. To request a hot work permit, call the NAVFAC Mid-Atlantic Regional Dispatch Center at 757-444-2324 and select option 2. Do NOT call the NSA Crane Fire Department directly to schedule appointments for hot work permits. Call the NAVFAC Mid-Atlantic Regional Dispatch Center no earlier than 30 minutes before you want to have the NSA Crane Fire Department on site to issue the permit. If you would like the NSA Crane Fire Department to come to a job site for a consultation or to look at a non-emergency situation, then call the n NAVFAC Mid-Atlantic Regional Dispatch Center and request NSA Crane Fire Department assistance/consultation.

2.9.6 Monthly On-Site Labor Report

The Contractor shall provide a monthly On-Site Labor Report to the KO. This report is a compilation of employee-hours worked each month for all site workers, both prime and subcontractor. See Section F Deliveries or Performance.

2.9.7 OSHA Citations and Violations

The Contractor shall correct violations and citations promptly and provide a copy of each OSHA citation and OSHA report with written OSHA Citations and Violations Corrective Action Report to the KO within 48 hours after receiving a citation. See Section F Deliveries or Performance.

2.9.8 Safety Inspections and Monitoring

The Contractor shall be responsible for regularly inspecting its work areas, job sites, and work crews to ensure that all Contractor operations are being conducted safely. These inspections shall ensure:

• The site is safe and free of job-site hazards • Proper PPE is being utilized and worn. Safe work practices and

processes are being followed. • Workers are familiar with the hazards covered in the respective

AHA for that work activity. • All equipment and tools are in good condition and being used

safely. The Government reserves the right to inspect and monitor Contractor operations for safety compliance. In general, the Government approach will be to conduct Performance Assessment on the quality and effectiveness of the Contractor’s safety program. The Government reserves the right to stop any work activity that it deems to be unsafe. Contractor personnel shall work in a safe manner and comply with all applicable safety regulations. The Contractor shall be subject to safety inspections of its work sites by the Government. Contractor safety records shall be available to the KO upon request.

Whenever the KO becomes aware of any safety noncompliance or any condition which poses a serious or imminent danger or hazard to the health or safety of the public or Government Personnel, the KO will notify the Contractor orally, with written confirmation, and request immediate corrective action. This notice, when delivered to the Contractor’s representative or SSHO, shall be deemed sufficient notice of noncompliance and that corrective action is required. After receiving this notice, the Contractor shall immediately take corrective action. If the Contractor fails, delays, or refuses to promptly take corrective action, the KO may issue a stop work order for all or part of the services or work until satisfactory corrective action has been taken. Whenever such a stop work order has been issued, the Contractor shall waive all equitable

adjustments to the contract related to the stop work ordered issued. The Contractor shall include this requirement in all of its subcontracts and vendor contracts in support of contract safety.

2.9.9 Safety Certification The Contractor shall submit copies of all the required Federal, state, county, city, or industry safety related Safety Certifications for work performed under this contract. These certifications shall be kept up to date by the Contractor. The Contractor shall submit new versions of certifications to the KO as the old certifications expire. No work, that requires a certification, shall start without a valid and approved certification. See Section F Deliveries or Performance.

2.9.10 Safety Apparel on Jobsites

The Contractor personnel shall wear appropriate high-visibility safety apparel (garment, vest, or harness of retro-reflective and fluorescent material) meeting ANSI/ISEA 107-2004 requirements. Appropriate garment shall be based on the worker hazards and tasks, complexity of the work environment or background, and vehicular traffic and speed. As a minimum, the Contractor personnel shall wear ANSI/ISEA 107-2004 Class I compliant apparel.

2.10 Environmental Protection The Contractor shall comply with all applicable Federal, state, and local laws, and with the regulations and standards. All environmental protection matters shall be coordinated with the KO. Inspection of any of the facilities operated by the Contractor may be accomplished by the Activity Environmental Protection Coordinator, or authorized officials on a no-notice basis during Government regular working hours. In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by Contractor negligence, the Contractor shall reimburse the Government for the amount of that fine, costs of defending against administrative or other legal action, remedial action, and other costs. The Contractor shall comply with the instructions of the cognizant Navy Medical Department with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of military or civilian personnel. The Contractor is responsible for ensuring that its employees receive applicable environmental and occupational health and safety training, and are kept up to date on regulatory required specific training for the type of work to be conducted onsite. All on-site Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause a significant environmental impact shall be competent on the basis of appropriate education, training or experience.

2.10.1 Disposal

2.10.1.1 Non-Regulated Waste Disposal

The Contractor shall dispose all wastes in accordance with all applicable Federal, state, and local laws, regulations, and executive orders, and with base-wide instructions, standards, and permit requirements. Disposal of all non-regulated waste resulting from the work under this contract shall comply with the federal regulations in 40 CFR Part 258 (Subtitle D of RCRA), or equivalent state regulations and be disposed of at appropriate off installation waste handling facilities.

2.10.1.2 Regulated Waste Disposal The Contractor shall dispose of regulated waste in accordance with the Resource Conservation and Recovery Act and all other applicable Federal, state and local laws and regulations. No on- installation disposal of regulated waste is allowed.

2.10.2 Spill Prevention, Containment, and Clean- up

The Contractor shall prevent, contain, clean up, and report all spills on Government property, caused by the Contractor, in a manner that complies with applicable Federal, state, and local laws and regulations or otherwise stated herein, and the installation spill control plan as specified in instruction 5090.5c at no cost to the Government.

2.10.3 Hazardous Material Management

The Contractor shall support the Consolidated Hazardous Material Reutilization and Inventory Management Program (CHRIMP). The Contractor shall receive approval from the KO prior to bringing hazardous material on Government Property or prior to any other use in conjunction with this contract. For approval to use any hazardous material, allow a minimum of 10 working days for processing the request. The Contractor shall post Safety Data Sheets (SDS) at the worksite where the products are being used. Should the Government determine that a chemical the Contractor will use needs to be tracked, the Government may direct the Contractor to submit additional information in order to fulfill reporting requirements. The Contractor shall ensure that procedures are in place to deal with hazardous materials, pursuant to the FAR Clause 52.223-3, HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA. Notwithstanding any other hazardous material used in this contract, radioactive materials or instruments capable of producing ionizing/non-ionizing radiation (with the exception of radioactive material and devices used in accordance with EM 385-1-1 such as nuclear density meters for compaction testing and laboratory equipment with radioactive sources) as well as materials which contain asbestos, mercury or polychlorinated biphenyls, di-isocynates, lead-based paint are prohibited. The Contracting Officer, upon written request by the Contractor, may consider exceptions to the use of any of the above excluded materials. Low mercury lamps used within fluorescent lighting fixtures are allowed as an exception without further Contracting Officer approval. Notify the Radiation Safety Officer (RSO) prior to excepted items of radioactive material and devices being brought on base.

2.10.4 Protection of Endangered and Threatened Species (Flora and Fauna)

The Contractor shall not disturb endangered and threatened species and their habitat. The Contractor shall carefully protect in-place and report immediately to the KO endangered and threatened species discovered in the course of work. The Contractor shall stop work in the immediate area of the discovery until directed by the KO to resume work.

2.10.5 Noise Control The Contractor shall comply with all applicable Federal, state and local laws, ordinances, and regulations relative to noise control.

2.10.6 Asbestos Containing Material (ACM)

Asbestos containing insulation, flooring, and other building materials may be encountered by the Contractor during the performance of work under this contract, and the Contractor shall remain alert to this possibility. If ACM is encountered or suspected in the performance of work, the Contractor shall avoid removing, sanding, abrading, or disturbing the material. The Contractor shall verbally notify the KO within one hour and follow-up with written ACM Notification within 24 hours. See Section F 2.10.6 Deliveries or Performance.

2.10.7 Sustainable Procurement and Practices

Within 15 calendar days after award of the contract, the Contractor shall submit to the KO an a Sustainable Procurement and Practices Plan that will identify how the Contractor will comply with all applicable Federal, state and local laws and regulation, including Executive Order 13423, Installation Water Conservation Programs and energy reduction requirements. The plan shall specifically address the following components:

• Recycled contents products • Energy/Water efficiency • Alternate Fuels and Alternate Fuel Vehicles • Bio-Based Products • Non-Ozone Depleting Products • Environmental Preferred Products and Services • Low/Non-Toxic and Hazardous Materials

The Contractor shall provide an annual Sustainable Delivery of Services Report. See Section F Deliveries or Performance

2.10.7.1 Environmentally Preferable Products

The Contractor shall procure and use products that are energy-efficient (Energy Star or Federal Energy Management Program (FEMP)-designated), water efficient, bio-based, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT)-registered), non-ozone depleting, contain recycled content, or are non-toxic or less toxic alternatives, where such products and services meet performance requirements.

2.10.7.2 Use of Recovered Materials The Government has an affirmative procurement program to promote the purchase of products containing recovered materials. The intent is to reduce the solid waste stream and conserve natural resources by establishing markets for recycled content products and encouraging manufacturers to produce quality products containing recovered materials. Participate in this program by using, for Environmental Protection Agency (EPA) designated items, recovered materials to the maximum extent practicable without jeopardizing the intended end use of the item. The percentage of recovered materials content levels for use in the performance of this contract will be, at a minimum, the amount recommended in the EPA Comprehensive Procurement Guideline (CPG) Product Index website (http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm).

Use of EPA designated products is not required for products that are either not available within a reasonable period of time, are not available at a reasonable price, are not available from a sufficient number of sources to maintain a satisfactory level of competition, or fail to meet performance standards based on technical verification. EPA designation of products is an on-going process. Listings of EPA designated products containing recovered materials are found in 40 CFR 247. Make recommendation and submit Recovered Material Certification, per Section F, when a product containing recovered materials is equal to or better than the original and could be used for this contract. All changes of products must be accepted by the KO before it is used.

2.10.7.3 Use of Biobased Products The Contractor shall make maximum use of biobased products in accordance with the FAR Clause 52.223-2 -- Affirmative Procurement of BIOBASED Products Under Service And Construction Contracts. Information about these products is available at http://www.usda.gov/biopreferred.

2.11 Disaster Preparedness The Contractor shall comply with the activity's Contingency Instruction. The Contractor shall prepare the installation before, and perform damage evaluation and emergency recovery after, natural disasters and other emergencies as directed by the KO.

2.12 Energy Efficient Products The Contractor shall comply with the activity's energy conservation program. The Contractor shall use life-cycle cost analysis in making decisions about investments in products, services, construction and

other projects to lower Federal Government’s costs and reduce energy consumption. The Contractor shall elect lifecycle cost effective Energy Star and other energy-efficient products when acquiring energy-using products. For product groups where Energy Star labels are not yet available, select products that are in upper 25 percent of energy efficiency as designated by the Federal Energy Management Program. Use of high energy consuming tools or equipment is subject to approval by the KO prior to use.

2.13 Recurring Work Procedures

2.13.1 Detailed Scope of Work and Detailed Estimate

N/A

2.13.2 Recurring Work Exhibit Line Item Numbers (ELINs)

N/A

2.14 Non-recurring Work Non-recurring work is identified in each applicable annex or sub-annex. Non-recurring work may consist of Unit Priced Tasks (UPT) Work (non- negotiated) and Unit Priced Labor (UPL) Work (negotiated). The Contractor shall perform all non-recurring task work as ordered by the KO and DoD FedMall requirements. Non-recurring work will consist of Unit Priced Tasks and Unit Priced Labor Work which may be ordered by the Government as separate items or in combinations of items from the Non-recurring Work Exhibit Line Items (ELINs) provided in Section J on an as needed basis.

2.14.1 Unit Priced Task Work (Non-Negotiated)

A UPT is defined as a non-recurring work item that includes all direct and indirect costs plus profit associated with the particular unit of work. All materials and equipment (rented, leased or Contractor-owned) required for the accomplishment of a UPT shall be included within the respective exhibit line item prices. The fixed price for the task order is determined by multiplying the exhibit line item unit prices by the quantities ordered. The Contractor is not required to submit cost estimates for UPTs.

2.14.1.1 Acceptance and Performance The Contractor shall possess the capability to accept and perform non-recurring work via an electronic medium with supported commands utilizing their Government Purchase Card (GPC). DoD FedMall is the electronic medium for authorized Government personnel to place orders for service to the Contractor. DoD FedMall is located at: http://www.dla.mil/Info/FedMall/ under NAVFAC contract. The Contractor shall submit a report of all non-recurring work quantities ordered via FedMall monthly per Section F.

2.14.1.2 Invoicing and Receiving Payment

Payment for completed FedMall orders will be made using the GPC. Reference “payment by third party” clause FAR 52.232-36. The Contractor shall possess the capability to invoice and receive payment for non-recurring work via an electronic medium with supported command representatives utilizing their GPC. No partial or advance payments will be provided.

2.14.2 Unit Priced Labor Work (Negotiated)

The Contractor shall perform all UPL work in accordance with the scope and delivery schedule negotiated per each task order. Unit Priced Labor (UPL) work is defined as non-recurring work that utilizes negotiated labor hours and materials to accomplish a task not required by the recurring work portion of the contract. UPL includes separately priced labor, materials, and equipment exhibit line items. The Contractor shall prepare and furnish a detailed cost estimate identifying proposed labor, material, and equipment costs, which upon approval by the KO, becomes a FFP task order.

2.14.2.1 Non-recurring Work Preparation of Proposals

In response to the Government's Request for Proposal (RFP), the Contractor shall submit a non-recurring work proposal to the KO within the time specified in the RFP for each potential task order which includes: 1) A complete list of all tasks necessary to perform the required scope of work, 2) The number of hours set forth to perform each task and 3) Copies of material quotes that includes the quantity and costs of materials to perform the required scope of work. See Section F Deliveries or Performance.

2.14.2.1.1 Labor Requirements Accepted industry time standards published in R. S. Means cost data, industry organizations, and similar estimating sources shall be used for determining the number of direct labor hours required to complete the scope of work. The total labor cost will be determined by totaling the number of direct labor hours and then multiplying by the UPL amount in the Non-recurring Work Exhibit Line Items (ELINs) provided in Section J

2.14.2.1.2 Material Requirements Projected material requirements shall include a list of materials establishing the size, quality, number of units, and unit prices. Pre-expended bin supplies and materials shall not be included in the list of materials since the cost for these items are to be included in the labor hour unit price. Material prices shall be the lowest price available considering the availability of materials and the time constraints of the job. The direct material price shall include all discounts and rebates for core value and salvage value that accrue to the Contractor and Contractor-furnished warehousing cost. Equipment costs shall include rental and lease costs, ownership costs where Contractor-owned, equipment mobilization, and tools, not priced under the recurring work portion of the contract. Contractor shall provide copies of material and equipment quotes with their proposal. The direct material price will be multiplied by the Contractor's non-recurring work material fixed burden rate

The Government retains the right to obtain additional quotes in questionable situations. The lowest price shall be used.

2.14.2.2 Issuance of Final Task Order

The KO will order unit priced labor by issuing to the Contractor a copy of the approved scope of work and a task order for the work described. Task order completion times will be specified on each task order.

2.14.3 Non-recurring work ELINS Non-recurring work ELINs are provided in J-0200000-04.

0200000 – Management and Administration

SECTION F: DELIVERIES OR PERFORMANCE

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.2.1.2

N/A Request to Work Outside Government’s Regular Working Hours

At least seven calendar days prior to requested day.

KO and COR

1 As required

0200000/ 2.3.3

N/A Permits and Licenses

Before work commences and as requested by the KO.

KO and COR

1 As specified

0200000/ 2.3.4

N/A Certificate of Insurance

Within 15 calendar days after award and before the start of performance

KO and COR

1 As specified

0200000/ 2.5

N/A Samples, Safety Data Sheets (SDS), or Manufacturer’s Data Cut Sheets of Materials

Upon request

KO and PAR

1 As required

0200000/ 2.6.2

J-0200000-05 Inspector’s Daily Report

No later than 10:00 a.m. the following day that work is performed

KO and PAR

1 Daily

0200000/ 2.6.5.1

N/A Quality Management Plan

At least 15 calendar days prior to start of contract performance and within 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.6.5.2

N/A QC Inspection File Within five calendar days of completion/ termination of the contract.

KO and COR

1 As specified

0200000/ 2.6.5.3

N/A Contractor Quality Inspection and Surveillance Report

First work day of each month.

KO and COR

1 Monthly

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.7.1

N/A List of Key Personnel and Qualifications

At least 15 calendar days prior to start of contract performance.

KO and COR

1 As specified

0200000/ 2.7.1

N/A Organizational Chart

At least 15 calendar days prior to start of contract performance.

KO and COR

1 As specified

0200000/ 2.7.3

N/A Contractor Labor Hours (SAM.gov) Report

No later than 31 October.

KO and COR

1 Annually for labor

executed during the period of

performance during each Government fiscal year

(FY) 0200000/

2.8 N/A Proof of Legal

Residency Prior to be admitted to site of work.

KO and COR

1 As specified

0200000/ 2.8.1

N/A Employee List Upon request. KO and COR

1 As required

0200000/ 2.8.3

N/A Request for One Day Pass

Five working days prior to base access

KO, and COR

1 As required

0200000/ 2.9.1

N/A Accident Prevention Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 Review, update, and

submit annually and

within 15 calendar

days prior to any changes

0200000/ 2.9.2

J-0200000-11 Activity Hazard Analysis

Together with the Accident Prevention Plan and for changes.

KO and COR

1 As specified

0200000/ 2.9.3

N/A CSafety and Occupational (SOH) Risks and Compliance Plans

Together with the Accident Prevention Plan and for changes.

KO and COR

1 As specified

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.9.3.1

N/A Asbestos Abatement Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.2

N/A Confined Space Program

As specified KO and COR

1 As required

0200000/ 2.9.3.3

N/A Contingency Plan for Severe Weather

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As required

0200000/ 2.9.3.4

N/A Critical Lift Procedures

As specified KO and COR

1 As required

0200000/ 2.9.3.5

N/A Demolition Plan As specified KO and COR

1 As required

0200000/ 2.9.3.6

N/A Alcohol and Drug Abuse Prevention Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.7

N/A Emergency Response Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.9.3.8

N/A Emergency Rescue Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.9

N/A Fall Protection and Prevention Plan

As specified KO and COR

1 As required

0200000/ 2.9.3.10

N/A Fire Prevention Plan

As specified KO and COR

1 As required

0200000/ 2.9.3.11

N/A Hazard Communication Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.12

N/A Hazardous Energy Control Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.13

N/A Health Hazard Control Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.9.3.14

N/A Lead Abatement Compliance Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.3.15

N/A Respiratory Protection Plan

Within 15 calendar days after award and prior to start of contract performance and 15 calendar days prior to any changes.

KO and COR

1 As specified

0200000/ 2.9.4

J-0200000-07 NAVFAC Contractor Incident Reporting System (CIRS)

Within four (4) hours of accident.

KO and COR

1 As required

0200000/ 2.9.6

N/A Monthly On-Site Labor Report

First work day of each month.

KO and COR

1 Monthly

0200000/ 2.9.7

N/A OSHA Citations and Violations Corrective Action Report

Within 48 hours after receiving a citation.

KO and COR

1 As required

0200000/ 2.9.9

N/A Safety Certifications

At least 15 calendar days prior to start of contract performance and prior to expiration of certifications.

KO and COR

1 As specified

0200000/ 2.10.6

N/A ACM Notification Within 24 Hours KO and COR

1 As required

0200000/ 2.10.7

N/A Sustainable Procurement and Practices Plan

At least 15 calendar days prior to start of contract performance and within 15 calendar days after exercised option periods.

KO and COR

1 Annually

Section F – 0200000 Management and Administration

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of

Submission

Distribution

Frequency Original

Copies (including original)

0200000/ 2.10.7.2

N/A Recovered Material Certification

As specified KO and COR

1 When a product

containing recovered

materials is equal to or better than the original

and could be used.

0200000/ 2.13.1

N/A Detailed Scope of Work and Detailed Estimate

N/A N/A N/A N/A

0200000/ 2.14.1.1

N/A Acceptance and Performance (Non-Recurring Work)

First work day of each month.

KO and COR

1 Monthly

0200000/ 2.14.2.1

N/A Non-Recurring Work Proposals

Within the time specified in the Request for Proposal (RFP)

KO and COR

1 As required

Revised 7 December 2011 1

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

SECTION J DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

TABLE OF CONTENTS

ATTACHMENT NUMBER

ATTACHMENT TITLE

J-0200000-01 DEFINITIONS AND ACRONYMS J-0200000-02 WAGE DETERMINATIONS J-0200000-03 REFERENCES, INSTRUCTIONS, DIRECTIVES J-0200000-04 EXHIBIT LINE ITEM NUMBERS J-0200000-05 INSPECTOR’S DAILY REPORT J-0200000-06 BUREAU OF LABOR STATISTICS SUPPLEMENTARY RECORD OF

OCCUPATIONAL INJURIES AND ILLNESSES J-0200000-07 CONTRACTOR SIGNIFICANT INCIDENT REPORT (CSIR) J-0200000-08 INDIANA VICINITY MAP J-0200000-09 NSA CRANE MAP J-0200000-10 ACTIVITY HAZARD ANALYSIS (AHA) EXAMPLE AND FORMS J-0200000-11 DBIDS APPLICATION FORM 5512-47 J-0200000-12 EXPERIENCE PROJECT DATA SHEET J-0200000-13 NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE

Revised 7 December 2011 2

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-01 DEFINITIONS AND ACRONYMS

Definition Description Competent Person A person who has the professional experience and training necessary to identify existing

and predictable hazards at a work or service environment, and who has the authority to take prompt and corrective action to eliminate or remove dangers from the environment.

Confined Work Space A space that is large enough and so configured that a person may bodily enter a space (such as in tanks, vessels, silos, storage bins, hoppers, vaults, pits, and like spaces where there is limited means of entry) and is hindered or restricted from escaping during an emergency.

Contracting Officer (KO)

That individual with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer.

Contracting Officer’s Representative (COR)

The individual appointed by the KO responsible for monitoring the Contractor’s technical compliance and progress, relative to assigned contract(s)/orders(s), based on the contract requirements specified in the PWS and in accordance with the PAP. The COR performs a variety of contract administration duties that includes oversight of PA, documenting and rating Contractor performance, reviewing invoices, and acceptance of work. Assignment as a COR is a collateral duty typically performed by the FSCM or SPAR.

Contractor That entity or its representative responsible for the delivery of the services or materials specified in this contract, as designated by contract award. The term Contractor as used herein refers to both the prime Contractor and any subcontractors. The prime Contractor shall insure that subcontractors comply with the provision of this contract.

Contractor Representative

That individual appointed by the Contractor, either orally or in writing, who has been assigned responsibility for executing the requirements of this contract.

Direct Material Costs The actual vendor invoice charges for materials used for performance of work under this contract. Direct material costs shall include transportation charges when such charges are included on the invoice by the vendor, as well as any discounts allowed for prompt payment and discounts or rebates for core value or salvage value that accrue to the Contractor. When questions arise concerning the cost of materials, material costs will be based on the lowest of quotes provided by the Contractor from at least three different commercial vendors for the direct material cost. The Government retains the right to obtain additional quotes in questionable situations. The lowest price will be used.

Equipment Tangible asset that is functionally complete for its intended purpose, durable, and non-expendable.

Facility A building or structure designed and created to serve a particular function. Fixed Burden Rate (FBR)

The additional costs (expressed in percent of direct material cost) for ordering, handling, and stockpiling materials and repair parts. For example, if the offeror's Fixed Burden Rate for materials in the Base Period is 10% then: $100,000.00 + ($100,000.00 x 10%) = $110,000.00 The Government will compensate the Contractor for the required parts and materials and not the total amount shown in Schedule of Non-recurring Work.

Frequency Of Service Annual (A). Services performed once during each 12-month period of the contract at intervals of 335 to 395 days. Biennial (B). Services performed once during each 24-month period of the contract at internals of 670 to 790 days. Monthly (M). Services performed 12 times during each 12-month period of the contract at intervals of 28 to 31 calendar days. Quarterly (Q). Services performed four times during each 12-month period of the contract at intervals of 80 to 100 calendar days. Semiannual (SA). Services performed twice during each 12-month period of the contract at intervals of 170 to 200 calendar days. Weekly (W). Services performed 52 times during each 12-month period of the contract at intervals of six to seven calendar days.

Revised 7 December 2011 3

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Monthly On-Site Labor Report

A compilation of all Contractor and subcontractor employee-hours involved in delivering contract services on a Government property.

Non-Regulated Solid Waste (Debris and Rubbish)

Waste not associated with an industrial process such as refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. Non-hazardous construction and demolition wastes such as dimension and non-dimension lumber, plywood, chipboard, and hardboard are included.

