ML20155K367

From kanterella
Jump to navigation Jump to search
Informs That NRC Soliciting Proposals for RS-ADM-99-142 Entitled, Building Custodial Services. Closing Date for Solicitation Will Be 981222
ML20155K367
Person / Time
Issue date: 11/09/1998
From: Fields J
NRC OFFICE OF ADMINISTRATION (ADM)
To: Harvin M, Hills K, Peter Thompson
AFFILIATION NOT ASSIGNED
References
CON-GENERAL NUDOCS 9811130214
Download: ML20155K367 (172)


Text

(- 4 Eerg t/ t UNITED STATES j j NUCLEAR REGULATORY COMMISSION WASHINGTON, D.C. 20555-4001

% November 9,1998 OFFERORS:

SUBJECT:

REQUEST FOR PROPOSAL NO. RS-ADM-99-142 ENTITLED " BUILDING CUSTODIAL SERVICES" The U.S. Nuclear Regulatory Commission (NRC) is soliciting proposals for the project entitled above. The full scope of work anticipated is as set forth in Part I, Schedule.

It is our intention by this solicitation to secure the best qualified organization available to perform this project, cost and other factors considered.

This requirement is a 100% Small Business Set-Aside. The Standard industrial Classification Code (SIC) for this acquisition is 7349. The small business size standard is no more than $12.0 million average annual receipts for an offeror's preceding three fiscal years. A firm fixed price type contract is anticipated with a base period of performance of eight (8) months and four (4) one-year option periods.

The solicitation package is enclosed. If you desire to respond, your proposal should address the proposal requirements set forth in Section L of the solicitation. All proposals will be evaluated against the evaluation criteria shown in Part IV, Section M.

NOTE: Documentation referenced in the solicitation will be available for review from November 16,1998, through November 23,1998 (refer to Section L.15 of the solicitation). Site visit walkthrough sessions will also be conducted during this period (refer to Section L.16).

A preproposal conference is scheduled for December 8,1998 (refer to Section L.17).

Questions to be addressed at the preproposal must be submitted to the Government, in writing, not later than November 30,1998.

Please be advised that all offerors shall make an ORAL Technical and Management Presentation. See Section L.10 through L.14 for further information. In addition, the closing date for this solicitation is December 22,1998.

If you have any questions conceming the requirements of this solicitation, please contact me on (301) 415-6564.

/

Since ely, 9811130214 981109 A PDR C MTR A. Fields, Contmeting Officer y

Division of Contracts and Property Management p

, ,3 Office of Adrninistration

Enclosure:

As stated byG(

i

__ __ _ _ _ _ _ _ _ = _ _ . _ . - . _ _. _ _ _ _ _ . _ . __ _ .

A- .c Page 1 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

ACEPEX MANAGEMENT CORPORATION 818-244-8090 KENNITH HILLS 818-244-8060 815 E. COLORADO STREET SUITE 250 GLENDALE, CA 91205 AMERICAN DETAIL CLEANING 301-415-6564 PAMELA THOMPSON 301-415-8157 11600 NEBEL STREET SUITE 200 ROCKVILLE, MD 20852 AMERICAN SERVICES TECHNOLOGY, INC. 407-631-8771 MR. MOSES L. HARVIN, PRESIDENT 407-631-7292 315 BREVARD AVENUE SUITE 1 COCOA, FL 32922 AMF MECHANICAL 301-627-1700 A. MARK FOWLER 301-627-1702' 14757 MAIN STREET SUITE 103 UPPER MARLBORO, MD 20772 APEX SUPPORT SERVICES, INC. 561-398-9249 RICHARD BENNETT 561-398-9219 P.O. BOX 7370 PORT ST. LUCIE, FL 34985 ARAMARK CORPORATION 610-687-8600 TRACY MILLER 610-687-1392 THREE RADNOR CORP. CENTER SUITE 305 RADNOR, PA 19087 t

ASSC, INC. 703-644-6112 DEBBIE AKERS-DOIG 703-664-6110 6314 BACKLICK ROAD SUITE 300 SPRINGFIELD, VA 22150

i o Page 2 .

11/06/98 l l

l BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX l (Large Busineses are Identified with an Asterisk)

ATLANTIC COAST CONTRACTING INC., 910-892-3127 l DELANEY RUDD 910-892-7950 i P.O. BOX 1086 l DUNN, NC 28335 ATMS, INC. 757-893-9159 STEPHANIE OWENS 757-893-9064 13 KOGER CENTER SUITE 100 NORFOLK, VA 23454 BEAUTIFY PROFESSIONAL CLEANING SVCS 301-422-4400 MARLON JACKSON 301-422-4407 6826 RIGGS RD. l HYATTSVILLE, MD 20783 BOB HOLTZ SERVICES, INC. 303-296-9511 KAREN URBAN 303-296-9638 178 DENARGO MARKET DENVER, CO 80216 BRADLEY'S SIX FACILITIES MANAGEMENT 301 "73-3735 DARRELL BRADLEY 301-773-3121 5133 FROLICH LAND TUXEDO, MD 20781 BUILDING SERVICE UNLIMITED 804-355-4557 LINDA BROWN 804-355-1849 3805 CUTSHAW AVE.

SUITE 201 A RICHMOND, VA 23230 BUNCH - BAY CORPORATION 202-636-3568 JAYME A. MORRISON ~

A CUSTODIAL OPERATIONS SERVICES 7515 BUCHANAN STREET # 30 LANDOVER HILLS, MD 20784 I

A

-p-Page 3 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 .)

COMPANY. .

PHONE / FAX (Large Busineses are Identified with an Asterisk)

C & C CONTRATORS '301-352-6976 SHAWN IRBY 301-257-1572  !

3100' EAGLES NEST DRIVE i BOWIE, MD.20716 C.M.C. MAINTENANCE 207-941-9444 ,

TAMI SOMERS 207-941-9777 P.O. BOX 402 HAMPDEN, ME 04444 j CAPITOL HILL BUILDING MT INC., 301-341-3650 JEANETTA YOUNG 301-341-3633 8521 RAINSWOOD DRIVE SUITE # D 1 HYATTSVILLE, MD 20785

' CENTURY CONTRACT SERVICES, INC. 770-622-9907 CONTRACT MANAGER 770-622-9818 P.O. BOX 909  !

DULUTH,.GA'30097 CONSTRUCTION MARKET-DATA 301-474-0244  !

DAVID HETHERINGTON 301-474-5672 7623-B' ORA GLEN DRIVE-GREENBELT, MD 20770 DIAMOND SERVICES, INC. 910-892-3078 KATHY S. LEDFORD 910-892-3078 P.O. BOX 1345 DUNN,.NC 28335 DIVERSIFIED SERVICES GROUP 804-966-9736 PAUL D.BENTON P.O. BOX 99 ^

TOANO, VA 23168 DIXON'S PEST CONTROL INC. 202-882-6565 BOB DIXON 202-291-7082 7416 GEORGIA AVE ., N.W.

WASHINGTON, DC 20012

1 p.

l:

L  !

[

g Page 4 11/06/98 j BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 l- ' COMPANY PHONE / FAX l l (Large'Busineses.are Identified with an Asterisk) l

DKA- 561-640-9171 l l ARTHUR SNYDER 561-640-9143 1 5114 OKEECHOBEE BLVD., 1 SUITE 109 l

[

WEST PALM BEACH, FL 33417-I

!- ECS SERVICES, INC. 910-892-3763 i P.O. BOX 607 910-8914921 '

600 S. MAGNOLIA AVE l DUNti, NC 28335 EDWADS JANITORIAL SERVICE 601-982-8504 CHARLES EDWARDS 601-982-4663 P.O. BOX 710 MADISON, MS 39130 .

i '

L EXECUTIVE C.E. SERVICES, INC. 202-338-4026 CHARLES E. YOUNG 301-292-4575 P.O. BOX 44356 j- FT WASHINGTON, MD 20749 l

l. FEDERAL MANAGEMENT SYSTEMS, INC. 202-541-9451

'ABE'KELLIZY 202-829-4470 4303 IOWA' AVE i WASHINGTON, DC 20011  ;

1 FEDERAL SERVICES INC., 803-425-4854 >

LARY E. WESTFALL 803-432-1834 l P.O. BOX 1315 CAMDEN, SC 29020 l

FIVE STAR BUILDING SERVICES 800-403-9752 l WILLIE EDMONDS 610-352-8607 <

P.O. BOX 2515 a 6910 LUDLOW ST.

UPPER DARBY, PA-19082 i:

G & O GENERAL CONTRACTORS, INC. 703-569-0495 GWENDOLYN DICKERSON 703-913-6351 i P.O. BOX 23012 ALEXANDRIA, VA 22304 (1

6

  • Page 5 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

-GOVERNMENT CONTRACT SERVICES 800-278-5460-

-ED GLEASON 561-833-5388 1016 N. DIXIE HIGHWAY 2 ND FLOOR WEST PALM BEACH, FL 33401 HUGHES & ANNIE PEST CONTROL 301-552-1614 JOSEPH HUGHES 301-552-3372 6706 CATHEDRAL AVENUE LANHAM, MD 20706 HURRICANE. CONSULTING, INC. 678-309-9222 DOUG MATTIODA-DIRECTOR 678-309-0500 2675 PACES FERRY ROAD I SUITE 225 ATLANTA, GA 30339 INDUSTRAL MAINTENANCE SERVICES INC. 334-792-1121 -

J.P. HOLLOMON 334-792-1122 P.O. BOX 1551 DOTHAN, AL 36302 INVESTMENT-PROPERTIES,INC. 301-424-4727 SUE WHALEN 301-279-7944 807-I ROCKVILLE' PIKE ROCKVILLE, C 20852 JANDAR BUILO!N3 RESOURCES 410-488-9282 WALTER D. 2:X'N 410-488-9283 5307 MAYVIEW A'.*ENUE BALTIMORE, M*' ;;206 JOHN SHORB *JJiDSCAPING,INC.

. 301-897-3503 CYNTHIA LYFJJ; 301-897-2967 1.0518 WARFIELD STREET KENSINGTON, C 20895 JONES TECHNOLOGIES ENTERPRISES,INC 216-561-2772

HAROLD NAPIER 216-561-2773 13836 UNION AVENUE CLEVELAND, OH 44120

1 .

Page G 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

JONES TECHNOLOGIES, INC. 713-964-6717 KEN JAYNE 713-964-6721 1001 WEST LOOP SOUTH SUITE 100 HOUSTON, TX 77027 JOSEPH JONES 215-842-1092 5500 WISSAHICKON AVE SUITE 810C PHILADELPHIA, PA 19144 K.G. INC., 703-771-7791 CARMEN RAMIREZ 703-771-2216 15-E LOUNDOUN STREET LEESBURG, VA 20175 LARO GOVRNMENT SERVICES INC. 516-667-0900 DAVID C. THUMA 516-667-0881 271 SKIP LANE BAY SHORE, NY 11706 LNM CORPORATION 301-948-2849 LARRY MCKENNEY 301-212-9150 4301 MUNCASTER MILL RD ROCKVILLE, MD 20853 MAINTENANCE MANAGEMENT, INC. 757-440-9645 MICHAEL E. CALABRESE 1121 MURRAY DRIVE CHESAPEAKE, VA 23322 MEDINA CONTRACTING CO 619-486-1045 NORA SEIDL 619-486-7275 12257 OLD POMERADO ROAD >

POWAY, CA 92064 NEW ERA CONCEPTS 757-479-0388 WARREN HAIRSTON NONE 5485 STONEHAVEN DR.

VIRGINIA BEACH, VA 23464 l

- . . _ - -. . .. _. _. _ . _ - - _ . _ . . _ . . . _ . -___s .. _ . . _ _ . . _ . . __ _ . . . , - _ -

1 , ,

Page 7 11/06/98-BIDDER'S MAILING LIST-FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX

-(Large'Busineses are Identified with an Asterisk).

NORTH CHARLESTON SERVICES, INC 843-552-0968 YVETTE J. DOUGLAS. 843-552-7675 P.O. BOX 71042 CHARLESTON, NC 29415.

ORBITAL 410-576-0600 JOHN OWEN 410-576-9127 22 LIGHT STREET SUITE 310 BALTIMORE, MD 21202 PERSONALIZED DATA SYSTEMS RYAN BROOKS 617 MEADOWS CIRCLE LANTANA, FL.33462 POTOMAC VALLEY CUSTODIAL INC., 703-821-3216 CHARLES W. HUDNALL. 703-998-8537-1204 STONNELL PLACE ALEXANDRIA,.VA 22302-PSC JANITORIAL INC 404-881-0976 D SHAIKH 404-873-4537 1241 SPRING STREET.

ATLANTA, GA 30309 R & T PEST CONTROL SERVICES 301-967-2127

, ROD CARETHERS 301-967-1728 P.O. BOX 5054 CAPITO HEIGHTS, MD 20791

REALM INDUSTRIES CORP. 301-738-7066 l MR. ROBERT MORENO 301-838-7660 l- 1707 GRANDIN AVENUE 8 ROCKVILLE, MD 20851

! RELIABLE CLEANING & MAINTENACE CORP 516-691-0588 i 'VALARIE M. ROBERTS 516-691-0583 '

l 140-A' BROADWAY AMITYVILLE, NY 11701 l-

+qq+ n --m. , e , v v y- ,

. - . ~ . - - - --~ - . ~ . . . - . . . - ~ - . , - . - - .. ~ . . . . - - - . - . - - - . . - - . . -

I if 'o.

L Page 8 11/06/98

BIDDER'S MAILING LIST FOR j SOLICITATION NUMBER
RS-ADM-99-142 l

COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk) l RENAISSANCE CONTRACT MANAGEMENT 561-965-9880 l

EDWARD W. FRANZ 561-965-3922 P.O. BOX 17149 WEST PALM BEACH, FL 33416 )

l

ROMARK SERVICES COMPANY 915-594-3611 L B.J. ROPER 915-594-0619 l 1817 TOM BOLT DRIVE EL PASO, TX 79936 i

SAFEGUARD MAINTENANCE CORP., 410-666-0385

! H.T. BROWN 410-683-0443 10611 YORK ROAD COCKEYSVILLE, MD 21030

SATELLITE-SERVICES 906-228-6492 i SONJA M. LEPISKO 906-226-3997 309 S. FRONT STREET MARQUETTE, MI 49855 i-l SCRUPPLES, INC. 202-625-0222

( LOUIS CASALE 202-625-2099

[ L255 K STREET, N.W.

WASHINGTON, DC 20007 l

SERVICE STAR USA, INC 202-661-4772 JEFFREY C. SHAW 613-729-9216 1201 PENNSYLVANIA AVE., NW SUITE 300 WASHINGTON, DC 20004 f ,

SOUTHEASTERN SERVICES INC., 501-982-5833 i RICHARD ASSAN 501-982-7274 l 1701 SCHOOL DR., P.O. BOX 5521 l JACKSONVILLE, AR 72078 l

l STEVENS JANITORIAL SERVICE 703-878-6961 i.

JOYCE CARNIGIE STEVENS 703-351-8815 15901 FAIRWAY DRIVE

, DUMFRIES, VA 22026 l

.1' o Page 9 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-99-142 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

SUPERIOR JANITORIAL ENTERPRISE, INC 912-386-5765 BETH CLEMENTS 912-386-9317 1436 TIFT AVE TIFTON, GA 31794 SYSTEMS MANAGEMENT, INC. 724-658-5671 RONALD C. EGBERT 724-658-8195 P.O. BOX 118 NEW CASTLE, PA 16103 TAC SERVICES, INC (TSI) 719-264-4331 GERALD DURBIN 719-264-4332 5520 TECH CENTER DRIVE COLORADO SPR.INGS, CO 80919 TELTARA INC. 602-451-7000 JAMES MAYS 602-922-8388 16100 N. GREENWAY-HAYDEN LP SUITE 400 SCOTTSDALE, AZ 85260 TOWER CLEANING SYSTEMS 703-917-8888 CLYDE ALLEN 703-917-8989 7921 JONES BRANCH SUITE 300

-MC LEAN, VA 22102 TRI-ARK INDUSTRIES, INC. 215-364-6250 ANTHONY C. HIPPLE 215-364-8687 LAKESIDE OFFICE PARK 509 LAKESIDE DRIVE SOUTHAMPTON, PA 18966 TRIDENT MAINTENANCE, INC. 717-223-2080 RUDY VEGLIANTE 717-223-2077 9 DARTMOUTH ROAD P.O. BOX 848 MARSHALLS CREEK, PA 18335

1 .  !

1 l

j Page 10 11/06/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: .RS-ADM-99-142  :

1 COMPANY PHONE / FAX l

'(Large Busineses are Identified with an Asterisk)

TRUSTED HAND SERVICES, INC., 904-388-2333

GAIL RAULERSON 904-388-0503 2317 GILMORE STREET JACKSONVILLE, FL 32204 UNICCO GOVERNMENT SERVICES,INC. 703-631-1090  ;

R.K. BAILEY 703-631-1268 I 13890 BRADDOCK ROAD SUITE 207 CENTREVILLE, VA 20121 l

W.D. ENTERPRISES DARREN G. FIELDS P.O. BOX 8804 WICHITA, KS 67208 WEGCO, INC 202-363-1776 l JAMES ROSS WIEGER 202-363-1771  !

2555 PENNSYLVANIA AVENUE SUITE 1008 l WASHINGTON, DC 20037 '

l l

WILSON 5 SERVICE CO., INC.

NOREEN BANKS 207-439-7658 P.O. BOX 810 KITTERY, ME 03904 WOMENS MAINT. SERVICES, INC. 302-793-1178 RUTH A. MITCHELL 302-793-0110 950 RIDGE ROAD STE. C-24 CLAYMONT, DE 19703 YORK BUILDING SERVICES INC., 410-666-7238 H.T. BROWN 410-683-0443

! 10611 YORK ROAD COCKEYSVILLE, MD 21030 1

L 1

l

1 .s

1. THl3 CONTRACT 13 A RATED ORDER RATING SOLICITATION, OFFER AND AWARD uNDeR DPAS nS CFR 70o PAGE O' 'AGil g,A 2 CONTRACT NUMBE2 3 SouciTATION NUMBER e TYPE OF SOUClTAT!ON $ DATEISSUED 6 REQwSmON puso as ,,..gu

._ , SE ALED BiC 11F84 i

RS-ADM-99-142 x NEGOwED ,,,,, 11/9/98 T. iS$UED ev CODE 8 ADDRESS OFFER TO tit other man item ?>

l U.S. Nuclear Regulatory CornmiSSion i

Division Of Contracts and Property Mgt.

Attn: T.71-2 Contract Management Branch Washington DC 20555 NOTE in sealed bed scheitations ' offer

  • end *otteror* mean "Did* and nieder*.

- ,.. SOLICITATION 3 Sanied otters.n ongins ans _ t DUF U+ ) c.,,es io, turn,snm, ,3e so,,nes o, ,e, cn in the Seneduie .iii be received at ine oiace soec.f.es m item s. or .: fianacert.ed. .n tne accesitory roIs$eh See Item No. T ___ un,,, 3:30 P.M.,0c,t., 12/22/98 (Hour! ~ ~'-~itiate! ~ ~

CAUTION . LATE Submissions. Modifications. and withdrawais' See Section L. Provis on No. $2 214 7 or 52 215. I All Offers are subiect to all terms and cond nons conta l 10. FOR INFORMATION CALL: _-

l A NAME 8 TELE" HONE INO COLLECT CALLS: C E MAIL ADORESS I

AREA CODE l NUMBER ' ext.

Joyce Fields l301 415-6564
11. TABLE OF CONTENTS See Attached Table Of Content $

Ex1 l SEC. l, DESCRIPTION (x) f PAGE(S) l SEC. l DESCRIPTION PAGE t$i PARTI THE SCHEDULE PART 51. CONTRACT CLAUSES

!A l$0uCITATION/ CONTRACT FOPM l t ICONTRACT CLAUSES

$ ! SUPPLIES OR SERvtCES AND PRICES / COSTS i PART Ill . UST OF DOCUMENTS. EXHISITS AND OTHER ATTACH lC DESCRIPTION / SPECS] WORK STATEMENT I J lUST OF ATTACHMENTS lD PACKAGING AND MARKING f PART IV . R6 PRESENTATIONS AND INSTRUCTIONS lE INSPECTION AND ACCEPTANCE 1

K

' REPftESENTATIONS. CERTIFICATIONS AND OTHER F ' DELIVERIES OR PERFORM ANCE STATEMENTS OF QFFERORS G l CONTRACT ADMINISTRATION DATA L INSTR.. CONDS, AND NOTICES TO OFFERORS H . SPECIAL CONTRACT REQUIREMENTS M . EVALUAflON FACTORS FOR AWARD OFFER (Must be fully completed by offeror)

NOTE: Itam 12 does not apply of the schcotation metudes the provisions at52 214 16.M*nemum Bid Acceptance Pened

12. In comphance with the soeve. the &%rsoned agrees. *f tms otter is accepted witmn ca.endar days (60 catendar days urwess a different pened is mserted by the otterort from the date for receept of otters specahed above, to furmsh any or all *tems upon wmch onces are ottered at the price set opposte each item, delevered at the designated pomits), within the time specit.ed in ene schcdute 13 D:$ COUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS (% 20 CALENDAR DAYS (W j 30 CALENDAR DAYS (W CALENDAR DAYS (O (Ses Section 1. Cause No $2 232-81 l
14. #;CKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO.  ! OATE

, i AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOUCITATION for offerors and reisted documents numt.ored and dated.

! j -

1SA, fd.ME AND l CODE FACILITY 16 NAME AND TITIa OF PERSON AUTHORIZED TO SIGN OFFER ADDRESS (Type or onnte OF OFFEROR i

i i

t$a TELEPHONE NUMBER i l 17. SIGNATURE 18. OFFER DATE AREACOOE Nuu.ER E xT. i g r'U '5c c".' ENTER SUCH ADDRESS IN SCHEDULEc" 5 au'TT^"c5 ^oo*55 'S o5""' 'ao" ,I ABOVE I  !

AWARD (To be completed by Govemment)

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21 ACCOUNTING AND APPROPRIATION
22. AUTHORITY TOR USING OTHER THAN FULL AND OPEN COMPETITION. 23 SUBMIT INVOICES TO ADDM$$ $HOWN IN  ; ITEM 10 V S.C. 2304(a) i I 41 U S C. 252(c) ( l 2s. ADMINISTERED BY Sf other than hem M CODE l 25. PAYMENT WILL BE MADE BY CODE l

l

26. NAME OF CONTRACTING OFFICER (Type or pnnt) 27. UNITED STATES OF AMERICA 28. AWARD DATE (Segnature of Contract ng Officer)

IMPORT ANT Awartl wdl be made on this Fosm, or on Standard Form 26. or by other authonred otticial wntten notice.

STANDARD FORM 33 (REV 9 971

A 6 Section B PART I- THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS 8.1 PROJEC'i TITLE The title of this project is as follows:

"BL'Iding Custodial Services"

[End of Clause]

8.2 BRIEF DESCRIPTION OF WORK (MAR 1987), ALTERNATE 1 (JUN 1988)

The Contractor (independently and not as an agent of the Govemment, and in compliance with this contract and accepted industry standards), shall provide all management, administrative and technical support, supervision, labor, all materials, supplies, equipment and other resources (except as otherwise specified herein), necessary to plan, schedule, coordinate and perform all custodial, recycling, waste-trash removal, snow removal, grounds maintenance, pest control, and other related services at the U. S. Nuclear Regulatory Commission (NRC) One White Flint North (OWFN) and Two White Flint North (TWFN) buildings, located at 11555 Rockville Pike, Rockville, Maryland, and 11545 Rockville Pike, Rockville, Maryland, respectively.

The Govemment contemplates award of a firm-fixed-price contract for performance of the services described herein.

[End of Clause)

B.3 FIRM-FIXED PRICE FOR THE PHASE-IN/ PHASE-OUT TASK

1. Commencing on the effective date of the contract, the Contractor shall perform all work required for the Phase-In/ Phase-Out Task in OWFN and TWFN in accordance with Section C.2.1 of this contract at the total firm fixed price of $
2. The take-over date for Contractor's performance of the services described in this contract shall be on or about March 22,1999.

B.4 PRICES FOR BASIC CONTRACT SERVICES:

The Contractor shall perform a" contract services in accordance with Section C of this contract at the total firm-fixed pnce fo' each year as shown below.

The total firm-fixed price for the base year and each option year shall include total cost for performance of all requirements.

6

. - - - . . . - -- . . . - -.- , - - .~ . . - --- -

I J l

Section B B.4.1 BASE YEAR (0WFN & TWFN):

March 22,1999 - November 30,1999 Quantity Unit Price Total

1) Phase-In (One Time Cost) $ $
2) Custodial /Other Related Services 8 Month $ $
3) Recycling Services 8 Month $ $
4) Trash Removal Services 8 Month $ $
5) Snow Removal Services 8 Month $ $
6) Grounds Maintenance 8 Month $ $
7) Pest Control 8 Month $ $
8) Incidental Custodial Tasks 8 Month $ $

TOTAL FIRM FIXED PRICE FOR BASE YEAR ONE: $

B.4.2 OPTION YEARS 1-4, (0WFN & TWFN):

Option Year 1-December 1,1999 - November 30, 2000 Quantity Unit Price Total

1) Custodial /Other Related Services 12 Month 5 $
2) Recycling Services 12 Month 5 $
3) Trash Removal Services 12 Month $ $
4) Snow Removal Services 12 Month $ $
5) Grounds Maintenance 12 Month $ $
6) Pest Control 12 Month $ $
7) Incidental Custodial Tasks 12 Month $ $

TOTAL FIRM FIXED PRICE FOR OPTION YEAR ONE: $

Option Year 2-December 1, 2000 - November 30, 2001 Quantity Unit Price Total

1) Custodial /Other Related Services 12 Month $ $
2) Recycling Services 12 Month $ $
3) Trash Removal Services 12 Month $ $
4) Snow Removal Services 12 Month $ $
5) Grounds Maintenance 12 Month 5 $
6) Pest Control 12 Month $ $

l 7) Incidental Custodial Tasks 12 Month $ $

TOTAL FIRM FIXED PRICE FOR OPTION YEAR MO: $

i 7

i Section B 1

Option Yesr 3-December 1, 2001 - November 30, 2002 Quantity Unit Price Total

1) Cu's todial/Other Related Services 12 Month $ $
2) Recycling Services 12, Month $ $
3) Trash Removal Services 12 Month $ $

_4) Snow Removal Services 12 Month $ $

5) Grounds _ Maintenance 12 Month $ $
6) Pest Control 12 Month $ - $
7) Incidental Custodial Tasks 12 Month $ $

. TOTAL FIRM FIXED PRICE FOR OPTION YEAR THREE: $ )

!- Option Year 4-December 1, 2002 - November 30, 2003 Quantity Unit Price Total -

1) Cleaning /Other Related Services 12 Month $ $  !
2) Recycling Services 12 Month 5 $
3) Trash Removal Services 12' Month $ $
4) Snow Removal Services 12 Month $ $ ,
5) Grounds Maintenance 12 Month $ $- )
6) Pest Control 12 Month $ $ i

. l 7) Incidental Custodial Tasks 12 Month $ $ l

-TOTAL FIRM FIXED PRICE FOR OPTION YEAR FOUR: $ l

. TOTAL FIRM FIXED PRICE FOR ALL SERVICES: $

r B.5 - CONSIDERATION AND OBLIGATION-FIRM FIXED PRICE The firm fixed price for this contract is $_, . The total funds obligated under this contract for performance of services required herein is $ * .

L

  • To be incorporated into any resultant contract.

p 8

i

-,- y -

w~,, - c - - . - - . r

.6 S m n-A-eu-,-s.- r,w,a a 4 --s'J .w a w -,ae. -- -n,__,,42i etJ A. -AJa#-,L. a 4 M + AA* A-pl.A as-I 4

l INTENTIONALLY BLANK P

. 9 J

l t

a - j Section C SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT C.1 INTRODUCTION C.1.1 The Contractor shall provide all management, administrative and technical support, supervision, personnel, quality control, equipment, tools, materials, vehicles, supplies, and other items and resources necessary to perform all custodial, removal of recyclable products, trash and waste disposal, snow removal, grounds maintenance, pest control, and related services as described in this statement of work, except as otherwise specified herein, to achieve the quality specifications set forth in Section C and Exhibit I of this contract. The Contractor shall provide schedules and accomplish daily and periodic work in conformance with said schedule (s). The Contractor shall perform all requirements to meet the quality requirements specified in this contract.

The " effective date of the contract" as referenced throughout this Section C is defined as the first day of the contract period of performance. The " takeover date of the contract" as referenced throughout this Section C is defined as the first day that the responsibility to perform all work requirements are transferred from the Outgoing Contractor to the successor Contractor. During the period between the effective date and the takeover date, referred to as the " Phase-In" period, the Contractor shall perform work as listed in Section C.2.1, in order to be prepared for takeover of the performance requirements at the firm fixed price.

For all other definitions under this contract, the Contractor shall refer to their applicable sections within this Statement of Work.

Unless otherwise specified, all references to " days"in this Section C DESCRIPTION / SPECIFICATIONS / WORK STATEMENT of this contract refer to

" Government official work days."

C.2 SPECIFIC WORK REQUIREMENTS The general performance requirements, set forth in Section C.3 below, apply for all specific work requirements set forth in this Section. In the event of any conflict between the general performance requirements and the specific work requirements, the specific work requirements shall take precedence.

All work shall be performed at the fixed prices set forth in Section B.

In the performance of all work under this contract, the Contractor shall not allow debris to spread into adjacent areas nor accumulate in the work area itself. All such debris, excess material, and parts shall be cleaned up and removed at the completion of the job and/or at the end of each day while work is in progress. Upon completion of work, any stains or other unsightly marks shall be removed. All areas shall be cleaned to the condition before work was performed.

10

- . .- . .. .- - - . _ .. .- - _ . - _- _ = . _

c ,

Section C C.2.1 PHASE-IN REQUIREMENTS The Contractor shall perform the following Phase-in Task beginning on the effective date of the l contract:

The services under this contract are vital to the ability of the NRC to function properly To ensure that there is no disruption of services on the contract take over date, the Contractor shall develop work assignments and inventory requirements, and coordinate the delivery c f supplies L to ensure adequate supplies to coincide with the takeover date. During the phase-in period the l contractor shall provide a Contract Manager, Altemate, and Custodial Supervisor.

I C.2.2 CUSTODIAL SERVICES The specific daily and periodic cleaning work requirements and quality requirements are provided in Exhibit 1 and are a part of the contract scope of work.

All custodial services shall be performed during other than Regular NRC Working Hours.

l However, routine custodial and recycling services for the following areas are to be performed l during Regular NRC Working Hours:

! A. OWFN Daytime Cleaning j (1) Room P-137, Mailroom (2) Room 2G3, Computer Room (3) Room 2A1, Computer Room

. (4) Room 2D6, Security SCIF Room l

(5) Room 2D16, Security SCIF Room (6) Room 2D1, Security SCIF Conference Room (7) Room 1F21, NTEU Room l (8) Room P1 Link, Joggers Shower *

(9) Room 1G18, Recreation Association Store (10) Room 6B9, Cashier's Office (11) Room P-136, Supply Room (12) Porter service to perform the following:

a. Servicing restrooms (male employee for mens room and female employee for ladies room) continuously rotating throughout the day and miscellaneous services such as spills.
b. Policing of Grounds
c. Lay down govemment furnished walk off mats during inclement weather l_ b. Incidental vacuuming, sweeping, and mop ups due to spillages and l accidents
l. e. Conference room clean-ups and trash removal, as required.*
f. Policing of public areas r

11

1 4 .

j I

l 1 Section C l i

B. TWFN Daytime Cleaning j (1) Room 112, Fitness Center *

(2) Room 2C4, ASC Satellite Mail Room (3) 2C1, CIO Technical Training Center  !

(4) 285 NMSS Video Teleconferencing Center j (5) 2E26 ACRS Mailroom l (6) 2B1 & 2B3 ACRS Hearing Rooms (AV Equipment) I (7) 2D30 OHR file room (Personnel) l (8) 4C3 Computer room ]

(9) SC2 Micrographics File Storage I (10) SE46 Central Records Storage (11) 6D4 FOIA/DAS (12) 8E6,8E6A,8E6B NMSS SCIF (13) 8CS NMSS Regulatory Products Development Center (RPDC) l (14) Lay down government-furnished walk-off mats during inclement weather l (15) Incidental vacuuming, sweeping, and mop-ups due to spillages and accidents (16) Policing of public areas (17) Porier service to perform the following: l a Servicing restrooms (male employee for mens room and female employee ,

for ladies room) continuously rotating throughout the day and  !

miscellaneous services such as spills. l

b. Policing of Grounds
c. Policing of public areas
d. Policing of Grounds
e. Conference room and auditorium / atrium / exhibit area clean-ups/ setups, and trash removal, as required *
  • These areas will also require daily nighttime cleaning.

C. Cleaning Scheduling Daytime cleaning, some snow removal services, landscaping, grounds policing, window washing, daytime waste / trash removal as needed, compactor trash removal, and routine j miscellaneous cleaning service calls such as spills, shall begin at 6:00 am through 6:00 p.m. All other custodial services shall be performed in the evening, including pest control, recycling, snow removal, trash removal, shall begin no earlier than 6:00 p.m. and shall continue until all daily contract requirements have been accomplished, but shall be concluded no later than 6:00 a.m. the next calendar day, excluding weekends and holidays. While all daytime cleaning shall ,

be performed during the hours of 6:00 am-6:00 p.m., the contractor may work weekends and I holidays in order to accomplish the required contract services to include daily and periodic l cleaning. Contractor shall coordinate with the P.O. prior to performing any weekend or holiday work.

l 12 j

u

g - _ __ ._ _ - _ ._ _ . . _. . _ . .

l-l Section C D. Cleaning Work Quality Requirements Both daily and periodic cleaning services as specified in Exhibit 1 shall be completed to the l- quality level and with the degree of frequency as specified in Exhibit 1. The Contractor shall L note that during the performance of daily cleaning requirements, those services which require l

cleaning as traffic demands are to be monitored and cleaned continuously throughout the day.

l l C.2.3 RECYCLING SERVICES l

l C.2.3.1 REMOVAL OF RECYCLABLE PRODUCTS (OWFN) l The Contractor shall perform all services necessary for the removal of all recyclable products

- from the OWFN building as specified herein.

A. Grade 1 Paper (OWFN)

The Contractor shall remove Grade 1 paper from each floor every other work day and place in carts separate from other grade paper by emptying NRC-furnished recycling containers (cardboard boxes). There are approximately 100 boxes throughout the i building (plus or minus 5 percent variance). The dimensions of the cardboard boxes are l 32" x 20" x 13" (.178 cubic yard in size). The Contractor shall monitor the condition of l these boxes and immediately replace any missing, defective, wom or marked boxes.

The NRC will provide additional recycling boxes for replacement purposes. The Contractor shall transport the paper to the OWFN loading dock and deposit it into the carts fumished by the NRC. Grade 1 paper shall be placed in carts separate from other

! paper grades.

B. Grade 11 Paper (OWFN)

The Contractor shall remove Grade il paper from each floor every other work day and place in carts separate from other grade paper by emptying NRC-fumished recycling containers (cardboard boxes). There are approximately 41 Grade Il paper boxes located throughout the building (plus or minus 5% variance). The dimension of the boxes are 32" x 20" x 13" (.178 cubic yard in size.) The contractor shall monitor the condition of these boxes and immed ately replace any missing, defective, worn or marked boxes.

The NRC will provide additional boxes for replacement 6 purposes. The Contractor shall transport the paper to the OWFN loading dock and deposit it into the carts fumished by the NRC.

The Contractor shall immediately notify the Administrative Services Center if the NRC-

! fumished carts located on the OWFN loading dock reach 90 % of their capacity.

1 I 13 l

l

f. J Section C C. Glass Bottles, Plastic and Aluminum Cans (OWFN)

NRC-furnished special recycling containers will be placed in the following areas:

(1) New Reg Caf6 (OWFN)

Two NRC-furnished containers: one container for aluminum cans, and one container for plastic and glass bottles will be placed in the New Reg Caf6. These containers are15-1/4"x15-1/4"x38" The Contractor shall furnish 37-gallon, biodegradable, heavy-duty plastic bags and use them to line the recycling containers. On a daily basis,' the Contractor shall inspect the containers, and whenever the containers are full, the Contractor shall remove the bags, apply ties, replace the plastic bags, transport the full bags to the P-l loading dock area, empty them into the appropriately marked 90-gallon containers, and dispose of the used plastic bags. The contractor shall dedicate certain 90-gallon containers for aluminum recyclables deposit only, until the containers being used for non-aluminum recyclable products (plastic and glass bottles) have reached 100% of their capacity, at which time the remaining recyclables collected by the Contractor before the periodic pickup by the NRC Recycling Contractor, may be co-mingled into the same container . On a weekly basis, the Contractor shall clean and disinfect the interior and exteriors of the New Reg Caf6 recycling containers.

(2) Floors P1 and 2 through 18 (0WFN)

One container, with dimensions of 15"x15-1/4"x38", will be placed in the vending area on Floors 2 through 16, in the copy room on Floor 18 and on the P-l level, for direct deposit by OWFN occupants of co-mingled recyclables (plastic, aluminum cans and glass bottles). The Contractor shall fumish 37-gallon, biodegradable, heavy-duty plastic bags and use them to line these containers. The Contractor shall empty all containers daily by removing the bags from the containers, applying ties to the bags, and relining the containers with new plastic bags. The contractor shall transport the full bags to the P-l corridor and place the co-mingled recyclables into the appropriately marked 90-gallon containers and dispose of the used plastic bags. On a weekly basis, the Contractor shall clean and disinfect the recycling containers located on office floors.

(3) P-l Loading Dock Area (OWFN)

Five to seven containers, with dimensions of 36" x 29"x 45-1/2"(90 gallons) will be placed on the P-lloading dock area for temporary storage of aluminum cans, plastic and glass bottles by the contractor while awaiting pick-up by NRC's Recycling Contractor.

Once a month, after these containers are emptied by the NRC's Recycling Contractor, the Contractor shall clean and disinfect the interior and exterior of the recycling containers.

14

. o l

Section C The Contractor shallimmediately notify the Administrative Services Center if these NRC-furnished recycling containers reach 90% of their capacity.

D. Laser Toner Cartridges and Supplies (OWFN)

The Contractor shall remove used laser toner cartridges and supplies from each floor once a week and transport to supply store located at OWFN P1-36. At the supply store the Contractor shall empty the contents into containers specified by the NRC. There will be 2 boxes per floor.

i The dimensions of the cardboard boxes are 32"x20"x13". The Contractor shall monitor the condition of these boxes and immediately replace any missing, defective, wom or marked boxes. The NRC will provide additional boxes fore replacement purposes.

C.2.3.2 REMOVAL OF RECYCLABLE PRODUCTS (TWFN)

The Contractor shall perform all services necessary for the removal of all recyclable products from the TWFN building as specified herein.

A. Grade 1 Paper (TWFN)

The Contractor shall remove Grade 1 paper from each floor every other work day and place in carts separate from other grade paper by emptying NRC-furnished recycling containers (cardboard boxes). There are approximately 80 boxes throughout the building (plus or minus 5 percent variance). The dimensions of the cardboard boxes are 32" x 20" x 13" (.178 cubic yard in size). The Contractor shall monitor the condition of these boxes and immediately replace any missing, defective, worn or marked boxes.

The NRC will provide additional recycling boxes for replacement purposes. The Contractor shall transport the paper to the OWFN loading dock and deposit it into the carts furnished by the NRC. Grade 1 paper shall be placed in carts separate from other paper grades.