Partnering The terms “partnering” and “partnership” used herein shall mean a relationship of open communication and close cooperation that involves both Government and Contractor personnel working together for the purpose of establishing a mutually beneficial, proactive, cooperative environment within which to achieve contract objectives and resolve issues and implementing actions as required.

Performance Assessment

A method used by the Government to provide some measure of control over the quality of purchased goods and services received.

Performance Assessment Representative (PAR)

The individual(s) assigned as a Technical Point of Contact (TPOC) / Subject Matter Expert (SME) to the COR to perform duties as the on-site representative who assesses Contractor performance. The PAR periodically observes Contractor performance, reviews delivered services, reviews quality management corrective actions, periodically assesses and documents Contractor performance on PAWs and the MPAS, and communicates findings as necessary with the Contractor, SPAR, and COR.

Pre-Expended Bin Materials And Supplies

The minor materials and supplies that are incidental to the job, for which the total direct cost of any one material line item shown on the material estimate is $10.00 or less. Examples of pre-expended bin materials and supplies include, but are not limited to, solder, lead, flux, electrical connectors, electrical tape, fuses, nails, screws, bolts, nuts, washers, spacers, masking tape, sand paper, solvent, cleaners, lubricants, grease, oil, rags, mops, glue, epoxy, spackling compound, joint tape, plumbers tape and compound, clips, welding rods, and touch up paint.

Quality Assurance (QA)

The planned and systematic activities implemented in a quality system so that quality requirements for a product or service will be fulfilled.

Quality Control (QC) The observation techniques and activities used to fulfill requirements for quality. R. S. Means A data collection and organization system developed by R. S. Means Company which can

be used to prepare accurate, dependable construction estimates and budgets in a variety of ways. The Contractor shall use the latest edition. Material prices are based on a national average and computed labor costs are based on a 30-city national average. An estimate prepared using this data is called a "Means estimate"; data may simply be referred to as "Means".

Regulated Waste Any hazardous, non-hazardous, industrial process waste (aka special waste), e-waste, and/or off-specification HM, which because of its physical characteristics, chemical make-up or biological nature requires either special handling procedures and permitting, or poses an unusual threat to human health, equipment, property, or the environment. Examples include (but are not limited to) liquid sludge, pastes, and/or filter cakes, chemical compounds and/or petroleum products, fine powders or highly dusty materials, spent blast media and/or grit, demolition wastes from industrial facilities, debris and/or residues from spill cleanup work, underground storage tank remediation materials, pollution control wastes, ash from fires, furnaces, boilers or incinerators, off-specification products, other materials that have the potential to be a hazardous waste. All RW may be used or unused excess hazardous materials. Laboratory analysis may be required to verify the waste is not a RCRA-regulated hazardous waste.

Response Time The time allowed the Contractor after initial notification of a work requirement to be physically on the premises at the work site with appropriate personnel, tools, equipment, and materials, ready to perform the work required. (4 hours on emergency and 48 hours on routine)

Revised 7 December 2011 4

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Unit Priced Labor (UPL) Hour

The unit price bid by the Contractor to perform one hour of work-in-place. With the exception of direct material and construction equipment costs, the unit priced labor hour price shall include all indirect and direct costs associated with performing work, such as: the Contractor’s hourly composite trade wage, adjusted to allow for workforce productivity; sub-contractor cost, costs for pre-expended bin materials, shipping and handling, wage determinations, union agreements, crew sizes, hand tools, equipment, universal equipment (excluding construction equipment), mobilization, demobilization, payroll burdens and fringes, overtime, job (field) overhead (including clerical support, supervision, inspection, fees, taxes, licenses, permits, and insurance), general and administrative (home office) overhead, profit, and all other associated markups. Any indirect cost or additional markups not allowed in the definition of direct materials shall be included in the UPL price. Additionally, time for job preparation, safety standby personnel, and similar indirect labor elements are included.

Revised 7 December 2011 5

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Acronym Title ACO Administrative Contracting Officer BW Biweekly CDR Contract Discrepancy Report CIA Controlled Industrial Area CMMS Computerized Maintenance Management System COR Condition of Readiness DBH Diameter at Breast Height DoD Department of Defense DoN Department of Navy DRMO Defense Reutilization Management Office EPA Environmental Protection Agency EPCRA Emergency Planning and Community Right-to-Know Act FAR Federal Acquisition Regulation FFP Firm Fixed Price FIFRA Federal Insecticide, Fungicide, and Rodenticide Act FSC Facility Support Contract FSCM Facility Support Contract Manager GFE Government-furnished Equipment GFF Government-furnished Facilities GFM Government-furnished Materials GPWS Guide Performance Work Statements HCA Head Contracting Agency ICP Integrated Contingency Plan IDIQ Indefinite Delivery Indefinite Quantity IPM Integrated Pest Management IPMIS Integrated Pest Management Information System IPMP Integrated Pest Management Plan KO Contracting Officer LAN Local Area Network M Monthly MPAS Monthly Performance Assessment Summary MSDS Material Safety Data Sheets NAVFAC Naval Facilities Engineering Command NMCI Navy Marine Corps Intranet NOSC Navy-On-Scene Coordinator PAP Performance Assessment Plan PAR Performance Assessment Representative PAW Performance Assessment Worksheet PEO Program Executive Officer PM Project Manager PRCSP Permit Required Confined Space Program PWS Performance Work Statement Q Quarterly QC Quality Control SC Security Clearances SM Semimonthly SPAR Senior Performance Assessment Representative TE Technical Exhibit VIQ Variation in Quantity WBS Work Breakdown Structure

Revised 7 December 2011 6

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-02 WAGE DETERMINATION

Wage Determination No.: 2015-4821 Revision No.:14 Dated 12/21/2020 Martin County 2015-4801 Revision No.:12 Dated 12/21/2020 Sullivan County Wage Determination No.: IN20210008 Modification 0 Dated 1/1/2021 Martin County IN20210003 Modification 2 Dated 1/29/2021 Sullivan County

"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR

Revised 7 December 2011 7

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210

| Daniel W. Simms Director, Division of Wage Determination No.: 2015‐4821 Wage Determinations| Revision No.: 14 Date of Last Revision: 12/21/2020

_________________________________________________________________________________________ Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2015. If this contract is covered by the EO the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination if it is higher) for all hours spent performing on the contract in calendar year 2021. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

State: Indiana Area: Indiana Counties of Crawford Daviess Dubois Gibson Greene Jackson Knox Lawrence Martin Orange Pike

**Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE ‐ TITLE FOOTNOTE RATE 01000 ‐ Administrative Support and Clerical Occupations 01011 ‐ Accounting Clerk I 13.09 01012 ‐ Accounting Clerk II 14.69 01013 ‐ Accounting Clerk III 17.14 01020 ‐ Administrative Assistant 22.26 01035 ‐ Court Reporter 17.04 01041 ‐ Customer Service Representative I 13.25 01042 ‐ Customer Service Representative II 14.90 01043 ‐ Customer Service Representative III 16.25 01051 ‐ Data Entry Operator I 13.74 01052 ‐ Data Entry Operator II 14.99 01060 ‐ Dispatcher Motor Vehicle 21.76 01070 ‐ Document Preparation Clerk 13.36 01090 ‐ Duplicating Machine Operator 13.36 01111 ‐ General Clerk I 12.74 01112 ‐ General Clerk II 13.90 01113 ‐ General Clerk III 15.61 01120 ‐ Housing Referral Assistant 18.09 01141 ‐ Messenger Courier 12.42

Revised 7 December 2011 8

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

01191 ‐ Order Clerk I 13.62 01192 ‐ Order Clerk II 14.86 01261 ‐ Personnel Assistant (Employment) I 15.20 01262 ‐ Personnel Assistant (Employment) II 17.01 01263 ‐ Personnel Assistant (Employment) III 18.95 01270 ‐ Production Control Clerk 22.37 01290 ‐ Rental Clerk 13.37 01300 ‐ Scheduler Maintenance 14.50 01311 ‐ Secretary I 14.50 01312 ‐ Secretary II 16.23 01313 ‐ Secretary III 18.09 01320 ‐ Service Order Dispatcher 19.45 01410 ‐ Supply Technician 22.26 01420 ‐ Survey Worker 14.69 01460 ‐ Switchboard Operator/Receptionist 13.88 01531 ‐ Travel Clerk I 13.62 01532 ‐ Travel Clerk II 14.25 01533 ‐ Travel Clerk III 14.95 01611 ‐ Word Processor I 12.60 01612 ‐ Word Processor II 14.15 01613 ‐ Word Processor III 15.83 05000 ‐ Automotive Service Occupations 05005 ‐ Automobile Body Repairer Fiberglass 22.21 05010 ‐ Automotive Electrician 18.56 05040 ‐ Automotive Glass Installer 17.62 05070 ‐ Automotive Worker 17.62 05110 ‐ Mobile Equipment Servicer 15.51 05130 ‐ Motor Equipment Metal Mechanic 19.41 05160 ‐ Motor Equipment Metal Worker 17.62 05190 ‐ Motor Vehicle Mechanic 19.41 05220 ‐ Motor Vehicle Mechanic Helper 14.42 05250 ‐ Motor Vehicle Upholstery Worker 16.57 05280 ‐ Motor Vehicle Wrecker 17.62 05310 ‐ Painter Automotive 18.56 05340 ‐ Radiator Repair Specialist 17.62 05370 ‐ Tire Repairer 14.73 05400 ‐ Transmission Repair Specialist 19.41 07000 ‐ Food Preparation and Service Occupations 07010 ‐ Baker 13.81 07041 ‐ Cook I 12.45 07042 ‐ Cook II 14.15

07070 ‐ Dishwasher 9.08

07130 ‐ Food Service Worker 9.89 07210 ‐ Meat Cutter 14.66

07260 ‐ Waiter/Waitress 9.68 09000 ‐ Furniture Maintenance and Repair Occupations 09010 ‐ Electrostatic Spray Painter 19.64 09040 ‐ Furniture Handler 14.99 09080 ‐ Furniture Refinisher 19.64 09090 ‐ Furniture Refinisher Helper 17.91 09110 ‐ Furniture Repairer Minor 18.81 09130 ‐ Upholsterer 19.64 11000 ‐ General Services and Support Occupations 11030 ‐ Cleaner Vehicles 11.87 11060 ‐ Elevator Operator 11.87

Revised 7 December 2011 9

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

11090 ‐ Gardener 16.09 11122 ‐ Housekeeping Aide 12.51 11150 ‐ Janitor 12.51 11210 ‐ Laborer Grounds Maintenance 12.77 11240 ‐ Maid or Houseman 10.38 11260 ‐ Pruner 12.13 11270 ‐ Tractor Operator 14.97 11330 ‐ Trail Maintenance Worker 12.77 11360 ‐ Window Cleaner 13.68 12000 ‐ Health Occupations 12010 ‐ Ambulance Driver 16.29 12011 ‐ Breath Alcohol Technician 19.03 12012 ‐ Certified Occupational Therapist Assistant 25.65 12015 ‐ Certified Physical Therapist Assistant 26.77 12020 ‐ Dental Assistant 19.56 12025 ‐ Dental Hygienist 38.02 12030 ‐ EKG Technician 26.59 12035 ‐ Electro neuro diagnostic Technologist 26.59 12040 ‐ Emergency Medical Technician 16.29 12071 ‐ Licensed Practical Nurse I 17.00 12072 ‐ Licensed Practical Nurse II 19.03 12073 ‐ Licensed Practical Nurse III 21.21 12100 ‐ Medical Assistant 14.94 12130 ‐ Medical Laboratory Technician 23.66 12160 ‐ Medical Record Clerk 16.09 12190 ‐ Medical Record Technician 19.03 12195 ‐ Medical Transcriptionist 16.71 12210 ‐ Nuclear Medicine Technologist 41.81 12221 ‐ Nursing Assistant I 11.83 12222 ‐ Nursing Assistant II 13.30 12223 ‐ Nursing Assistant III 14.51 12224 ‐ Nursing Assistant IV 16.29 12235 ‐ Optical Dispenser 16.15 12236 ‐ Optical Technician 17.00 12250 ‐ Pharmacy Technician 14.75 12280 ‐ Phlebotomist 14.93 12305 ‐ Radiologic Technologist 25.82 12311 ‐ Registered Nurse I 23.11 12312 ‐ Registered Nurse II 28.27 12313 ‐ Registered Nurse II Specialist 28.27 12314 ‐ Registered Nurse III 34.20 12315 ‐ Registered Nurse III Anesthetist 34.20 12316 ‐ Registered Nurse IV 40.99 12317 ‐ Scheduler (Drug and Alcohol Testing) 23.56 12320 ‐ Substance Abuse Treatment Counselor 18.58 13000 ‐ Information and Arts Occupations 13011 ‐ Exhibits Specialist I 16.83 13012 ‐ Exhibits Specialist II 20.32 13013 ‐ Exhibits Specialist III 25.49 13041 ‐ Illustrator I 16.79 13042 ‐ Illustrator II 20.32 13043 ‐ Illustrator III 25.49 13047 ‐ Librarian 20.01 13050 ‐ Library Aide/Clerk 13.09 13054 ‐ Library Information Technology Systems 20.32 Administrator 13058 ‐ Library Technician 13.18 13061 ‐ Media Specialist I 14.80

Revised 7 December 2011 10

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

13062 ‐ Media Specialist II 16.43 13063 ‐ Media Specialist III 18.32 13071 ‐ Photographer I 16.97 13072 ‐ Photographer II 19.00 13073 ‐ Photographer III 22.94 13074 ‐ Photographer IV 28.77 13075 ‐ Photographer V 34.82 13090 ‐ Technical Order Library Clerk 15.49 13110 ‐ Video Teleconference Technician 16.49 14000 ‐ Information Technology Occupations 14041 ‐ Computer Operator I 14.33 14042 ‐ Computer Operator II 16.04 14043 ‐ Computer Operator III 18.89 14044 ‐ Computer Operator IV 20.68 14045 ‐ Computer Operator V 22.92 14071 ‐ Computer Programmer I (see 1) 19.20 14072 ‐ Computer Programmer II (see 1) 23.78

14073 ‐ Computer Programmer III (see 1)

14074 ‐ Computer Programmer IV (see 1)

14101 ‐ Computer Systems Analyst I (see 1) 27.07 14102 ‐ Computer Systems Analyst II (see 1)

14103 ‐ Computer Systems Analyst III (see 1)

14150 ‐ Peripheral Equipment Operator 14.33 14160 ‐ Personal Computer Support Technician 20.68 14170 ‐ System Support Specialist 26.03 15000 ‐ Instructional Occupations 15010 ‐ Aircrew Training Devices Instructor (Non‐Rated) 27.07 15020 ‐ Aircrew Training Devices Instructor (Rated) 32.75 15030 ‐ Air Crew Training Devices Instructor (Pilot) 39.25 15050 ‐ Computer Based Training Specialist / Instructor 27.07 15060 ‐ Educational Technologist 30.00 15070 ‐ Flight Instructor (Pilot) 39.25 15080 ‐ Graphic Artist 19.49 15085 ‐ Maintenance Test Pilot Fixed Jet/Prop 39.25 15086 ‐ Maintenance Test Pilot Rotary Wing 39.25 15088 ‐ Non‐Maintenance Test/Co‐Pilot 39.25 15090 ‐ Technical Instructor 18.78 15095 ‐ Technical Instructor/Course Developer 23.75 15110 ‐ Test Proctor 15.70 15120 ‐ Tutor 15.70 16000 ‐ Laundry Dry‐Cleaning Pressing and Related Occupations 16010 ‐ Assembler 10.81 16030 ‐ Counter Attendant 10.81 16040 ‐ Dry Cleaner 13.62 16070 ‐ Finisher Flatwork Machine 10.81 16090 ‐ Presser Hand 10.81 16110 ‐ Presser Machine Dry-cleaning 10.81 16130 ‐ Presser Machine Shirts 10.81 16160 ‐ Presser Machine Wearing Apparel Laundry 10.81 16190 ‐ Sewing Machine Operator 14.45 16220 ‐ Tailor 15.24

Revised 7 December 2011 11

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

16250 ‐ Washer Machine 11.82 19000 ‐ Machine Tool Operation and Repair Occupations 19010 ‐ Machine‐Tool Operator (Tool Room) 22.78 19040 ‐ Tool and Die Maker 26.99 21000 ‐ Materials Handling And Packing Occupations 21020 ‐ Forklift Operator 17.97 21030 ‐ Material Coordinator 22.37 21040 ‐ Material Expediter 22.37 21050 ‐ Material Handling Laborer 15.79 21071 ‐ Order Filler 13.83 21080 ‐ Production Line Worker (Food Processing) 17.97 21110 ‐ Shipping Packer 16.98 21130 ‐ Shipping/Receiving Clerk 16.98 21140 ‐ Store Worker I 14.56 21150 ‐ Stock Clerk 19.10 21210 ‐ Tools and Parts Attendant 17.97 21410 ‐ Warehouse Specialist 17.97 23000 ‐ Mechanics and Maintenance and Repair Occupations 23010 ‐ Aerospace Structural Welder 24.91 23019 ‐ Aircraft Logs and Records Technician 20.36 23021 ‐ Aircraft Mechanic I 23.85 23022 ‐ Aircraft Mechanic II 24.91 23023 ‐ Aircraft Mechanic III 26.01 23040 ‐ Aircraft Mechanic Helper 17.72 23050 ‐ Aircraft Painter 22.80 23060 ‐ Aircraft Servicer 20.36 23070 ‐ Aircraft Survival Flight Equipment Technician 22.80 23080 ‐ Aircraft Worker 21.65 23091 ‐ Aircrew Life Support Equipment (ALSE) Mechanic 21.65 I 23092 ‐ Aircrew Life Support Equipment (ALSE) Mechanic 23.85 II 23110 ‐ Appliance Mechanic 20.50 23120 ‐ Bicycle Repairer 19.05 23125 ‐ Cable Splicer 33.56 23130 ‐ Carpenter Maintenance 21.32 23140 ‐ Carpet Layer 21.65 23160 ‐ Electrician Maintenance 26.07 23181 ‐ Electronics Technician Maintenance I 24.44 23182 ‐ Electronics Technician Maintenance II 25.74 23183 ‐ Electronics Technician Maintenance III 26.92 23260 ‐ Fabric Worker 20.36 23290 ‐ Fire Alarm System Mechanic 23.17 23310 ‐ Fire Extinguisher Repairer 19.05 23311 ‐ Fuel Distribution System Mechanic 24.15 23312 ‐ Fuel Distribution System Operator 18.93 23370 ‐ General Maintenance Worker 19.92 23380 ‐ Ground Support Equipment Mechanic 23.85 23381 ‐ Ground Support Equipment Servicer 20.36 23382 ‐ Ground Support Equipment Worker 21.65 23391 ‐ Gunsmith I 19.05 23392 ‐ Gunsmith II 21.65 23393 ‐ Gunsmith III 23.85 23410 ‐ Heating Ventilation and Air‐Conditioning 20.88 Mechanic 23411 ‐ Heating Ventilation and Air Conditioning 21.81 Mechanic (Research Facility) 23430 ‐ Heavy Equipment Mechanic 24.64 23440 ‐ Heavy Equipment Operator 25.13 23460 ‐ Instrument Mechanic 30.17 23465 ‐ Laboratory/Shelter Mechanic 22.80

Revised 7 December 2011 12

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

23470 ‐ Laborer 15.79 23510 ‐ Locksmith 22.80 23530 ‐ Machinery Maintenance Mechanic 23.88 23550 ‐ Machinist Maintenance 22.55 23580 ‐ Maintenance Trades Helper 14.58 23591 ‐ Metrology Technician I 30.17 23592 ‐ Metrology Technician II 31.51 23593 ‐ Metrology Technician III 32.90 23640 ‐ Millwright 25.19 23710 ‐ Office Appliance Repairer 20.86 23760 ‐ Painter Maintenance 17.41 23790 ‐ Pipefitter Maintenance 25.72 23810 ‐ Plumber Maintenance 24.59 23820 ‐ Pneudraulic Systems Mechanic 23.85 23850 ‐ Rigger 23.85 23870 ‐ Scale Mechanic 21.65 23890 ‐ Sheet‐Metal Worker Maintenance 22.51 23910 ‐ Small Engine Mechanic 18.53 23931 ‐ Telecommunications Mechanic I 27.12 23932 ‐ Telecommunications Mechanic II 28.32 23950 ‐ Telephone Lineman 27.34 23960 ‐ Welder Combination Maintenance 20.99 23965 ‐ Well Driller 23.85 23970 ‐ Woodcraft Worker 23.85 23980 ‐ Woodworker 19.05 24000 ‐ Personal Needs Occupations 24550 ‐ Case Manager 14.62 24570 ‐ Child Care Attendant 11.39 24580 ‐ Child Care Center Clerk 14.20 24610 ‐ Chore Aide 11.89 24620 ‐ Family Readiness and Support Services 14.62 Coordinator 24630 ‐ Homemaker 14.62 25000 ‐ Plant and System Operations Occupations 25010 ‐ Boiler Tender 24.31 25040 ‐ Sewage Plant Operator 20.21 25070 ‐ Stationary Engineer 24.31 25190 ‐ Ventilation Equipment Tender 18.11 25210 ‐ Water Treatment Plant Operator 20.21 27000 ‐ Protective Service Occupations 27004 ‐ Alarm Monitor 16.82 27007 ‐ Baggage Inspector 11.20 27008 ‐ Corrections Officer 16.10 27010 ‐ Court Security Officer 19.58 27030 ‐ Detection Dog Handler 13.80 27040 ‐ Detention Officer 16.10 27070 ‐ Firefighter 23.01 27101 ‐ Guard I 11.20 27102 ‐ Guard II 13.28 27131 ‐ Police Officer I 20.90 27132 ‐ Police Officer II 23.22 28000 ‐ Recreation Occupations 28041 ‐ Carnival Equipment Operator 12.20 28042 ‐ Carnival Equipment Repairer 13.20 28043 ‐ Carnival Worker 9.93 28210 ‐ Gate Attendant/Gate Tender 14.21 28310 ‐ Lifeguard 11.94

Revised 7 December 2011 13

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

28350 ‐ Park Attendant (Aide) 15.90 28510 ‐ Recreation Aide/Health Facility Attendant 11.99 28515 ‐ Recreation Specialist 19.69 28630 ‐ Sports Official 12.66 28690 ‐ Swimming Pool Operator 18.83 29000 ‐ Stevedoring/Longshoremen Occupational Services 29010 ‐ Blocker and Bracer 26.94 29020 ‐ Hatch Tender 26.94 29030 ‐ Line Handler 26.94 29041 ‐ Stevedore I 25.43 29042 ‐ Stevedore II 28.36 30000 ‐ Technical Occupations 30010 ‐ Air Traffic Control Specialist Center (HFO) (see 2) 39.89 30011 ‐ Air Traffic Control Specialist Station (HFO) (see 2) 27.50 30012 ‐ Air Traffic Control Specialist Terminal (HFO) (see 2) 30.29 30021 ‐ Archeological Technician I 16.56 30022 ‐ Archeological Technician II 18.52 30023 ‐ Archeological Technician III 22.95 30030 ‐ Cartographic Technician 22.95 30040 ‐ Civil Engineering Technician 26.98 30051 ‐ Cryogenic Technician I 25.41 30052 ‐ Cryogenic Technician II 28.06 30061 ‐ Drafter/CAD Operator I 16.56 30062 ‐ Drafter/CAD Operator II 18.52 30063 ‐ Drafter/CAD Operator III 20.65 30064 ‐ Drafter/CAD Operator IV 25.41 30081 ‐ Engineering Technician I 15.76 30082 ‐ Engineering Technician II 17.69 30083 ‐ Engineering Technician III 19.80 30084 ‐ Engineering Technician IV 24.52 30085 ‐ Engineering Technician V 30.00 30086 ‐ Engineering Technician VI 36.29 30090 ‐ Environmental Technician 22.95 30095 ‐ Evidence Control Specialist 22.95 30210 ‐ Laboratory Technician 18.60 30221 ‐ Latent Fingerprint Technician I 25.41 30222 ‐ Latent Fingerprint Technician II 28.06 30240 ‐ Mathematical Technician 22.95 30361 ‐ Paralegal/Legal Assistant I 17.09 30362 ‐ Paralegal/Legal Assistant II 23.40 30363 ‐ Paralegal/Legal Assistant III 25.81 30364 ‐ Paralegal/Legal Assistant IV 34.73 30375 ‐ Petroleum Supply Specialist 28.06 30390 ‐ Photo‐Optics Technician 20.86 30395 ‐ Radiation Control Technician 28.06 30461 ‐ Technical Writer I 23.18 30462 ‐ Technical Writer II 28.36 30463 ‐ Technical Writer III 34.31 30491 ‐ Unexploded Ordnance (UXO) Technician I 25.35 30492 ‐ Unexploded Ordnance (UXO) Technician II 30.67 30493 ‐ Unexploded Ordnance (UXO) Technician III 36.76 30494 ‐ Unexploded (UXO) Safety Escort 25.35 30495 ‐ Unexploded (UXO) Sweep Personnel 25.35 30501 ‐ Weather Forecaster I 26.81 30502 ‐ Weather Forecaster II 32.62 30620 ‐ Weather Observer Combined Upper Air or (see 2) 20.65 Surface Programs