B. Grade 11 Paper (TWFN)

The Contractor shall remove Grade 11 paper from each floor every other work day and place in carts separate from other grade paper by emptying NRC-furnished recycling containers (cardboard boxes). There are approximately 22 Grade Il paper boxes located throughout the building (plus or minus 5% variance). The dimension of the boxes are 32" x 20" x 13" (.178 cubic yard in size.) The contractor shall monitor the condition of these boxes and immediately replace any missing, defective, worn or marked boxes.

The NRC will provide additional boxes for replacement purposes. The Contractor shall transport the paper to the OWFN loading dock and deposit it into the carts furnished by the NRC.

The Contractor shallimmediately notify the Administrative Services Center if the NRC-l furnished carts located on the OWFN loading dock reach 90 % of their capacity.

15

O A Section C C. Glass Bottles, Plastic and Aluminum Cans (TWFN)

NRC-furnished recycling containers will be placed in the following areas:

(1) Floors P-l, and 2 through 10 (TWFN)

NRC will fumish one container in vending rooms, employee lounges on floors 2 through 10, and the P-1 Day Care Staff Room. These containers will be used as repositories for co-mingled recyclables (glass bottles, plastic and aluminum cans).

Each container will be 15-1/4"x15-1/4"x38" in size. The Contractor shall fumish 37-gallon, biodegradable, heavy-duty plastic bags and use them to line the containers. On a daily basis, the Contractor shall inspect the containers and, whenever the containers are full, the Contractor shall remove the bags, apply ties, replace the plastic bags, transport the full bags to the OWFN P-1 corridor, and empty the recyclables into the 90- I gallon container located on the OWFN loading dock. On a weekly basis, the Contractor shall clean and disinfect the interior and exterior of the floor containers.

(2) ist Floor- Cafeteria (TWFN) l Three containers (built under the existing counter top for condiments) will be for direct deposit of aluminum cans, plastic and glass bottles.

The Contractor shall fumish 37-gallon, biodegradable, heavy-duty plastic  ;

bags and use them to line the containers. On a daily basis, the '

Contractor shall inspect the containers, and whenever the containers are full the Contractor shall remove the bags, apply ties, replace t7e plastic bags, transport the full bags to the P-1 loading dock, empty tha aluminum cans, plastic and glass bottles into the appropriately marked 90 gallon containers and dispose of the plastic bags. The contractor shait dedicate certain 90-gallon containers for aluminum recyclables deposit only, until the containers being used for non aluminum recyclable products (plastic and glass bottles) have reached 100% of their capacity, at which time the remaining recyclables collected by the Contractor before the periodic pickup by the NRC Recycling Contractor, can be co-mingled into the same container. On a weekly basis, the Contractor shall clean and disinfect the interior and exterior of the 90-gallon containers.

16

d ': A' Section C 1 1

l D. Newspapers (TWFN) l One NRC-furnished canvas cart, will be placed near the elevator lobby entry door area on the P-2 level of TWFN, for deposit of newspapers by the TWFN l occupants. Once a week, the Contractor shall remove the newspapers from this >

! cart, transfer the newspapers to the OWFN loading dock, and deposit them into NRC-furnished carts. Newspapers shall be placed in a separate cart from Grade 1 and Grade 11 paper.

l E. Laser Toner Cartridges and Supplies (TWFN)

- The Contractor shall remove used laser toner cartridges and supplies from each floor once a .l week and transport to supply store located at OWFN P1-36. At the supply store the Contractor shall empty the contents into containers specified by the NRC. There will be 2 boxes per floor.

The dimensions of the cardboard boxes are 32"x20"x13". The Contractor shall monitor the condition of these boxes and immediately replace any missing, defective, worn or marked l

boxes. The NRC will provide additional boxes fore replacement purposes.

I C.2.4 TRASH / WASTE REMOVAL j The Contractor shall furnish all necessary labor, equipment and supervision to provide waste and incidental debris removal and disposal services in the OWFN and TWFN buildings, grounds and underground garages.

A. Safety Requirements f i The Contractor shall ensure that their drivers follow all prudent safety practices while operating

registered and insured motor vehicles. Also, all vehicles must have operable parking and l

emergency parking systems, backup alarms, and wheel shocks. The drivers shall ensure that engines are tumed off while parked.

j. B. EnvironmeritalQuality Assurances The Contractor shall fully comply with all State, county and city laws and regulations regarding sanitation and solid waste disposal.

l The Contractor shall not create or allow any litter to accumulate at loading dock locations when transporting and/or disposing of trash.

The Contractor shall follow EPA regulations outlined in the Code of Federal Regulations 40 l Pads 243 and 257.

! 17 L

L ,- . -. . _ _ . . , _ . - - - - - - -

, ___. ... _ - _ _ _ . _ . . _ _ . . ~ - _ . _ _ _ _ _ . _ _ _ _ . . . . _

Section C C. Trash / Waste Equipment All equipment shall be in place and fully operable at the beginning of the takeover date of the ,

contract.

4 The Contractor shall fumish and install one stationary compactor and one container at the right side of the loading dock at OWFN and one compactor and one container at the right side of the loading dock at TWFN. The compactors shall be secured to a concrete base. NRC shall furnish the electrical outlet and power for connection to the compactor's power unit. The compactors ,

- shall be equipped with the following: )

i (1) separate power unit with an "on-off" key controlled switch; (2) doghouse and access interlock switch;

-(3) RAM stop forward feature; 1

-(4) full container warning light; l (5) a working hydraulic pressure gauge capable of reaching 2000 psi; and, (6) 3-to-1 compaction ratio.

The compactors shall meet all OSHA safety requirements and local safety ordinances. In the l event that the PO discovers that the compactors are not in compliance with the OSHA safety ,

requirements, all defects shall be corrected within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of notification from the PO. In j

' addition, the compactors shall be inspected by the Contractor for proper. operation and safety, l as' a minimum, once every quarter (during the months of February, May, August, and j November). A written certificatiori shall be submitted to the PO stating that the inspection has

- been completed and that the compactors are in compliance with OSHA and state regulations

- and are operating according to design specifications. The Contractor shall wash and deodorize the compactors and containers at least twice a year.(during the months of March and September).

The Contractor shall fumish and install one 30 cubic yard container at OWFN and one 30 cubic yard container at TWFN (the 3-to-1 compaction ratio will allow the containers to accept a maximum of 90 cubic yards of trash.) The containers shall have tight fitting lids with no gaps ,

greater than 1/4 inch. The area around the compactor shall remain free of trash and debris at all j times.

. D. Schedule of Removal

- The Contractor shall remove the container from OWFN and TWFN on Tuesdays, and Thursdays, excluding holidays. The containers shall be removed any time after 1:00 a.m. on Tuesdays and Thursdays and shall be retumed empty no later than 10:00 a.m. on the same day it is removed. The containers shall be retumed to the exact location and position from which

~

they were removed. . Upon return of the containers, the Contractor shall ensure that the i container is properly affixed to the compactor and that the compactor operation is working t properly. The Contractor shall ensure that the removal and return of the container does not occur during the moming rush hour (6:00 am - 9:00 am).

18

  • -et- n M 7 + ++-rv+ Tt 2'T- * - *--' '"' ' ' * -- "-'

. o Section C E. Disposal Facility Selection of a certified disposal facility shall be the responsibility of the Contractor.

It is the desire of the NRC that all trash and debris collected as a requirement of this contract shall be removed from the premises and transported to a processing facility for the purpose of manufacturing or recycling to the greatest extent available.

Trash and debris not transported to a facility for manufacture or recycling shall be disposed of only through a waste disposal facility that has been certified by the appropriate State or local agency for waste management, or by the EPA.

The NRC shall reimburse only those fees which are charged by the waste disposal facility to the Contractor for the dumping and disposal. The charges shall be based upon the weight of trash in the container when it is dumped at the disposal facility. To obtain this weight, the disposal facility will weigh the Contractor's truck and its attached containers prior to dumping. The disposal facility shall then weigh the Contractor's truck and the attached empty containers immediately after the containers have been emptied. The difference in weight will represent the amount of trash which was dumped at the disposal facility. The difference in weight shall be documented by the disposal facility on a certified report and expressed in tons. A copy of the certified report shall be obtained by the Contractor's driver.

The Contractor shallinvoice the NRC each month by multiplying the total tons dumped (as documented on the certified report) times the cost per ton charged by the disposal facility.

When submitting the invoice, the Contractor shall also submit copies of all certified reports and a copy of the disposal facility's cost per ton dumping fees with the invoice.

Note: For information purposes only, it is estimated that approximately 4,000 cubic yards of trash and 970 cubic yards of debris will be generated at OWFN per year. Approximately 4,500 cubic yards of trash and 1,200 cubic yards of debris will be generated at TWFN per year.

C.2.5 SNOW REMOVAL A. General Requirements The snow removal requirements shall apply at all times throughout the workday, night, weekends and holidays. The Contractor shall remove all snow and/or ice from the OWFN and TWFN buildings entrance steps, landings, sidewalks, including the sidewalk approaches, curbs, vehicular courts, driveways, parking areas and approachos, ramps, benches, plazas eccess area to flagpoles, tables, loading dock areas, obscured signs, etc. by 6:00 am and on a 19

Section C 1

continuous basis throughout periods when there is snow and/or ice which might accumulate.

Contractor shall remove any snow plowed into any of the above areas, whether so plowed by the Contractor, by State or county authorities, or by any other entity.

Only environmentally safe chemicals which are non-abrasive shal' be used to reduce safety hazards due to ice and snow. All chemicals used shall be EPA-approved. i Equipment, materials and personnel furnished shall be consistent with the amount of snow and ice involved and predicted in weather forecasts.

B. Specific Requirements The Contractor shall perform snow removal services, as set forth in this contract. The snow removal services shall include, as a minimum, the following:

(1) Provide all supervision, manpower, tools, chemicals, abrasives, equipment, and vehicles to ensure complete and continuous removal of allice and snow from the areas described.

(2) Ensure that snow and ice which is deposited or formed during the night shall be removed prior to 6:00 a.m. each day and is continuously removed from the areas described above.

(3) Ensure that snow and ice which is deposited or formed from 6:00 a.m. through 6:00 p.m. each day is continuously removed from the areas described above.

(4) Monitor weather forecast wamings and advisories and use prudent judgement in mobilizing snow removal efforts. ,

i (5) Provide Manufacturer Safety Data Sheets. l C.2.6. GROUND MAINTENANCE Within five days after the effective date of the contract, the Contractor shall submit a written plan to the PO which provides all labor supervision, equipment, and supplies necessary to perform the following ground maintenance requirements. Only upon written approval of the ground maintenance requirements pla- by the PO shall the Contractor initiate the ground maintenance services. .

I in addition to the ground ma ntenance requirements plan, and also within five days after the effective date of the contra:: the Contractor shall submit a written monthly schedule to the PO which outlines the schedu!e of a' grounds maintenance work to be accomplished duriog the  ;

upcoming month. Thereafter, at: subsequent monthly schedules shall be submitted to the PO l l within five days prior to the beginning of each month. The monthly schedules shall be reviewed l

20 1

1

i Section C I

and approved by the PO prior to the Contractor performing grounds maintenance work. Any deviation from the PO-approved schedule shall require additional prior approval by the PO.

The Contractor shall restore to original condition any damage caused by its operations, including the replacement of any plant material damaged as a result of the Contractor's negligence, at no cost to the NRC.

A. Fertilizing The Contractor shall fertilize the following areas with a commercially available fertilizer, grade 10-6-4. A minimum of 50% of the available nitrogen shall be organic. Lawn area and plants shall have a healthy texture and color at all times. The Contractor shall ensure that all fertilizer is applied in accordance with the manufacturer's instructions. The Contractor shall ensure that no treated areas are burned as a result of over-fertilization. Contractor shall be liable for any damage associated with over-fertilization and shall immediately replace damaged, over-fertilized turf, shrubs, ground cover and/or trees at no cost to the NRC.

(1) Trees The Contractor shall use a soil auger, crowbar, or posthole digger, to make holes to fertilize the trees. The Contractor shall fill the holes with soil. Immediately following the application of fertilizer, the entire area shall be watered. Time of application shall be between March 1 and March 31 of each year. Trees shall be fertilized before mulch is applied.

(2) Shrubs The Contractor shall remove from the area to be fertilized all weeds, grass, leaves, and other foreign matter. The fertilizer shall be incorporated into the soil or existing mulch material. Care shall be exercised to avoid damaging or disturbing the root system of the shrubs being fertilized. Immediately following the application of fertilizer, the entire area shall be watered. Time of application of the fertilizer shall be between March 1 and March 31 of each year. Shrubs shall be fertilized before mulch is applied. Should the Contractor wish to use liquid fertilization programs for shrubs, the Contractor shall first obtain the PO's written approval.

(3) Ground Cover The Contractor shall fertilize ground cover by broadcasting the fertilizer evenly over entire area. Time of application shall be between March 1 and March 31 of each year.

Immediately following the application of fertilizer, the entire area shall be watered.

.A (4) Grass The Contractor shall fertilize with a commercially available fertilizer grade 10-6-4.

21

Section C Fertilizer shall be broadcasted over the entire lawn. The Contractor shall ensure that all fertilizer is applied in accordance with the manufacturer's instructions. The first application shall be applied during the spring season between March 1 and April 15 of each year.

The second application shall be applied during the fall season between October 1 and November 15 of each year.

B. Mulching (all unpaved non-turf areas)

Mulch in unpaved non-turf areas shall be replenished and kept level with adjacent sidewalks.

Mulch shall be commercial grade shredded hardwood bark. As a minimum, the Contractor shall evenly apply two inches of mulch, ensuring that there are no bare spots at any time. The mulch shall be free of sticks, stones, clods, or other foreign material. All areas to be mulched shall be cultivated prior to mulch application to include raking, removing debris and the edge of the unpaved non-turf areas shall be reestablished prior to application. Mulch shall be furnished in original containers, and if bulk mulch is used, samples and certifications of its contents sha!' be submitted to the PO, prior to application, for written approval. All trees, shrubs, hedges, borden,,

ornamentals, and openings within ground cover beds shall be mulched. Any excessive mulch build-up shall be removed by the Contractor before new mulch is applied. Mulch shall be applied tri-annually no later than the fifth day of each month of April, August and November, but only after fertilizing has been completed. In addition to the tri-annual mulching schedule, the Contractor shallinspect all mulched areas at a minimum of once a week, as well as at the conclusion of inclement weather, for spots bare of mulch. Whenever a bare spot is found, the Contractor shall immediately apply adequate mulch to establish uniform appearance.

Tri-annually, the Contractor shall replenish the woodchips and sand in the Day Care Center area. As a minimum, the Contractor shall evenly apply the woodchips and sand, ensuring that there are no bare spots at any time. The woodchips shall be clean, free of large pieces and applied to maintain a depth of 4 inches.

C. Pruning All scheduled pruning shall be done during the dormant season but may also be required if damage occurs as a result of inclement weather, and shall be performed only by individuals who are certified in tree and shrub pruning.

(1) Trees: All necessary precautions, including the use of appropriate warning signs and barricades, shall be taken to prevent any personal injury and/or damage to property. Tree workers shall be trained and experienced in arboriculture and all work shall ennform to industry standards in Class 1-Fine Pruning as defined by the National Arborist Association Standards.

Pruning shall include, but not be limited to the following: removing sprouis at or n_ ear the base of the tree; removing branches that grow toward the center of the tree; elimination of crossed branches and v-shaped forks thct lack strength; removing dead, dying, diseased, infested, and broken bratiches; cutting back 22 l

l l

1 Section C ovenueighted limbs; removing branches that limit the headroom of pedestrians and/or vehicles; thinning of crowns; maintenance of natural appearance; and removing or shortening br anches that threaten to interfere with space limitations and overhead wiring. AdJitional sucker growth, water sprouts, diseased and infested branches, and all fallen branches shall continually be removed. Tools used for removing diseased wood shall be ninfected immediately after such use.

Care shall be exercised not to leave stubs and to avoid stripping of bark. All cuts over one inch in diameter shall be covered immediately with a tree-wound compound.

(2) Shrubs: Individual plants shall be pruned by selectively thinning as much as 25% of the existing old wood, including branches that are dead, damaged, diseased, or infested. Any significant reshaping of plants shall first be approved by the PO five days before scheduling such work.

(3) Ground Cover: All ground cover shall be cut back and/or thinned in accordance with proper horticultural procedures. Herbaceous perennials shall have spent flower stalks and dead foliage removed throughout the growing season, approximately April through September.

D. Liming The Contractor shall have a complete soil analysis conducted by a Govemmen.t laboratory or recognized commerciallaboratory within 15 days after the takeover date of the contract. The Contractor shall submit the laboratory's certified copies of the soil analysis to the PO upon completion of the laboratory's analysis. If the soil analysis indicates a need to time, the Contrac-tor shall apply time to the soil uniformly in accordance with the recommendation based on soil analysis. The Contractor shall submit a written recommendation to the PO of the time of application, for the PO's written approval. Lime shall be pulverized dolomitic limestone (horticulturai grade) and contain not less than 85% of calcium and magnesium carbonates.

Containers shall be labeled to show chemical and mechanical analysis. In addition, if soil tests or plant material indicate a need for trace elements, they shall be applied by the Contractor.

E. Shearing Shearing shall be performod nnN by workers trained and experienced in this activity. Trees, shrubs, and ground cover u hept neatly sheared / clipped at all times in accordance with the National Arborist Association (NAA) recommendations. As a minimum, the Contractor shall provide the following services:

(1) Shrubs and Trees: Shrubs and trees shall be sheared / clipped approximately once every 30 days during the growing season (approximately April through September).

The first shearing for new shrubs and trees shall be performed when new growth reaches three inches. All other types of shrubs, including flowering, shall be 23

Section C sheared in accordance with proper horticultural practice.

(2) Ground Cover: During the growing season, all ground cover, with the exception of herbaceous perennials, sball be trimmed once each month or as needed. Once dormant, herbaceous pers nnials shall be sheared in accordance with NAA recommendations.

F. Insect and Disease Control The Contractor shall conduct semi-annual pest evaluation surveys in April and September of each year. Within 15 days after the completion of each survey, the Contractor shall submit to the PO for his approval, a written preventive and remedial insect and disease control plan for turf areas, ground covers, flowers, ornamental trees and shrubs. The plan shallinclude, as a minimum: type of insect or disease found during the survey, location of infected areas, proposed method of treatment, and proposed preventive treatment. The Contractor shall notify the PO in writing 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> prior to beginning any treatments.

G. Weed Control Weeds on the OWFN and TWFN building grounds shall be eradicated and removed. The ground shall present a neat, well-maintained appearance at all times. As a minimum, weed control, with the exception of pre-emergent applications, shall be performed when weeds are actively growing, and shallinclude the killing and/or complete removal of all weeds from the following areas:

(1) Ornamentals: Trees, shrubs, and ground cover shall be weeded once every two weeks or as needed.

(2) Turf: Turf areas shall be treated twice a year with each application consisting of both pre-emergent and post-emergent broadleaf herbicides. The time of the first applications shall first be approved by the PO. The second applications shall be eight weeks after the first application.

(3) Non-planted Areas: Parking lots, sidewalks, gravel areas, etc., are to be weeded once each month or as needed.

(4) Fences: The ground under the fences shall be treated for weeds with both pre-emergent and post-emergent broadleaf herbicides as needed.

H. Grass Cutting The Contractor shall be responsible for all grass cutting at the OWFN and TWFN grounds.

Grass cutting shall be scheduled so that it does not interfere with any NRC outdoor activities, vehicle parking, etc. This may necessitate scheduling work on Saturday or Sunday. A scheduled grass cutting cycle, including edging and trimming as discussed below, shall be 24

o .

Section C completed within one day. In the event of sudden inclement weather during the cutting cycle, the Contractor shall complete the cycle when the grass is adequately dried.

The Contractor shall utilize a mower with a recycling system that mulches the clippings and returns the clippings into the lawn to decompose.

l

! Mowing blades shall be set to cut grass at a height of not less than two inches. During periods i of low rainfall or drought, the period between cuttings shall be extended to allow grass to attain a j height of not less than three inches before cutting. i

. Areas to be cut shall be policed before mowing to remove any paper, stones, or debris which l may have accumulated.

4 l Grass adjacent to asphalt or concrete walks or driveways shall be cut to a neat sharp edge.

Trimming and edging around curbs, walks, ornamentals, monuments, flagpoles, etc. shall be done with a power edger (blade type) each time the grass is cut. A well defined line shall be established. All metal edging shall be realigned or replaced if damaged by the Contractor.

Trimming shall be at a height of not less than two inches. During periods of low rainfall or drought, the period between trimmings shall be extended to allow grass to attain a height of not less than three inches before cutting.

l. Use of Water I l

An underground sprinkler system has been provided for the purpose of watering turf, flowers, plants, and shrubs. The Contractor shall be responsible for the operation and maintenance of the underground sprinkler system, including blowing the system down to prevent freeze-ups  ;

during the winter. The Contractor may connect other equipment to NRC's existing hose bibs l and water lines with permission by the NRC-PO.

1 The Contractor shall apply sufficient water to meisten the soil. Water shall be applied uniformly over the surface of the grass, trees, shrubs and ornamental beds in sufficient frequency so that they do not tum brown or show signs of excess dryness. The Contractor shall use a sprayer when watering flowers to avoid damaging stems, pedals, and blossoms.

J. Flower Bed and Planter Maintenance A planter is defined as any structure made to contain plants, including turf, such as any planting which is not on grade with its contiguous surroundings. The concrete planters are located around the exterior perimeter of the OWFN and TWFN grounds. To ensure that flowers are kept in a horticulturally acceptable condition at all times, the Contractor shall perform the following:

(1) Watering: The Contractor shall water plants, ornamentals and turf, that ate in planters on a regularly scheduled basis to maintain soil moisture necessary to

encourage and sustain growtn and development'of flowers, and shall be required to apply water when testing or visual appearance indicate need.

25 t

, . 1 l

l Section C l

)

i (2) Weeding and Cultivation: During the growing season, the Contractor shall remove  ;

weeds at least once every two weeks. After weeding, the Contractor shall cultivate j and restore edges.

(3) Trimming and Pinching: Spent blooms, dead foliage, and unusual sprouts shall be removed every two weeks on a regular schedule.

(4) Fertilization: In July, two pounds of 5-10-5 fertilizer per 100 square feet of area ,

shall be applied.

(5) . Pest Control: If pests become evident, appropriate pest control shall be provided by l the Contractor. l (6) Winter Protection: Prior to the winter season, and at the PO's discretion, the

- Contractor shall provide and install protective fencing around the perimeter of flower beds and planters to discourage pedestrian traffic. The protective fence shall be approved by the PO prior to installation and removal at the end of the winter season.

(7) Edging: Ornamentals shall have a well defined edge established and maintained once every two weeks. All metal edging shall be kept in good appearance, including tamping and realignment.

K. Turf Renovation The turf shall be renovated once a year, between October 15 and November.15 as follows:

(1) Cut grass to a height of 1 inch to 1-1/2 inches.

(2) Vertically mow (dethatch).

(3) Rake and remove all thatch and debris.

(4) Fertilize grass as described under Paragraph A, " Fertilizing" above.

l (5) Apply seed in accordance with manufacturer's instructions. Seed should be applied  !

uniformly by means of a power drill or power disc seeder, or equivalent, so that the seed is planted and covered with approximately 1/8 to 1/4 inch of soil. Seed shall be from the last available crop and will not be accepted with a test date of more than ;

nine months prior to time of planting. The seed shall be the same blend as the '

. grass on the OWFN and TWFN grounds. The blends shall be determined by the Contractor based on laboratory analysis.

26

s-

} Section C i

i (6) Immediately after seeding, the entire area shall be watered each day until the seed

germinates, except in the event of rain.

I L. Leaf and Dobris Removal On a continuous basis, the Contractor shall remove haves and/or other debris from the mulched i areas, lawn areas, sidewalks, gutters, driveway and other surfaces surrounding the OWFN and TWFN grounds. At a minimum of once a week, the Contractor shall inspect these areas for removal of accumulated leaves and/or other debris.

M. Removal of Dead Trees, Shrubs, Flowers The Contractor shall remove shrubs and trees, including stumps, which are marked for removal by the PO. Where plants are removed, the hole shall be backfilled with topsoil, tamped, raked and shall be covered with either mulch or sod. After annual flowers have expired in the fall, they shall be removed and destroyed. Flower beds and planters shall then be cleaned and made ready for the next tilling. Care shall be taken not to remove excessive amounts of soil. After perennial bulbs have flowered in the spring, the Contractor shall cover the foliage with mulch and allow the foliage to die back to the ground.

For those plants that are removed because of Contractor's neglect or damage, such plants shall l be replaced with the same species and size at the Contractor's expense. For those plants that I are removed for whatever reason, other than the Contractor's neglect or damage as stated i above, shall be performed as a reimbursable contract service.

N.. Acceptance of Completed Work By 8:00 a.m. the next day after completion of each ground maintenance task, the Contractor shall submit to the PO a completed Landscape Work and Inspection Report. The PO reserves j the right to inspect each completed task. The PO shall certify acceptance of the work on the l report and will give a copy of the certified report to the Contractor. The original report will be retained by the PO.

2.7 PEST CONTROL ,

-A. General Full pest control service shal: mW3e inspection and treatment for pests, such as all species of insects, all species of reptiles and a!! species of rodents, plus all other pests of any type of species detrirnental to man. inside the OWFN and TWFN buildings and grounds. Also, inspection and treatment for rodent infestation, such as subterranean and structural exterminations of termites and wood borers, located outside the OWFN and TWFN buildings 27

o .

Section C and grounds, but within the property boundaries of the OWFN and TWFN buildings and grounds, is included as full pest control service under this contract.

The Contractor shall furnish all pest control permits and worker certifications, supervision, labor, materials and equipment necessary to successfully accomplish full treatment pest control service for all areas in the OWFN and TWFN buildings specified hereunder.

Any structural modifications to the OWFN and TWFN buildings and grounds shall be the responsibility of the NRC. The Contractoris encouraged, however, to submit any suggestions to the PO for any structural mod 5 cations deemed necessary to eliminate pest infestations.

B. Inspection / Treatment Requirements and Schedule Within the first 15 days of the takeover date of the contract, and within the first 5 days of every month thereafter, the Contractor shall schedule and conduct a thorough inspection of the OWFN and TWFN buildings and grounds to locate infestation (s). A written Pest Control Work and Inspection Report shall be submitted to the PO five days after the inspection is completed. The Pest Control Work and Inspection Report shall be used by the Contractor as the official document for (1) identifying the areas which were inspected, and (2) a description of proposed treatment, including the pesticide products to be used, as well as the proposed date and time of treatment. The Report shall be signed and dated by the Contractor and submitted to the PO within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after each inspection. Upon the PO's written approval of the Report, the Contractor shall commence with the proposed treatment within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after receipt of the PO's approval.

The Contractor shall be familiar with all of the critical areas in the OWFN and TWFN buildings and grounds including, but not limited to, restrooms, pipe shafts, locker rooms, gear rooms, trash rooms, coffee stations in rooms, sink rooms, mop rooms, storage areas, wire closets, kitchens and loading docks which are considered to require concentrated attention for pest control. Such areas shall receive intensive treatments for the life of this contract. Any other space within the walls of any structure covered by this contract that may lend itself to the development of large insect populations shall also receive intensive treatment.

The Contractor shall, while performing other duties as defined in this Section C -

Description / Specification / Work Statement, also perform a continuous inspection for pests. For any infestation found by the Contractor, the Contractor shall immediately obtain written approval by the PO on the Pest Control Work and Inspection Report Form. The Contractor shall then perform, within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of the PO's approval, treatment to eliminate any infestation. Likewise, for any infestation reported by the PO to the Contractor, the Contractor shall immediately obtain written approval by the PO on the Pest Control Work and Inspection Report Form. The Contractor shall then perform, within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of the PO's approval, treatment to eliminate any infestation. .s For any infestation remaining after each treatment, and upon prior written approval by the PO on the Pest Control Work and inspection Report Form, the Contractor shall perform another 28

- . _ _ _ .-- - . . - - . . .- --_ - - . -.. .- - - = . - _ - .

Section C treatment, within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />, to eliminate any continuing infestation. This entire procedure shall continue until treatment has been deemed successful by the PO.

During routine inspections for pests and/or immediately after all pest control treatments, the Contractor shall pick up and properly dispose of any carcasses of pests in the OWFN and TWFN buildings and grounds or within the property boundaries of the OWFN and TWFN buildings and grounds.

Immediately after all pest control treatments for rodents, the Contractor shall fill all rodent holes in the grounds with a PO-approved soil mixture. In addition, the Contractor shall, at all times while performing other duties in this Section C - Description /, Specifications / Work Statement, also perform a continuous inspection for rodent holes. Upon discovery of any new rodent holes, the Contractor shall obtain PO approval for treatment and filling of rodent holes in the grounds with a PO-approved soil mixture.

The Contractor shall coordinate all work with and supply the PO with an inspection and service schedule for PO approval at the start of the pest control treatment. Any deviation from this schedule is to be reported immediately to the PO. All unscheduled services, e.g. unexpected pest control services based on occupant complaints, shall be performed at no additional cost to the NRC.

When it is necessary to install rodent bait boxes or traps, the Contractor shall indicate on the Pest Control Work and inspection Report, the box and/or trap location, date of installation and date of removal. All bait boxes and traps shall be labeled and dated. Bait boxes and traps shall be checked daily. All bait shall be distributed in EPA-approved bait boxes.

1 All pesticide treatments shall be performed after the Regular NRC's Working Hours. In the l event of an emergency, however, the PO may request the Contractor to provide any emergency pesticide treatment during the Regular NRC's Working Hours.

C. Pesticide Products and Safety The Contractor shall use only those pesticides which comply with the current provisions of thu Federal insecticide, Fungicide, and Rodenticide Act (7 U.S.C 136 et seq.) as amended by the Federal Environmental Pesticide Control Act of 1972 Public Law 92-516 (86 Stat. 973), and the regulations issued thereunder.

Before use, the Contractor shall submit a list of all pesticides to be used shall be submitted to the PO along with the Manufacturer's Safety Data Sheet for each pesticide. Any changes to the pesticide products must first be approved in writing by the PO.

L .t

~

4 29 l

Section C All pesticides used in the pest control treatment covered by this contract shall be properly la.)eled for the control of the target pests against which they are being used and the Contractor shall strictly adhere to all label safety and use instructions.

All insecticides, rodenticides, bait stations, and traps shall be removed from the OWFN and MFN buildings and grounds upon the expiration date of the contract. Written certification of such removals shall be submitted to the PO at the expiration date of the contract.

i Rodent control in office space (s) shall be accomplished solely with bait formulation (e.g.

containerized hydramethylnon or fulfluramid, boric acid paste, crack and crevice abamectin l powder in EPA-approved bait boxes.) Pesticide products may not be applied on surfaces. No l spraying of any type shall be permitted without prior approval of the PO.

In situations where office space pest control treatments are proposed, the contractor shall l present written notification to the PO 72 hours8.333333e-4 days <br />0.02 hours <br />1.190476e-4 weeks <br />2.7396e-5 months <br /> in advance of the proposed treatment. Such l notification shall include the target pest (s), the office room number (s), the pesticide product (s) to be used, the method of application, and provisions for office tenant's safety. No such treatments shall be made without the written approval of the PO. No product identifiable as a

fumigant / fogger shall be used in any space in the OWFN and TWFN buildings for any purpose whatsoever.

l The Contractor shall be responsible fer the safe use and application of the pesticides used in the j pest control treatments required under this contract. Protective clothing, equipment, and devices shall, as a minimum, conform to Occupational Safety and Health Administration (OSHA) j standards for the products being used. Workers shall be required to wear gloves when working with pesticides. Extra pesticide shall be carried in labeled containers secured inside tool boxes or bags, not in Operator / Applicator's clothing.

Under no circumstances shall the Contrat. tor and/or his subcontractors be permitted to store any pesticide product in the OWFN and TWFN buildings and grounds.

Contractor's employees found in non-compliance with safety regulations and procedures stated herein shall be required to cease performing any further work until said discrepancies are corrected.

No pesticide shall be applied or handled in any manner inconsistent with applicable Federal, State and local safety laws, regulations or ordinances. The environment, OWFN and TWFN l occupants and the public shall be protected at all times.

I i

i C.2.8 INCIDENTAL CUSTOD!AL TASKS

.s The Contractor shall perform, on an as needed basis as requested by the Project Officer, i- Incidental Custodial Tasks (ICT), such as extra trash pickups /special paper removal cleanups.

Each ICT shall not exceed 2.0 hours0 days <br />0 hours <br />0 weeks <br />0 months <br /> labor and $100 in parts and materials.

30 4

~ ~ - __

i . .

l

Section C The Project Officer or the designated altemate shall issue incidental Custodial Tasks (ICT) using the agency's automated FIXIT request system (Section C.3.8.1). ICTs shall not be issued by other agency employees directly to the Contractor. Each ICT shall be identified as such in i the comment block provided by the FIXIT system, with a brief description of the services required. As necessary due to the space limitations of the comments block, the Project Officer may make a copy of the ICT FIXIT and attach additional information as needed or provide additional guidance by email. ICT's shall be completed within 72 hours8.333333e-4 days <br />0.02 hours <br />1.190476e-4 weeks <br />2.7396e-5 months <br />, the PO may estab!ish an expedited schedule for completion of ICT's sooner than 72 hours8.333333e-4 days <br />0.02 hours <br />1.190476e-4 weeks <br />2.7396e-5 months <br /> when urgent, unusual, or emergency type situations exist. Should the contractor require an extension for completion which exceeds 72 hours8.333333e-4 days <br />0.02 hours <br />1.190476e-4 weeks <br />2.7396e-5 months <br />, prior PO approvalis required Completion of ICT's shall be reported and documented using established FIXIT procedures.

l l

C.2.9 OTHER RELATED SERVICES C.2.9.1 AUDITORIUM AND CONFERENCE ROOM SET-UP The contractor shall provide set-up arrangements for all OWFN and TWFN conference rooms, Commission Meeting Room, auditorium, auditorium atrium, exhibit area and cafeteria. Set-up includes placement of chairs and tables, overhead projectors, easels and flip charts and opening and closing of movable partitions. Specific set-up requirements and dates and times when work must be completed will be provided to the contractor by the Administrative Services Center staff or the Project Officer. In the TWFN auditorium, set-up includes set-up of portable stage. The Contractor is responsible for keeping the auditorium storage room and conference room closets clean and orderly. The Contractor shall keep the auditorium storage room locked at all times except when accessing for set-up or cleaning.

Conference rooms and cafeteria will normally be re-set each night to the established configuration provided by the project officer. The Contractor shall notify the Administrative Services Center of any missing tables, chairs or other problems affecting the use of facilities.

C.2.9.2 WINDOW WASHING (CLEANING)

In accordance with the Cleaning Work and Quality Requirements set forth in Exhibit 1, and as specified herein, the Contractor shall perform window washing services. Surfaces shall be cleaned on both sides of all interior and exterior windows and plate glass, ghss in lobby areas, entrances i and vestibules, doors, and rooms. Also included is the ground level ' Link" connector between the l buildings, guard and parking booths.

C.2.9.3 FITNESS CENTER (TWFN) .s

~

The Contractor shall perform cleaning in accordance with the terms and conditions detailed in Section C.2.2 Custodial Services. All cleaning shall be performed at night, with the exception of 31

! : o .

Section C restocking supplies, cleaning service calls, and items (a)(i) and (ii) in Exhibit 1.

C.2.9.4 JOGGERS SHOWER (OWFN)

The Contractor shall clean and service daily the Joggers Shower facility to include the contract requirements for restroom cleaning and service calls. The Contractor shall also clean the locker rooms.

Cleaning shall be performed after hours and porter service shall be provided during the day.

Service calls for cleaning and porter services will primarily be requested via FIXITs.

C.2.9.5 OWFN RESTACK PROJECT The Contractor shall not be required to clean the OWFN floors while they are being renovated under NRC's OWFN Restack Project. The Contractor shall perform a thorough cleaning of each floor after the renovation is completed and prior to occupancy by NRC employees. There are 6 floors l l

requiring renovation at the effective date of this contract. Each floor requires approximately 8 weeks to complete renovation. The Restack Project is scheduled to be completed in June,2000.

C.3 GENERAL PERFORMANCE REQUIREMENTS i The general performance requirements set forth in Section C.3 are applicable to all specific work l requirements as identified in Section C.2 of this contract. In the event of any conflict between the

! general performance requirements and the specific work requirements, the specific work I

requirements shall take precedence.

l C.3,1 LOCATION OF FACILITY: ONE WHITE FLINT NORTH AND.TWO WHITE FLINT NORTH Address: 11545 Rockville Pike, Rockville, MD 20852 (TWFN)-

,_ 11555 Rockville Pike, Rockville, MD 20852 (OWFN)

L Occupant: U.S. Nuclear Regulatory Commission Approximate Number of Occupants: 1,100 (OWFN) 1,200 (TWFN)

Square Footage of OWFN - 312,000 TWFN - 300,000

.(

~

4:

32 i.

Section C C.3.3 PERSONNEL REQUIREMENTS AND QUALIFICATIONS C.3.3.1 GENERAL SERVICES REQUIRED The Contractor shall provide quality cleaning services, including full performance of all specified daily and periodic services starting on the takeover date of the contract.

Throughout this contract, references to " personnel" or" employees" of the Contractor shall be taken to refer also to personnel or employees of the subcontractor (s), if any.

The Contractor shall provide at all times a minimum staffing of one Contract Manager (CM), one Contract Manager Alternate (Alternate), and one Supervisor. The Contractor shall provide sufficient number of capable and qualified employees necessary to fulfill all requirements specified in this contract. The contractor shall also refer to the specific work requirements within Section C.2 herein.

The Contractor shall assure that all such personnel are provided a copy of this contract before the takeover date of the contract, and that they are familiar with their responsibilities in his/her assigned position. Before the Contractor's removal of key personnel from this contract, the Contractor shall submit resume (s) of replacement key personnel to the CO and PO for approval and modification to the contract. (Refer to Section H.2 Key Personnel]

All matters pertaining to the employment, supervision, compensation, promotion, and discharge of such employees shall be the responsibility of the Contractor, which is in all respects the employer or the higher tier Contractor to the employer of such individuals. Accordingly, should any such per-sonnel not conform to the minimum requirements of this contract, the Contractor shall accomplish the removal of such nonconforming personnel.

Each employee of the Contractor shall be a citizen of the United States or a residential alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-151, I-94 Work Authorization, or I-688A Temporary Resident Card (or as commonly called, a green card,) a copy of which shall be furnished to the NRC Division of Facilities and Security through the PO together with the GSA Form 176 and FD-258, which shall be typed when submitted to the PO.

The Contractor shall, in all its dealings outside of or within the OWFN and TWFN buildings, represent that it is an independent Contractor and that its employees are neither agents, representatives, nor employees of NRC.

The Contractor shall not employ under this contract any person performing any coutt-imposed sentence or imprisonment except as provided by Public Law 89-176, September 10, 1965 (18 U.S.C. 4082)(c)(2) and Executive Order 11755, December 29,1973.

33

Section C Upon the takeover date of the contract, the Contractor shall provide the CO and the PO with telephone numbers which may be used at any time to directly contact, as necessary, the Contract Manager (CM) and the Alternate CM at their homes or at other locations away from the OWFN and TWFN buildings. Additionally, the CM and Alternate shall be available for immediate contact by pager or cellular phone. During other than Regular Contractor's Working Hours, either the CM or Alternate shall at all times be immediately reachable at the designated telephone number (s), and shall arrive at the OWF-N and TWFN buildings within one hour of NRC telephonic notification to respond to emergencies. If at any time the CM or Alternate's designated telephone number (s) should change, the Contractor shall immediately provide a complete updated written list of such numbers to the PO and the CO.