Revised 7 December 2011 14

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

30621 ‐ Weather Observer Senior (see 2) 22.95 31000 ‐ Transportation/Mobile Equipment Operation Occupations 31010 ‐ Airplane Pilot 30.67 31020 ‐ Bus Aide 13.63 31030 ‐ Bus Driver 18.35 31043 ‐ Driver Courier 13.76 31260 ‐ Parking and Lot Attendant 12.37 31290 ‐ Shuttle Bus Driver 14.79 31310 ‐ Taxi Driver 13.27 31361 ‐ Truck driver Light 14.79 31362 ‐ Truck driver Medium 15.81 31363 ‐ Truck driver Heavy 19.99 31364 ‐ Truck driver Tractor‐Trailer 19.99 99000 ‐ Miscellaneous Occupations 99020 ‐ Cabin Safety Specialist 14.95 99030 ‐ Cashier 10.10 99050 ‐ Desk Clerk 10.11 99095 ‐ Embalmer 30.20 99130 ‐ Flight Follower 25.35 99251 ‐ Laboratory Animal Caretaker I 12.88 99252 ‐ Laboratory Animal Caretaker II 13.85 99260 ‐ Marketing Analyst 23.42 99310 ‐ Mortician 30.20 99410 ‐ Pest Controller 18.58 99510 ‐ Photofinishing Worker 13.32 99710 ‐ Recycling Laborer 18.17 99711 ‐ Recycling Specialist 21.30 99730 ‐ Refuse Collector 16.62 99810 ‐ Sales Clerk 10.88 99820 ‐ School Crossing Guard 16.09 99830 ‐ Survey Party Chief 22.84 99831 ‐ Surveying Aide 13.77 99832 ‐ Surveying Technician 18.74 99840 ‐ Vending Machine Attendant 17.70

99841 ‐ Vending Machine Repairer 21.57 99842 ‐ Vending Machine Repairer Helper 17.70

Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2017. If this contract is covered by the EO the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness injury or other health‐related needs including preventive care; to assist a family member (or person who is like family to the employee) who is ill injured or has other health‐related needs including preventive care; or for reasons resulting from or to assist a family member (or person who is like family to the employee) who is the victim of domestic violence sexual assault or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.54 per hour up to 40 hours per week or $181.60 per week

Or $786.93 per month HEALTH & WELFARE EO 13706: $4.22 per hour up to 40 hours per week or $168.80 per week or $731.47 per month* *This rate is to be used only when compensating employees for performance on an SCA‐ covered contract also covered by EO 13706 Establishing Paid Sick Leave for Federal

Revised 7 December 2011 15

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years 4 weeks after 15 years and 5 weeks after 25 years. Length of service includes the whole span of continuous service with the present contractor or successor wherever employed and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day Martin Luther King Jr's Birthday Washington's Birthday Good Friday Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: COMPUTER EMPLOYEES: Under the SCA at section 8(b) this wage determination does not apply to any employee who individually qualifies as a bona fide executive administrative or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally because job titles vary widely and change quickly in the computer industry job titles are not determinative of the application of the computer professional exemption. Therefore the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:

(1) The application of systems analysis techniques and procedures including consulting with users to determine hardware software or system functional specifications;

(2) The design development documentation analysis creation testing or modification of computer systems or programs including prototypes based on and related to user or system design specifications;

• The design documentation testing creation or modification of computer programs related to machine operating systems; or

• A combination of the aforementioned duties the performance of which requires the same level of skills. (29 C.F.R. 541.400).

1) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS ‐ NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full‐time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).

** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in

Revised 7 December 2011 16

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

close proximity to ordnance explosives and incendiary materials. This includes work such as screening blending dying mixing and pressing of sensitive ordnance explosives and pyrotechnic compositions such as lead azide black powder and photoflash powder. All dry‐house activities involving propellants or explosives. Demilitarization modification renovation demolition and maintenance operations on sensitive ordnance explosives and incendiary materials. All operations involving re‐grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with or in close proximity to ordnance (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands face or arms of the employee engaged in the operation irritation of the skin minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving unloading storage and hauling of ordnance explosive and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance explosives and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract by the employer by the state or local law etc.) the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition where uniform cleaning and maintenance is made the responsibility of the employee all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount or the furnishing of contrary affirmative proof as to the actual cost) reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However in those instances where the uniforms furnished are made of ""wash and wear"" materials may be routinely washed and dried with other personal garments and do not require any special treatment such as dry cleaning daily washing or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract by the contractor by law or by the nature of the work there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"" Fifth Edition (Revision 1) dated September 2015 unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF‐1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e. the work to be performed is not performed by any classification listed in the wage determination) be classified by the contractor so as to provide a reasonable relationship (i.e. appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract a separate SF‐1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows:

1) When preparing the bid the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).

Revised 7 December 2011 17

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

2) After contract award the contractor prepares a written report listing in order

the proposed classification title(s) a Federal grade equivalency (FGE) for each proposed classification(s) job description(s) and rationale for proposed wage rate(s) including information regarding the agreement or disagreement of the authorized representative of the employees involved or where there is no authorized representative the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action together with the agency's recommendations and pertinent information including the position of the contractor and the employees to the U.S. Department of Labor Wage and Hour Division for review (See 29 CFR 4.6(b)(2)(ii)).

4) Within 30 days of receipt the Wage and Hour Division approves modifies or disapproves the action via transmittal to the agency contracting officer or notifies the contracting officer that additional time will be required to process the request.

5) The contracting officer transmits the Wage and Hour Division's decision to the contractor.

6) Each affected employee shall be furnished by the contractor with a written copy

of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF‐1444 or bond paper. When preparing a conformance request the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember it is not the job title but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split combine or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1))."

"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210

| | |

| Wage Determination No.: 2015‐4801 Daniel W. Simms Division of | Revision No.: 12 Director Wage Determinations| Date of Last Revision: 12/21/2020 |

Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or

Revised 7 December 2011 18

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

after January 1 2015. If this contract is covered by the EO the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination if it is higher) for all hours spent performing on the contract in calendar year 2021. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. State: Indiana

Area: Indiana Counties of Clay Sullivan Vermillion Vigo

**Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE ‐ TITLE FOOTNOTE RATE 01000 ‐ Administrative Support and Clerical Occupations 01011 ‐ Accounting Clerk I 14.39 01012 ‐ Accounting Clerk II 16.16 01013 ‐ Accounting Clerk III 18.08 01020 ‐ Administrative Assistant 22.88 01035 ‐ Court Reporter 18.32 01041 ‐ Customer Service Representative I 11.47 01042 ‐ Customer Service Representative II 12.91 01043 ‐ Customer Service Representative III 14.08 01051 ‐ Data Entry Operator I 13.28 01052 ‐ Data Entry Operator II 14.71 01060 ‐ Dispatcher Motor Vehicle 20.35 01070 ‐ Document Preparation Clerk 14.12 01090 ‐ Duplicating Machine Operator 14.12 01111 ‐ General Clerk I 13.22 01112 ‐ General Clerk II 14.45 01113 ‐ General Clerk III 15.92 01120 ‐ Housing Referral Assistant 20.59 01141 ‐ Messenger Courier 13.60 01191 ‐ Order Clerk I 13.57 01192 ‐ Order Clerk II 15.84 01261 ‐ Personnel Assistant (Employment) I 16.27 01262 ‐ Personnel Assistant (Employment) II 18.21 01263 ‐ Personnel Assistant (Employment) III 20.30 01270 ‐ Production Control Clerk 27.94 01290 ‐ Rental Clerk 15.07 01300 ‐ Scheduler Maintenance 16.51 01311 ‐ Secretary I 16.51 01312 ‐ Secretary II 18.47 01313 ‐ Secretary III 20.59 01320 ‐ Service Order Dispatcher 18.19 01410 ‐ Supply Technician 22.88 01420 ‐ Survey Worker 17.15 01460 ‐ Switchboard Operator/Receptionist 13.61 01531 ‐ Travel Clerk I 13.34 01532 ‐ Travel Clerk II 14.25

Revised 7 December 2011 19

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

01533 ‐ Travel Clerk III 15.23 01611 ‐ Word Processor I 14.12 01612 ‐ Word Processor II 15.85 01613 ‐ Word Processor III 17.74 05000 ‐ Automotive Service Occupations 05005 ‐ Automobile Body Repairer Fiberglass 21.67 05010 ‐ Automotive Electrician 20.01 05040 ‐ Automotive Glass Installer 19.42 05070 ‐ Automotive Worker 19.39 05110 ‐ Mobile Equipment Servicer 17.72 05130 ‐ Motor Equipment Metal Mechanic 20.84 05160 ‐ Motor Equipment Metal Worker 19.39 05190 ‐ Motor Vehicle Mechanic 20.84 05220 ‐ Motor Vehicle Mechanic Helper 17.09 05250 ‐ Motor Vehicle Upholstery Worker 18.62 05280 ‐ Motor Vehicle Wrecker 19.39 05310 ‐ Painter Automotive 21.87 05340 ‐ Radiator Repair Specialist 19.39 05370 ‐ Tire Repairer 14.84 05400 ‐ Transmission Repair Specialist 20.84 07000 ‐ Food Preparation and Service Occupations 07010 ‐ Baker 14.11 07041 ‐ Cook I 11.84 07042 ‐ Cook II 13.15 07070 ‐ Dishwasher 10.07 07130 ‐ Food Service Worker 10.92 07210 ‐ Meat Cutter 15.17 07260 ‐ Waiter/Waitress 9.13 09000 ‐ Furniture Maintenance and Repair Occupations 09010 ‐ Electrostatic Spray Painter 22.57 09040 ‐ Furniture Handler 15.60 09080 ‐ Furniture Refinisher 22.57 09090 ‐ Furniture Refinisher Helper 18.31 09110 ‐ Furniture Repairer Minor 20.73 09130 ‐ Upholsterer 22.57 11000 ‐ General Services and Support Occupations 11030 ‐ Cleaner Vehicles 11.97 11060 ‐ Elevator Operator 11.71 11090 ‐ Gardener 15.60 11122 ‐ Housekeeping Aide 11.71 11150 ‐ Janitor 11.71 11210 ‐ Laborer Grounds Maintenance 12.17 11240 ‐ Maid or Houseman 10.47 11260 ‐ Pruner 11.94 11270 ‐ Tractor Operator 14.63 11330 ‐ Trail Maintenance Worker 12.17 11360 ‐ Window Cleaner 13.01 12000 ‐ Health Occupations 12010 ‐ Ambulance Driver 16.78 12011 ‐ Breath Alcohol Technician 19.09 12012 ‐ Certified Occupational Therapist Assistant 29.03 12015 ‐ Certified Physical Therapist Assistant 29.41 12020 ‐ Dental Assistant 17.49 12025 ‐ Dental Hygienist 35.20 12030 ‐ EKG Technician 26.39

Revised 7 December 2011 20

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

12035 ‐ Electro neuro diagnostic Technologist 26.39 12040 ‐ Emergency Medical Technician 16.78 12071 ‐ Licensed Practical Nurse I 17.06 12072 ‐ Licensed Practical Nurse II 19.09 12073 ‐ Licensed Practical Nurse III 21.28 12100 ‐ Medical Assistant 15.01 12130 ‐ Medical Laboratory Technician 19.29 12160 ‐ Medical Record Clerk 18.19 12190 ‐ Medical Record Technician 20.36 12195 ‐ Medical Transcriptionist 18.11 12210 ‐ Nuclear Medicine Technologist 41.94 12221 ‐ Nursing Assistant I 11.57 12222 ‐ Nursing Assistant II 13.01 12223 ‐ Nursing Assistant III 14.19 12224 ‐ Nursing Assistant IV 15.93 12235 ‐ Optical Dispenser 18.13 12236 ‐ Optical Technician 17.06 12250 ‐ Pharmacy Technician 14.52 12280 ‐ Phlebotomist 17.82 12305 ‐ Radiologic Technologist 27.61 12311 ‐ Registered Nurse I 24.29 12312 ‐ Registered Nurse II 29.72 12313 ‐ Registered Nurse II Specialist 29.72 12314 ‐ Registered Nurse III 35.96 12315 ‐ Registered Nurse III Anesthetist 35.96 12316 ‐ Registered Nurse IV 43.10 12317 ‐ Scheduler (Drug and Alcohol Testing) 23.64 12320 ‐ Substance Abuse Treatment Counselor 21.57 13000 ‐ Information and Arts Occupations 13011 ‐ Exhibits Specialist I 18.29 13012 ‐ Exhibits Specialist II 22.65 13013 ‐ Exhibits Specialist III 27.72 13041 ‐ Illustrator I 19.93 13042 ‐ Illustrator II 24.69 13043 ‐ Illustrator III 30.20 13047 ‐ Librarian 25.09 13050 ‐ Library Aide/Clerk 14.56 13054 ‐ Library Information Technology Systems 25.49 Administrator 13058 ‐ Library Technician 16.41 13061 ‐ Media Specialist I 16.35 13062 ‐ Media Specialist II 18.29 13063 ‐ Media Specialist III 20.38 13071 ‐ Photographer I 16.35 13072 ‐ Photographer II 18.29 13073 ‐ Photographer III 22.65 13074 ‐ Photographer IV 27.72 13075 ‐ Photographer V 33.53 13090 ‐ Technical Order Library Clerk 15.74 13110 ‐ Video Teleconference Technician 18.13 14000 ‐ Information Technology Occupations 14041 ‐ Computer Operator I 17.19 14042 ‐ Computer Operator II 19.23 14043 ‐ Computer Operator III 21.44 14044 ‐ Computer Operator IV 23.83 14045 ‐ Computer Operator V 27.51 14071 ‐ Computer Programmer I (see 1) 21.92

Revised 7 December 2011 21

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

14072 ‐ Computer Programmer II (see 1) 27.18 14073 ‐ Computer Programmer III (see 1)

14074 ‐ Computer Programmer IV (see 1)

14101 ‐ Computer Systems Analyst I (see 1)

14102 ‐ Computer Systems Analyst II (see 1)

14103 ‐ Computer Systems Analyst III (see 1) 14150 ‐ Peripheral Equipment Operator 17.19 14160 ‐ Personal Computer Support Technician 24.52 14170 ‐ System Support Specialist 30.26 15000 ‐ Instructional Occupations 15010 ‐ Aircrew Training Devices Instructor (Non‐Rated) 29.63 15020 ‐ Aircrew Training Devices Instructor (Rated) 35.84 15030 ‐ Air Crew Training Devices Instructor (Pilot) 42.96 15050 ‐ Computer Based Training Specialist / Instructor 29.63 15060 ‐ Educational Technologist 30.94 15070 ‐ Flight Instructor (Pilot) 42.96 15080 ‐ Graphic Artist 21.39 15085 ‐ Maintenance Test Pilot Fixed Jet/Prop 41.76 15086 ‐ Maintenance Test Pilot Rotary Wing 41.76 15088 ‐ Non‐Maintenance Test/Co‐Pilot 41.76 15090 ‐ Technical Instructor 23.90 15095 ‐ Technical Instructor/Course Developer 29.25 15110 ‐ Test Proctor 19.31 15120 ‐ Tutor 19.31 16000 ‐ Laundry Dry‐Cleaning Pressing and Related Occupations 16010 ‐ Assembler 10.53 16030 ‐ Counter Attendant 10.53 16040 ‐ Dry Cleaner 13.08 16070 ‐ Finisher Flatwork Machine 10.53 16090 ‐ Presser Hand 10.53 16110 ‐ Presser Machine Dry cleaning 10.53 16130 ‐ Presser Machine Shirts 10.53 16160 ‐ Presser Machine Wearing Apparel Laundry 10.53 16190 ‐ Sewing Machine Operator 14.00 16220 ‐ Tailor 14.90 16250 ‐ Washer Machine 11.21 19000 ‐ Machine Tool Operation and Repair Occupations 19010 ‐ Machine‐Tool Operator (Tool Room) 25.46 19040 ‐ Tool and Die Maker 30.19 21000 ‐ Materials Handling And Packing Occupations 21020 ‐ Forklift Operator 17.63 21030 ‐ Material Coordinator 27.94 21040 ‐ Material Expediter 27.94 21050 ‐ Material Handling Laborer 15.55 21071 ‐ Order Filler 13.04 21080 ‐ Production Line Worker (Food Processing) 17.63 21110 ‐ Shipping Packer 16.10 21130 ‐ Shipping/Receiving Clerk 16.10 21140 ‐ Store Worker I 15.24 21150 ‐ Stock Clerk 21.02 21210 ‐ Tools and Parts Attendant 17.63 21410 ‐ Warehouse Specialist 17.63

Revised 7 December 2011 22

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

23000 ‐ Mechanics and Maintenance and Repair Occupations 23010 ‐ Aerospace Structural Welder 30.87 23019 ‐ Aircraft Logs and Records Technician 26.52 23021 ‐ Aircraft Mechanic I 29.80 23022 ‐ Aircraft Mechanic II 30.87 23023 ‐ Aircraft Mechanic III 32.03 23040 ‐ Aircraft Mechanic Helper 24.43 23050 ‐ Aircraft Painter 29.05 23060 ‐ Aircraft Servicer 26.52 23070 ‐ Aircraft Survival Flight Equipment Technician 29.05 23080 ‐ Aircraft Worker 27.71 23091 ‐ Aircrew Life Support Equipment (ALSE) Mechanic 27.71 I 23092 ‐ Aircrew Life Support Equipment (ALSE) Mechanic 29.80 II 23110 ‐ Appliance Mechanic 24.29 23120 ‐ Bicycle Repairer 20.66 23125 ‐ Cable Splicer 25.53 23130 ‐ Carpenter Maintenance 22.85 23140 ‐ Carpet Layer 22.98 23160 ‐ Electrician Maintenance 31.79 23181 ‐ Electronics Technician Maintenance I 26.13 23182 ‐ Electronics Technician Maintenance II 28.42 23183 ‐ Electronics Technician Maintenance III 29.58 23260 ‐ Fabric Worker 21.93 23290 ‐ Fire Alarm System Mechanic 25.53 23310 ‐ Fire Extinguisher Repairer 20.66 23311 ‐ Fuel Distribution System Mechanic 25.53 23312 ‐ Fuel Distribution System Operator 20.66 23370 ‐ General Maintenance Worker 18.37 23380 ‐ Ground Support Equipment Mechanic 29.80 23381 ‐ Ground Support Equipment Servicer 26.52 23382 ‐ Ground Support Equipment Worker 27.71 23391 ‐ Gunsmith I 20.66 23392 ‐ Gunsmith II 22.98 23393 ‐ Gunsmith III 25.53 23410 ‐ Heating Ventilation and Air‐Conditioning 21.76 Mechanic 23411 ‐ Heating Ventilation and Air Conditioning 22.54 Mechanic (Research Facility) 23430 ‐ Heavy Equipment Mechanic 30.59 23440 ‐ Heavy Equipment Operator 29.15 23460 ‐ Instrument Mechanic 25.53 23465 ‐ Laboratory/Shelter Mechanic 24.29 23470 ‐ Laborer 14.19 23510 ‐ Locksmith 24.29 23530 ‐ Machinery Maintenance Mechanic 28.94 23550 ‐ Machinist Maintenance 19.91 23580 ‐ Maintenance Trades Helper 19.38 23591 ‐ Metrology Technician I 25.53 23592 ‐ Metrology Technician II 26.45 23593 ‐ Metrology Technician III 27.38 23640 ‐ Millwright 28.58 23710 ‐ Office Appliance Repairer 24.29 23760 ‐ Painter Maintenance 22.57 23790 ‐ Pipefitter Maintenance 30.29 23810 ‐ Plumber Maintenance 28.18

Revised 7 December 2011 23

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

23820 ‐ Pneudraulic Systems Mechanic 25.53 23850 ‐ Rigger 25.53 23870 ‐ Scale Mechanic 22.98 23890 ‐ Sheet‐Metal Worker Maintenance 25.53 23910 ‐ Small Engine Mechanic 22.98 23931 ‐ Telecommunications Mechanic I 28.59 23932 ‐ Telecommunications Mechanic II 29.61 23950 ‐ Telephone Lineman 25.53 23960 ‐ Welder Combination Maintenance 21.37 23965 ‐ Well Driller 25.53 23970 ‐ Woodcraft Worker 25.53 23980 ‐ Woodworker 20.66 24000 ‐ Personal Needs Occupations 24550 ‐ Case Manager 14.58 24570 ‐ Child Care Attendant 10.76 24580 ‐ Child Care Center Clerk 13.07 24610 ‐ Chore Aide 11.33 24620 ‐ Family Readiness and Support Services 14.58 Coordinator 24630 ‐ Homemaker 16.18 25000 ‐ Plant and System Operations Occupations 25010 ‐ Boiler Tender 25.53 25040 ‐ Sewage Plant Operator 21.65 25070 ‐ Stationary Engineer 25.53 25190 ‐ Ventilation Equipment Tender 19.38 25210 ‐ Water Treatment Plant Operator 21.19 27000 ‐ Protective Service Occupations 27004 ‐ Alarm Monitor 16.92 27007 ‐ Baggage Inspector 12.58 27008 ‐ Corrections Officer 19.47 27010 ‐ Court Security Officer 19.65 27030 ‐ Detection Dog Handler 17.22 27040 ‐ Detention Officer 19.47 27070 ‐ Firefighter 22.50 27101 ‐ Guard I 12.58 27102 ‐ Guard II 17.22 27131 ‐ Police Officer I 23.19 27132 ‐ Police Officer II 25.74 28000 ‐ Recreation Occupations 28041 ‐ Carnival Equipment Operator 12.17 28042 ‐ Carnival Equipment Repairer 12.97 28043 ‐ Carnival Worker 9.11 28210 ‐ Gate Attendant/Gate Tender 15.46 28310 ‐ Lifeguard 12.16 28350 ‐ Park Attendant (Aide) 17.28 28510 ‐ Recreation Aide/Health Facility Attendant 12.35 28515 ‐ Recreation Specialist 18.70 28630 ‐ Sports Official 13.76 28690 ‐ Swimming Pool Operator 18.29 29000 ‐ Stevedoring/Longshoremen Occupational Services 29010 ‐ Blocker and Bracer 24.18 29020 ‐ Hatch Tender 24.18 29030 ‐ Line Handler 24.18 29041 ‐ Stevedore I 21.93 29042 ‐ Stevedore II 25.14 30000 ‐ Technical Occupations 30010 ‐ Air Traffic Control Specialist Center (HFO) (see 2) 39.89

Revised 7 December 2011 24

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

30011 ‐ Air Traffic Control Specialist Station (HFO) (see 2) 27.50 30012 ‐ Air Traffic Control Specialist Terminal (HFO) (see 2) 30.29 30021 ‐ Archeological Technician I 18.58 30022 ‐ Archeological Technician II 21.49 30023 ‐ Archeological Technician III 25.75 30030 ‐ Cartographic Technician 25.75 30040 ‐ Civil Engineering Technician 23.18 30051 ‐ Cryogenic Technician I 25.68 30052 ‐ Cryogenic Technician II 28.36 30061 ‐ Drafter/CAD Operator I 18.58 30062 ‐ Drafter/CAD Operator II 21.49 30063 ‐ Drafter/CAD Operator III 23.17 30064 ‐ Drafter/CAD Operator IV 28.52 30081 ‐ Engineering Technician I 16.48 30082 ‐ Engineering Technician II 18.50 30083 ‐ Engineering Technician III 21.32 30084 ‐ Engineering Technician IV 27.03 30085 ‐ Engineering Technician V 31.36 30086 ‐ Engineering Technician VI 37.94 30090 ‐ Environmental Technician 23.18 30095 ‐ Evidence Control Specialist 23.18 30210 ‐ Laboratory Technician 21.58 30221 ‐ Latent Fingerprint Technician I 25.68 30222 ‐ Latent Fingerprint Technician II 28.36 30240 ‐ Mathematical Technician 25.78 30361 ‐ Paralegal/Legal Assistant I 18.85 30362 ‐ Paralegal/Legal Assistant II 23.35 30363 ‐ Paralegal/Legal Assistant III 28.57 30364 ‐ Paralegal/Legal Assistant IV 34.56 30375 ‐ Petroleum Supply Specialist 28.36 30390 ‐ Photo‐Optics Technician 25.75 30395 ‐ Radiation Control Technician 28.36 30461 ‐ Technical Writer I 23.18 30462 ‐ Technical Writer II 28.36 30463 ‐ Technical Writer III 34.31 30491 ‐ Unexploded Ordnance (UXO) Technician I 25.35 30492 ‐ Unexploded Ordnance (UXO) Technician II 30.67 30493 ‐ Unexploded Ordnance (UXO) Technician III 36.76 30494 ‐ Unexploded (UXO) Safety Escort 25.35 30495 ‐ Unexploded (UXO) Sweep Personnel 25.35 30501 ‐ Weather Forecaster I 28.52 30502 ‐ Weather Forecaster II 34.69 30620 ‐ Weather Observer Combined Upper Air or (see 2) 23.17 Surface Programs 30621 ‐ Weather Observer Senior (see 2) 25.75 31000 ‐ Transportation/Mobile Equipment Operation Occupations 31010 ‐ Airplane Pilot 30.67 31020 ‐ Bus Aide 16.24 31030 ‐ Bus Driver 23.67 31043 ‐ Driver Courier 16.39 31260 ‐ Parking and Lot Attendant 15.66 31290 ‐ Shuttle Bus Driver 17.52 31310 ‐ Taxi Driver 11.31 31361 ‐ Truck driver Light 17.52 31362 ‐ Truck driver Medium 22.44 31363 ‐ Truck driver Heavy 24.80 31364 ‐ Truck driver Tractor‐Trailer 24.80 99000 ‐ Miscellaneous Occupations