All contract and subcontract employees shall sign in and out at the beginning and end of their shift on an NRC-furnished sign in/ sign out log maintained at the first floor Lobby Guard's Desk of the OWFN building. Alongside their signatures in the log, the CM or Altemate shall indicate their position title under this contract. All completed log sheets are the property of the NRC.

Regarding site access badge requirements and security requirements specified under Section H.1, all Contractor personnel working under this contract shall be subject to NRC regulations as applicable during the time spent on NRC property. The Contractor shall ensure that all its ,

employees, including any subcontractor employees and any subsequent new employees who are assigned to perform the work herein, complete their compliance with the site access badge and security requirements before the takeover date of this contract. The NRC photo badging process is conducted at the OWFN building. It is important to coordinate the schedule for the badging process with the PO before performing duties under this contract.

If at any time the Contractor has a subcontractor or any other employee who has not been issued an NRC photo badge, but who has been approved to work at the OWFN and TWFN buildings, the Contractor shall continuously escort the subcontractor within the OWFN and TWFN buildings, at all times - both during and after regular working hours an escort must be a Contractor employee, a U.S. citizen, and have been approved for access by the NRC Division of Facility and Security and been issued an NRC phot badge. No contractor employee will be allowed to work in OWFN or TWFN unless security papers have been completed and approved for access.

C.3.3.2 WORK IN SPECIAL AREAS The Contractor shall accompany and oversee the work of all subcontractors who perform work in special areas as identified by the P O Except for emergencies, all work performed in these areas will be coordinated in advance eth the project officer.

C.3,4 Contractor Personnel .s C.3.4.1 SUPERVISORY PERSONNEL 34

\

. . 1 Section C The Contractor shall provide on-site supervision as is essential to carry out the work required under this contract. In fulfilling this requirement, the Contractor shall ensure that all work required under j this contract is supervised by either the CM or Alternate. In the event that the CM or Alternate is

! unable to perform his/her duties at any time, the Contractor shall provide a backup CM (with the i same qualifications as defined below) so that there is no break in supervision. A minimum of one i of either the CM or Alternate shall be on-site at the OWFN and TWFN buildings during Regular l Contractor's Working Hours and other times during which an emergency of any kind is in progress, l to receive notices, reports, or service requests from either the CO or the PO. Both the CM and l

l Altemate shall be on-site at the OWFN and TWFN buildings between the hours of 9:00 a.m. and l 3:00 p.m. on NRC's Regular Working days. Between the hours of 6:00 a.m. until 9:00 a.m. and 3:00 p.m. until 6:00 p.m., either the CM or Altemate shall be on-site. A Supervisor shall be on-site from ,

6:00 p.m. until all night time work is completed but before 6:00 a.m. the following workday. (Refer j to Section C.3.7.1 for Regular NRC's Working Hours.) During Regular Contractor's Working Hours, l either the CM or Alternate shall be accessible within the OWFN and TWFN buildings either instantly by hard-wired or cellular telephone, by physical presence within the Contractor's on-site office, or within two minutes of receipt of a signal from an electronic pager. Should the NRC provide the Contractor with radios for building emergencies the Contractor staff shall carry and respond to building emergencies. All supervisory employees shall be able to read, write, and speak fluent English.

A. General Requirements / Qualifications j

The CM or Alternate is the person designated by the Contractor who has complete authority to act l for the Contractor in a management capacity on all contract matters relating to daily operation of I this contract during the term of the contract. In this capacity, the CM or Alternate shall direct and/or supervise work being performed as required by this contract. The CM or Alternate shall possess a minimum five years of recent responsible and successful experience (within the last seven years)in supervising and managing the custodial operations of high rise office buildings with similar size and characteristics to the OWFN and TWFN buildings. A detailed description of the previous seven years of employment history is required fcr the proposed CM.

The Contract Manager, Alternate, and Supervisors shall possess a thorough knowledge of the theory, principles, and practices of the field of cleaning and an ability to plan, organize and execute various types of commercial facility management services, and quality control / quality assurance plans. In addition, the Contract Manager and Supervisor shall possess the following minimum qualifications:

l In addition to the general requirements, all supervisory personnel engaged in managing the cleaning work under this contract shall possess at least five years of recent (within the past seven years) experience in directing cleaning service operations in a supervisory capacity for building (s) of the approximate size of the buildings to be cleaned under this contract. The Contract Manager or Alternate rnust be a U. S. Citizen, able to read, write, speak, and understand the English

! language fluently.

l 35 l

a e l

Section C '

l The contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an altemate or alternates who shall act for the contractor when the manager is absent, shall be identified in the contract as Key Personnel. )

l The Contract Manager or Altemate shall be available during normal duty hours within 5 minutes to meet at OWFN and TWFN with government personnel to discuss problem areas. The supentisor shall also be available within 5 minutes during the performance of nighttime cleaning. After non regular duty hours, the Manager or Alternate or supervisor shall be available by pager within 15 minutes.

The Contractor shall arrange for supervision to ensure that all performance standards of the contract are met. NRC guidance, direction, or criticism as deemed necessary will be directed to the Project Officer or alternate, as appropriate and as available. The Contractor shall not accept direction from anyone other than the Project Officer (PO) or Alternate or the Contracting Officer (CO). The Contractor shall fumish supervisory personnel on-site at all times, during and after Regular NRC's Working Hours, who shall ensure that all custodial requirements have been completed. The Contractor shall organize and train employees to participate in fire drills, and other emergency drills as well as report fires, hazardous conditions, and items in need of repair to the PO.

The Contractor shall maintain a current listing of all employees. The list w'ill include employee names, social security numbers, U. S. Citizenship status, Position, Work Hours, Pager Number, and Home Phone Number.

The Contractor shall provide environmental, health, and safety training to all employees to ensure compliance with all federal, state, and local laws or regulations.

C.3.5 CONTRACTOR PERSONNEUSUBCONTRACTORS The Contractor shall not employ persons for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of this facility. Where reading, understanding, and discussing safety and environmental warnings are an integral part of a contract employee's duties, that employee will be able to understand, read, write, and speak English.

Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. The Contractor shall provide each employee with an identification badge. Identification shall be available prior to employment and shall be worn or attached to the outer garment at all times. Contractor employees are required to wear uniforms with the company name. All personnel wiii maintain high sanitation standards within the facility.

The Contractor shall make sure employees have current and valid professional certifications before starting work. under this contract and are in compliance with all federal, state, and local environmental requirements or laws, e.g., commercial drivers licenses for equipment operators, landscape certification, trash removal certification, recycling certification.

36

i i

Section C Beginning on the takeover date of the contract, the Contractor shall provide a full staff of cleaning personnel. Upon the takeover date of the contract, all cleaning personnel staff shall be trained and experienced cleaning personnel Qualifications of Cleaning Personnel - Cleaning personnel employed by the Contractor shall be capable employees, trained, experienced and qualified in custodial work of buildings of similar size.

The Contractor is cautioned that absences of employees or abrupt terminations of personnel could adversely affect the Contractor's ability to perform, however, their absence at any time shall not constitute an excuse for non-performance under this contract.

General Safety - For safety purposes, the Contractor's employees shall be familiar with the NRC Emergency Protection Plan. All employees shall be trained on the procedures to follow in the event i

of fire or other ernergency, including the pulling of fire alarms when necessary.

C.3.6 PERSCNNEL CONDUCT l l

In performing r.s work under this contract, the Contractor and subcontractor (s) (if any) and all of its !

employees wil! consistently conduct themselves in a professional manner while performing work on the OWFN and TWFN building premises.

The Govemment has a zero tolerance for substance abuse, inclusive of drugs and alcohol, and sexual harassnent. Contractor employees shall not exhibit any behavior towards Govemment employees that may be considered to be sexual harassment, e.g. sexual advances toward and/or harassing Government employees or other offensive conduct. Therefore, before the takeover date of the contract, and on an annual basis thereafter, the Contractorwill provide sensitivity training for all of its emp'oyees with respect to appropriate interpersonal relations. In addition, the Contractor will ensure that any subsequent new employee also receives sensitivity training within 30 days of employmert. Certification will be provided to the PO.

To the extent that work under this contract must be carried out during Regular NRC Working Hours (See Secuon C.3.7 " Hours / Days of Operation") in areas occupied by NRC employees, the Contractor i hall maintain proper decorum such that disturbance to NRC employee's is minimized.

Any fumiture that must be moved or removed by the Contractor in performance of effort under this contract shall be replaced to original positions when work is completed.

, The Contractor employees shall refrain from playing any radio or sound producing equipment for l non-work purposes on NRC premises unless specifically permitted to do so, in writing, by the CO or the PO.

The Contractor shall require all employees, including any subcontractor, but with the exception of l

the CM and Alternate, to wear distinctive uniform clothing for ready identification, and shall ensure that such employee is in uniform upon the takeover date of the contract and each day thereafter.

37

J l

Section C The uniform shall have the company name and the individual employee's name easily identifiable and such names shall be attached in a permanent or semipermanent manner, such as a badge or a monogram. Any color or color combinations, as appropriate, may be used for the uniforms.

However, all Contractor employees shall wear uniforms of the same color or color combinations.  ?

The CM and the Alternate shall wear a badge which identifies the company name and the individual personnel name. '

C.3.7 HOURS / DAYS OF OPERATION )

C.3.7.1 HOURS OF OPERATION l

Ai NRC Regular Working Hours The Regular NRC Working Hours of the OWFN and TWFN building occupants range from 6:00 a.m.

to 6:00 p.m., Monday through Friday excluding Federal holidays specified in Section C.3.7.2 below.

NRC working hours are frequently varied and do not necessarily coincide with the Regular NRC's Working Hours.

B. Contractor's Regular Working Hours The Contractor shall maintain a staff and office telephone coverage within the OWFN and TWFN bulidings between the hours of 6:00 a.m. and 6:00 p.m. Monday through Friday, excluding Federal  ;

holidays as set forth in Section 3.7.2 below. Additionally, the Contractor will provide pager numbers  !

! for access to supervisory personnel after 6:00 p.m. Monday through Friday, weekends, and Federal holidays.  ;

C.3.7.2 DAYS OF OPERATION Throughout this contract, references to numbers of days will be understood to mean numbers of government official working days and will exclude Saturdays, Sundays, and Federal holidays.

The following holidays are recognized by the Federal Govemment:- ,

4 -(a) New Year's Day (b)' Inauguration Day (c) Martin Luther King Day

'(d) President's Day -

(e) Memorial Day Independence Day

-(f)  :

'(g) Labor Day

'(h) Columbus Day t L (i) _ Veteran's Day l (j) Thanksgiving Day l

'(k) Christmas Day 38

i l

Section C Should a holiday fall on a weekend, the day designated by the Government will be recognized as the holiday. Should any additional holidays be granted on a one-time basis by the President of the United States for a full or partial day, such additional holidays will also be observed by the Contractor.

C.3.8 SERVICE REQUESTS The Contractor shall refer to Section C.2.2 for their responsibilities in performing the custodial services. In addition, the PO may issue a request to the Contractor at any time, to investigate and/or to take any necessary corrective action. Service requests are referred to throughout this section as FIXIT requests. FlXIT is the NRC computer system used to report service calls from employees to the Contractor. The FIXIT runs under an Agency-wide program group in Windows Program Manager. The Contractor will receive "FIXIT" requests on computer hardware and software provided by the Govemment. The Government is responsible for the maintenance and repair of the system.

C.3.8.1 TYPES OF FIXIT SERVICE REQUESTS FIXIT service requests are classified either as emergency (including total building emergency),

urgent, or routine as detailed below:

1 A. Emergency '

Emergency Calls shall be regarded for purposes of this contract as those FIXIT service requests in which the work consists of correcting custodial problems which, in the judgement of the CO or PO, constitute an immediate danger to personnel or property. There will be instances where emergency service will be requested through email or telephone. Examples of emergencies include, but shall not be limited to, slippery floors and broken water pipes flooding areas that need to be cleaned.

In the instance where the CO or PO shall designate a FIXIT service request as an " Emergency", l the Contractor shall report to the site of the emergency within five minutes following verbal and/or l written notification during Regular Contractor's Working Hours, or within one hour following noti-fication during other than Regular Contractor's Working Hours, including weekends and holidays.

Upon arrival at the site, the Contractor shall correct the problem immediately. If efforts to complete correction of the emergancy problem extend beyond the conclusion of the Regular Contractor's Working Hours, the Contractor shall remain at the site until correction of the problem is completed and the problem shall be regarded as a basic contract service. If, however, the work cannot be completed due to circumstances beyond the fault or control of the Contractor as determined by NRC, the Contractor and the PO shall mutually agree upon a new completion schedule. Any material not on-hand needed to recolve the problem shall be obtained expeditiously viacourier or ovemight delivery. If a completion schedule cannot be agreed upon, the CO may issue a unilateral i decision for a completion time for the effort.

l 39

Section C TOTAL BUILDING EMERGENCY: in the event of a total building emergency, which shallinclude but not be limited to, fires, civil demonstrations, bomb threats, explosions, earthquakes, enemy attacks, hazardous spills or other similar emergencies as determined by the PO, the CM shall be designated as needed in responding to emergencies and be made a part of the NRC Emergency Response Team. Upon the PO's notification of a total building emergency to the Contractor, the CM shall immediately, during the Regular Contractors Working Hours or within one hour during other than Regular Contractors Working Hours, report to the Command Center. The Command Center shall be set up by the PO on the first floor lobby of the OWFN opposite the guard's desk and outside the Fire Control Room in TWFN for instructions as work is required, and will take direction from the PO. The PO shall direct the activities of the CM and his staff.

The CM's responsibility shall include, but not be limited to, providing assistance to the emergency response team, cleaning debris or alleviating areas of safety concerns (water damage, flooding) as directed by the PO, Within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> following each building emergency or false alarm, the Contractor shall submit to the Project Officer a report detailing their efforts, facts of the emergency, actions taken, problems identified, and any lessons leamed with corrective actions to be taken.

The Contractor shall ensure that all of the Contractofs employees are familiar with the NRC j Emergency Protection Plan. Upon the effective date of the contract, and on a semi-annual basis thereafter, the Contractor shall conduct training sessions to insure that the Contractors employees are familiar with their assignments as members of the Emergency Protection Team. The Contractor shall submit a written notification to the PO, within five days after completion of each training session, to certify that training of allits employees has been successfully completed.

l Once a year, the PO shall schedule orientation sessions with the NRC evacuation monitors (NRC employees), in which the CM and Alternate shall participate.

B. Urgent 1

Urgent Calls shall be regarded for purposes of this contract as those events generating FIXIT service requests occurring during Regular Contractors Working Hours which interrupt or otherwise adversely impact NRC operations or scheduled operations. Examples of urgent cal!s include, but are not limited to, emptying trash receptacles not emptied the previous night, recycling paper l removal, cleanup of spills, conference room setups, and most other FIXIT requests.

The Contractor shall report to the originating complaint site within 15 minutes. Upon arrival at the i site, the Contractor shall correct the problem immediately. If efforts to complete correction of an

' urgent problem needs to be extended, contact is to be made immediately to the PO and work is to continue until completed. If work is being performed during the day, and cannot be completed by

6
00 p.m., then work will continue during the evening hours. if, however, the work cannot be l completed due to circumstances determined by NRC to be beyond the fault or controlof the Con-tractor, the C.ontractor and the PO shall mutually agree upon a new completion schedule. Any 40 l

l

Section C material not on hand needed to resolve the problem shall be obtained expeditiously via courier or overnight delivery. If a completion schedule cannot be agreed upon, the CO may issue a unilateral decision for a completion time for the effort.

C. Routine Routine Calls shall be regarded, for purposes of this contract, as all remaining FIXIT service requests occurring during Regular Contractor's Working Hours and not designated as Emergency Calls or Urgent Calls described above.

The Contractor shall respond promptly after receipt of a Routine Call, and complete the work within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />, if, however, the work cannot be completed within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> due entirely to circumstances beyond the fault or control of the Contractor, the Contractor and the PO shall mutually agree upon a new completion schedule. If a completion schedule cannot be agreed upon, the CO may issue a unilateral decision for a completion time for the effort.

C.3.9 REPORTING REQUIREMENTS FOR FIXIT SERVICE REQUESTS A. Work Request Tracking and Closecut The Contractor is required to closecut each service request daily to include the date and time the Contractor responded to the FIXIT, a description of the problem, corrective action taken, the date and time corrective action was completed, the name of personnel who corrected the problem, total staff hours expended, a description and cost of any materials / supplies used, and the name of contractor personnel who performed the quality controlinspection. Each FlXIT work request is to be closed out on the computer by 8:00 a.m. the following work day. A consolidated Work Request Tracking and Closeout Report shall be submitted to the PO within five days after the end of each month. Specific procedures for operating and completing the FIXIT system will be provided directly by the PO to the CM, Alternate and Custodial Supervisor.

C.3.10 PROPERTY: OFFICE AND STORAGE SPACE, AND EQUIPMENT C.3.10.1 NRC-FURNISHED PROPERTY The NRC shall provide to the Centractor, without charge to the Contractor, certain office and storage space, and equipment me'einafter referred to as " property".) NRC-furnished property shall be regarded as that NRC prope1y acquired by the NRC and fumished to the Contractor for use under this contract. NRC prepen, shall be used for official NRC business only in the performance of this contract and shall not be used in any manner for any p3rsonal advantage, business gain, or other personal endeavor by the Co, tractor or the Contractor's employees and any subcontractors.

The Contractor shall maintain the NRC-furnished property in a neat and orderly manner. The NRC shall not be responsible in any way for damage or loss of the Contractor's supplies, materials, and replacement parts or equipment that are stored in the NRC-furnished space.

41

't, O

Section C A. Office and Storage Space, Related Property and Utilities OWFN (1) Office and Storage Space  ;

i The NRC shall fumish and/or make available to the Contractor the following: .

l Eauipment NRC Tao No.

Space . Room No. Sauare Footagg l -*

Office Storage Level P1 TWFN (near garage exit) l Storage Level P2 OWFN (enclosed room)

  • To be incorporated into any resultant contract.

I i

-(2) Electric Utility Carts 'j I

l The Contractoris afforded use of NRC-owned electric utility carts on an "as available" basis i

("as available" means when not needed for NRC or other NRC Contractor use) for performing facility tasks within the White Flint North Complex. The carts are Taylor Dunn  ;

' Model B248 (NRC Tag Numbers 05244 and 052445). The Contractor personnel who I operate the carts shall possess a valid driver's license and demonstrate proficiency in the i I

use of the carts prior to being provided authorization for use by the CM. The Contractor

shall adhere to all maintenance, safety and operating instructions provided by the Project
Officer or the manufacturer.

If at any time the Contractor encounters any problems in operating the carts or is involved in any accidents while operating the carts, he or she shall report the incident to the NRC Project. Officer.

' (3) Related Property One (1) Computer i One (1) Printer connected to LAN One (1) Desks One (1) Chairs

'(4) Utilities (5) _ The CM shall be authorized one parking space in the garage to be paid at the monthly rate.

No specific location to be designated. .t L ~

t

}. 42

'9 O Section C The NRC shall furnish the following utilities:

(a) Electrical power at existing outlets for the Contractor to connect such equipment as is necessary in the conduct ofits work. Electrical demands of such equipment shall not exceed 120V. Heating and air conditioning is also provided. No special heating or cooling services shall be provided.

(b) Hot and cold water as necessary, limited to the normal water supply provided in the building. No special heating or cooling of the water shall be provided.

(c) Sprinkler system for grounds.

B. Initial /FinalInspection of NRC-Furnished Property (1) Initial Inspection Within five days after the takeover date of the contract, the Contractor and the PO shall conduct a joint inventory of all NRC-fumished property listed above. Upon completion of the joint inventory, the Contractor shall submit to the PO a written certification of his receipt of all NRC-fumished property. The Contractor and the PO shall jointly determine that the property is operable and without defects.