Revised 7 December 2011 25

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

99020 ‐ Cabin Safety Specialist 14.95 99030 ‐ Cashier 10.30 99050 ‐ Desk Clerk 11.33 99095 ‐ Embalmer 26.25 99130 ‐ Flight Follower 25.35 99251 ‐ Laboratory Animal Caretaker I 14.69 99252 ‐ Laboratory Animal Caretaker II 15.68 99260 ‐ Marketing Analyst 22.98 99310 ‐ Mortician 26.25 99410 ‐ Pest Controller 16.87 99510 ‐ Photofinishing Worker 13.32 99710 ‐ Recycling Laborer 20.58 99711 ‐ Recycling Specialist 24.73 99730 ‐ Refuse Collector 18.46 99810 ‐ Sales Clerk 12.58 99820 ‐ School Crossing Guard 17.19 99830 ‐ Survey Party Chief 22.50 99831 ‐ Surveying Aide 13.85 99832 ‐ Surveying Technician 18.05 99840 ‐ Vending Machine Attendant 22.96 99841 ‐ Vending Machine Repairer 26.93 99842 ‐ Vending Machine Repairer Helper 22.96

Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2017. If this contract is covered by the EO the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness injury or other health‐related needs including preventive care; to assist a family member (or person who is like family to the employee) who is ill injured or has other health‐related needs including preventive care; or for reasons resulting from or to assist a family member (or person who is like family to the employee) who is the victim of domestic violence sexual assault or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.54 per hour up to 40 hours per week or $181.60 per week or $786.93 per month HEALTH & WELFARE EO 13706: $4.22 per hour up to 40 hours per week or $168.80 per week or $731.47 per month* *This rate is to be used only when compensating employees for performance on an SCA‐ covered contract also covered by EO 13706 Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years 4 weeks after 15 years and 5 weeks after 30 years. Length of service includes the whole span of continuous service with the present contractor or successor wherever

Revised 7 December 2011 26

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

employed and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day Martin Luther King Jr.'s Birthday Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b) this wage determination does not apply to any employee who individually qualifies as a bona fide executive administrative or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally because job titles vary widely and change quickly in the computer industry job titles are not determinative of the application of the computer professional exemption. Therefore the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:

(1) The application of systems analysis techniques and procedures including consulting with users to determine hardware software or system functional specifications;

(2) The design development documentation analysis creation testing or modification of computer systems or programs

including prototypes based on and related to user or system design specifications;

(3) The design documentation testing creation or modification of computer programs related to machine operating systems; or

(4) A combination of the aforementioned duties the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS ‐ NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full‐time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance explosives and incendiary materials. This includes work such as screening blending dying mixing and pressing of sensitive ordnance explosives and pyrotechnic compositions such as lead azide black powder and photoflash powder. All dry‐house activities involving propellants or explosives. Demilitarization modification renovation demolition and maintenance operations on sensitive ordnance explosives and incendiary materials. All operations involving re‐grading and cleaning of artillery ranges.

Revised 7 December 2011 27

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with or in close proximity to ordnance (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands face or arms of the employee engaged in the operation irritation of the skin minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving unloading storage and hauling of ordnance explosive and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance explosives and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract by the employer by the state or local law etc.) the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition where uniform cleaning and maintenance is made the responsibility of the employee all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount or the furnishing of contrary affirmative proof as to the actual cost) reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However in those instances where the uniforms furnished are made of ""wash and wear"" materials may be routinely washed and dried with other personal garments and do not require any special treatment such as dry cleaning daily washing or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract by the contractor by law or by the nature of the work there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"" Fifth Edition (Revision 1) dated September 2015 unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF‐1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e. the work to be performed is not performed by any classification listed in the wage determination) be classified by the contractor so as to provide a reasonable relationship (i.e. appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification wage rate and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract a separate SF‐1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows:

1) When preparing the bid the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).

Revised 7 December 2011 28

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

2) After contract award the contractor prepares a written report listing in order the proposed classification title(s) a Federal grade equivalency (FGE) for each proposed classification(s) job description(s) and rationale for proposed wage rate(s) including information regarding the agreement or disagreement of the authorized representative of the employees involved or where there is no authorized representative the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action together with the agency's recommendations and pertinent information including the position of the contractor and the employees to the U.S. Department of Labor Wage and Hour Division for review (See 29 CFR 4.6(b)(2)(ii)).

4) Within 30 days of receipt the Wage and Hour Division approves modifies or disapproves the action via transmittal to the agency contracting officer or notifies the contracting officer that additional time will be required to process the request.

5) The contracting officer transmits the Wage and Hour Division's decision to the contractor.

6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)).

Information required by the Regulations must be submitted on SF‐1444 or bond paper. When preparing a conformance request the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember it is not the job title but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split combine or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1))."

Revised 7 December 2011 29

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

"General Decision Number: IN20210008 01/01/2021 Superseded General Decision Number: IN20200008 State: Indiana Construction Type: Building Counties: Daviess and Martin Counties in Indiana. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above‐mentioned types of contracts entered into by the federal government that are subject to the Davis‐Bacon Act itself, but it does not apply to contracts subject only to the Davis‐Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)‐(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 Publication Date 01/01/2021 BRIN0005‐002 06/01/2020 Rates Fringes BRICKLAYER

Revised 7 December 2011 30

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

BRICKLAYER; STONE MASON & POINTER, CAULKER, CLEANER. ..$ 32.85 15.11 MARBLE and TILE SETTER..... . $ 32.85 15.11 TERRAZZO FINISHER........ ..$ 19.07 7.05 TILE and MARBLE FINISHER.... $ 19.03 4.35 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ CARP0224‐008 04/01/2020 Rates Fringes CARPENTER (Including Drywall).. ..$ 27.71 22.45 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0016‐001 04/01/2019 Rates Fringes ELECTRICIAN (Including Alarm Installation and HVAC Control Wiring)....... ...................$ 38.02 17.61 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0181‐025 04/01/2019 MARTIN COUNTY Rates Fringes Power equipment operators: Backhoe.................. ...$ 34.98 16.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0561‐004 04/01/2020 DAVIESS COUNTY Rates Fringes LABORER (Unskilled)...... ........$ 25.12 16.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0741‐005 06/01/2020 MARTIN COUNTY Rates Fringes LABORER (Unskilled)....... .......$ 23.13 16.00 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN0156‐005 04/01/2020 DAVIESS COUNTY Rates Fringes PAINTER................ ..........$ 26.45 17.53 FOOTNOTE A: All Structures over 40? $0.75/ hour above base wage All Structures over 75? $1.50/ hour above

Revised 7 December 2011 31

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

base wage All Structures over 100? $2.50/ hour above base wage ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLAS0692‐026 04/01/2020 DAVIESS & MARTIN COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER.. . $ 28.30 18.31 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLUM0136‐005 07/01/2020 Rates Fringes PLUMBER (Including HVAC Work).. ..$ 37.72 19.76 PIPEFITTERS........ .........$ 37.72 19.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * ROOF0106‐003 04/01/2020 Rates Fringes ROOFER.................... .......$ 30.70 17.12 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ SHEE0020‐021 07/01/2020 Rates Fringes Sheet metal worker (Including HVAC Duct Work)........ ..........$ 30.92 24.73 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ SUIN1996‐003 04/22/1996 Rates Fringes Elevator Constructor........ .....$ 19.90 5.57 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is

Revised 7 December 2011 32

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers

Revised 7 December 2011 33

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be:

7) an existing published wage determination 8) a survey underlying a wage determination 9) a Wage and Hour Division letter setting forth a position on a wage determination matter 10) a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final.

Revised 7 December 2011 34

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

================================================================ END OF GENERAL DECISION "General Decision Number: IN20210003 01/29/2021 Superseded General Decision Number: IN20200003 State: Indiana Construction Type: Building Counties: Clay, Gibson, Greene, Owen, Parke, Posey, Putnam, Sullivan, Vanderburgh, Vermillion, Vigo and Warrick Counties in Indiana. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above‐mentioned types of contracts entered into by the federal government that are subject to the Davis‐Bacon Act itself, but it does not apply to contracts subject only to the Davis‐Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)‐(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 1 01/22/2021 2 01/29/2021 ASBE0018‐003 06/01/2019 CLAY, GREENE, OWEN, PARKE, PUTNAM, VERMILLION AND VIGO COUNTIES Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (includes application of all insulating materials protective coverings, coatings and finishes to all types of mechanical systems)..............$ 32.20 21.38 HAZARDOUS MATERIAL HANDLER (includes preparation,

Revised 7 December 2011 35

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

wettings stripping, removal, scrapping, vacuuming, bagging & disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)..............$ 23.00 14.40 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ASBE0037‐002 04/02/2020 GIBSON, POSEY, SULLIVAN, VANDERBURGH AND WARRICK COUNTIES Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (includes application of all insulating materials protective coverings, coatings and finishes to all types of mechanical systems. Also the application of fire stopping material openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement).......................$ 31.36 20.62 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ BOIL0374‐002 03/01/2018 Rates Fringes BOILERMAKER......................$ 37.22 27.65 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ BRIN0001‐001 06/01/2020 EVANSVILLE POSEY, VANDERBURGH and WARRICK COUNTIES Rates Fringes Bricklayer, Stonemason...........$ 31.00 17.91 Marble, Tile & Terrazzo Finisher.........................$ 19.37 12.12 Marble, Tile & Terrazzo Workers..........................$ 27.19 14.26 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ BRIN0004‐012 06/01/2020 BLOOMINGTON OWEN COUNTY

Rates Fringes

Bricklayer, Stonemason. $ 29.76 15.07

TERRAZZO FINISHER. $ 21.18 10.27 TERRAZZO WORKER/SETTER. $ 29.57 10.96 Tile & Marble Finisher. $ 21.02 9.37 Tile, Marble Setter. $ 32.04 14.87 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Revised 7 December 2011 36

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

BRIN0005‐001 06/01/2020 TERRE HAUTE CLAY, GIBSON, REENE, PARKE, SULLIVAN, VERMILLION and VIGO COUNTIES Rates Fringes BRICKLAYER

BRICKLAYER, STONE MASON and POINTER/CLEANER/CAULKER.$

30.13

11.65

CEMENT MASON (GREENE and SULLIVAN COUNTIES). $ 27.78 11.02 CEMENT MASON (REMAINING COUNTIES). $ 27.93 11.02 TERRAZZO FINISHER. $ 19.07 7.05 TERRAZZO. $ 27.19 14.26 TILE and MARBLE FINISHER. $

19.83 6.32

TILE, MARBLE, MOSAIC. $ 27.19 14.26 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ CARP0088‐001 06/01/2020 CLAY, OWEN, PARKE, PUTNAM, VERMILLION AND VIGO COUNTIES Rates Fringes Carpenters:

Carpenters, Drywall Installers, Pile drivers. $

30.10 21.52

Millwright. $ 30.02 23.40 Soft Floor Layers. $ 28.85 18.63

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * CARP0224‐004 01/01/2021 POSEY, VANDERBURGH AND WARRICK COUNTIES Rates Fringes CARPENTER Carpenter...................$ 27.72 22.49 Piled river..................$ 28.71 22.49 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ CARP0224‐005 04/01/2020 GREENE, GIBSON and SULLIVAN COUNTIES Rates Fringes CARPENTER Carpenter...................$ 27.71 22.45 Piled river..................$ 28.71 22.45 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Revised 7 December 2011 37

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

CARP1080‐002 04/01/2020 Rates Fringes MILLWRIGHT ZONE 1 POSEY, VANDERBURGH and WARRICK COUNTIES...........$ 30.04 24.24 ZONE 2 GIBSON, GREENE AND SULLIVAN COUNTIES..........$ 28.76 25.18 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0016‐004 04/01/2019 GIBSON, POSEY, VANDERBURGH AND WARRICK COUNTIES Rates Fringes ELECTRICIAN......................$ 38.02 17.61 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0481‐001 06/01/2020 PUTNAM COUNTY Rates Fringes ELECTRICIAN......................$ 35.35 24.40 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0538‐002 01/01/2020 VERMILLION COUNTY Rates Fringes ELECTRICIAN......................$ 35.30 21.36 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0725‐003 10/01/2020 CLAY, GREENE, OWEN, PARKE, SULLIVAN AND VIGO COUNTIES Rates Fringes ELECTRICIAN......................$ 37.98 20.29 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * ELEC0725‐010 06/01/2020 CLAY, GREENE, OWEN, PARKE, SULLIVAN AND VIGO COUNTIES Rates Fringes Communication Technician.........$ 28.67 15.07 Includes the installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound and vision production and reproduction apparatus, equipment and appliances used for domestic, commercial, education, entertainment and private telephone systems.

Revised 7 December 2011 38

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEV0003‐007 01/01/2019 Rates Fringes ELEVATOR MECHANIC................$ 50.09 33.705+a+b FOOTNOTES:

11) Employer contributes as a vacation pay credit 8% basic hourly rate for more than 5 years of service and 6% basic hourly rate for less than 5 years of service.

12) Eight Paid Holidays: Thanksgiving Day; New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * ELEV0034‐001 01/01/2021 Rates Fringes ELEVATOR MECHANIC................$ 51.23 36.365+a+b

(5) PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving, and Christmas Day.

(6) Employer contributes 8% of regular hourly rate to vacation pay credit for employee with more than 5 years of service; 6% for less than 5 years' service. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0181‐013 04/01/2020 GIBSON, POSEY, VANDERBURGH, and WARRICK COUNTIES Rates Fringes Power equipment operators: GROUP A.....................$ 35.43 17.25 GROUP B.....................$ 27.30 17.25 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP A: A‐Frame Winch Truck, Articulating dump, auto grade (CMI), auto patrol, ballast regulator (RR), batcher plant (electrical control concrete), bending machine (pipe), bituminous plant (engineer), bituminous plant, bituminous mixer travel plant, bituminous paver, bituminous roller, boring machine, buck hoist, bull dozer, cable way, Chicago boom, chimney hoist, clamshell, concrete mixer (21 cu. ft. or over), concrete paver, concrete pump (crete), construction elevator (Allmac or similar) crane, crane man, crawler backhoe, crawler high‐lift, crusher plant, derrick, derrick boat, dinkey, directional/boring machine, dope pots (pipeline), double drum tugger (electric or air), dragline, dredge operator, dredge engineer, drill operator, elevating grader, extendable boom forklift, formless paver, gantry crane, gator (or similar type tiller), gradeall, grader, grademan, greaser ( on grease facility servicing heavy equipment), G.P.S System (on equipment with the classifications), grout pump, head greaser, helicopter crew, Hetherington paver, hoist (motorized, gas or diesel), hydraulic crane, hydro blaster, Industrial type forklift (over 9,000 lbs.), laser concrete screed, laser or remote controlled equipment (within the classifications), locomotive crane, locomotive,

Revised 7 December 2011 39

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

mechanic, mobile mixer, motor crane, mucking machine, multiple tamping machine (RR) overhead crane, pile driver, pulls, push dozer, push boats, roller (sheep foot), rough terrain crane, R.T. backhoe, R.T. end loader, Ross carrier, scoop, shovel, side boom, skidstter loader (bobcat or similar type), swing crane, tail boom, tar machine (pipeline), tower crane, trench machine, welder (heavy duty), truck mounted concrete pump, truck‐mounted drill, vacuum truck, well point whirleys. GROUP B: Air Compressor (1 or more, 600 cfm and over), air compressor with throttle valve, bituminous distributor, brakeman, bull float, cement gun, concrete mixer, concrete mixer, concrete saw, concrete spreader or puddlers, conveyor, deck hand oiler, deck engine, drill helper, earth roller, electric vibrator compactor (earth or rock), elevator (in‐plant, automatic), finishing machine, fireman, form grader, generator, guard‐rail driver, heater, oiler, Industrial type forklift (9,000 lbs. and under), material pump, motor boats, paving joint machine, post hole digger, power broom, power traffic signals, rock roller, rock spreader, Roller (earth or rock), spike machine (RR), steam jenny, sub grader, tamping machine, truck crane oiler, truck mounted drill oiler, Tugger (one‐drum, air or electric) vibrator, vibro‐piling hammer‐hydraulic hammer or auger, water pump, widener (apsco or similar type) welding machine, JLG lifts and scissor lifts or similar machine. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0841‐001 04/01/2020 REMAINING COUNTIES Rates Fringes Power equipment operators: GROUP 1.....................$ 32.25 23.00 GROUP 2.....................$ 25.10 23.00 GROUP 1: Power Cranes, Draglines, Derricks, Shovels, Gradalls, Mechanics, Tractor High lift, Tourna dozer, Concrete Mixers with Skip, Tourna mixer, Two‐Drum Machine, One‐Drum Hoist with Tower or Boom, Cableways, Tower Machines, Motor Patrol, Boom Tractor, Boom or Winch Truck, Winch or Hydraulic Boom Truck, Truck Crane, Tourna pull, Tractor Operating Scoops, Bulldozer, Push Tractor, Asphalt Planer, Finishing Machine on Asphalt, Large Rollers on Earth, Rollers on Asphalt Mix, Ross Carrier or Similar Machine, Gravel Processing Machine, Asphalt Plant Engineer, Paver Operator, Farm Tractor with Half Yard Bucket and/or Backhoe Attachments, Dredge Engineer, or Dredge Operator, Central Mix Plant Engineer, CMI or Similar Type Machine, Truck or Skid Mounted Concrete Pump, Tower Crane, Engine or Rock Crusher Plant, Concrete Plant Engineer, Ditching Machine with Dual Attachment, Tractor Mounted Loaders, Cherry Picker, Hydro Crane, Standard or Dinkey Locomotives, Scoop mobiles, Euclid Loader, Soil Cement Machine, Back Filler, Elevating Machine, Power Blade, Drilling Machines Including Well Testing, Caissons, Shaft or Any Similar Type Drilling Machines, Motor Driven Paint Machine, Pipe Cleaning Machine, Pipe Wrapping Machine, Pipe Bending Machine, Apsco Paver, Boring Machine, (Equipment Greased), Barber‐Greene Loaders, Formless Paver, (Well Point System), Concrete Spreader, Hydra Ax, Span Saw and Similar Types, Marine Scoops, Brush Mulcher, Brush Burner, Mesh Placer, Tree Mover, Helicopter Crew (3), pile driver ‐ Skid or Crawler, Stump Remover, Root Rake, Tug Boat Operator, Refrigerating Machine, Freezing Operator, Chair Cart‐Self Propelled, Hydra Seeder, Straw Blower Power Sub Grader, Bull Float, Finishing Machine, Self‐Propelled Pavement Breaker (Backhoe Attached), Lull (or Similar Type Machine), Two Air Compressors, Compressors Hooked in Manifold, Overhead Crane, Chip Spreader, Mud Cat, Sull‐Air Fork Lifts (Except When Used For Landscaping Work), Soil Stabilizer (Seaman Tiller, Bo Mag, Rago Gator and Similar Types or Equipment), Tube Float, Spray Machine, Curing Machine, Concrete or Asphalt Milling Machine, Snooper Truck Operator.

Revised 7 December 2011 40

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

GROUP 2: Concrete Mixers Without Skips, Rock Crusher, Ditching Machine Under 6', Curbing Machine, One Drum Machines without Tower or Boom, Air Tugger, Self‐Propelled Concrete Saw, Machine‐Mounted Post Hole Digger, Two to Four Generators, Water Pumps, or Welding Machines within 400 ft., Air Compressor 600 cu. ft. and Under, Rollers on Aggregate and Seal Coat Surfaces, Fork Lifts (When Used For Landscaping Work, Concrete and Blacktop Curb Machine, Farm Tractor with less than Half Yard Bucket, One Water Pump, Iolers, Air Valves or Steam Valves, One Welding Machine, Truck Jack, Mud Jack, Gunnite Machine, House Elevators when used for Hoisting Material, Engine Tenders, Wagon Drill, Flex Plane, Conveyor, Siphons and Pulsometer, Switchman, Fireman on Paint Pots, Fireman on Asphalt Plants, Distributor Operators on Trucks, Tampers, Self‐Propelled Power Broom, Striping Machine (Motor Driven), Form Tamper, Bulk Cement Plan Equipment Greaser, Deck Hands, Truck Crane Oiler Driver, Cement Blimps, Form Grader, Temporary Heat, Throttle Valve, Farm Tractor, Super Sucker (And Similar Type of Equipment). FOOTNOTE: Employees operating booms from 149 ft. to 199 ft. including jib, shall receive an additional seventy five cents (.75) per hour above the rate. Employees operating booms over 199 ft. including jib, shall receive an additional one dollar and twenty five cents ($1.25) per hour above the regular rate. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ IRON0022‐003 06/01/2020 CLAY, DAVIESS, GREENE, KNOX, LAWRENCE, MARTIN, MONROE, MONTGOMERY, OWEN, PARKE, PUTNAM, SULLIVAN, VERMILLION AND VIGO COUNTIES Rates Fringes IRONWORKER.......................$ 33.79 23.10 The following holidays shall be observed: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and the day after Thanksgiving and Christmas Day. Any holiday which occurs on a Sunday shall be observed the following Monday, unless the legal observance of these holidays is changed by law. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ IRON0103‐003 04/01/2020 GIBSON, POSEY, VANDERBURGH AND WARRICK COUNTIES Rates Fringes IRONWORKER.......................$ 29.50 24.385 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0204‐002 06/01/2020 CLAY, GREENE, OWEN, PARKE, PUTNAM, SULLIVAN, VERMILLION, and VIGO COUNTIES Rates Fringes Laborers: Caisson and Tunnel Work in Compressed and Free Air

GROUP 1....................$ 23.18 16.00 GROUP 2....................$ 23.93 16.00 GROUP 3....................$ 24.18 16.00 GROUP 4....................$ 24.18 16.00

GROUP 1....................$ 23.18 16.00 GROUP 2....................$ 23.93 16.00 GROUP 3....................$ 24.18 16.00

Revised 7 December 2011 41

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

LABORERS LABORER CLASSIFICATIONS GROUP1: Building and construction laborers; Scaffold builders (other than for masons or plasterers); Mechanic tenders; Flag & signal person; Window washers & cleaners; Water boys & tool housemen; Railroad workers; Masonry wall washers (interior & exterior); Curing compound; All portable water pumps with discharge up to 3 inches; Waterproofing; Handling of creosote lumber or like treated material (excluding railroad material); Asphalt rakers & lute men; Kettle men; Air tool operators and all pneumatic tool operators; Air & electric vibrators & chipping hammer operators: Earth compactors; Jack men & sheet men working ditches deeper than 6 ft. in depth; Laborers working ditches 6 ft. in depth or deeper; Assembly of unicrete pump; Tile layers (sewer or field) & sewer pipe layer (metallic or non‐metallic); Motor‐driven wheelbarrows & concrete buggies; Hyster operators; Pumpcrete assemblers; Core drill operator; Cement, lime or silia clay handlers (bulk or bag); Handling of toxic materials damaging to clothing; Pneumatic spikers; Deck engine & winch operators: Water main & cable ducking (metallic/non‐metallic); Screed man or screw operator on asphalt paver; Chain saw and demolition saw operators; Concrete conveyor assemblers; Asbestos removal; Hazardous waste removal. GROUP 2: Plasterers' tenders; Mason tenders; Mortar mixers; Welders (acetylene or electric); Cutting torch or burner; Cement nozzle laborers; Cement gun operators; Scaffold builders when working for plasterers and for masons; Water blast machine operators. GROUP 3: Dynamite men; Drillers‐air track or wagon drilling for explosives LABORERS CLASSIFICATIONS for CAISSON and TUNNEL WORK In COMPRESSED and FREE AIR GROUP 1: Cage Tenders, Dump Men, Flagman, Signalman, Top Laborers, Rod Men GROUP 2: Concrete Repairmen, Lock Tenders (pressure side), Motor men, Muckers, Grout Machine, Track Layers, Air Hoist, Key Board, Agitator Car, Car Pushers, Concrete Laborers, Grout Laborers, Lock Tenders (free air side), Steel Setters, Tuggers, Tuggers, Switchmen. GROUP 3: Mucking Machine, Laser Beam, Liner Plate & Ring Setter, Shield Drivers, Power Knife, Welders Burners, Pipe Jacking Machine, Skinners, Maintenance Technician, Miner, Bricklayer Tenders, Concrete Blowers, Drillers, Erectors, Form Men, Jackhammer men, Mining Machine. GROUP 4: Dynamite Men, Drillers air track or wagon drilling for explosives. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ LABO0561‐005 04/01/2020 GIBSON, POSEY, VANDERBURGH and WARRICK COUNTIES Rates Fringes Laborers:

Revised 7 December 2011 42

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

GROUP 1.....................$ 25.12 16.50 GROUP 2.....................$ 25.42 16.50 GROUP 3.....................$ 26.12 16.50 GROUP 4.....................$ 26.87 16.50

LABORER CLASSIFICATIONS GROUP 1: Building & Construction Laborers; Scaffold Builders (other than for Masons or Plasterers); Ironworker Tender; Mechanic Tender; Civil Engineer Tender; Rodmen and Chainmen; Signalmen and Flagman, Window Washer & Cleaner; Water boy and Tool houseman; Roofer Tender; Railroad Worker; Masonry Wall Washer (Interior & Exterior); Cement Finisher Tender; Carpenter Tender; All Other Tenders not listed; Portable Water Pump with discharge up to 3""; Wire mesh; Fire Prevention; Fire Watch; Fire Stop Tender GROUP 2: Waterproofing; Handling of creosote Lumber or like treated material (Excluding Railroad Material); Asphalt Raker & Luteman; Kettle man; handling and removal Hazardous materials damaging to clothing; Air Tool Operator; Vibrator; Chipping Hammer Operator and all pneumatic tool operator and earth compactor; Jack Man & Sheeting Man Working in Ditches 6 Feet in depth or deeper; Laborers working ditches six (6) feet in depth or deeper; Assembly of Unicrete Pump; Chain Saw Operator; Water line layers, five (5) feet outside the building foundation; Tile layers (Sewer or Field); Sewer Pipe Layer (Metallic and Non‐metallic) five (5) feet outside the building; Motor Driven Wheelbarrow & Concrete Buggy; Hyster Operator; Grout pump operator; Pump crete Assembler; Conveyor Assembler; Core Drill Operator; Cement/Lime/Silica Clay Handler (Bulk or Bar); Pneumatic Spiker; Deck/Engine/Winch Operator; Water Main & Cable Decking (Metallic or Non‐metallic); Remote Controlled Compactor GROUP 3: Plasterer Tender; Mason Tender; Mortar Mixer; Welder (Acetylene or Electric); Cutting Torch or Burner; Cement Gun Operator; Scaffold Builder (When working for Plasterer or Mason) GROUP 4: Dynamite Man ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN0156‐002 04/01/2020 GIBSON, POSEY, VANDERBURGH AND WARRICK COUNTIES Rates Fringes Painters:

BRUSH & ROLLER. $ 26.45 17.53 DRYWALL FINISHERS. $ 26.70 17.53 SPRAY, SANDBLAST, POWER TOOLS, WATERBLAST & STEAM CLEANING. $ 27.45 17.53

FOOTNOTE A: All Structures over 40? $0.75/ hour above base wage All Structures over 75? $1.50/ hour above base wage All Structures over 100? $2.50/ hour above base wage ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN0197‐002 06/01/2020

Revised 7 December 2011 43

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

CLAY, GREENE, OWEN, PARKE, PUTNAM, SULLIVAN, VERMILLION AND VIGO COUNTIES: Rates Fringes Painters:

Brush & Roller. $ Drywall & Paper hangers

27.05 13.42

(with tools). $ 27.05 13.42 Sandblasting. $ 29.05 13.42 Spray & Pot Man. $ 27.55 13.42

FOOTNOTE A: $1.00 premium for work on structures over 40 ft. above floor/ground level $2.00 premium for work on structures over 100 ft. above floor/ground level ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN1165‐007 07/01/2020 GIBSON, POSEY, VANDERBURGH, WARRICK COUNTIES Rates Fringes GLAZIER..........................$ 30.18 16.22 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN1165‐012 07/01/2020 CLAY; GREENE; OWEN; PARKE; PUTNAM; SULLIVAN; VERMILLION and VIGO COUNTIES Rates Fringes GLAZIER..........................$ 28.21 16.87 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLAS0075‐001 06/01/2017 CLAY, OWEN, PARKE, PUTNAM, VERMILLION AND VIGO COUNTIES: Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 25.75 13.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLAS0075‐002 06/01/2017 GREENE and SULLIVAN COUNTIES Rates Fringes

Revised 7 December 2011 44

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

CEMENT MASON/CONCRETE FINISHER...$ 28.50 13.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLAS0566‐001 04/01/2018 GIBSON, POSEY, VANDERBURGH AND WARRICK COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 26.30 16.91 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLAS0692‐001 06/01/2016 AREA #46 CLAY, GIBSON, GREENE, OWEN, PARKE, POSEY, PUTNAM, SULLIVAN, VANDERBURGH, VERMILLION, VIGO and WARRICK COUNTIES Rates Fringes PLASTERER........................$ 25.04 13.23 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLUM0136‐002 07/01/2020 REMAINING COUNTIES Rates Fringes Plumbers and Pipefitters.........$ 37.72 19.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLUM0157‐001 07/01/2020 CLAY, GREENE, PARKE, PUTNAM (Part), SULLIVAN, VERMILLION and VIGO COUNTIES Rates Fringes Plumbers and Pipefitters.........$ 38.38 19.13 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PLUM0440‐001 06/04/2018 PUTNAM COUNTY (EAST OF ROAD 43 EXCEPT TERRITORY ON AN EAST MILE RADIUS FROM THE COURT HOUSE) Rates Fringes Plumbers and Pipefitters.........$ 37.67 16.79 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ROOF0106‐001 04/01/2020 REMAINING COUNTIES: Rates Fringes Roofers: COMPOSITION.................$ 30.70 17.12 SLATE & TILE................$ 30.80 16.52 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Revised 7 December 2011 45

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ROOF0119‐001 09/01/2020 PUTNAM COUNTY Rates Fringes Roofers:.........................$ 27.05 11.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ROOF0150‐002 07/01/2020 CLAY, GREENE, OWEN, PARKE, SULLIVAN, VERMILLION AND VIGO COUNTIES Rates Fringes ROOFER...........................$ 28.05 16.20 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ SFIN0669‐002 04/01/2020 Rates Fringes SPRINKLER FITTER.................$ 40.03 23.21 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ SHEE0020‐018 07/01/2020 CLAY, GREENE, OWEN, PARKE, PUTNAM, SULLIVAN, VERMILLION, and VIGO COUNTIES Rates Fringes Sheet metal worker...............$ 35.71 21.95 HVAC Duct Work ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ SHEE0020‐019 07/01/2020 GIBSON, POSEY, VANDERBURGH, and WARRICK COUNTIES Rates Fringes Sheet metal worker...............$ 31.91 24.87 HVAC Duct Work ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ TEAM0135‐006 04/01/2019 CLAY, GREENE OWEN, PARKE, PUTNAM, SULLIVAN, VERMILLION, and VIGO COUNTIES Rates Fringes Truck drivers:

GROUP 1.....................$ 29.60 A GROUP 2.....................$ 30.10 A GROUP 3.....................$ 30.30 A GROUP 4.....................$ 30.45 A GROUP 5.....................$ 30.95 A

Revised 7 December 2011 46

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

A: $36.40 PER DAY & 450.00 PER WEEK. TRUCK DRIVER CLASSIFICATIONS: GROUP 1: Single Axle Trucks seven (7) cu..yds. or less than ten and 0ne‐half (10 1/2) tons, dumpsters, scoop‐mobiles five (5) cu. yds. and under or less than seven and one‐half (7 1/2) tons, mixer trucks three (3) cu.yds. and under, air compressors and welding machines, including those pulled by separate units, batch trucks‐wet or dry‐2""34‐E batches or less, truck driver helpers, warehousemen, mechanic's helpers, greasers and tire men, all pick‐up trucks and other vehicles. Drivers on dumpsters or similar dumpsters, mounted on four (4) wheel truck rated two (2) cu.yds. or less, and small pallet type fork‐lift operator and drivers on pallet jacks or similar type equipment. GROUP 2: Drivers on tandem axle eighteen (18) cu.yds. Or twenty‐ four (24) tons gross, six (6) wheel trucks, Koehring or similar dumpsters, tract trucks, Euclids, hug bottom dumps, tournapulls, tournatrailers, tournarockers, or similar equipment when used for transportation purposes under nine (9) cu.yds. or less than thirteen and one‐half (13 1/2) tons, tandems and semi‐trailer service trucks, mixer trucks over three (3) cu. yds. and including six and one‐half (6 1/2) cu.yds., fork lift, four (4) wheel A frame trucks when used for transportation purposes, four (4) wheel winch trucks, pavement breakers, batch trucks ‐ wet or dry ‐ over 2 up to and including 4‐""34‐E"" batches two (2) men oil distributors, fork‐lift under four (4) ton and vacuum trucks. GROUP 3: Koehring or similar dumpsters, tract trucks, semi‐ trailer water trucks, Euclids, hug bottom dumps, tournapulls, tournatrailers, tournarockers, tractor trailers, tandems Q frame winch trucks, hydro lift trucks or similar equipment when used for transportation purposes, mixer trucks over six and one‐half (6 1/2) cu.yds. batch trucks wet or dry over 4‐""34‐E"" batches single axle low boy trailers, and Contractor's mechanics when working on equipment operated by employees within this Bargaining Unit. Six (6) wheel pole trailers and one (1) man oil distributors, fork‐ lift over four (4) ton and mobile mixers. GROUP 4: Drivers on heavy equipment over sixteen (16) cu.yds. or twenty‐four ton, such as Koehring or similar dumpsters, tract trucks, Euclids, hug bottom dumps, tournapulls, tournarockers or similar equipment wen used for transportation purposes, pole trailers over six (6) wheels, water pulls, low‐boy trailers tandem axles, quad axle or more no‐weight limitation, diesel and/or heavy equipment mechanics when working on equipment operated by employees with this Bargaining Unit. GROUP 5: Mechanic furnishing his own tools. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ TEAM0215‐005 04/01/2020 GIBSON, POSEY, VANDERBURGH AND WARRICK COUNTIES: Rates Fringes Truck drivers: GROUP 1.....................$ 23.43 19.15

Revised 7 December 2011 47

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

GROUP 2.....................$ 23.89 19.15 GROUP 3.....................$ 24.11 19.15 GROUP 1 ‐ Pickup Trucks, Winch Trucks, Warehouseman, Mechanic, Street sweepers, Single axle trucks GROUP 2 ‐ Tandem Trucks or Dump Trucks; Farm Tractor Pulling trailer; Bituminous Distributors, Pavement Breakers GROUP 3 ‐ Mixer Trucks, all types; Lowboys, all types; Semi‐ trucks, all types; All Tri‐axle Dump Trucks; Articulated End Dumps; End Dumps; Heavy Equipment Type Water Wagons; Hazardous Waste Warehouseman; Hazardous Waste Driver; and Drivers on equipment when not self‐loaded or pusher loaded, such as Koehring or similar dumpsters, track trucks, Euclid bottom dump and hug bottom dump, Tournatrailers, Tournarockers or similar equipment. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with

Revised 7 December 2011 48

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

Revised 7 December 2011 49

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. “END OF GENERAL DECISION"

Revised 7 December 2011 50

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-03 REFERENCES, INSTRUCTIONS, DIRECTIVES

Reference Title

EM 385-1-1 U.S. Army Corps of Engineers Safety and Health Requirements (Latest edition)

P.L. 91-596 Occupational Safety and Health Act

UFGS 01 35 26 Unified Facilities Guide Specifications

Revised 7 December 2011 51

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-04 EXHIBIT LINE ITEM NUMBERS

See J-0200000-04 as a separate document.

J-0200000-05

Revised 7 December 2011 52

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Inspector's Daily Report NVSCC 11013/1 (REV. 11-81)

Report No.

Contract Number N40085- Activity: Naval Support Activity Crane Crane,

IN 47522

Date:

Contractor (Prime or Subcontractor) Name(Superintendent or Foreman)

Contractor's Force Remarks

No. Trade Hours

Total Daily Hours

Previous Hours Signature (Foreman)

Total Job Hours

Inspector's Remarks

Signature (Inspector) Date

J-0200000-06

Bureau of Labor Statistics Supplementary Record of Occupational Injuries and Illnesses

Revised 7 December 2011 53

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

J-0200000-07

Contractor Significant Incident Report (CSIR)

Initial Report

Revised 7 December 2011 54

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Follow-up Report Final Report

Contractor Significant Incident Report (CSIR)

1. General Information Contracting Activity/ROICC Office: Accident Classification:

Injury Fatality Environment Procedural Issues Lessons Learned

Illness Property Damage

Other______________________________

Involving:

Confined Space Equip/Mrt Ver/Mat Handling (Heavy Construction Equip.) Hazardous Material

Crane and Rigging Equip/Mrt Ver/Mat Handling (Material Handling)

Trenching/Excavation

Diving Equip/Mrt Ver/Mat Handling (Man-Lift/Elevated Platform)

Waterfront/Marine Operations Demolition/Renovation Fall from Ladder Fall from Scaffold

Other___________________

Electrical Fall from Roof Fire

2. Personal Information Name (Last, First, MI):

Age: Sex:

Job Title/Description:

Employed By:

Supervisor Name (Last, First, MI) & Title:

Was the person trained to perform this activity/task?

Yes No

What type of training was received (OJT, classroom, etc)?

Date of the most recent formal training and topics discussed?

3. Witness Information Witness #1: Name (Last, First, MI):

Job Title/Description:

Employed By:

Supervisor Name (Last, First, MI):

Witness #2: Name (Last, First, MI):

Job Title/Description:

Employed By:

Supervisor Name (Last, First, MI):

Revised 7 December 2011 55

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Additional Witnesses:

Yes No

4. Contract Information Type of Contract:

A/E BOS CLEAN Construction Design Build FSCC FSSC

JOC RAC Service Other_______________________________

Contract Number & Title:

Industrial Group & Industrial Type:

Prime Contractor Name/Address/Phone & Fax No: Safety Manager (Last, First, MI): Insurance Carrier:

Sub Contractor Name/Address/Phone & FAX No: Safety Manager (Last, First, MI): Insurance Carrier:

5. Accident Description Date of Accident:

Time of Accident: Exact Location of Accident:

Describe the accident in detail in your words: (Use the back of page if you need additional space)

(List any additional witnesses on a separate sheet and attach.)

Revised 7 December 2011 56

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Direct Cause(s) of Accident:

Indirect Cause(s) of Accident: Action(s) taken to prevent re-occurrence or provide on-going corrective actions: Corrective Action Beginning Date:

Anticipated Completion Date:

Personal Protective Equipment:

Available and used Available and not used Not Required

Not related to Mishap Wrong PPE for job Other___________________

List PPE Used:

Type of Construction Equipment (Make, Model, Serial #, VIN#) Involved: Was Hazardous Material Spilled/Released?

Yes No

Please List Hazardous Material(s) Involved:

Who provided first aid or cleanup of mishap site?

Revised 7 December 2011 57

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Any blood-borne pathogen exposure, other than EMTs? Yes No

Who?

List OSHA and EM-385-1-1 standards that were violated: Was site secured and witness statements taken immediately? Yes No

By Whom?

6. Injury Illness/Fatality Information Severity of Injury/Illness:

Fatality Lost Workday Case Involving Days Away From Work

Temporary Disabillity Recordable Workday Case Involving Restricted Duty

Job Transfer Service Contract w/LWD or Rest. Days but no MH

Permanent Total Disability Other Recordable Case

Recordable First Aid Case

Permanent Partial Disability Non-Recordable Injury No Injury

Medical Treatment Beyond First Aid (with no lost/restricted days)

Loss of Consciousness (with no lost/restricted days) Other___________________

Estimated Days Lost:

Estimated Days Hospitalized: Estimated Days Restricted Duty:

List Primary Body Part Affected:

List Other Body Part(s) Affected:

Nature of Injury/Illness for Primary Body Part (Examples: Amputation, Burn, Hernia): Type of Accident (Examples: Fall same level, Lifting, Bitten, Exerted): Source of Accident (Examples: Crane, Carbon Monoxide, Ladder, Welding Equipment): Treatment Received: Treatment Needed: Yes No

First Aid Treatment: Yes No

Medical Treatment: Yes No

Revised 7 December 2011 58

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Was Treatment Provided? In Emergency room: Yes No

First Aid Treatment Yes No

Medical Treatment Yes No

On Site by medical Staff Yes No

On Site by non-medical staff Yes No

Was Employee Hospitalized Overnight as an In-Patient? Yes No

Physician/Health Care Provider (If treatment received away from worksite): Name: Facility: Street Address: City: State: Zip Code: . Causal Factors (Explain answers on supplementary sheet) • Design – Design of facility, workplace, or equipment was a factor? Yes No

• Inspection/Maintenance – Inspection & Maintenance procedures were a factor? Yes No

• Persons Physical Condition – In your opinion, the physical condition of the person was a

factor? Yes No

• Operation Procedures – Operating procedures were a factor? Yes No

• Job Practices – One or more job safety/health practices not being followed when the accident occurred contributed to the accident?

Yes No

• Human Factors – One or more human factors, such as a person’s size or strength contributed to the accident?

Yes No

• Environmental Factors – Heat, cold, dust, sun, glare, etc., contributed to the accident? Yes No

• Chemical and Physical Agent Factors – Exposure to chemical agents, such as dust, fumes, mist, vapors, or physical agents such as noise, radiation, etc., contributed to the accident?

Yes No

• Office Factors – Office setting such as lifting office furniture, carrying, stooping, contributed to the accident?

Yes No

• Support Factors – Inappropriate tools/resources were provided to perform the task? Yes No

• PPE – Improper selection, use or maintenance of PPE contributed to the accident? Yes No

• Drugs/Alcohol – In your opinion, were drugs or alcohol a factor? Yes No

• Job Hazard Analysis – The lack of an adequate (IAW-EM-385-1-1 Sec 01.A) activity hazard analysis was a contributing factor.

Yes No

• Job Hazard Analysis – JHA was not site specific and/or did not address the type of

work/operations performed when the mishap occurred. Yes No

• Management – A lack of adequate supervision contributed to the accident. Yes No

Revised 7 December 2011 59

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

• Management – Inadequate information was provided at pre con meeting. Yes No

8. OSHA Information Date OSHA was Notified:

Date(s) of Investigation: Date of citation: (Attach Copy)

Dollar amount of Penalties:

9. Report Preparer Name (Last, First, MI):

Date of Report:

Title: Employer: Phone #:

Signature:

Revised 7 December 2011 60

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

CONTRACTOR SIGNIFICANT INCIDENT REPORT (CSIR) INSTRUCTIONS Complete Sections Appropriate to Incident (Rev. 06/02).

NOTE: THE ATTACHED CSIR FORM IS TO BE USED BY CONTRACTORS TO RECORD THE RESULTS OF THEIR

ACCIDENT/INCIDENTS INVESTIGATIONS AND SHALL BE PROVIDED TO THE CONTRACTING OFFICER WITHIN THE

REQUIRED TIMEFRAMES.

GENERAL. Complete a separate report for each person who was injured in the accident. A report needs to be completed for all OSHA recordable accidents, property damage in excess of $2000.00 (This amount is for record purposes only. GOV is not required to enter property damage reports into FAIR database if it is less than $10,000.00.), WHE accidents, or near miss/high visibility mishaps. Please type or print legibly. Appropriate items shall be marked with an “X” in box(es), non-applicable sections shall be marked “N/A”. If additional space is needed, provide the information on a separate sheet of paper and attach to the completed form. Mark the report: INITIAL – If this form is being used as initial notification of a Fatality or High Visibility Mishap. The initial form is due within 4 hours of a serious accident. A form marked ‘Follow-up’ or ‘Final’ is required within 5 days. FOLLOW-UP – If you are providing additional information on a report previously submitted. FINAL – If you are providing a completed report and expect no changes. SECTION 1 – GENERAL INFORMATION CONTRACTING ACTIVITY/ROICC OFFICE - Enter the name and address of the Contracting Office administering the contract under which the mishap took place (e.g. ROICC MCBH, ROICC NORFOLK, PWC GUAM, etc.). ACCIDENT CLASSIFICATION - INJURY/ILLNESS/FATALITY/PROPERTY DAMAGE/-PROCEDURAL ISSUES/-ENVIRONMENTAL/LESSONS LEARNED/OTHER – Mark the appropriate block(s) if the incident resulted in any of these conditions. INVOLVING - If the mishap involved any of the conditions listed under “Involving” mark the appropriate box(es). Specific questions associated with each of these conditions are available from the Contracting Officer to assist you in your investigation. When these questions are used they shall be attached as part of this report. SECTION 2 - PERSONAL INFORMATION NAME - Enter last name, first name, middle initial of person involved. AGE - Enter age. SEX - Enter M for Male and F for Female. JOB TITLE/DESCRIPTION - Enter the job title/description assigned to the injured person (e.g. carpenter, laborer, surveyor, etc.). EMPLOYED BY - Enter employment company name of the person involved. SUPERVISOR’S NAME & TITLE - Enter name and title of the immediate supervisor. WAS PERSON TRAINED TO PERFORM ACTIVITY/TASK? - For the purpose of this section “trained” means the person has been provided the necessary information (either formal and/or on-the-job (OJT) training) to competently perform the activity/task in a safe and healthful manner. TYPE OF TRAINING - Indicate the specific type of training (classroom or on-the-job) that the injured person received before the accident happened. DATE OF MOST RECENT FORMAL TRAINING/TOPICS DISCUSSED - Enter the month, day, and year of the last formal training completed that covered the activity/task being performed at the time of the accident. List topics that were discussed at the training identified above. SECTION 3 - WITNESS INFORMATION The following applies to Witness #1 and Witness #2: WITNESS NAME - Enter last name, first name, middle initial of the witness. JOB DESCRIPTION/TITLE - Enter the job title/description assigned to the witness (e.g. carpenter, laborer, surveyor, etc.).

Revised 7 December 2011 61

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

EMPLOYED BY - Enter the name of the employment company of the witness. SUPERVISORS NAME - Enter name of immediate supervisor of the witness. ADDITIONAL WITNESSES - Provide same information, as above, for each witnesses. Use additional pages if necessary. SECTION 4 - CONTRACTOR INFORMATION TYPE OF CONTRACT - Mark appropriate box. A/E means architect/engineer. If “OTHER” is marked, specify type of contract on line provided. CONTRACT NUMBER/TITLE - Enter complete contract number and tile of prime contract (e.g. N62477-85-C-0100, 184 Pearl City Hsg. Revitalization). CONSTRUCTION INDUSTRIAL GROUP AND INDUSTRIAL TYPE – This is the type of construction that will be done at this project.

1. First, you must choose the Industrial Group. You have 4 choices to choose from: (NOTE! Review of the Industrial Types below and knowing what the projects scope of work is will assist you in deciding what the Industrial Group should be.)

a. Buildings b. Heavy Industrial c. Infrastructure d. Light Industrial

2. Once you have chosen the Industrial Group, you now select the Industrial Type. You have multiple choices under each Group, chose

the one you feel fits the project most closely because on most projects there won’t be an exact match:

a. Buildings: (1) Communications Ctr. (2) Dormitory/Hotel (3) High-rise Office (4) Hospital (5) Housing (6) Laboratory (7) Low-rise Office (8) Maintenance Facility (9) Parking Garage (10) Physical Fitness Ctr. (11) Restaurant/Nightclub (12) School (13) Warehouse

b. Heavy Industrial: (1) Chemical Mfg. (2) Electrical (Generating) (3) Environmental (4) Metals Refining/Processing (5) Mining (6) Natural Gas Processing (7) Oil Exploration/Production (8) Oil Refining (9) Pulp and Paper

c. Infrastructure: (1) Airport (2) Electrical Distribution (3) Flood Control (4) Highway (5) Marine Facilities (6) Navigation (7) Rail (8) Tunneling (9) Water/Wastewater

d. Light Industrial: (1) Automotive Assembly/Mfg. (2) Consumer Products Mfg.