(2) FinalInspection Ten before the expiration of the period of performance, or by such time as any extension of the period of performance thereof, a joint inventory of property shall be conducted by the Contractor and the PO to ensure that property is operable and without defects.

C. OSHA Requirements for Space Before the effective date of the contract, the space shall have been inspected by the PO for total compliance with the Occupational Safety and Health Act (OSHA). After the takeover date of the contract, the Contractor shall be responsible for assuring that the space continues to be in complete compliance with OSHA, with the exception of any corrections for which the NRC is responsible before the effective date of the contract. The NRC shall assume no liability or responsibility for the Contractor's compliance or noncompliance with OSHA requirements.

D. Space Modifications Should the Contractor require any structural modification to its NRC-provided space, the Contractor shall provide a written description of the proposed structural modification to the PO and obtain written approval by the PO before proceeding with any space modifications. .c

~

E. Publications and Forms The publications and forms listed below are incorporated into this contract by this reference. The Contractor shall follow the prescribed use of these publications and shall use those forms to the extent (a specific procedure in a paragraph, section, chapter, or volume) specified in this contract.

43

, e ..

I L Section C i >

The Contractor shall be guided by those publications and reguiations which are current at the time of contract.

(a) Public Federal Law: )

(1) EPA Regulations (EPA) including water, asbestos, and poly carbide bitunates (ii) OSHA Regulations (DOL)

(iii) . DOL Regulations (dot.)

(iv) National Energy Conservation Policy Act (NECPA of DOE)

(v)- Federal Supply Product Standard (FSS) l (vi) - Federal insecticide, Fungicide, and Rodenticide Act (7 U.S.C.136 et seq.) as

amended by the Federal Environmental Pesticide Control Act of 1972 Public Law L

92-516 (86 Stat. 973).

(b) -Standards:

(i) National Fire Protection Association (NFPA) l

' (ii) - National Sanitation Foundation (NSF)

, - (iii) Undenuriters Laboratories, Inc. (UL) ,

(ix) - Manufacturer's Equipment & Maintenance Instructions (MEMI) I 1

. c) Forms:

l (1) 1-151, Alien Registration Receipt Card (ii) l-94, Work Authorization .

l- (iii)' l-688A, Temporary Resident Card -

! (iv) FD 258, Finger Print Card l (v) GSA 176, Personal History

~

(vi) l-9, Employee Information and Verification (vii) GSA 139, Sign In/Out Log Sheet (viii) MSDS, Material Safety Data Sheets

j. (ix) GSA 64, Periodic Building Cleaning Work Assignment and Report (xii) OEP, NRC Occupant Emergency Plan i C.3.10.2' CONTRACTOR-FURNISHED PROPERTY The Contractor shall fumish all parts, supplies, materials and equipment necessary to comply with the requirements of this contract, other than those NRC-fumished property as described in Section

. C.3.10.1 above. .s A.' Contractor-Fumished Property Requirements

, 44 E

l ~- .

e

  • Section C Beginning with the takeover date of the contract, the Contractor shall provide its own parts, supplies, l materials and equipment (hereinafter referred to Contractor-furnished property) in such quantity as necessary to assure continuous compliance with performance of all of the requirements in this con-tract. Under no circumstances whatsoever, should the quantity of any single item of Contractor-fumished parts and supplies for routine maintenance or for cleaning become depleted.

Furthermore, at any given time, the PO shall have the right to schedule an inspection, with the Contractor, of the inventory to determine if the inventory of Contractor-furnished property is adequate to assure continuous compliance with contract requirements. Ifit is determined that there l is an insufficient amount of Contractor-furnished property in the inventory, the PO shall direct the ,

Contractor, in writing, to restock its inventory. Within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> upon receipt of such written direction, I the Contractor shall restock the inventory. If there is an immediate need for replenishment, e.g.,

toilet paper, paper towels, then an immediate purchase shall be made to stock these items in their appropriate locations.

The Contractor shall refer to Section C.3.10.1(E) for publications and forms.

The Contractor shall store the Contractor-furnished property in storage areas of OWFN and TWFN as designated by NRC.

The NRC assumes no responsibility whatsoever for loss or damage to the Contractor-furnished property.

At its own expense, the Contractor shall provide commercial business telephone lines (a minimum of three) for voice communications, plus an additional commercial line to be utilized for facsimiles, and associated Jacks and telephone instruments. The NRC may provide an additional telephone line so immediate contact is sustained with Contractor's staff. The Contractor shall also provide any needed additional jacks and telephone instruments in its NRC-furnished space.

The NRC reserves the right to furnish to the Contractor any or all parts, supplies, materials and/or equipment that are beyond the requirements of this contract, e.g., upgraded, rather than standard, components or parts. In such case, the nonstandard items may be acquired by the NRC and furnished to the Contractor for installation.

All Contractor-acquired tools and equipment purchased under this contract shall be dedicated for performance of work during the entire period of performance under this contract. Such Contractor-acquired tools and equipment shall be tagged by the Contractor to identify it as owned by the Contractor.

B. Environmental Considerations Contractor-fumished property shall be the most beneficial to the environment available in the commercial market. Examples of such products include, but are not limited to, non-aerosol products in lieu of aerosol products and supplies such as paper towels that contain the highest percentage l of recovered materials practicable.

1 45 i

a e T

Section C in the event that environmentally beneficial products are determined by the Contractor to be either significantly more expensive when compared to a less environmentally desirable product, or the quality of such product is unacceptable when compared to less environmentally desirable equivalent, the Contractor shall consult with the PO for the purpose of determining whether the PO shall waive this requirement in that instance. Absent such waiver, the Contractor shall supply the environmentally preferable product at no additional cost.

~

C; Maintenance Software System i The Contractor shall fumish a maintenance software system which'contains the following minimum l requirements:

i (1) Custodial Management Planning and Analysis (2) Supplies and Materials inventories and Usage (3) Work Scheduling and Control (4) Work Order Control (5) = Purchasing and Materials Control ,

(6) Periodic Cleaning Maintenance Scheduling and Quality Control

.(7) Spare Parts inventory Tracking (8) Periodic Cleaning Task Procedures L (9) Labor Management  ;

l (10) - Report Preparation L (11) . Project Tracking (12) Snow Removal Plan (13) . Trash Removal Plan (14) Recycling Plan This system shall be configured to allow the NRC to read /and print reports for project office use and therefore should operate under Microsoft Windows NT. - The Govemment shall bear the costs necessary for obtaining access to the Contractor's system (e.g., cable, wiring, etc.) but these costs specifically exclude any software. The Contractor's system shall be fully operational at takeover

- date with current data necessary to meet all contract requirements.

E D. YePr 2000 Requirements for Computer Equipment, Software and Systems i' (1) All computer equipment, software, and systems delivered to the Government, provided w

_ Contractor-fumished equipment or otherwise used in the performance of this Contract shall l meet the following requirements:

l (a) The Contractor warrants fault-free performance in processing date and date-related data (including, but not limited to, calculating, comparing, and sequencing) by all hardware,

- software, firmware, and systems products delivered under this contract, individually and l In combination. Fault-free performance shallinclude accurate manipulation of data with

~

dates prior to, through, and beyond January 01, 2000, including leap year calculations and shall be transparent to the user.

i 46 l

^

i o Section C (b) Hardware, software, firmware, and systems products, individually and in combination, shall successfully transition into the year 2000 with the correct system date, without human intervention, including leap year calculations, Hardware, software, firmware, and systems products, individually and in combination, shall also provide correct results when moving forward or backward in time across the year 2000.

(2) In addition, the Contractor warrants that modifications to Government-owned computer '

equipment, software, firmware, and systems delivered under this contract shall comply with the requirements stated above.

i (3) Without limiting the generality of the foregoing, the Contractor further warrants:

(a) That hardware, software, firmware, and systems products shall not abnormally end or provide invalid or incorrect results as a result of the date data, including leap year calculations, specifically including date data which represents or references different centuries or more than one century.

(b) That hardware, software, firmware, and systems products have been designed and/or modified to ensure year 2000 compatibility, including but not limited to, date data century recognition, calculations which accommodate same century and multi-century formulas and date values, including leap year calculations and date data interface values that reflect the century; (c) That computer equipment, hardware, software, firmware, and systems include " year 2000 capabilities". For the purpose of this certification, " year 2000 capabilities" means hardware, software, firmware, and systems products:

(i) shall manage and manipulate data involving and including single century formulas and multi-century formulas, including leap year calculations, and shall not cause an abnormally ending scenario within the application or generate incorrect values or invalid results involving such dates; (ii) provides that all date-related user interface functionalities and data fields include an indication of century; and (iii) provi#n that all date-related interface functionalities shall include an indication of century.

C.3.11 MANUFACTURER SAFETY DATA SHEETS Before the ta_keover date, the Contrac+9r and subcontractor shall submit to the PO a copy of the Manufacturer Safety Data Sheets (MSDS) for each chemical that the Contractor shall use for accomplishment of the specific work requirements as set forth in this Contract. The Contractor shall submit an updated MSDS whenever a different chemical is used.

47

l I

Section C l l

C.3.12 CONTRACT MANAGEMENT QUALITY CONTROL l l

l C.3.12.1 CONTRACT SUPERVISION REQUIREMENTS The Contractor shall meet the following minimum contract management functions.

l (1) Operate, maintain and provide custodial services for the OWFN and TWFN buildings in a safe, efficient, and economical manner.

(2) Provide all management, administrative, and technical functions, including daytime and evening cleaning, periodic cleaning, snow removal, trash removal, recycling services necessary for the effective and timely accomplishment of contract requirements. The Contractor shall continuously evaluate workload requirements and adjust staffing as necessary to ensure that all tasks are accomplished in accordance with the requirements of this contract.

(3) Provide on-site management personnel to include, as a minimum, a CM, Altemate and l Custodial Supervisor. Such individuals shall meet the minimum qualifications set forth in this I contract. l

, (4) Inspect both buildings and grounds. The Contractor shall independently identify deficiencies l l and take timely corrective action. The Contractor shall advise the PO in writing each month I l concerning the proactive initiatives taken by the Contractor to correct all deficiencies and potential deficiencies. l

! (5) Provide a typed " Plan of the Day Agenda Report" to the PO on or before 7:15 a.m. each day.

l This report shall provide a full description of the daily scheduled activities to include, but not be l limited to (to including time performed):

(a) Daytime Cleaning (b) Nighttime Cleaning l l (c) Reimbursable contract services (d) Repairs (e) Subcontractor's activities (specify company name, nature and location of work) l (f) Inspections

(g) All key personnel absenteeism

! (6) Meet with the PO and tre CO on a mutually agreed upon date(s), but as a minimum, once a l month for the purpose of a scussing in detail the Contractor's monthly accomp!!shments, l outstanding projects, futu*e schedules, inventory status, energy conservation, and all other l

topics deemed necessary by any of the three parties.

-(7) Conduct quarterly management review meetings with its subcontractor (s) to assess their performance, review quality control inspections, determine whether the subcontractor (s) are 48 I

. . - . - . ._ ~ - - -- - .- _- -- . - -..

l t

l Section C l meeting performance standards, and to discuss future scheduling of projects. NRC reserves j the right to attend all such meetings, in the event more frequent meetings are needed in the Judgement of the PO, the Prime Contractor shall conduct such meetings. The Contractor shall submit minutes of the quarterly management review meetings to the PO within 10 days after these meetings are held.

(8) The Contractor shall refer to Section C.3.6 regarding Personnel Conduct.

C.3.13 MONTHLY REPORT On the 5th working day of each month, the Contractor shall submit a report to the PO documenting the services which were identified and corrected by the Contractor and also the status of all work i not completed. '

l The Contractor shall perform periodic cleaning services in accordance with the Contractor's Maintenance Plan. The services shall include, as a minimum, the following:

l (1) Periodic services schedules for_each task. The quality shall meet the provisions set forth in Exhibit 1. Where the Contractor deviates from the quality requirements, an explanation for the deviation is required. A schedule for the upcoming month shall be submitted to the PO five days before the beginning of the month.

l (2) A deficiency identification and abatement program.

The automated custodial management system shall provide information containing relevant historical information, inventory listings of supplies, monthly status of complete and incomplete periodic cleaning, grounds maintenance, trash removal, recycling, compactor removals, and other reports needed to support the Custodial Management Plan. The Contractor shall update the l automated report on a daily basis, with the data being current within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />.

l Cleaning (e.g., windows), grounds maintenance, etc. for which scheduled maintenance is to be l performed less frequently than annually, shall be scheduled for completion during the initial year l service under this contract.

l When any work is to be done that is disruptive to daily operations or occupants, the Contractor shall provide the PO with 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of advance written notice that includes a definite date and time that the work shall be performed, so that the PO may be available to inspect the work before, during, l and after the work is performed. If the Contractor has to, for whatever reason, change the pre-established date and time, the Contractor shall immediately notify the PO with a revised date and time. It is the PO's discretion to be available during the Contractor's performance of maintenance or repair work.

.A The Contractor shall submit a monthly custodial management report to the PO five days after the beginning of each month. This report shallinclude a list of the previously planned scheduled work, L- a list of the actual work, date that the preventive maintenance was completed, and a list of all

. 49 l

i

Section C deficiencies and corrective actions taken.

a All work shall be performed only by qualified personnel who are fu!Iy knowledgeable and experienced in inspecting, and maintaining buildings similar to OWFN and BNFN.

All daytime cleaning and nighttime cleaning shall not disrupt service to the building. The cost shall be considered Basic Contract Services.

The Contractor shall be responsible for correcting all deficiencies identified.

The Contractor shall develop and maintain a written log which details all chemicals used, quantity and field test control. This log shall be made available to the PO at his request.

The Contractor shall continuously maintain a log that documents all cleaning problems encountered, prospective problems, all cleaning inspections conducted by the Contractor and the corrective action taken. On a daily basis during the term of the contract, the Contractor shall submit this documentation log to the PO by 8:00 a.m. of the day following performance of the services inspected.

C.3.14 SCHEDULING WORK AND REPORTING ACCOMPLISHMENTS With the exception of utility work, restroom servicing, some snow removal, and other service requirements specified for daytime cleaning, the major portion of the service requirements, e.g.,

room cleaning, trash / debris collection, restroom cleaning, hard ar,d resilient floor maintenance and carpet cleaning shall be accomplished after Regular NRC's Working Hours. Snow removal shall be accomplished as discussed in Section C.2.5. All other scheduling of services must be approved in writing by the PO. Unless approved by the PO in writing, all daily cleaning services shall be performed during the normal work week.

(1) Monthly Schedule Five work days before the takeover date of the contract, and five work days before the beginning of each month thereafter, the Contractor shall submit to the PO a monthly schedule of all daily and periodic cleaning to take place during the upcoming month of performance. The monthly cleaning schedule shall include specific areas, day of week and time of day work will be performed. (Daily cleaning is defined for this contract as services performed daily and periodic cleaning is defined as all other-than-daily work). Both daily and periodic cleaning schedules shall conform to the cleaning requirements specified in Exhibit 1. The periodic cleaning schedule shallinclude specific areas and dates. ,

.c (2) Periodic (Nork Schedule 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> before performing any periodic job, the Contractor shall submit to the PO a periodic work 50

0 4 Section C schedule describing the work to be accomplished, and the specific area and approximate time the work will begin.

(3) GSA Form 64 for Completed Periodic Work By 8:00 a.m., the following workday, after performing the periodicjob, the Contractor shall submit to the PO a GSA Form 64, Periodic Building Cleaning Work Assignment and Report. Any substitute for the GSA Form 64 shall first be approved by the PO. The GSA Form 64 shall specify the location where the work has been completed, for example, that rooms P1 P1-36 have been stripped and refinished; that room 2-B-29 has been damp mopped and spray buffed; that high cleaning has been performed in rooms 12-B 12-B-15, etc. A section shall also be included in this report to cover the work proposed to be done the following work day. The PO will review the Contractor's work report and work performed on a daily basis.

When emergency conditions exist, as so designated by the PO, (such as flooding of a particular section of one of the building (s)), the Contractor shall divert its force, or such part thereof as deemed necessary by the PO, from its normal assigned duties to meet and resolve the condition.

This does not preclude the contractor from performing the daily Basic Services required in the contract. As soon as control of the condition is achieved, the PO shall notify the Contractor who shall, in tum, notify the employees to return to their normal duties.

The Contractor shall provide its maximum efforts to complete such deferred work as soon as possible efter passage of the emergency. Within 30 minutes after the PO's verbal request, the Contractor shall submit a written report of those normal duties which were not accomplished because of the emergency.

C.3.15 MISCELLANEOUS REQUIREMENTS FOR CLEANING STAFF (1) All lights shall be tumed off immediately when work is completed. The Contractor shall certify in writing that all lights were tumed off when custodial work is completed.

(2) Mechanical equipment controls for heating, ventilation, and air-conditioning systems shall not be adjusted by Contractor's cleaning personnel.

(3) Water faucets or valves shall be fully turned off after the required usage has been accomplished. The cleaning personnel shall report dripping faucets or leaks to the cleaning supervisor immediately who will notify security to contact the O&M supervisor for repairs. The Cleaning Supervisor will also notify the PO, (4) While cleaning locked, secured offices, the Contractor shall be escorted by an NRC Security Officer or an NRC-badged Contractor personnel.

(5) Immediately turn in lost and found articles to the OWFN P-1 Security Central Alarm Station.

51

4 l

Section C (6) Notify the Security Officer on duty at the OWFN P1 Security Central Alarm Station when an 1 unauthorized or suspicious person is seen on the premises. I (7) Any building problems founa by the Custodial staff shall be reported immediately to the <

OWFN P.1_ Security Central Alarm Station who will contact the O&M personnel who are on site {

or contact their Facility Manager by phone. The PO will also be notified.

C.3.16 SAFETY REQUIREMENTS The Contractor shall ensure that their drivers follow all prudent safety practices while operating registered and insured motor vehicles. Also, all vehicles must have operable parking and emergency parking systems, backup alarms, and wheel shocks. The driver shall ensure that engines are tumed off while parked.

C.3.17 ENVIRONMENTAL QUALITY ASSURANCES The Contractor shall fully comply with all State, county and city laws and regulations regarding sanitation and solid waste disposal.

The Contractor shall not create or allow any litter to accumulate at loading dock locations when

- transpoding and/or disposing trash.

The Contractor shall follow EPA regulations outlined in the Code of Federal Regulations 40 Parts 243, and 257.

l l

.t 52

l Section D SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987)

The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and saf a delivery at destination. Containers and closures shall comply with the interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.

[End of Clause]

)

i i

l. .

l

.(

i 4

53 f

Section E SECTION E-INSPECTION AND ACCEPTANCE E.152.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if l

they were given in full text. Upon request, the Contracting Officer will make their full text available. l l

I l1. - FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER . TITLE DATE

.52.246-2 INSPECTION OF SUPPLIES AUG 1996

- FIXED-PRICE 52.246-4 INSPECTION OF SERVICESAUG 1996

- FIXED-PRICE 52.246-16 RESPONSIBILITY FOR SUPPLIES APR 1984

[End of Clause]

E.2 PLACE OF INSPECTION AND ACCEPTANCE Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the time and place that the Contractor issues or uses the item to perform work 4

- under the contract.  !

[End of Clause] .

E.3 NRC PROJECT OFFICER'S INSPECTION REPORT

- The Contractor shall refer to Section G.4, PAYMENT DEDUCTIONS FOR NON-PERFORMANCE OR UNSATISFACTORY PERFORMANCE, regarding the NRC Project Officer's inspection Report.

[End of Clause] l

.c t

54 i- 1 f

1,

SECTION F - DELIVERIES OR PERFORMANCE I

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

- This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

l F.1 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES -

l NUMBER TITLE DATE l- '52.242-15 STOP-WORK ORDER AUG 1989 -

u 52.242-17 GOVERNMENT DELAY OF WORK APR 1984 l

1

[End of Clause] '

F.2 DURATION OF CONTRACT PERIOD j l

The Base Year Period for this contract shall commence on March 22,1999 and will expire on November 30,1999. The term of this contract may be extended at the option of the Govemment for an additional four 12-month periods.

[End of Clause)

F.3 PLACE OF PERFORMANCE The services to be provided under this contract shall be performed at the One White Flint North Building and the Two White Flint North Building, inclusive of grounds. Refer to Section C.3.1, Location of Facilities.

[End of Clause)

F.4 PLACE OF DELIVERY-REPORTS The reports and all other deliverables to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to the Project Officer and Contracting Officer. Refer to the clause below,

" Reporting Requirements." for the due date and the number of copies required. Also, refer to the clause, " Project Officer Authonty

  • in Section G of this contract for the Project Officer's address and ,

to Pa0e One of this contract for the Contracting Officer's address.

[End of Clause)

.t L'

I I

55

Section F F.5 REPORTING REQUIREMENTS The following deliverables list all the reporting requirements as stated in Section C. In the event of any conflict between the list below and the requirements within Section C, the requirements within Section C shall take precedence.

The following defines the symbols in the "Due Date" column below:

E = the effective date of the contract.

U = as updated by the Contractor.

T = the takeover date of the performance requirements.

The following defines the symbols for distribution of each report.

Recipients required to receive one copy each.

to PO.

to PO and CO.

"* One completed form for each employee to the PO.

"" to PO, CO and Administrative Services Center DUE REFERENCE DELIVERABLE DATE DISTRIBUTION C.3.3.1 Personnel Requirements & Qualifications Pncr to T "

All employees issued copy of contract C.3.3.1 Employee Roster /After Hour 5 days prior to "

& 3.4 E&U Emergency On-Call Listing CM T CM Altemate, Supervisor C.3.3.1 Employee Security Clearance Prior to T & U **

&H.1 Documentation and Certifications NRCAR 2052.204-71 Site Access Badge-Govt. Fumished Access Badge 24HR C.3.3.1 Proof of Citizenship or Alien Registration 5 Days Prior to T "*

Form I-151 Alien Registration Receipt (For subsequent hires; Form I-94 Work Authorintion 5 days prior to working Form I-688A Temporary Resident Card under the contract)

GSA Form 176 & FD-258

.A

\

56 l

l

Section F DUE REFERENCE DELIVERABLE DATE DISTRIBUTION C.3.5 Personal Conduct, training certification Prior to T "

& 3.6 for all employees Annually thereafter Within 30 days after employment for new employees Initialinspection of NRC furnished "

C.3.10.1 5 days after T Property C.3.10.1 Final Inspection 45 days prior to expir. of contract C.3.10.1 Space inspection by contractor and PO for compliance with OSHA standards 5 days prior to T

  • C.3.10.2 Inemary list of Contractor- 5 days prior to T *"

furnisned supplies-joint inspection C.3.10.2 Year 2000 Requirements (Y2K) for Within 60 days computer equipment, software and after T systems; Test all existing facility computer systems used in the operation ar,d maintenance program for Y2K programming compliance C.3.11 Manufacturer Safety Data Sheets Prior to T, Updates as issued by manufacturers and upon use of new chemical C.2.1 Phase in Plan E C.2.6 Ground Maintenance Plan Within 5 days after E Written Monthly Schedule Within 5 days prior to beginning of each month Monthly Maintenance Schedule Within 5 days prior to ** '

l beginning of each month 57 I

l

. , - . . . . . _ . .- ._ . ~.. . . - - - . .-

Section F DUE REFERENCE DELIVERABLE DATE DISTRIBUTION

- C. 3.15 Laboratory report on products 10 days after ~

request by PO C. 3.13 Unaccomplished work due to 30 minutes after "

emergencies PO's request C.3.15 inspection Compliance Report "

5 days after each inspection ,

C.3.2 FIXIT Service Requests 5th day of "

' & 3.9 . Tracking and Closecut Report . each month and daily l

C.3.12.1 - Plan of the Day Agenda Report 8:15a.m. each * *

~

workday C.3.13 Monthly Report "

5th day - monthly

- C.3.13 Maintain a written log of all chemicals Upon request /

used and test control. when treating system t

H.5 Security Requirements

Sign-In/Out Log Daily I.

l

.~

l l-l I

.c 58 t

_ _ _ . _ _ _ . _ _ _ _ . . . . . __ m_._.-_._., __ _ _-.m .-- -

Section G  !

i SECTION G - CONTRACT ADMINISTRATION DATA G.1NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY ALTERNATE 1 (JAN 1993)

1. ~ The contracting officer's authorized representative, hereinafter referred to as the project officer

' for this contract is:

Name:

Address:

I

. Telephone Number '

  • To be included into any resultant contract.

l

2. 1 The Project Officer is responsible for:

A. monitoring Contractor performance, including quality assurance surveillance (Refer to Attachment No.10 Quality Assurance Surveillance Plan) and assessment of performance, and recommending to the Contracting Officer changes in requirements; B.- inspecting and accepting services provided under the contract; C. reviewing all Contractor invoices / vouchers requesting payment for services provided under the l contract and making recommendations for approval disapproval, deductions or suspensions; .l and D. providing technical direction to the Contractor as follows:

. (1) provide clarification and/or advice on details which serve to accomplish the Statement of h Work in the contract; (2) review and approve reports and other deliverables as required in the Statement of Work in the contract; and (3) provide assistance in the resolution of technical problems encountered during performance.

]

3. Technical direction shall be within the general Statement of Work in the contract. The Project i L ~ Officer does not have the authority to and may not issue technical direction which:

A.' constitutes a change a defined in the " Changes" clause in Section I of this contract; ll

.c B. in any way causes an increase or decrease in the total contract amount;

1 C. changes any of the express terms; conditions or specification of this contract; or 59

- - - . . - . . - - m -

Section G D. terminates the contract, settles any claim or dispute arising under the contract, or issue any unilateral directive whatsoever.

l

4. If, in the opinion of the contractor any technical direction issued by the Project Officer is within one of the above categories, the Contractor shall not proceed but shall notify the Contracting Officer in writing within two days after receipt of any such direction. Upon receiving such notification, the Contracting Officer shall either issue an appropriate modification to the contract or advise the Contractor in writing that, in the contracting Officer's opinion the technical direction is within the scope of this clause and does not constitute a i change under the " Changes" clause. A failure of the parties to agree upon the nature of the direction or upon the contract action to be taken with respect thereto shall be subject to Clause No. 52.233-1 " Disputes"in Section I of this contract.
5. In the Project Officer's absence, one of the following Alternate Project Officers are authorized l

to represent the Project Officer.

Name:

Address: U S Nuclear Regulatory Commission

- White Flint North Mail Stop t Rockville, MD 20852 I Telephone Number: (301) 415

6. The following individuals are authorized to provide limited technical direction to the Contractor l as specified below. The Contractor shall immediately contact the Project Officer for resolution of differences and clarification of guidance.

(a) The OWFN Security Central Alarm Station Duty Officer is authorized to notify the Contractor of emergency conditions.

l (b) The following Administrative Services Center individuals are authorized to provide technical l guidance for Parking Management Services.

l Name: Telephone Number:

9 4

. t.

t

. 60

a ..

Section G

- (3) Technical direction for Incidental Custodial Tasks (ICT) 1 G.2 BILLING INSTRUCTIONS  :

l' l- . The Contractor shall refer to the attachment in Section J entitled: " Billing Instructions." -

l L '[End of Clause]

G.3 PAYMENT ADJUSTMENTS FOR SUSPENSION OF WORK 0F THE BASIC CONTRACT SERVICES

1. In the event the basic contract senrices (See Section C 3) are not provided or required by the NRC because the OWFN and TWFN buildings are opened later or closed earlier during the day because of inclement weather or unanticipated holidays, or because the OWFN and TWFN j buildings are closed for the entire day because of inclement weather, unanticipated holidays, the  !

~ of Congress to appropriate funds, etc., the Contracting Officer will make the appropriate l payment adjustments. The payment adjustments will be computed as follows:

A. The adjustment rate in dollars per hour will be equal to the total dollars per day divided by 12 )

hours per day. The hourly rate will be multiplied by the number of hours that service was not I

- provided or required.

B. The adjustment rate in dollars per day will be equal to the total dollars per month divided by 21 days per month; The daily rate will be multiplied by the number of days that service was not provided or required.

[End of Clause)

G.4 PAYMENT DEDUCTIONS FOR NONPERFORMANCE OR UNSATISFACTORY PERFORMANCE

1. The major objective of the Govemment is to obtain complete and satisfactory performance in j accordance with the terms of the contract. To comply, the Contractor shall complete his performance of each job,' me sting the quality of work and meeting key personnel requirements j (Refer to Section H.2). Failura to accomplish the specifications of the contractjustify deductions to the Contractor.

l 1

.e L 61 L

l l

Section G

2. The Contractor shall refer to Attachment 4, Schedule of Deductions, which will be used by the i

NRC to determine monetary deductions for nonperformance of work under this contract, or

! deficiencies in the work performed or for failure to respond to requests for service, or to meet any other requirements of contractual specification.

3. Assessment of Nonperformance Deductions:

A. The NRC Project Officer and Project Officer Alternates will notify the Contractor of proposed deductions on a daily basis through FIXIT, and/or QA inspection forms, and e-mails.

B. The Contractor shall provide written acceptance or dispute / rebuttal to each proposed deduction within three (3) work days from receipt of the proposed deduction notification.

C. The NRC will review the rebuttal correspondence to determine if a deduction should be assessed.

! D. The Contracting Officer will issue a letter to the Contractor not lator than 15 work days following the month for which deductions have been assessed, ir. forming the Contractor of the total monthly deductions taken for the associated period.

E. Total deductions will be taken from the Contractor's monthly invoice.

[End of Clause]

l

.A I

62

- - - . _ - ~ _ _.-- = .- - . - . . - _ _ . . - - - - . _ . - . - - _ . . - . - .

l Section H l I

SECTION H - SPECIAL CONTRACT REQUIREMENTS '

H.1 NRCAR 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993)

During the life of this contract, the rights of ingress and egress for contractor personnel must be made available as required. In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the Government. The Project Officer shall assist the contractor in obtaining the badges for the contractor personnel. It is the sole responsibility of the contractor to ensure that each employee has proper identification at all times. All prescribed identification must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel. Contractor personnel must have this identification in their possession during on-site performance under this contract. It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the safeguarding l

l of any Government records or data that contractor personnel may come into contact with.  ;

I l [End of Clause]

l H.2NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993) l 1. The following individuals are considered to be essential to the successful performance of the i l work hereunder: '

(1) Custodial Manager *

(1) Custodial Manager (Alternate 1 (1) Custodial Supervisor *

  • To be incorporated into any resultant contract.

l The contractor agrees that personnel may not be removed from the contract work or replaced l without compliance with paragraphs (b) and (c) of this section.

l 2. If one or more of the key personnel, for whatever reason, becomes, or is expected to become, l unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to l the concurrence of the contracting officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

! .c 63

Section H

3. Each request for approval of substitutions must be n writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by l the contracting officer to evaluate the proposed substitution. The contracting officer or his/her l authorized representative shall evaluate the request and promptly notify the contractor of his or her approval or disapproval in writing.
4. If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

l

[End of Clause]

l l

H.3NRCAR 2052.235-72 SAFETY, HEALTH, AND FIRE PROTECTION (JAN 1993)

The contractor shall take all reasonable precautions in the performance of the work under this contract to protect the health and safety of its employees and of r, i mbers of the public, including NRC employees and contractor personnel, and to minimize danger from all hazards to life and property and shall comply with all applicable health, safety, and fire protection regulations and l requirements (including reporting requirements) of the Commission and the Department of Labor.

In the event that the contractor fails to comply with these regulations or requirements, the contracting officer may, without prejudice to any otherlegal or contractual rights of the Commission, issue an order stopping all or any part of the work; thereafter, a start order for resumption of work may be issued at the discretion of the contracting officer. The contractor shall make no claim for an extension of time er for compensation or damages by reason of, or in connection with, this type of work stoppage.

[End of Clause]

H.4 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (NOV 1994)

The NRC will provide the contractor with the equipment / property identified under Section C.3.10 of this contract. Only the equipment / property listed in C.3.10 in the quantities shown will be provided by the Government. This property is subject to the provisions of the Govemment Property Clause under this contract. All other equipment / property required in performance of the contmet shall be fumished by the Contractor.

[End of Clause]

64 l

t . .

Section H l

I H.5 SECURITY REQUIREMENTS  :

1

1. Sign In/ Sign Out Log For contract administration and handling access control, all contract (and subcontract) employees
shall sign in and out at the beginning and end of their shifts on a log maintained at l the first floor lobby guard's desk in the OWFN building. Contractor supervisors shall indicate their position titles alongside their signature. The log shall be provided to the CO or the PO upon request.
2. Identification / Building Pass The Contractor shall refer to the clause within this Section H regarding site access badge requirements. The NRC photo badging process is conducted at the OWFN building. It is important to coordinate the schedule for the badging process with the PO prior to performing duties under this contract. A sample copy of the NRC Form 89 - Photo Badge Request, is attached as Attachment 3 in Section J of this contract.

The Contractor shall ensure that all of its employees, including any subcontractor employees and any subsequent new employees who are assigned to perform the work herein, have an NRC photo identification badge before the employee enters on duty. The contractor shall snsure that all employees prominently display the NRC badge on their person while within the OWFN and TWFN buildings. In the event that the Contractor has a subcontractor, or any other employee who has not been issued an NRC photo badge, who may perform any work at the OWFN and TWFN buildings during Regular NRC Working Hours, the Contractor shall escort the subcontractor (or employee) to the offices within the OWFN and TWFN buildings, at all times. If the work is to be performed after Regular NRC Working Hours, the Contractor shall coordinate with the P0, the Subcontractor's (or employee's) access to the offices within the OWFN and TWFN buildings.

3. Building Access Approval The Govemment shall have and exercise full and complete control over granting, denying, withholding, or terminating OWFN and TWFN building access approvals for individuals performing work under this contract. Individuals performing work under this contract shall be required to complete and submit through the PO to the Division Facilities and Security, an acceptable GSA Form 176 (Statement of Personal History), and two FD-258 (Fingerprint Charts) at least 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> prior to performing services at the NRC. In the exercise of that authority, the NRC may, among other things, grant or deny temporary building access approval to an individual based upon its review of the information contained in the GSA Form 176. Also, in the exercise of that authority, NRC may, among other things, grant or deny permanent building access approval based on the results of its investigation and adjudication guidelines. This requirement also pertains to the officers of the firm who, for any reason, may visit the work sites for an extended period of tims during the term of the contract. In the event of NRC being unable to grant a temporary or permanent building access approval, respectively, to any individual performing l

l 65

. e Section H l

work under this contract, the Contractor is responsible for assigning another individual to perform the necessary function without any delay in the contract's pe rformance schedule, or without adverse  ;

impact to any other terms or conditions of the contract. The contractor is responsible for informing  ;

those affected by this procedure, of the required building access approval process (i.e., temporary and permanent determinations), and that the individual may be required to wait until permanent building access approval is grarited before beginning work in the OWFN or TWFN buildings.

l The Contractor shall ensure that he advises the PO, who, in tum, will advise the Division of Facilities and Security, of the termination or dismissal of any employee who has applied for, or has been granted, NRC building access approval. The Contractor shall recover NRC-issued photo badges from these individuals and return them to the PO.

4. Contractor's Duty to Safeguard Sensitive Unclassified Information and Clascified Information in the performance .n work under this contract, the Contractor shall, in accordance with NRC security regulations and requirements, be responsible for safeguarding any sensitive unclassified or classified information that it may inadvertently have access to during performance of work under this contract. The contractor agrees to comply with all security regulations and requirements of the NRC.

[End of Clause]

4 H.61NSURANCE The requirement of Clause 52.228 Insurance-Work on a Govemment Installation, is supplen.ented to provide that the generalliability policy shall name "The United States of America" acting by and through the U.S. Nuclear Regulatory Commission as an additional insured with respect to operations performed under this contract.

1 The following reflects the Govemment's minimum amounts of insurance required for performance of work under this contract:

$500,000 per occurrence for bodily injury, and

$500,000 per occurrence for property damage.

[End of Clause]

H.7 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS

1. Each employee of the contractor or any subcontractor performing services under this contract who is covered by the collective bargaining agreements (s) (CBA) TECOM Incorporated of Austin, Texas and Local 99-99A, International Union of Operating Engineers, AFh-CIO), is to l be paid wage rates and fringe benefits set forth in the CBA(s).

l l

66

Section H

2. Each employee of the contractor or any subcontractor performing services under this contract who is not covered by the CBA(s) between TECOM Incorporated of Austin, Texas, and Local 99-99A, intemational Union of operating Engineers, AFL-CIO, is to be paid at least the minimurb allowable monetary wage and fringe benefits prescribed under the i

U.S. Department of Labor and applicable Wage Determination (s).

3.~ Any conflict between the labor categories, wages and fringe benefrts of the CBA(s) and the Department of Labor Wage Determinations, the CBA(s) shall prevail.

1

[End of Clause]

H.8 COLLECTIVE BARGAINING AGREEMENT

1. The Contractor shall provide the Contracting Officer with copies of any collective bargaining -

agreements, and any amendments thereto, which arise during the course of this contract.

and which apply to Contractor employees working under this contract. The Contractor shall provide a " cents per hour" equivalency cost for'each fringe benefit included in such bargaining agreements, including any prospective increases in same.

2. Prior to the expiration of this contract, and in anticipation of solicitation of a follow-on contract,.

l the Contractor shall provide, upon request by the Contracting Officer, a copy of the current ,

collective bargaining agreement, any amendments thereto, and the citrrent " cents per hour" i equivalency cost for each fringe benefit included in the collective bargaining agreement, including any prospective increase in same."

(End of Clause]

i

-)

+

.e i

67

? -

-. . .-- . - . . - - . ~ . . . . - . -. . _ ~ -

l l-Section I l PART 11 - CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES l

l 1.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) l This contract incorporates one or more Clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

1

! l. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES i NUMBER TITLE DATE 52.202-1 DEFINITIONS OCT 1995 52.203-3 GRATUlTIES APR 1984 l 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 l 52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1995 SALES TO THE GOVERNMENT 52.203-7 ANTI-KICKBACK PROCEDURES JUL 1995 52.203-10 PRICE OR FEE ADJUSTMENT FOR JAN 1997 ILLEGAL OR IMPROPER ACTIVITY 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE JUN 1997 CERTAIN FEDERAL TRANSACTIONS 52.204-4 PRINTING / COPYING DOUBLE-SIDED ON JUN 1996 RECYCLED PAPER 52.209-6 PROTECTING THE GOVERNMENTS JUL 1995 INTEREST WHEN SUBCONTRACTING l WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

. 52.215-1 EXAMINATION OF RECORDS BY OCT 1997  ;

COMPTROLLER GENERAL l 52.215-2 AUDIT AND RECORDS - NEGOTIATION AUG 1996 1 52.215-8 ORDER OF PRECEDENCE - UNIFORM OCT 1997 CONTRACT FORMAT 52.215-23 PRICE REDUCTION FOR DEFECTIVE OCT 1995 COST OR PRICING DATA - MODIFICATIONS 52.215-25 SUBCONTRACTOR COST OR PRICING OCT 1995 DATA - MODIFICATIONS 1 52.215-26 INTEGRITY OF UNIT PRICES JAN 1997 I 52.215-27 TERMINATION OF DEFINED BENEFIT MAR 1996 PENSION PLANS 52.215-18 REVERSION OR ADJUSTMENT OF PLANS OCT 1997 FOR POSTRETIREMENT BENEFITS OTHER THAN PENSIONS (PRB) 52.219-8 UTILIZATION OF SMALL, SMALL DISADVAN-TAGED WOMEN-OWNED SMALL BUSINESSES JUN 1997.s i 68

v.