Revised 7 December 2011 62

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

(3) Foods (4) Microelectronics Mfg. (5) Office Products Mfg. (6) Pharmaceuticals Mfg.

CONTRACTOR’S NAME/ADDRESS/PHONE NUMBER (1) PRIME - Enter the exact name (title of firm), address, phone and fax numbers of the prime contractor.

(2) SUBCONTRACTOR - Enter the exact name, address, phone and fax numbers of any subcontractor involved in the accident.

SAFETY MANAGER’S NAME (1) PRIME - Enter the name of the prime contractor safety manager. (2) SUBCONTRACTOR - Enter the name of the subcontractors safety manager.

INSURANCE CARRIER (1) PRIME - Enter the exact name/title of the prime’s insurance company. Policy number not required. (2) SUBCONTRACTOR - Enter the exact name of the subcontractor’s insurance company. Policy number not required. SECTION 5 - ACCIDENT DESCRIPTION DATE OF ACCIDENT - Enter the month, day, and year of accident. TIME OF ACCIDENT - Enter the local time of accident in military time. Example: 14:30 hrs (not 2:30 p.m.). EXACT LOCATION OF ACCIDENT - Enter facts needed to locate the accident scene (installation/project name, building/room number, street, direction and distance from closest landmark, etc.). DESCRIBE THE ACCIDENT IN DETAIL. Fully describe the accident in the space provided. If property damage involved, give estimated dollar amount of damage and/or repair costs involved. If additional space is needed continue on a separate sheet and attach to this report. Give the sequence of events that describe what happened leading up to and including the accident. Fully identify personnel and equipment involved and their role(s) in the accident. Ensure that relationships between personnel and equipment are clearly specified. Ensure questions below regarding direct cause(s), indirect cause(s), and actions taken are answered. NOTE! Review questions in Section 7 below before completing. DIRECT CAUSE(S) - The direct cause is that single factor which most directly lead to the accident. See examples below. INDIRECT CAUSE(S) - Indirect cause are those factors, which contributed to, but did not directly initiate the occurrence of the accident. Examples for Direct and Indirect Cause: 1. Employee was dismantling scaffold and fell 12 feet from unguarded opening. Direct cause: Failure to provide fall protection at elevation Indirect causes: Failure to enforce safety requirements: improper training/motivation of employee (possibility that employee was not knowledgeable of fall protection requirements or was lax in his attitude toward safety); failure to ensure provision of positive fall protection whenever elevated; failure to address fall protection during scaffold dismantling in phase hazard analysis. 2. Private citizen had stopped his vehicle at intersection for red light when vehicle was struck in rear by contractor vehicle. (note contractor vehicles was in proper safe working condition.) Direct cause: Failure of contractor driver to maintain control of and stop contractor vehicle within safe distance. Indirect cause: Failure of employee to pay attention to driving (defensive driving). ACTION(S) TAKEN TO PREVENT RE-OCCURRENCE OR PROVIDE ON-GOING CORRECTIVE ACTIONS. Fully describe all the actions taken, anticipated, and recommended to eliminate the cause(s) and prevent reoccurrence of similar accidents/illnesses. Continue on back or additional sheets of paper if necessary to fully explain and attach to the complete report form. CORRECTIVE ACTION DATES - (1) Beginning - Enter the date when the corrective action(s) identified above will begin. (2) Anticipated Completion - Enter the date when the corrective action(s) identified above will be completed. PERSONAL PROTECTIVE EQUIPMENT (PPE) - Mark appropriate box(es) and list PPE which was being used by the injured person at the time of the accident (e.g. protective clothing, shoes, glasses, goggles, respirator, safety belt, harness, etc.) TYPE OF CONTRACTOR EQUIPMENT - Enter the Serial Number, Model Number and specific type of equipment involved in the mishap (e.g. dump truck (off highway), crane (rubber tire), pump truck (concrete), etc.). WAS HAZARDOUS MATERIAL SPILLED/RELEASED? - Mark appropriate block and list name(s) of any reportable quantities of hazardous materials spilled/released during the mishap.

Revised 7 December 2011 63

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

WHO PROVIDED FIRST AID OR CLEAN-UP OF MISHAP SITE? - List name(s) of individual(s) and employer, if known. ANY BLOOD-BORNE PATHOGEN EXPOSURE, OTHER THAN EMT? - Mark appropriate block and list name(s) of individual(s) and employer, if known.

LIST OSHA AND/OR EM 385-1-1 STANDARDS THAT WERE VIOLATED. - Self explanatory. WAS SITE SECURED AND WITNESS STATEMENT TAKEN IMMEDIATELY? - Mark appropriate block and list by whom.

SECTION 6 - INJURY/ILLNESS/FATALITY INFORMATION SERVERITY OF INJURY/ILLNESS – Mark appropriate box. ESTIMATED DAYS LOST - Enter the estimated number of workdays the person will lose from work. Update when final data is known. ESTIMATED DAYS HOSPITALIZED - Enter the estimated number of workdays the person will be hospitalized. Update when final data is known. ESTIMATED DAYS RESTRICTED DUTY - Enter the estimated number of workdays the person, as a result of the accident, will not be able to perform all of their regular duties. Update when final data is known. BODY PART(S) AFFECTED - Enter the most appropriate primary and when applicable, secondary, etc. body part(s) affected (e.g. arm: wrist: abdomen: single eye; jaw : both elbows: second finger: great toe: collar bone: kidney, etc.). NATURE OF INJURY/ILLNESS FOR PRIMARY BODY PART - Enter the most appropriate nature of injury/illness (e.g. amputation, back strain, dislocation, laceration, strain, asbestosis, food poisoning, heart conditions, etc.). TYPE AND SOURCE OF INJURY/ILLNESS - Type and Source Codes are used to describe what caused the incident. (1) TYPE Code stands for an “Action” (Example: Worker, installing conduit, lost his balance and fell five feet from a ladder. Type

Code: Fell different levels”.) Select the most appropriate Type of injury from the list below:

TYPE OF INJURY/ILLNESS

STRUCK BY/AGAINST

CONTACTED CONTACTED WITH (INJURED PERSON MOVING) CONTACTED BY (OBJECT WAS MOVING)

FELL, SLIPPED, TRIPPED SAME LEVEL/DIFFERENT LEVEL/NO

FALL

EXERTED LIFTED, STRAINED BY (SINGLE ACTION) STRESSED BY (REPEATED ACTION)

CAUGHT ON/IN/BETWEEN

EXPOSED INHALED/INGESTED/ABSORBED/EXPOSED

TO PUNCTURED, LACERATED PUNCTURED BY/CUT BY/STUNG

BY/BITTEN BY

TRAVELING IN

(2) SOURCE Code stands for an “object or substance.” (Example: Worker, installing conduit, lost his balance and fell five feet from a

ladder. Source Code: “Ladder”.) Select the most appropriate Source of injury from the list below:

SOURCE OF INJURY/ILLNESS

Revised 7 December 2011 64

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

BUILDING OR WORKING AREA WALKING/WORKING AREA STAIRS/STEPS LADDER FURNITURE BOILER/PRESSURE VESSEL EQUIPMENT LAYOUT WINDOWS/DOORS ELECTRICITY

DUST, VAPOR, ETC. DUST (SILICA, COAT, ETC.) FIBERS ASBESTOS GASES CARBON MONOXIDE MIST, STEAM, VAPOR, FUME WELDING FUMES PARTICLES (UNIDENTIFIED)

ENVIRONMENT CONDITION TEMPERATURE EXTREME (INDOOR) WEATHER (ICE, RAIN, HEAT, ETC.) FIRE, FLAME, SMOTE (NOT TOBACCO) NOISE RADIATION LIGHT VENTILATION TOBACCO SMOKE STRESS (EMOTIONAL) CONFINED SPACE

CHEMICAL, PLASTIC, ETC. DRY CHEMICAL - CORROSIVE DRY CHEMICAL - TOXIC DRY CHEMICAL - EXPLOSIVE DRY CHEMICAL - FLAMMABLE LIQUID CHEMICAL - CORROSIVE LIQUID CHEMICAL - TOXIC LIQUID CHEMICAL - EXPLOSIVE LIQUID CHEMICAL - FLAMMABLE PLASTIC WATER MEDICINE

MACHINE OR TOOL HAND TOOL (POWERED: SAW, GRINDER, ETC.) HAND TOOL (NON POWERED) MECHANCIAL POWER TRANSMISSION APPARATUS GUARD, SHIELD (FIXED, MOVEABLE, INTERLOCK) VIDEO DISPLAY TERMINAL PUMP, COMPRESSOR, AIR PRESSURE TOOL HEATING EQUIPMENT WELDING EQUIPMENT

INANIMATE OBJECT BOX, BARREL, ETC. PAPER METAL ITEM, MINERAL NEEDLE GLASS SCRAP, TRASH, WOOD FOOD CLOTHING, APPAREL, SHOES

MACHINE OR TOOL HAND TOOL (POWERED: SAW, GRINDER, ETC.) HAND TOOL (NON POWERED) MECHANCIAL POWER TRANSMISSION APPARATUS GUARD, SHIELD (FIXED, MOVEABLE, INTERLOCK) VIDEO DISPLAY TERMINAL PUMP, COMPRESSOR, AIR PRESSURE TOOL HEATING EQUIPMENT WELDING EQUIPMENT

INANIMATE OBJECT BOX, BARREL, ETC. PAPER METAL ITEM, MINERAL NEEDLE GLASS SCRAP, TRASH, WOOD FOOD CLOTHING, APPAREL, SHOES

VEHICLE AS DRIVER OF PRIVATELY OWNED, RENTAL VEH. AS PASSENGER OF PRIVATELY OWNED, RENTAL VEH. DRIVER OF GOVERNMENT VEHICLE PASSENGER OF GOVERNMENT VEHICLE COMMON CARRIER (AIRLINE, BUS, ETC.) AIRCRAFT (NOT COMMERCIAL) BOAT, SHIP, BARGE

ANIMATE OBJECT DOG OTHER ANIMAL PLANT INSECT HUMAN (VIOLENCE) HUMAN (COMMUNICABLE DISEASE) BACTERIA, VIRUS (NOT HUMAN CONTACT)

MATERIAL HANDLING EQUIPMENT EARTHMOVER (TRACTOR, BACKHOE, ETC.)

PERSONAL PROTECTIVE EQUIPMENT PROTECTIVE CLOTHING, SHOES, GLASSES, GOGGLES

Revised 7 December 2011 65

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

CONVEYOR (FOR MATERIAL AND EQUIPMENT) ELEVATOR, ESCALATOR, PERSONNEL HOIST HOIST, SLING CHAIN, JACK CRANE FORKLIFT HANDTRUCK , DOLLY

RESPIRATOR, MASK DIVING EQUIPMENT SAFETY BELT, HARNESS PARACHUTE

SECTION 7 - CAUSAL FACTORS Review thoroughly. Answer each question by marking the appropriate block. NOTE! If any answer is yes, explain in section 5 above. (1) DESIGN - Did inadequacies associated with the building or work site play a role? Would an improved design or layout of the

equipment or facilities reduce the likelihood of similar accidents? Were the tools or other equipment designed and intended for the task at hand?

(2) INSPECTION/MAINTENANCE - Did inadequately or improperly maintained equipment, tools, workplace, etc., create or worsen any hazards that contributed to the accident? Would better equipment, facility, work site or work activity inspections have helped avoid the accident?

(3) PERSONS PHYSICAL CONDITION - Do you feel that the accident would probably not have occurred if the employee was in “good” physical condition? If the person involved in the accident had been in better physical condition, would the accident have been less severe or avoided altogether? Was overexertion a factor?

(4) OPERATION PROCEDURES - Did lack of or inadequacy within established operating procedures contribute to the accident? Did any aspect of the procedures introduce any hazard to, or increase the risk associated with the work process? Would establishment or improvement of operating procedures reduce the likelihood of similar accidents?

(5) JOB PRACTICES - Were any of the provision of the Safety and Health Requirements Manual (EM 385-1-1) violated? Was the task being accomplished in a manner which was not in compliance with an established job hazard analysis or activity hazard analysis? Did any established job practice (including EM 385-1-1) fail to adequately address the task or work process? Would better job practices improve the safety of the task?

(6) HUMAN FACTORS - Was the person under undue stress (either internal or external to the job)? Did the task tend toward overloading the capabilities of the person: i.e., did the job require tracking and reacting to many external inputs such as displays, alarms, or signals? Did the arrangement of the workplace tend to interfere with efficient task performance? Did the task require reach strengths, endurance, agility, etc., at or beyond the capabilities of the employee? Was the work environment ill-adapted to the person? Did the person need more training, experience, or practice in doing the task? Was the person inadequately rested to perform safely?

(7) ENVIRONMENTAL FACTORS - Did any factors such as moisture, humidity, rain, snow, sleet, hail, ice, fog, cold, heat, sun temperature changes, wind, tides, floods, currents, terrain; dust, mud, glare, pressure changes, lighting, etc., play a part in the accident?

(8) CHEMICAL AND PHYSICAL AGENT FACTORS - Did exposure to chemical agents (either single shift exposure or long-term exposure such as dusts, fibers, (asbestos, etc.), silica, gases (carbon, monoxide, chlorine, etc.), mists, steam, vapors, fumes, smoke, other particulates, liquid or dry chemicals that are corrosive, toxic, explosive or flammable, by-products of combustion or physical agents such as noise, ionizing radiation, non-ionizing radiation (UV radiation created during welding, etc.) contribute to the accident/incident?

(9) OFFICE FACTORS - Did the fact that the accident occurred in an office setting or to an office worker have a bearing on its cause? For example, office workers tend to have less experience and training in performing tasks such as lifting office furniture. Did physical hazards within the office environment contribute to the hazard?

(10) SUPPORT FACTORS - Was the person using an improper tool for the job? Was inadequate time available or utilized to safely accomplish the task? Were less than adequate personnel resources (in terms of employee skills, number of workers, and adequate supervision) available to get the job done properly? Was funding available, utilized and adequate to provide proper tools, equipment, personnel, site preparation, etc.

(11) PERSONAL PROTECTIVE EQUIPMENT - Did the person fail to use appropriate personal protective equipment (gloves, eye protection, hard-toed shoes, respirator, etc) for the task or environment? Did protective equipment provided or worn fail to provide adequate protection from the hazard(s)? Did lack of or inadequate maintenance of protective gear contribute to the accident?

(12) DRUGS/ALCOHOL - Is there any reason to believe the person’s mental or physical capabilities, judgment, etc., were impaired or altered by the use of drugs or alcohol? Consider the effects of prescription medicine and over the counter medications as well as illicit drug use. Consider the effect of drug or alcohol induced “hangovers”.

(13) JOB/ACTIVITY HAZARD ANALYSIS - Was a written Job/Activity Analysis completed for the task being performed at the time of the accident? If one was made, did it address the hazard adequately or does it need to be updated? If none made, will one be made? These may also need to be addressed in the Corrective Actions Taken section. Mark the appropriate box. If one was made, attach a copy of the analysis to the report.

(14) MANAGEMENT - Did the lack of supervisor or management support play a part in the mishap? Mark the appropriate box.

Revised 7 December 2011 66

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

SECTION - 8 OSHA INFORMATION - Complete this section if applicable SECTION 9 - REPORT PREPARER Providing a completed CSIR to the Contracting Officer is the PRIME CONTRACTOR’S RESPONSIBILITY. Enter the name, date of report, title, employer, phone number and signature of person completing the accident report and provide it to the Contracting Officer, or his representative, responsible for oversight of that contractor activity. NOTE! If prepared by other than the Prime Contractor, a person employed by the Prime Contractor must sign that they have reviewed and concur with the report and its findings (e.g. company owner, project supervisor/foreman, Safety Officer, etc.).

J-0200000-08 Indiana Vicinity Map

Revised 7 December 2011 67

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

J-0200000-09

Revised 7 December 2011 68

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

NSA, Crane Map

J-0200000-10

Revised 7 December 2011 69

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ACTIVITY HAZARD ANALYSIS (AHA) EXAMPLE AND FORMS

Revised 7 December 2011 70

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 71

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 72

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 73

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 74

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 75

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 76

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 77

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

J-0200000-11 BADGE APPLICATION

Revised 7 December 2011 78

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

Revised 7 December 2011 79

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-12 EXPERIENCE PROJECT DATA SHEET

Complete and submit as part of the technical proposal in response to Factor 1, Experience See attachment beginning on next page.

Revised 7 December 2011 80

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

EXPERIENCE PROJECT DATA SHEET Project No. (check one) : #1 #2 #3 #4 #5

1. Experience for: Offeror Joint-Venture Other (Explain) Firm Name: Address: Phone Number: DUNS Number: Point of Contact: Contact Phone Number: 2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other (Explain) Percent of project work performed: If subcontractor, who was prime (Name/Phone #):

3. Contract Number: Delivery/Task Order Number: Title: Location:

4. Award Date (mm/dd/yy): Completion Date (mm/dd/yy): 5. Type of work:

New Construction Renovation Repair Alteration Other (explain): 6. Type of Contract/Task Order: (Check ALL that apply) Firm-Fixed Price Cost/Time and Material Other (explain): 7. Award Amount: Final Price: Type of Contract/Task Order: (Check ALL that apply) Delivery/Task Order (IDIQ) Other (explain):

Revised 7 December 2011 81

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

8. Provide a detailed description of the project and the relevancy to the project requirements of this solicitation

9. Provide a detailed description of what work your firm self-performed on this project:

Revised 7 December 2011 82

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

10. Other Information:

Revised 7 December 2011 83

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ATTACHMENT J-0200000-13 NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (FORM PPQ-0)

Complete and submit as part of the technical proposal in response to Factor 3, Past Performance

1. The NAVFAC Form PPQ shall be utilized for all evaluations that require a Past Performance Questionnaire (PPQ).

2. “Solicitation Submittal Requirements: Past performance information shall be provided for each project submitted under Factor 1,Experience. Do not provide past performance information for projects other than those submitted under Factor 1, Experience. IF ACOMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE ISNOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included in the solicitation is providedfor the offeror or its team members to submit to the client for each project the offeror includes in its proposal for Factor (insertapplicable factor number, usually Factor 1, and insert factor title, usually Corporate Experience). AN OFFEROR SHALL NOTSUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE.

IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment J-0200000-13), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Debbie Dills, via email at [email protected] prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.”

NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0) CONTRACT INFORMATION (Contractor to complete Blocks 1-4) N4008520R1206

Revised 7 December 2011 84

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

1. Contractor Information Firm Name: CAGE Code: Address: DUNs Number: Phone Number: Email Address: Point of Contact: Contact Phone Number: 2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other (Explain) Percent of project work performed: If subcontractor, who was the prime (Name/Phone #):

3. Contract Information Contract Number: Delivery/Task Order Number (if applicable): Contract Type: Firm Fixed Price Cost Reimbursement Other (Please specify): Contract Title: Contract Location: Award Date (mm/dd/yy): Contract Completion Date (mm/dd/yy): Actual Completion Date (mm/dd/yy): Explain Differences:

Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable): Explain Differences:

4. Project Description: Complexity of Work High Med Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.)

CLIENT INFORMATION (Client to complete Blocks 5-8)

5. Client Information Name: Title: Phone Number: Email Address:

6. Describe the client’s role in the project:

7. Date Questionnaire was completed (mm/dd/yy):

8. Client’s Signature:

NOTE: NAVFAC REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND SUBMITS DIRECTLY BACK TO THE OFFEROR. THE OFFEROR WILL SUBMIT THE COMPLETED QUESTIONNAIRE TO NAVFAC WITH THEIR PROPOSAL, AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON NAVFAC SOLICITATIONS. CLIENTS ARE HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR. HOWEVER, QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO NAVFAC. PLEASE CONTACT THE OFFEROR FOR NAVFAC POC INFORMATION. THE GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL INFORMATION ON THIS FORM.

Revised 7 December 2011 85

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY

ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE

RATING DEFINITION NOTE

(E) Exceptional Performance meets contractual requirements and exceeds many to the Government/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective.

An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified.

(VG) Very Good Performance meets contractual requirements and exceeds some to the Government’s/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.

A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified.

(S) Satisfactory Performance meets minimum contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract.

(M) Marginal Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.

A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner.

(U) Unsatisfactory Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.

An Unsatisfactory rating is appropriate when multiple significant events occurred that the contractor had trouble overcoming and which impacted the Government/Owner. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating.

(N) Not Applicable

No information or did not apply to your contract

Rating will be neither positive nor negative.

Page 86 of 87

Contractor Information (Firm Name): ________________________________________________ Client Information (Name): ________________________________________________________

TO BE COMPLETED BY CLIENT PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS

YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE.

1. QUALITY:

a) Quality of technical data/report preparation efforts E VG S M U N

b) Ability to meet quality standards specified for technical performance E VG S M U N

c) Timeliness/effectiveness of contract problem resolution without extensive customer guidance

E VG S M U N

d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance)

E VG S M U N

2. SCHEDULE/TIMELINESS OF PERFORMANCE:

a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below)

E VG S M U N

b) Rate the contractor’s use of available resources to accomplish tasks identified in the contract

E VG S M U N

3. CUSTOMER SATISFACTION:

a) To what extent were the end users satisfied with the project? E VG S M U N

b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication)

E VG S M U N

c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer?

E VG S M U N

d) Overall customer satisfaction E VG S M U N

4. MANAGEMENT/ PERSONNEL/LABOR

a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force?

E VG S M U N

b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U N

c) Government Property Control E VG S M U N

d) Knowledge/expertise demonstrated by contractor personnel E VG S M U N

e) Utilization of Small Business concerns E VG S M U N

f) Ability to simultaneously manage multiple projects with multiple disciplines E VG S M U N

g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changes

E VG S M U N

h) Effectiveness of overall management (including ability to effectively lead, manage and control the program)

E VG S M U N

5. COST/FINANCIAL MANAGEMENT

a) Ability to meet the terms and conditions within the contractually agreed price(s)?

E VG S M U N

Page 87 of 87

Contractor Information (Firm Name): ________________________________________________ Client Information (Name): ________________________________________________________

b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the client

E VG S M U N

c) If this is/was a Government cost type contract, please rate the Contractor’s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns)

E VG S M U N

d) Is the Contractor’s accounting system adequate for management and tracking of costs? If no, please explain in Remarks section. Yes No

e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below.

Yes No

f) Have there been any indications that the contractor has had any financial problems? If yes, please explain below. Yes No

6. SAFETY/SECURITY

a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.)

E VG S M U N

b) Contractor complied with all security requirements for the project and personnel security requirements.

E VG S M U N

7. GENERAL

a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues).

E VG S M U N

b) Compliance with contractual terms/provisions (explain if specific issues) E VG S M U N

c) Would you hire or work with this firm again? (If no, please explain below) Yes No

d) In summary, provide an overall rating for the work performed by this contractor.

E VG S M U N

Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary):

1502000 – Facility Investment Table of Contents Spec Item Title 3 Related Information 3.1 Definitions and Acronyms 3.2 Certification, Training, and Licensing 3.3 Special Requirements 3.4 Workmanship and Material Standards 3.5 References, Instructions, Directives 4 Non-Recurring Work 4.1.1 Material for Minor Maintenance, Testing, & Repairs 4.1.2 Labor for Minor Maintenance, Testing, & Repairs 4.1.3 HVAC Service Calls During Normal Working Hours 4.1.4 HVAC Emergency Service Calls During Normal Working Hours 4.1.5 HVAC Emergency Service Calls Outside of Normal Working Hours 4.1.6 HVAC Controls Service Calls 4.1.7 VRF System Routine Service Calls During Normal Working Hours 4.1.8 VRF System Emergency Service Calls Outside of Normal Working Hours 4.1.9 Fire Alarm System Routine Service Calls During Normal Working Hours 4.1.10 Air Compressor Service Call 4.1.11 Generator Service Call 4.1.12 Electrical Systems Service Call

1502000 – Facility Investment Spec Item

Title Description

3 Related Information

3.1 Definitions and Acronyms

Definitions and Acronyms are listed in J-1502000-01.

3.2 Certification, Training, and Licensing

The Contractor shall be licensed by the State of Indiana as applicable to provide the maintenance and repair services specified in this contract. All work shall be performed by HVAC mechanics, controls technicians, pipefitters, mechanics, and electricians specifically qualified and trained to work on HVAC, HVAC controls, VRF systems, fire alarm system controls, air compressors, generators, and electrical systems. Evidence of all required licenses, EPA certifications as well as documentation of the qualifications of personnel, shall be provided in the technical proposal submitted with offer. See Section F Deliveries or Performance.

3.3 Special Requirements

Recycle used refrigerants and ozone depleting substances generated during the performance of this contract to the maximum extent practicable to minimize used refrigerant and ozone depleting substance disposal as HW. Test, collect, transfer, recycle, and/or arrange for shipping and proper disposal of used refrigerants and ozone depleting substances generated during the performance of work under this contract. The Contractor is responsible for all associated costs. Any and all Class I ODS and R-22 recovered by the Contractor as part of this contract shall be packaged and turned over to the Government Repository (Bldg. 2748) for recycling upon the completion of the work covered by this contract. The Contractor shall arrange for recycling of non-ODS used refrigerants (not required to be turned over to the Government) at a licensed refrigerant recycler approved by the Contracting Officer. HVAC Technician Refrigerant Forms (J-1502000-05) shall be completed and submitted, along with the technician’s EPA certification, to the Contracting Officer for all refrigerant types, including both Class I ODS and non-ODS.

3.4 Workmanship and Material Standards

The Contractor shall be responsible for diagnosing and repairing HVAC systems, HVAC controls systems, VRF systems, fire alarm systems, air compressors, generators, and electrical systems identified in this technical sub-annex, to a standard that prevents deterioration beyond that which results from normal wear and tear and corrects deficiencies in a timely manner to assure full life expectancy of the facilities, systems, and equipment. Best commercial practices shall be applied in the performance of work. All work shall be completed per approved and accepted industry and equipment manufacturers’ and Navy standards and shall comply with building and safety codes, applicable activity, local, state, and federal regulations, and other technical requirements identified within this technical sub-annex. Workmanship for maintenance and repair shall include all work necessary to complete HVAC, HVAC controls systems, VRF systems, fire alarm systems, air compressor, generator, and electrical systems repairs including diagnostics, repairs, upgrades, and operational checks. Upon completion of work, the Contractor shall ensure all systems, and equipment are free of missing components or defects which would affect the safety, appearance, or habitability of the facilities and structures. Repairs shall be made in accordance with the manufacturers’ specifications and guidelines, and standard building codes. The quality of repairs shall meet the applicable standards and shall prevent any malfunction reoccurrences caused by poor workmanship or other contractor inadequacies. The quality of the repaired areas shall be fully compatible with adjacent surfaces or equipment. Except where otherwise specified, replacements shall match existing in dimensions, finish, color, design, and functionality and shall

1502000 – Facility Investment Spec Item

Title Description

have an appearance similar to the original finished appearance with only minor unobjectionable deterioration resulting from normal use. The Contractor shall not allow debris to spread unnecessarily into adjacent areas nor accumulate in the work area. All such debris, excess material, and parts shall be cleaned up and removed at the completion of the job and at the end of each day work is in progress. Upon completion of work, any stains and other unsightly marks shall be removed. Additional information for General Workmanship Standards can be found in J-1502000-03.

3.5 References, Instructions, Directives

References, Instructions, Directives are listed in J-0200000-03.

1502000 – Facility Investment Spec Item

Title Performance Objective

Related Information Performance Standard

4 Non-Recurring Work

Non-Recurring work may be ordered utilizing a task order in accordance with the PROCEDURES FOR ISSUING ORDERS clause in Section G. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order.

Refer to Non-Recurring ELINs for task listings, descriptions and related requirements. All periods of performance are measured from issue date of order to acceptance of the work. Performance Standards for Non-Recurring work will be the same as those in Spec Item 3 where applicable.

4.1.1 Material for Minor Maintenance, Testing, & Repairs

Designated Government personnel will place orders for minor maintenance, testing and repairs to existing mechanical, & electrical systems as needs arise throughout the life of the contract. These minor projects are for execution of specified maintenance, testing and repair as provided in the scope of work that is to be provided by government personnel. Each individual minor maintenance, testing and repair order will have a brief scope of work. This cost is

This line item is for providing materials and equipment such as, but not limited to, mechanical related parts, motors, fans, compressors, misc. electrical, circuit boards, sensors, valves, fittings, piping, hangers, ducting, insulation, sprinklers, replacement components, test equipment and equipment costs associated with installation of required items in-place at designated work sites. The amount listed in the exhibit is for proposal evaluation purposes only and does not necessarily indicate any quantity of material/equipment required by the Government. These items will be ordered on Task Orders as determined by the Contracting

All parts/material shall be OEM or an approved aftermarket. Parts/material shall be free of all manufacturing defects and shall be of high quality. If the quality of an item is not specified, it shall be of acceptable industrial grade and quality, equal to or better than the manufacturer's original and will be compatible with existing systems.

inclusive of all required labor, material and equipment costs required for the Contractor to fully execute the scope of work involved. The Contractor shall provide separate costs for the material costs including the material markup rate to be added to the actual material costs incurred on the project.

Officer. This work shall meet all specification requirements provided. Contractor shall provide at least two quotes for these items. Contractor shall provide markup rate for these items. Labor for installation of these items are covered under the Labor Hour Unit Price referenced in Paragraph 4.1.2.

4.1.2 Labor for Minor Maintenance, Testing, & Repairs

Designated Government personnel will place orders for minor maintenance, testing and repairs to existing mechanical, & electrical systems as needs arise throughout the life of the contract. These minor projects are for execution of specified maintenance, testing and repair as provided in the scope of work that is to be provided by government personnel. Each individual minor maintenance, testing and repair order will usually have a brief scope of work. This cost is inclusive of all required labor, material and equipment costs required for the Contractor to fully execute the scope of work involved. The Contractor shall provide separate costs for the projected labor hours.

A labor hour unit price is the unit price bid by the Contractor to provide one performance standard hour of work-in-place. The unit price includes all direct and indirect costs associated with performing one standard hour of work. The unit price would typically include the Contractor's hourly craft wage, adjusted to allow for the bidder's workforce productivity i.e., the Contractor's estimate of how his/her workforce will perform in relation to the applicable performance standard(s); and all costs for pre-expended materials and supplies, profit, tools, equipment, off station travel time, field and home office overhead, clerical support, supervision, overtime, inspection, fees, taxes, licenses, permits, insurance, etc. In short, all costs associated with providing a specific standard hour of effort.

Equipment and systems shall be in an operable state and functioning properly at the end of the maintenance, testing, or repair.

4.1.3 HVAC Routine Service Calls During Normal Working Hours

Designated Government personnel will place orders for service calls as needs arise throughout the life of the contract. Service calls are for diagnosis of

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours.

The HVAC system shall be in an operable condition and functioning properly at the end of the service call.

specified problems and/or for maintenance and repair that results from that diagnosis or otherwise as specified. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel.

Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of HVAC service calls the contractor is required to respond to simultaneously will be two during normal working hours and two outside normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

Parts and material shall be OEM or an approved aftermarket.

4.1.4 HVAC Emergency Service Calls During Normal Working Hours

Designated Government personnel will place orders for service calls as needs arise throughout the life of the contract. Service calls are for diagnosis of specified problems and/or for maintenance and repair that results from that diagnosis or otherwise as specified. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel.

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours. The emergency shall be arrested at the completion of the service call. If unable to bring the HVAC system to an operable condition the equipment shall be secured to arrest the emergency. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of HVAC service calls the contractor is required to respond to simultaneously will be two during normal working hours and two outside normal working

The HVAC system shall be in an operable condition and functioning properly at the end of the service call. The emergency shall be arrested at the completion of the service call. Parts and material shall be OEM or an approved aftermarket.

hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

4.1.5 HVAC Emergency Service Calls Outside of Normal Working Hours

Designated Government personnel will place orders for service calls as needs arise throughout the life of the contract. Service calls are for diagnosis of specified problems and/or for maintenance and repair that results from that diagnosis or otherwise as specified. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel.

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours. The emergency shall be arrested at the completion of the service call. If unable to bring the HVAC system to an operable condition the equipment shall be secured to arrest the emergency. Only those tasks, or portions of the task, that are actually performed and completed outside of normal working hours shall qualify for the premium (i.e. On a project that has electrical work, some but not all of the electrical work is required to be performed outside of normal working hours. In this instance, the premium will apply only to the actual number of hours performed outside of normal working hours. The premium will not be applied to those hours performed during normal work hours). This requirement does not relieve the Contractor of any Fair Labor Standards Act or negotiated wage contract requirement. Also, this is not construed to represent an overtime requirement. Upon arrival at the job site, the contractor will meet with a

The HVAC system shall be in an operable condition and functioning properly at the end of the service call. The emergency shall be arrested at the completion of the service call. Parts and material shall be OEM or an approved aftermarket.

designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of HVAC service calls the contractor is required to respond to simultaneously will be two during normal working hours and two outside normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

4.1.6 HVAC Controls Routine Service Calls

Designated Government personnel will place orders for HVAC Controls service calls as needs arise. HVAC Controls Service calls are for diagnosis of specified problems that pertain to DDC computer assisted control systems and pneumatic control systems that operate HVAC equipment for several NSA Crane facilities. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. The service call rates will include travel time to and from

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of HVAC Controls service calls the contractor is required to respond to simultaneously will be two during normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the

The HVAC DDC controls systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

the work site for labor and all associated transportation expenses for that travel. Contractor shall respond to HVAC Controls service calls with a technician qualified and knowledgeable in the brand of Direct Digital Controls identified in the HVAC Controls service calls. Note that DDC suppliers installed at the Activity include Andover, Carrier, Honeywell, Jackson Systems, Johnson Controls, Trane, and Siemens. Service Personnel Requirement: DDC service personnel shall be employed by a company that manufactures DDC systems or by a Rep of a company that manufactures DDC systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the DDC systems noted.

material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

4.1.7 VRF System Routine Service Calls During Normal Working Hours

Designated Government personnel will place orders for service calls as needs arise throughout the life of the contract. Service calls are for diagnosis of specified problems and/or for maintenance and repair that results from that diagnosis or otherwise as specified. Each

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work.

The VRF systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel. Contractor shall respond to VRF service calls with a technician qualified and knowledgeable in the brand of VRF Systems identified in the VRF system service calls. Note that VRF equipment installed at the Activity include Diakin, LG, Panasonic, and Trane. Service Personnel Requirement: VRF service personnel shall be factory trained in VRF systems and be qualified and competent to service/repair VRF systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the VRF systems noted.

The maximum number of VRF service calls the contractor is required to respond to simultaneously will be two during normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

4.1.8 VRF Emergency Service Calls Outside of Normal Working Hours

Designated Government personnel will place orders for service calls as needs arise throughout the life of the contract. Service calls are for

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours.

The VRF systems shall be in an operable state and functioning properly at the end of the service call.

diagnosis of specified problems and/or for maintenance and repair that results from that diagnosis or otherwise as specified. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel. Contractor shall respond to VRF service calls with a technician qualified and knowledgeable in the brand of VRF Systems identified in the HVAC Controls service calls. Note that VRF equipment installed at the Activity include Diakin, LG, Panasonic, and Trane. Service Personnel Requirement: VRF service personnel shall be factory trained in VRF systems and be qualified and competent to service/repair VRF systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the VRF systems noted.

The emergency shall be arrested at the completion of the service call. If unable to bring the VRF system to an operable condition the equipment shall be secured to arrest the emergency. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of VRF service calls the contractor is required to respond to simultaneously will be two during normal working hours and two outside normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

Parts and material shall be OEM or an approved aftermarket.

4.1.9 Fire Alarm Systems Routine Service Calls

Designated Government personnel will place orders for Fire Alarm Systems service calls as needs arise. Fire Alarm Systems Service calls are for diagnosis of specified problems that pertain to fire alarm systems at NSA Crane facilities. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel. Contractor shall respond to Fire Alarm Systems service calls with a technician qualified and knowledgeable in the brand of Fire Alarm systems identified in the Fire Alarm systems service calls. Note that Fire Alarm Systems suppliers installed at the Activity include Simplex Grinnell, Notifier, Vanguard, etc.. Service Personnel Requirement: Fire Alarm Systems service personnel shall be employed by a company that manufactures Fire Alarm systems or by a Rep of a company that manufactures Fire Alarm systems.

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of Fire Alarm service calls the contractor is required to respond to simultaneously will be two during normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

The Fire Alarm systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the Fire Alarm systems noted.

4.1.10

Air Compressor Routine Service Call

Designated Government personnel will place orders for Air Compressor service calls as needs arise. Air Compressor service calls are for diagnosis and repair of specified problems that pertain to air compressors for several NSA Crane facilities. Each service call order will usually have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel. Contractor shall respond to air compressor service calls with a technician qualified and knowledgeable in the brand of air compressor identified in the service calls. Personnel Requirement: Air Compressor service personnel shall be employed by a company that manufactures air compressors or by a

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of Air Compressor service calls the contractor is required to respond to simultaneously will be two during normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

The air compressor serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

manufacturer’s representative. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the DDC systems noted.

4.1.11

Generator Routine Service Call

Designated Government personnel will place orders for Air Compressor service calls as needs arise. Air Compressor service calls are for diagnosis and repair of specified problems that pertain to generators for several NSA Crane facilities. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. The service call rates will include travel time to and from transportation expenses for that travel. Contractor shall respond to generator service calls with a technician qualified and knowledgeable in the brand of generator identified in the service calls.

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. The maximum number of generator service calls the contractor is required to respond to simultaneously will be two during normal working hours. Additional service calls will be prioritized by the Government and forwarded to the contractor in the order of importance. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

The generator serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

4.1.12 Electrical Systems Routine Service Call

Designated Government personnel will place orders for electrical systems service calls as needs arise throughout the life of the contract. Service calls are for diagnosis of specified problems and/or for

The contractor shall provide a total unit price. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the

The electrical systems serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

maintenance and repair that results from that diagnosis or otherwise as specified. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. The service call rates will include travel time to and from the work site for labor and all associated transportation expenses for that travel.

work requirement(s) prior to the commencement of work. In the event the repair can’t be made due to exceeding labor and material limits the contractor shall submit, a lump sum for the material, labor and equipment cost required to complete the job. Additional information such as an itemized list of material and equipment, including the cost of each item, may be required.

1502000 – Facility Investment

DELIVERABLES

Annex/ Spec Item

Form Attachment

Number Deliverable Title Date (s) of Submission

Distribution

Frequency Original/ Copies

Number of Copies

(including original)

1502000/ 3.2

N/A

Certification, Training, and Licensing

Within 15 days after award or as requested by the

KO

KO/COR 2 Once for initial

submittal, then as requested

1502000/ 3.3

J-1502000-05 Special Requirements

Within 24 hours of completion of

work

KO/COR 2 As Required

Page 1 of 27

SECTION J DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

TABLE OF CONTENTS

ATTACHMENT NUMBER ATTACHMENT TITLE

J-1502000-01 Definitions and Acronyms

J-1502000-02 Historical Data

J-1502000-03 General Workmanship Standards

J-1502000-04 Functional Assessment Plan (FAP) – Facility Investment

J-1502000-05 HVAC Technician Refrigerant Form

Page 2 of 27

ATTACHMENT J-1502000-01

DEFINITIONS AND ACRONYMS

DEFINITION DESCRIPTION EQUIPMENT, COLLATERAL Encompasses built-in and large substantially affixed equipment/property

that is normally acquired and installed as part of a facility project.

EQUIPMENT, INSTALLED Encompasses building-type equipment, built-in equipment, and large, substantially affixed equipment/property, and is normally acquired and installed as part of a facility project. Installed equipment is normally required to make a facility useful and operable. Removing such equipment would impair the usefulness, safety, or environment of the facility or the facility restoration work required after its removal, is substantial.

EQUIPMENT, PERSONAL PROPERTY

Personal property equipment includes all equipment other than collateral equipment. Such equipment, when acquired and used in a facility or a test apparatus, can be severed and removed aster erection or installation without substantial loss of value or damage thereto or to the premises where installed.

FACILITIES LIFE CYCLE A facilities life cycle is divided into four stages, requirements (planning and design), acquisition (construction and acceptance), stewardship (operations, maintenance and repair), and disposal.

FACILITIES MAINTENANCE MANAGEMENT

The planning, prioritizing, organizing, controlling, reporting, evaluating, and adjusting of facilities maintenance operations to support the CNO/NAVFAC facilities policy and objectives and satisfy customers’ facility needs. Defined by the International Facility Management Association as “the practice of coordinating the physical workplace with the people and work of the organization.”

LIFE-CYCLE COSTS A form of economic analysis that considers the total cost of owning, operating, and maintaining a building or system over its useful life.

MAINTENANCE, PREDICTIVE Predictive Maintenance: maintenance designed to keep equipment service level high by reducing downtime. Work requirement is generated from forecasting of failures through monitoring and analysis of the condition of the equipment. Predictive maintenance allows equipment to be repaired at times that do not interfere with service schedule.

MAINTENANCE, PRESCRIPTIVE

Maintenance as dictated by Federal, State, or local governing agencies. The governing regulation or instruction dictates the type and frequency of maintenance and may provide the maximum amount of interrupted functional services. If the governing regulation or instruction does not provide the maximum amount of interrupted functional service, the cognizant technical agency shall determine the maximum applicable amount of interrupted functional service.

MAINTENANCE, PREVENTIVE

Maintenance designed to increase the availability of the facilities/equipment by reducing the number of unexpected breakdowns or service interruptions. It is any planned maintenance activity that improves equipment life and avoid any unplanned maintenance requirements.

MAINTENANCE, ROUTINE Maintenance includes repair or replacement of obsolete, worn, broken, or inoperative building components or systems. This type of work may be schedule repetitive work or may be a request of a non-emergency nature initiated by a building user.

MAINTENANCE, ZERO FAILURE

Maintenance designed to be used in any environment where the cost of a failure and the resulting outage is very high such as in hospital surgery units. Equipment must be continuously maintained to provide uninterrupted functional services 100% of the time. This type of maintenance is most expensive and must be justified in its usage.

Page 3 of 27

MANAGEMENT INFORMATION SYSTEMS-MAINTENANCE

A computerized system that will provide sufficient information for management to evaluate differences between budgets and actual costs and evaluate performance.

REPAIR Repair is the restoration of facilities or equipment to such a condition that it may be effectively utilized for its designated purposes by overhaul, reconstruction, or replacement of constituent parts or materials which have deteriorated by action of the elements or usage, and which have not been corrected through maintenance. This term also applies to replacement of the entire unit or system if beyond economical repair. The intent of repair is to have the equipment at normal working condition.

REPLACEMENT Replacement, as a distinct work element, is confined to a program of planned replacement of a facility or its components. It may be further limited to major components such as air conditioning compressors, furnaces or hot water heaters. Replacement is performed when the equipment has reached the end of its useful life; when it no longer can perform due to degradation of its internal components and repair is no longer cost effective. Included under the replacement would be the major rebuilding of any component, since rebuilding also restores performance.

RESTORATION Restoration of real property to such a condition that it can be used for its intended purpose. Includes repair or replacement work to restore facilities damaged by inadequate sustainment, excessive age, natural disaster, fire, accident or other causes.

SERVICE CALLS Service trouble calls are classified as emergency or routine.

EMERGENCY SERVICE CALL Emergency service trouble call is work requiring immediate action to correct or prevent loss or damage to Government property and assets, restore disrupted essential services, or eliminate life-threatening hazards to personnel or property. Examples include a steam or water leak, a fire or electrical defect which could cause fire or shock, an HVAC system down with the possibility of freezing piping, an HVAC system down affecting production/property, etc. A technician must be on the job site and working within 4 hours of receiving the call, and shall work continuously until the emergency situation is arrested.

ROUTINE SERVICE CALL Routine service trouble calls will be classified as routine when the work does not qualify as an emergency. The Contractor shall respond to and begin work on routine service calls within 48 hours of receipt of the call. For example, if a routine service call is received by the Contractor at 10:00 AM on Tuesday, the Contractor must be at the job site not later than 10:00 AM on Thursday. If the call is received at 2:00 PM on Friday, the Contractor must be at the job site not later than 2:00 PM the following Monday. Routine service call work will normally be performed during the Government’s regular working hours.

SUSTAINMENT Maintenance and repair activities necessary to keep a typical inventory of facilities in “normal working condition”. Sustainment includes regularly scheduled maintenance as well as cyclical major repairs or replacement of components that occur periodically over the expected service life of the facilities.

Page 4 of 27

Acronym Title ANSI American National Standards Institute ASME American Society of Mechanical Engineers IBC International Building Code IDS Intrusion Detection Systems IMC International Mechanical Code NFPA 70 National Electrical Code NFPA National Fire Prevention Association OEM Original Equipment Manufacture SRM Sustainment, Restoration and Modernization UBC Uniform Building Code UFC Unified Facilities Criteria UPS Uninterruptible Power Supply

Page 5 of 27

ATTACHMENT J-1502000-02 HISTORICAL DATA

Bldg. No. Date Service Calls, Repairs, & other activities

1 08/14/2017 HVAC controller not working properly – Reprogrammed Honeywell d 11/14/2017 HVAC controller not working properly – Reprogrammed Honeywell d

2 09/12/2018 Insulated 2” Chilled Water Piping with Fiberglass

4 01/10/2017 Repair Filter Transducer at Water Treatment Plant 04/17/2017 Plumbed and programmed ammonia analyzer 11/16/2017 Rebooted, program change on filters 5 & 6 12/26/2018 Adjusted raw input in program for the 4-20ma signal from transmitter

5 02/05/2015 Reprogrammed Trane Tracer SC exhaust fan min. of 10 – 25%

12/28/2016 Programmed UC400 on VAV 03/17/2017 Install water heater, and reroute flue pipes for two boilers 03/23/2018 Installed and programmed VAV controller 02/14/2018 Generator won’t start

8 08/14/2017 Diagnose DDC controls issues

10 12/04/2017 Diagnosed generator that would not start

18 08/03/2012 Found faulty EP switch and pneumatic signal selector. Replaced both

16 08/22/2018 Diagnose and repair generator 41 02/13/2014 Troubleshoot RTU 1 & 2. Reprogrammed VFD on RTU-1 & 2. Foun

02/05/2014 Reconfigured and programmed VAV. 11/03/2015 Return fan not tracking properly on RTU-1. Reprogrammed RTU-1. 03/16/2016 Reprogram RTU-2 to recognize new circuit board. 07/25/2016 Communication failure, DDC computer not communicating with equip 08/11/2016 Replaced repeater and converter on CCN com bus.

08/25/2016 Repair repeater and exhaust fan controller

11/15/2016 Repair/replace collapsed return duct on RTU-1. 08/29/2017 Replaced flex duct and diffusers in two offices 12/15/2017 Installed exhaust duct.

5/22/2017 Diagnosed air compressor – Updated software on 4 air compressors

02/09/2018 Diagnosed bad outdoor air temp sensor, faulty supply air sensor wiring

Page 6 of 27

43 09/19/2018 Installed new antenna on tank #2

77 10/17/2017 Diagnosed bad compressor module on RTU – Replaced module

102 04/10/2017 Oil leaking from air compressor – Air compressor under warranty

02/12/2018 Repaired oil leak on air compressor

105 05/08/2018 Installed fire alarm pull station

107 06/07/2018 Inspect air compressor for repairs – Recommend air end rebuild

121 06/21/2018 Reconfigure chiller control to operate on local 06/29/2018 Diagnosed walk in freezer – Replaced dual pressure switch

122 10/20/2015 Diagnosed VRF unit with grounded compressor – Replaced compressor

07/12/2018 Replace compressor in AAON RTU

08/03/2018 Diagnose RTU – Found evap. temp parameters set wrong

124 02/15/2017 Insulate 150 L.F. of ¾”, 1-1/4”, & 1-1/2” copper pipe

126 07/27/2015 Diagnosed bad chilled water sensor on RTU

12/02/2015 Adjusting humidity controls in DDC and cleared critical alarms 07/18/2017 Diagnosed three bad temp and humidity sensors – Replaced sensors and recalibrated 03/01/2018 Installed removable insulation blankets on two pumps and steam condensate tank

138 01/24/2019 Insulate & jacket chilled water piping

145 11/28/2018 Insulate steam piping

150 11/30/2016 Diagnosed and repaired generator transfer switch

165 06/20/2016 Relocated two UHSD nozzles

198 2/20/2015 Diagnose Trane Tracer issues – Temp sensors need replaced – Software needs upgraded

2/26/2015 Installed new DDC computer and upgraded Tracer Summit DDC system

6/24/2016 Diagnosed chiller- Found controls wires rubbed through discharge line- Replaced faulty control wires

10/17/2016 Diagnosed chiller- comp 1 winding temp sensor open and comp 2 winding temp sensor shorted. Jumped out sensors recommended to replace failed winding stats.

10/27/2018 Diagnosed DDC system- Found several points referenced wrong – Corrected all points

Page 7 of 27

07/16/2018 Diagnosed DDC system issues – Found controller damaged by water – Recommend

upgrade and replacement of controller

199 08/03/2018 Diagnosed boiler – found tubes split in boiler – recommend welding tubes

200 08/29/2016 Adjusted voltage output on generator

224 04/03/2017 Installed air line

300 10/14/2016 Start up new boiler – Adjusted combustion and tested safeties and operational controls

366 07/31/2014 Diagnose air compressor – Adjusted service switch – Recommend replace screen 10/05/2015 Maintenance sprinkler system

07/08/2016 Install 42” expansion joint on bag house duct 07/25/2017 Replaced air valves on bag house 03/29/2018 Programmed new controller on air compressor

1909 02/26/2018 Diagnose and repair cooler – Found leak in coil and repaired/recharged

2037 06/07/2016 Diagnosed BacNet communication issue – Gateway firmware needs upgraded

06/14/2016 Upgraded gateway firmware in DDC system

10/19/2017 Diagnose bad MCU module on VRF system

03/22/2018 Diagnosed HVAC system – upgraded software in two ducted units, rebooted VRF SC

2044 09/18/2012 Diagnosed pneumatic controlled VAV – Found and replaced faulty pneumatic reversing

relay and volume regulator

2045 01/12/2016 Replaced UC400 controller on AHU and reprogrammed new controller

03/09/2016 Diagnosed bad main processor on chiller 05/25/2016 Diagnose four fan coil units that are overrode unoccupied by TGP programming in DDC

2084 08/23/2018 Reprogram fire alarm panel

2167 12/08/2016 Install air flow switch and humidity sensor in humidifier

2508 04/07/2016 Diagnose com error between BCU and controllers

2521 03/10/2014 Diagnose pneumatic controls and dampers on AHU 2534 02/08/2019 Check SCADA tank operation on water tower and change out PLC

Page 8 of 27

2540 08/17/2017 Adjusted generator transfer switch 2697 01/22/2016 Diagnose pneumatic controls – Reconnected controls and Recalibrated 12/07/2016 Diagnose pneumatic controls – heat not working

2703 01/28/2016 Diagnose gas furnace – Found plug missing on inducer motor

2713 08/15/2017 Diagnose exhaust fan – VFD not working – Replaced VFD 2728 05/23/2018 Relocate fire pump controller and install antenna

09/04/2018 Insulate steam pipe

2734 09/07/2018 Diagnose air compressor – No load on compressor causing short cycling 2805 11/04/2016 Reprogram fire panel 12/04/2014 Diagnose pneumatic controls – Found faulty thermostats

2956 09/16/2016 Diagnose air compressor – Found burnt wires and repaired

08/06/2015 Diagnose air compressor – Reset air compressor 3006 01/29/2019 Make fiber optic connections

3049 12/18/2017 Wire and programmed waste pumps from SCADA system. Created displays for control

01/3/2017 Found and Corrected location identification problem with WWTP Bldg. 3049 radio. Had to visit each Lift station and reload proper location information. Reloaded program in overflow lagoon radio.

04/10/2017 Checked UV panel, operator interface touch screen membrane full of water due to leak or condensate - Installed customers new operator interface and programed.

02/25/2018 Checked and repaired PLC message problem at PLC-HEADWORKS. Mounted, wired and programed new effluent flow chart recorder. Wired in and mapped to SCADA new PH meter.

3050 08/28/2016 Check sensor at EQ pit, PLC fault – Reloaded PLC program and checked operation 3059 06/24/2016 Diagnose chiller failure – Bad MCSP module

07/18/2016 Replace MCSP module on chiller

3110 08/19/2015 Diagnose pit level sensor failure 12/13/2018 Install insulation and jacket on steam pipe 3167 10/11/2017 Diagnose air compressor after cooler fan – found faulty relay in controller

3168 05/01/2012 Diagnose pneumatic controls – Found faulty thermostat

Page 9 of 27

02/03/2014 Diagnose DDC issues 08/05/2014 Set up VAV controller and checked hot water valve actuator operation 11/24/2014 Diagnose chiller Downloaded Lon card, installed data protection module, isolation

transformer, and new LON card 06/08/2016 Diagnose chiller – Replace CW return water temp sensor and reprogrammed chiller

control 02/19/2018 Program Altivar VFD 02/22/2017 Insulate air handling unit internally 03/01/2017 Repair DDC com issues – Bad controller recommended controller upgrade – Replaced

BCU 05/19/2017 Replace ribbon cable and sensor in RTAC chiller 07/20/2017 Diagnose chiller – Downloaded program and checked communications 03/05/2018 Insulate chilled water valve

05/15/2018 Insulate chilled water pump and pipes

08/23/2018 Insulate 4 chilled water valves and piping

05/14/2017 Replaced BCU and upgraded Tracer Summit 3173 12/12/2011 Diagnose VAV – Found restricted reheat coil

07/15/2016 Diagnose CRAC unit

09/16/2016 Flush chilled water coil in AHU-3

3173 10/02/2018 Diagnose and adjust DDC controls – Reprogrammed outdoor air control, and VAV

02/11/2019 Wire, program, start up new AC8 Liebert controller

3188 11/02/2016 Diagnose chiller adaptive controller – Wrong controller was installed 3234 01/24/2014 Annual PM service air compressor 09/28/2014 Diagnose air compressor oil leaks – Coolers need replaced and serviced

10/24/2014 Diagnose air compressor – controls not responding, cleaned and adjusted controls

04/14/2017 Install flexible duct connector on bag house duct

3235 03/21/2017 Diagnose DDC issues – Unit lost address, readdressed all 13 IDU’s and 3 HR boxes 10/30/2017 Diagnose DDC issues – Found controller in failure and reset controller

3284 03/21/2016 Diagnose DDC communication and programming issues

11/08/2017 Diagnose DDC issues – transfer database to laptop

3285 11/09/2016 Repair sprinkler pipe 12/06/2016 DDC issues – Supervisory panel failed and needs replaced – Uploaded 23 N2 devices 02/08/2016 Diagnose DDC controls – Heat valves wouldn’t operate in Auto – Added set points to

control the heat valves in auto mode 3287 12/30/2011 Diagnose DDC – Removed knock outs in BCU to aid in heat removal – Recommended

circuit board replacement 02/23/2015 Diagnose chiller – Found bad Evap sensor

Page 10 of 27

05/14/2015 Program controller on Bry Air dehumidifier 09/09/2015 Diagnose chiller – Sensor wiring bad a needs replaced 06/24/2016 Diagnose chiller com loss – Found bad cables on chiller and replaced 12/02/2016 Repair adaptive controller on chiller

08/22/2017 Core drill two 8” holes and install 50’ of 8” spiral duct

11/07/2017 Insulate chilled water pipe

11/20/2017 Repair fire alarm panel 03/02/2018 Diagnose Bry Air Dehumidifier – Transformer tripped, clogged filters, replaced burnt

wiring feeding process heat, replaced SCR relay 04/27/2018 Test, adjust, balance two air handlers and two chilled water pumps 3291 02/03/2014 Diagnose DDC issues 08/11/2015 Diagnose DDC issues – Created new software, commissioned, reverse hot water valve

08/20/2015 Diagnose DDC - Troubleshoot discharge air input on AHU‐1A. Switched sensor wiring to RA temp input and readings were normal. Concluded input 1 is bad. Had to move SA Fan status to BI‐7 to free up universal input, moved DA‐T sensor to UI‐2. Normal operation resumed. Had to upgrade FEC controller to software version 10.1 to make changes with service laptop. AHU‐2 OA CFM input was unreliable. Upgraded controlle to 10.1 and reading returned to normal.

12/15/2016 Diagnose DDC issues – Found controllers analog output failed, moved output signal and reprogrammed controller

07/12/2017 Diagnose chiller VFD issues

08/29/2017 Diagnose DDC issues – Created dehumidification control program and downloaded in AHU controller – Installed new software on computer and did data base backup

3295 07/16/2018 Reprogram fire alarm panel

3320 11/16/2018 Demo exhaust system 3324 12/15/2014 Diagnose DDC, PC, and BCU – Found bad UPCM and BCU

02/24/2015 Replace BCU, UPCM, expansion card, PC, & pull new com bus

03/15/2016 Diagnose and repair boiler that will not fire

05/02/2018 Diagnose VAV – Found internal controls and damper gears bad

3330 03/13/2012 Diagnose DDC issues

03/27/2012 Diagnose VAV issues – Found RF causing issues – Recommend reconnecting the network wire shield drains and installing shielding around problematic VAV controllers

01/27/2014 Diagnose freeze stat trip issues on AHU 3

02/03/2014 Diagnose VAV issues

01/19/2016 Diagnose chiller – Flow switch tripping, blew down strainer of debris 01/27/2016 Diagnosed and repaired refrigerant leak on chiller

04/12/2016 Diagnose hot water valve actuators – Replaced bad actuators 05/10/2016 Rebuild and test fire pump

07/07/2016 Diagnose chilled water bypass valve – Bypass valve actuator has failed

07/25/2016 PM DDC controls

07/29/2016 Replace chilled water bypass valve actuator

Page 11 of 27

02/23/2017 Diagnose chiller – Flow switch stuck closed and bypass valve positioned wrong 03/03/2017 Diagnose DDC issues – Adjusted set points, corrected GPL processes and downloaded 04/21/2017 Install spiral duct to test benches 11/15/2017 Install new software on DDC computer

02/21/2018 Diagnose DDC system

03/21/2018 Install and reload NET controller on DDC system

07/17/2018 Insulate chilled water pump 08/07/2018 Install spiral duct run to Cass bench 02/20/2019 Test and treat chilled water system

3334 09/15/2016 Inspect and diagnose UPS – Found bad fans, filters, and battery past lifecycle

12/02/2016 Repair electrical cords in raised floor

12/19/2017 Insulate chilled water pump 3339 10/31/2016 Diagnose air compressor – Replaced E-stop button and reprogrammed memory 11/17/2016 Major PM on air compressor

3347 06/17/2014 Diagnose DDC issues – Found failed BCU

3348 12/02/2011 Diagnose DDC issues 12/05/2016 Diagnose blast valves – failed pneumatic interface 02/02/2017 Replaced failed pneumatic solenoids and relocated pneumatic panel

3373 06/17/2015 Diagnose RTU issues – Found expansion card lost com, and cycled power RTU back up

06/17/2016 Diagnose lighting system – readdressed switches and set time appropriately 03/27/2017 Diagnose chiller – Found bad temp sensors and replaced 09/18/2018 Insulate chilled water piping going to RTU

3395 08/25/2016 Downloaded and installed Tracer Summit on work station, restored site and graphics

3450 02/07/2018 Diagnose generator – replaced charger 3454 05/21/2017 Diagnose LP tank level control – Found bad level sensor and replaced 03/28/2017 Diagnose generator

3461 03/02/2018 Diagnose control issue on RVD system

3614 02/13/2017 Install steam condensate pump

Page 12 of 27

ATTACHMENT J-1502000-03 GENERAL WORKMANSHIP STANDARDS

HVAC Work HVAC work shall include maintenance and repair of HVAC systems such as chillers, air handlers, VAV’s, CRAC units, condensing units, boilers, furnaces, pumps, and refrigeration units. All HVAC equipment sub components, compressors, fans, breakers, relays, contactors, VFD’s, motors, valves, switches, circuit boards, fuses, wires, shall be replaced as required as to operate as originally intended and designed, and in a safe manner. All workmanship and materials shall conform to the International Mechanical Code (IMC) and National Fire Protection Association (NFPA) 70 National Electrical Code.

Faulty motors are replaced with new motors of same/original size and manufacturer’s equipment. Cracked, or broken fan blades shall be replaced with original size and type. Burnt contactors, relays, breakers, and wiring shall be replaced or repaired with original manufacturer’s size and type. Compressors shall be repaired or replaced with the original manufacturer’s recommended replacement.

HVAC Controls Work HVAC controls work shall include maintenance and repair of DDC systems, electronic controls systems, and pneumatic controls systems. Controls systems consists of several different manufacturer’s and models. All HVAC control components circuit boards, modules, controllers, relays, work stations, software, switches, thermostats, humidistats, transducers shall be replaced as required as to operate as originally intended and designed, and in a safe manner. All workmanship and materials shall conform to the manufacturer’s standards.

Control modules are replaced with new of same/original size and manufacturer’s replacement. Software shall be updated to the manufacturer’s latest upgrade to date. Pneumatic components shall be calibrated to the manufacturer’s specifications.

Air Compressor Work Air compressor work shall include maintenance and repair of air compressors in various buildings. All air compressor components motors, fans, pumps, seals, filters, coils, tanks, regulators shall be replaced as required to operate as originally intended and designed, and in a safe manner. All workmanship shall conform to the International Mechanical Code and National Fire Protection Association (NFPA) 70 National Electrical Code.

Faulty motors are replaced with new motors of same/original size and manufacturer’s equipment. Cracked, or broken fan blades shall be replaced with original size and type. Burnt contactors, relays, breakers, and wiring shall be replaced or repaired with original manufacturer’s size and type. Pumps shall be repaired or replaced with the original manufacturer’s recommended replacement.

Generator Work Generator work shall include maintenance and repair of generator

Faulty circuit boards are replaced with new circuit boards of

Page 13 of 27

at various buildings. All generator components motors, plugs, wires, filters, switches, circuit boards, transfers switches, regulators shall be replaced as required to operate as originally intended in a safe manner. All workmanship shall conform to the National Fire Protection Association (NFPA) 70 National Electrical Code.

same/size and manufacturer’s equipment. Burnt relays, and wiring shall be replaced with original manufacturer’s size and type. Generators shall be adjusted and setup per the manufacturer’s specifications.

Electrical Work Electrical work shall include maintenance and repair of electrical systems up to 600 volts and lighting fixtures for each building beginning at and including the weather head, or in the case of underground power, at and including the main distribution panel. All electrical equipment, service connections, distribution panels, connections, grounds, outlets, switches, wiring, branch circuits, ground fault circuits, lighting fixtures, and photo cells shall be repaired or replaced as required so as to operate as originally intended and designed, and in a safe manner. All workmanship and materials shall conform to the National Fire Protection Association (NFPA) 70 National Electrical Code.

Cracked, broken, or missing receptacle and switch faceplates are replaced with new plates of the same/original color and size. Light fixture lenses and globes that are damaged or missing are replaced. All exterior lighting in hallways and stairways will also be repaired/replaced, including light bulb replacement.

Metal Working Metal working includes maintenance and repair of duct systems, HVAC systems, piping systems, etc… All workmanship shall conform to the International Mechanical Code (IMC)

Metal working will include heating and bending to form metal shapes, drilling, torch cutting, hammer forging, grinding, sawing, and fitting of metal parts. The Service Provider will perform metal working requirements to maintain/repair or fabricate and replace metal components and installed equipment, including the construction and installation of metal components in support of other maintenance activities.

Welding Welding, burning and open flame work will be permitted, but only subject to the following conditions: the method must be approved by the DGR, the Service Provider shall inform the DGR prior to any work of this nature being performed. The Service Provider shall provide an adequate fire watch and the required fire extinguishing equipment. The Service Provider shall notify the Base Fire

The Service Provider will perform all types of welding and brazing in the accomplishment of maintenance/repair of buildings, structures, and appurtenances. Welding is performed on light, heavy gauge and hardened metals using flat, vertical, horizontal, and overhead positions. Processes include preheating, brazing, bead welding, tack welding, flame

Page 14 of 27

Department and obtain a welding permit before proceeding. All Service Provider welders shall be certified for the specific welding process in accordance with applicable American Society of Mechanical Engineers (ASME), ANSI, and American Welding Society (AWS) standards.

cutting, pressure welding and heat treating.

Page 15 of 27

ATTACHMENT J-1502000-04 FUNCTIONAL ASSESSMENT PLAN (FAP) – FACILITY INVESTMENT

FUNCTIONAL ASSESSMENT PLAN (FAP)

FACILITY INVESTMENT

1502000

Page 16 of 27

FACILITY INVESTMENT FAP

Assessment Levels (AL) Assessment Frequency (Freq)

A – Annually

Q – Quarterly

M – Once per month

BW – Once every 13-16 days

W – Once per week

R – As required

Method of Assessment (MOA)

PS – Periodic Sampling

RS – Random Sampling

VCC – Validated Customer Complaints

UV – Unscheduled Visits

CE – Customer’s Evaluation

AL1 Start assessment at this Level

AL2 Add this Level if Contractor performance for AL1 is Unsatisfactory

AL3 Add this Level if Contractor performance at AL1 or AL2 is Unsatisfactory

Note: Return to appropriate Assessment Level when performance improves.

Note: The first method listed in the MOA column below is the primary assessment method.

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

4 IDIQ Work IDIQ work may be ordered on a task order in accordance with the PROCEDURES FOR ISSUING ORDERS clause in Section G. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order.

PS

N/A

N/A

N/A

As

Required

N/A

R

4.1.1 Material for Minor Maintenance, Testing, & Repairs

All parts/material shall be OEM or an approved aftermarket. Parts/material shall be free of all manufacturing defects and shall be of high quality. If the quality of an item is not specified, it shall be of acceptable industrial grade and quality, equal to or better than the manufacturer's original and will be compatible with existing systems.

PS N/A N/A N/A As Required

N/A R

Page 17 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

4.1.2 Labor for Minor Maintenance, Testing, & Repairs

Equipment and systems shall be in an operable state and functioning properly at the end of the maintenance, testing, or repair.

PS N/A N/A N/A As Required

N/A R

4.1.3 HVAC Routine Service Calls During Normal Working Hours

The HVAC system shall be in an operable condition and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the Contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete.

PS N/A N/A N/A As Required

N/A R

4.1.4 HVAC Emergency Service Calls During Normal Working Hours

The HVAC system shall be in an operable condition and functioning properly at the end of the service call. The emergency shall be arrested at the completion of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours.

PS N/A N/A N/A As Required

N/A R

Page 18 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete.

4.1.5 HVAC Emergency Service Calls Outside of Normal Working Hours

The HVAC system shall be in an operable condition and functioning properly at the end of the service call. The emergency shall be arrested at the completion of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete.

PS N/A N/A N/A As Required

N/A R

Page 19 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

4.1.6 HVAC Controls Routine Service Calls The HVAC DDC controls systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the Contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Contractor shall respond to HVAC Controls service calls with a technician qualified and knowledgeable in the brand of Direct Digital Controls identified in the HVAC Controls service calls. Note that DDC suppliers installed at the Activity include Andover, Carrier, Honeywell, Jackson Systems, Johnson Controls, Trane, and Siemens. Service Personnel Requirement: DDC service personnel shall be employed by a company that manufactures DDC systems or by a Rep of a company that manufactures DDC systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the DDC systems noted.

PS N/A N/A N/A As Required

N/A R

4.1.7 VRF System Routine Service Calls During Normal Working Hours

The VRF systems shall be in an operable state and functioning properly at the end of the service call.

PS N/A N/A N/A As Required

N/A R

Page 20 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. Contractor shall respond to VRF service calls with a technician qualified and knowledgeable in the brand of VRF Systems identified in the VRF system service calls. Note that VRF equipment installed at the Activity include Diakin, LG, Panasonic, and Trane. Service Personnel Requirement: VRF service personnel shall be factory trained in VRF systems and be qualified and competent to service/repair VRF systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the VRF systems noted.

Page 21 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

4.1.8 VRF Emergency Service Calls Outside of Normal Working Hours

The VRF systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 4 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to four hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete. Contractor shall respond to VRF service calls with a technician qualified and knowledgeable in the brand of VRF Systems identified in the VRF system service calls. Note that VRF equipment installed at the Activity include Diakin, LG, Panasonic, and Trane. Service Personnel Requirement: VRF service personnel shall be factory trained in VRF systems and be qualified and competent to service/repair VRF systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such

PS N/A N/A N/A As Required

N/A R

Page 22 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

service calls so as to demonstrate familiarity with the VRF systems noted.

4.1.9 Fire Alarm Systems Routine Service Calls

The Fire Alarm systems shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. Contractor shall respond to Fire Alarm Systems service calls with a technician qualified and knowledgeable in the brand of Fire Alarm systems identified in the Fire Alarm systems service calls. Note that Fire Alarm Systems suppliers installed at the Activity include Simplex Grinnell, Notifier, Vanguard, etc. Service Personnel Requirement: Fire Alarm Systems service personnel shall be employed by a company that manufactures Fire Alarm

PS N/A N/A N/A As Required

N/A R

Page 23 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

systems or by a Rep of a company that manufactures Fire Alarm systems. Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the Fire Alarm systems noted.

4.1.10 Air Compressor Routine Service Call The air compressor serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will usually have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. Contractor shall respond to air compressor service calls with a technician qualified and knowledgeable in the brand of air compressor identified in the service calls. Personnel Requirement: Air Compressor service personnel shall be employed by a company that manufactures air compressors or by a manufacturer’s representative.

PS N/A N/A N/A As Required

N/A R

Page 24 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

Contractor shall provide a list of personnel and/or subcontractors to be utilized for such service calls so as to demonstrate familiarity with the air compressor systems noted.

4.1.11 Generator Routine Service Call The generator serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket. Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the Contractor to complete. Contractor shall respond to generator service calls with a technician qualified and knowledgeable in the brand of generator identified in the service calls.

PS N/A N/A N/A As Required

N/A R

4.1.12 Electrical Systems Routine Service Call

The electrical systems serviced/repaired shall be in an operable state and functioning properly at the end of the service call. Parts and material shall be OEM or an approved aftermarket.

PS N/A N/A N/A As Required

N/A R

Page 25 of 27

Spec Item

Performance Objective Performance Standard MOA Assessment Level Sample Size

Freq AL1 AL2 AL3 Normal Reduced

Upon receiving a call from the Government, the contractor shall arrive at the job site within 48 hours. Upon arrival at the job site, the contractor will meet with a designated Government Representative for review of the work requirement(s) prior to the commencement of work. Each service call order will have a brief scope of work and may require up to six hours of labor at the job site and/or a maximum of $500.00 parts/material cost to the contractor to complete.

MONTHLY PERFORMANCE ASSESSMENT SUMMARY

Annex/sub-annex: 1502000 Facility Investment Month/Year:

Spec Title

AL1 Rating AL2/AL3 Rating

Item E VG S M U # Samples A U # Samples VCC

4 IDIQ Work

4.1.1 Material for Minor Maintenance, Testing, & Repairs

4.1.2 Labor for Minor Maintenance, Testing, & Repairs

4.1.3 HVAC Routine Service Calls – Normal Working Hours

4.1.4 HVAC Emergency Service Calls – Normal Working Hours

4.1.5 HVAC Emergency Service Calls – Outside Normal Working Hours

4.1.6 HVAC Controls Routine Service Calls

4.1.7 VRF System Routine Service Calls – Normal Working Hours

4.1.8 VRF Emergency Service Calls – Outside Normal Working Hours

4.1.9 Fire Alarm Systems Routine Service Calls

4.1.10 Air Compressor Routine Service Call

4.1.11 Generator Routine Service Call

4.1.12 Electrical Systems Routine Service Call

MONTHLY PERFORMANCE ASSESSMENT SUMMARY

Annex/sub-annex: 1502000 Facility Investment (cont) Month/Year:

Comments:

Recommended Actions:

SPAR Signature: Date:

ATTACHMENT J-1502000-05 HVAC TECHNICIAN REFRIGERANT FORM

Last Updated: 28-February-2020

Form CAA 40-82F-3 Disposal Invoice - All Appliances DISPOSAL - ALL

Technician Name PWD

Technician's Office Location (Building or Street Address) Work Order No.

(or Contract PO No.)

Equipment Location (Building) Additional location (room,

roof, N side, etc.)

Equipment Asset No. Model No. (if Asset No. unknown)

Appliance Description (industry or MAXIMO UNIFORMAT name)

Serial No. (if Asset No. unknown)

Refrigerant Recovery Date Refrigerant No. (Type) Removed (example: R-22)

Refrigerant Amount Removed (indicate ‘pounds’ or ‘ounces’)

Refrigerant Disposition: [R] Recovered for re-use or [D] Recovered for disposal

If [D], Refrigerant Disposal Date

If [D], what entity took possession of refrigerant? (example: tool room, VRS)

Oil Type Removed Oil Amount Removed

Technician Signature (certifies that all refrigerant and oil that had not leaked was removed from appliance prior to disposal in accordance with 40 CFR 82 and that a weatherproof label has been affixed to the appliance stating the same)

Technician shall keep original forms on work truck for 5 years, make available upon request for inspection, and provide copies to supervisor weekly. Supervisor shall maintain copies for 5 years.