Section I NUMBER ILTLE D61E 52.219-9 SMALL, SMALL BUSINESS AND SMALL AUG 1996 DISADVANTAGED BUSINESS 1 SUBCONTRACTING PLAN :

52.219-16 LIQUIDATED DAMAGES-SMALL BUSINESS OCT 1995 SUBCONTRACTING PLAN 52.222-1 NOTICE TO THE GOVERNMENT FEB 1997 OF LABOR DISPUTES 52.222-3 . CONVICT LABOR AUG 1996 I 52.222-4 CONTRACT WORK HOURS AND JUL 1995 SAFETY STANDARDS ACT -

OVERTIME COMPENSATION 52.222-26 EQUAL OPPORTUNITY .

APR 1984 52.222-28. EQUAL OPPORTUNITY PREAWARD APR 1984 CLEARANCE OF SUBCONTRACTS' 52.222-35' AFFIRMATIVE ACTION FOR SPECIAL APR 1984 DISABLED AND VIETNAM ERA VETERANS 52.222-36, AFFIRMATIVE ACTION FOR APR 1984 HANDICAPPED WORKERS - i 52.222-37 EMPLOYMENT REPORTS ON SPECIAL APR 1998  !

DISABLED VETERANS AND VETERANS OFTHE VIETNAM ERA

. 52.222-41 SERVICE CONTRACT ACT OF 1965, MAY 1989 AS AMENDED 52.222-43 FAIR LABOR STANDARDS ACT MAY 1989 AND SERVICE CONTRACT ACT-PRICE ADJUSTMENT (MULTIPLE YEAR AND i

OPTION CONTRACTS) 52.223-2 CLEAN AIR AND WATER APR 1984 52.223 POLLUTION PREVENTION AND RIGHT-TO-KNOW MAR 1997 52.223-6 DRUG-FREE WORKPLACE JAN 1997'

' 52.225-3 BUY. AMERICAN ACT SUPPLIES MAR 1996 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN ~ AUG 1998 PURCHASES'  !

52.227-1 AUTHORIZATION AND CONSENT JUL 1995 52.227-2 . NOTICE AND ASSISTANCE REGARDING AUG 1996 PATENT AND COPYRIGHTINFRINGEMENT

. 52.228-5 INSURANCE - WORK ON A GOVERNMENT JAN 1997 INSTALLATION 52.229-4 FEDERAL STATE. AND LOCAL TAXES JAN 1991 (NEGOTIATED CONTRACT) .s 52.229-5 TAXES - CONTRACTS PERFORMED IN U.S. APR 1984 POSSESSIONS OR PUERTO RICO 69

- F r. n.. ., -

-, . _ . _ . .. . . _ . .~ _ _ - . _ . . . ._ _ _ _ - . _ . . ._ ..~ _ ._ . .

l

,, Section 1 NUMBER Tl_TLE DATE 52.232-1 . PAYMENT APR 1984 52.232-8 ' DISCOUNTS FOR PROMPT PAYMENT - MAY 1997 1 52.232-11 ~ EXTRAS. APR 1984 l' 52.232-17 ~ INTEREST JUN 1996 52.232-23 ASSIGNMENT OF CLAIMS - JAN 1986 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC AUG 1996 FUNDS TRANSFER PAYMENT 52.233-1 DISPUTES - MAR 1994 ALTERNATE I (DEC 1991) i

'52.233-3 PROTEST AFTER AWARD AUG 1996 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, APR 1984 i EQUIPMENT, AND VEGETATION 52.242-13 BANKRUPTCY JUL 1995-52.243-1 CHANGES- FIXED PRICE AUG 1987 ALTERNATE I (APR 1994) 52.244-5 COMPETITION IN SUBCONTRACTING DEC 1996 52.246-25 LIMITATION OF LIABILITY- SERVICES . FEB 1997 52.249-2 . TERMINATION FOR CONVENIENCE OF THE SEP 1996 GOVERNMENT (FIXED-PRICE)  !

52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR 1984 52.253-1 COMPUTER GENERATED FORMS JAN 1991 52.230-2 COST ACCOUNTING STANDARDS APR 1998 52.230-5 ADMINISTRATION OF COST ACCOUNTING - APR 1996 STANDARDS 52.232-25 PROMPT PAYMENT SEP 1992

52.232-28 ELECTRONIC FUNDS TRANSFER APR 1989 PAYMENT METHODS I

52.237-3 CONTINUITY OF SERVICES JAN 1991 52.244-1 SUBCONTRACTS (FIXED-PRICE CONTRACTS) APR 1991 52.245-1 PROPERTY RECORDS APR 1984 j 52.245-4 GOVERNMENT-FURNISHED PROPERTY APR 1984 )

(SHORT FORM) 52.242-13 BANKRUPTCY ,

52.237-6 SUPERINTENDENCE BY THE CONTRACTOR 1 52.237-7 PERMITS AND RESPONSIBILITIES (End of Clause]

.A i

~

70 l

l I

l Section I l.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989)

(a) The Government may extend the term of this contract by written notice to the Contractor within; l provided, that the Government shall give the Contractor a preliminary written notice of its intent

to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 YEARS.

[End of Clause]

! l.3 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) in compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to

( each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION.

Monetary Wage-Employee class Frince Benefits Contract Manager $20.09 I Custodial Supervisor $17,06 Lead Matron $15.40 1

(End of Clause]

1. 4 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) l ^ l i This Solicitation incorporates one or more clauses by reference, with the same force and effect as l if they were given in full text. Upon request, the Contracting Officer will make their full text available. i Also, the full text of a clause may be accessed electronically at this/these address (es):

71 i

l

{

www.arnet. gov /far/ l 1

i i

I l

l I

.s 72 t..

Section J SECTION J - LIST OF ATTACHMENTS J.1. Attachments (Mar 1987)

Attachment Number Tit!1 1 Exhibits 1 " Cleaning Work and Quality Requirements" for Section C -

- Description / Specification / Work Statement 2 Resume Format 3 NRC Form 89 - Photo Badge Request 4' Deduction Table 5 U.S. Dept. of Labor Wage Determination (SF 98) 6 Billing instructions 7 GSA Form 176 and FD-258

. 8- Standard Form 1411, Contract Pricing Proposal Cover Sheet 9 Past Performance Questionnaire l

i I

.A f

4

{ 73 L

l o

p. s-n.>-. ..-~ , .-. a ,. aan. -- ,-.-a -.~s ._s m .us.-~ .r.au. . .- > ,. ~ . , . ..>..s.m a ~~-,s.... mama-a ,n a.

s 9 eL 74 i-f o

h- - -

n . .

i Section K 1 K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)"in  !

Section L of this solicitation.

l I NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING APR 1991 l PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS l 52.222-21 CERTIFICATION OF NONSEGREGATED APR 1984 FACILITIES K.252.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

(a) If the Government receives information that a contractor or a person has engaged in conduct constituting a violation of subsection (a), (b), (c), or (d) of Section 27 of the Office of Federal Procurement Policy Act (41 U.S.C. 423) (the Act), as amended by section 4304 of the National Defense Authorization Act for Fiscal Year 1996 (Pub. L.104-106), the Government may--

(1) Cancel the solicitation, if the contract has not yet been awarded or issued; or (2) Rescind the contract with respect to which--

(i) The Contractor or someone acting for the Contractor has been convicted for an offense where the conduct constitutes a violation of subsection 27 (a) or (b) of the Act for the purpose of either --

(A) Exchanging the information covered by such subsections for anything of value; or (B) Obtaining or giving anyone a competitive advantage in the award of a Federal agency procurement contract; or (iO The head of the contracting activity has determined, based upon a preponderance of the evidence, that the Contractor or someone acting for the Contractor has engaged in conduct l constituting an offense punishable under subsection 27(e)(1) of the Act.

, 75

-. - .c Section K (b) If the Government rescinds the contract under paragraph (a) of this clause, the Government is entitled to recover, in addition to any penalty prescribed by law, the amount expended under the contract.

(c) The rights and remedies of the Government specified herein are not exclusive, and are in

. addition to any other rights and remedies provided by law, regulation, or under this contract.

K.3 - 52.204-3 TAXPAYER IDENTIFICATION (JUN 1997)

. (a) Definitions.

" Common parent," as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.

" Corporate status," as used in this solicitation provision, means a designation as to whether the i

offeror is a corporate entity, an unincorporated entity (e.g., sole proprietorship or partnership), or a corporation providing medical and health care services.

" Taxpayer Identification Number (TIN)." as used in this solicitation provision, means the ,

number required by the IRS to be used by the offeror in reporting income tax and other returns, i

j - (b) All offerors are required to submit the information required in paragraphs O through (e) of this solicitation provision in order to comply with reporting requirements of26 U.S.C. 6041,6041 A and 6050M and implementing regulations issued by the Internal Revenue Service (IRS). If the resulting contract is subject to the reporting requirements described in FAR 4.903, the failure or

< refusal by the offeror to furnish the information may res~ ult in a 31 percent reduction of payments

. otherwise due under the contract. .

(c) Taxpayer Identification Number (TIN).

L -( ) TIN: .

j. ( ) TIN has been appheJ !or.

( ) TIN is not required twause:

( ) Offeror is a nonresdent alien, foreign corporation, or foreign partnership that does not have insme ettectively connected with the conduct of a trade or business in the I s And does not have an office or place of business or a fiscal pay ing agent in the U.S.; ,,

jf -( ) Offeror is an apene,s or mstrumentality of a foreign government;

( ) Offeror is an agency or instrumentality of a Federal, state, or local govemment; 76 I - -- .-- . -- -

. 4 Section K

- ( ?)L Other. State basis, (d) Corporate Status.

. ( ) Corporation providing medical and health care services, or engaged in the j

' billing and collecting of payments for such services;

- ( ) 'Other corporate entity;

( . ) Not a corporate entity; Section K

^

-( ) Sole proprietorship;

( ) Partnership;

( ) Hospital or extended care facility described in 26 CFR 501(c)(3) that is exempt from taxation under 26 CFR 501(a).

l(e) Common Parent.

-( ) _ Offeror is not owned or controlled by a common parent as defined in paragraph'(a) of this provision.

(? ) Name and TIN of common parent:

.Name

. TIN.

L . K.452.209 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, I PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAR 1996)

(a) (1) The Offeror certifies, to the best ofits knowledge and belief, that -

(I) The Offeror and/or any ofits principals -

(A) Are [ . ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ - ] have not [ ], within a 3 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 public (Federal, state, or local) l 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 or receiving stolen property; and ,

t.

77 l

Section K (c) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a) (1)

(i)(B) of this provision.

(ii) The Offeror has [ ] has not [ ], within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) " Principals," for the purpose ofthis certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiry, division, or business segment, and similar positions).

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001. TITLE 13, UNITED STATES CODE.

(b) The Offeror shall provide in wa written notice to the Contracting Officer if, at any time prior to contract award, a Q/eror leams that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. Hewever, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.

Nothing contained in the foregoing shall be construed to require establishment of (d) Nothing contained in the foregoing shall be construed to require establishment of a system of rcords in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. Ifit is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

.e 78

l Section K 1 K.552.215-4 TYPE OF BUSINESS ORGANIZATION (OCT 1997)

The offeror or respondent, by checking the applicable box, represents that-- l (a) It operates as [ ] an individual, [ ] a partnership, [ ] a nonprofit organization,

[ ] ajoint venture, or [ ] a corporation incorporated under the laws of the State of i 1

(b) If the offeror or respondent is a foreign entity, it operates as [ ] an individual, l

[ ] a partnership, [ ] a nonprofit organization, [ ] a joint venture, or [ ] a corporation, registered for business in (country) '

l i

K.652.215-6 PLACE OF PERFORMANCE (OCT 1997) )

(a) The Offeror or respondent, in the performance of any contract resulting from this i i

solicitation, [ ] intends, [ ] does not intend [ check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in i this proposal or response to request for information. l (b) If the offeror or respondent checks " intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information:

Place ofperformance (street Name and address of owner and  !

(Street address, city, state, Operator of the plant or facility county, code) if other than offeror or respondent f

79 l

I Section K K.752.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (JAN 1997)

(a) (1) The standard industrial classification (SIC) code for this acquisition is 8711.

. (2) The small business size standard is $2.5 million [ average annual receipts for 3 preceding fiscal yrs].

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b) Representations. (1) The offeror represents as par: ofits offer that it [ ] is, [ ]

is not a small business concern.

(2) (Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part ofits offer that it [ ] is not a small disadvantaged business concern.

(3) (Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part ofits offer that it [ ] is not a women-owned small business concern.

(c) Definitions.

" Joint venture," for purposes of a small disadvantaged business (SDB) set-aside or price evaluation preference (as prescribed at 13 CFR 124.321), is concern that is owned and controlled by one or more socially and economically disadvantaged individuals entering into a joint venture agreement with one or more business concerns and is considered to be affiliated for size purposes with such other concern (s). The combined annual receipts or employees of the concerns entering into the joint venture must meet the applicable size standard corresponding to the SIC code designated for the contract. The majority of the venture's earnings must accrue directly to the socially and economically disadvantaged individuals in the SDB concern (s) in thejoint venture. The percentage of the ownership involvement in ajoint venture by disadvantaged individuals must be at least 51 percent.

"Small business concern,"as used in this provision, 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 contr5 acts, and qualified as a small business under the criteria in 13 CFQPart 1212 and the size standard in paragraph (a) of this provision.

80

o .

Section K "Small disadvantaged business concern," as used in this provision, means a small busmess concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are '

both socially and economically disadvantaged, or a publicly owned business having at least 51 percent ofits stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals. This tenn also means a small business concem that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent ofits stock unconditionally  !

owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and i which meets the requirements of 13 CFR Pan 124.

" Women-owned small business concern," as used in this provision, means a small business concem--

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

(d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(1) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small or small disadvantaged business concern in order to obtain a contract to be awarded under the preference programs establishec' pursuant to sections 8 (a),8 (d),9, or 15 of the Small Business Act or any other provisions of Federal law that specifically references Section 8(d) for a definition of program eligibility, shall--

(i)Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority t of the Act.

j _

1 81 l

Section K K.852.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984)

The offeror represents that--

(a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section 310 of Executive Order No.10925, or the clause contained in Section 201 of Executive Order No.

11114; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

K.952.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) i The offeror represents that--

(a) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary ofLabor.

K.10 52.221-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984)

The Offeror certifies that--

(a) Any facility to be used in the performance of this proposed contract is [ ], is not

[ ] listed on the Environmental Protection Agency (EPA) List of Violating Facilities; (b) The Offeror will immediately notify the Contracting Officer, before award, of the receipt ofany communication from the Administrator, or a designee, of the EPA, indicating that any facility that the Offeror proposes to use for the performance of the contract is under consideration to be listed on the (EPA) List of Violating Facilities; and l

(c) The Offeror will include a certification substantially the same as this certificatign, l including this paragraph (c), in every nonexempt subcontract.

82 l

l

Section K K,11 2052.209-70 QUALIFICATIONS OF CONTRACT EMPLOYEES The offeror hereby certifies by submission of this offer that all representations made regarding its employees, p > posed subcontractor personnel, and consultants are accurate.

K. 20. 'w-71 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT (a) The fobowing representation is required by the NRC Acquisition Regulation 2009.105-70(b). It is not NRC policy to encourage offerors and contractors to propose current /former agency employees to perform work under NRC contracts, and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders.

(b) lae offeror hereby certifies that there [ ] are [ ] are no current /former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performed any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title which employed by the NRC, the date individual left NRC, and brief description of the individual's role under this proposal.

K.13 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST REPRESENTATION I represent to the best of my knowledge and belief that:

The award to of a contact or the modification of an existing contract does [ ] does not [ ] involve situations or relationships of the type set forth in 48 CFR 2009.570-3(b).

(a) If the representation. as completed. indicates that situations or relationships of the type set forth in 48 CFR 2009.570-3 e N are involved, or the contracting officer otherwise determines that potential organizational conth,t or interest exist, the offeror shall provide a statement in writing which describes in a conme manner all relevant factors bearing on his representation to the contracting officer. If the wrmacting officer determines that organizational conflicts exist, the following actions may be taken 83

l

! Section K l (1) Impose appropriate conditions which avoid such conflicts, (2) Disqualify the offeror, or I

(3-) Determine that it is otherwise in the best interest of the United States to seek award of the contract under the waiver provisions of 48 CFR 2009-570-9.

l (b) The refusal to provide the representation required by 48 CFR 2009.570-4(b), or i upon request of the contracting officer, the facts required by 48 CFR 2009.570-3(b), must result in i disqualification of the offeror for award. ,

l t

l l

l l

l t

l

.t l

o e

i M

l l

i

)

l l

' l i

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS i L.152.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full 1 text available.

l. FEDERAL ACQUISITION REGULATION (48 CFR CH APTER 1) PROVISIONS i l

NUMBER TITLE DATE i 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH APR 1991 I LANGUAGE 52.214-35 - SUBMISSION OF OFFERS IN US APR 1991 52.215-10 LATE SUBMISSIONS, MODIFICATIONS, OCT 1997 AND WITHDRAWALS OF PROPOSALS 52.215-12 RESTRICTION ON DISCLOSURE AND OCT 1997 USE OF DATA 52.215-13 PREPARATION OF OFFERS OCT 1997 52.215-14 EXPLANATION TO PROSPECTIVE OCT 1997 OFFERORS 52.215-15 FAILURE TO SUBMIT OFFER OCT 1997 52.215-16 CONTRACT AWARD OCT 1997 52.222-24 PREAWARD ON-SITE EQUAL APR 1984 OPPORTUNITY COMPLIANCE REVIEW

[End of Provision]

l L.2 52.216-1 TYPE OF CONTRACT (APR 1984)

The Govemment contemplates award of a firm-fixed-price contract for performance of the services described under this solicitation.

L.3 52.233-2 SERVICE OF PROTEST (AUG 1996)

, Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO)

, shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

.A 85

. . . - ~ _ . - - . . - - ~ - - - - - . . . . . . - . . - . . - - . _ . - ~ - - . - .

t. . .

i Section L i

Elois J. Wiggins U.S. Nuclear Regulatory Commission Division of Contracts and Property Management

Contract Management Branch 2 Washington, D.C. 20555 The copy of any protest shall be received in the office designated above on the same day a protest is filed with the GSBCA or within one day of filing a protest with the GAO. i

! L.4 52.237-1 SITE VISIT (APR 1984)

. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to 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.

[End of Provision]

l L.5 NRCAR 2052.215-75 AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNDS All offerors will be notified of their selection or non-selection as soon as possible.

Formal notification of non-selection for unrestricted awards may not be made until a contract has been awarded. Pursuant to requirements of FAR 15.503(a)(2), preliminary notification will be provided before the award for small business set-aside procurement on negotiated procurement.

It is also brought to your attention that the contracting officer is the only individual who can legally commit the NRC to the expenditure of public funds in connection with this procurement. This means that unless provided in a contract document or specifically authorized by the contracting officer, NRC technical personnel may not issue contract modifications, give informal contractual commitments, or otherwise bind, commit, or obligate the NRC contractually. Informal )

contractual commitments include:

'(1) Encouraging a potential contractor to incur costs prior to receiving a contract; 1 (2) Requesting or requiring a contractor to make changes under a contract without formal contrd

, modifications; l I L (3) Encouraging a contractor to incur costs under a cost-reimbursable contract in excess of those

. costs contractually allowable; and i

F (4) Committing the Govemment to a course of action with regard to a potential contract, contract change, claim, or dispute. .s-l -

[End of Provision]

k 4

__ . _. .~ . m . _ . _ . _ _ _ _ _ _ _ . ._._._._ __ .__ . _ _ _ _

r . i i

l l Section L l l

L.6 NRCAR 2052.215-76 DISPOSITION OF PROPOSALS After award of the contract, one copy of each unsuccessful proposal is retained by the NRC's Division of Contracts and Property Management in accordance with the General Records Unless return of the additional copies of the proposals is requested by the offeror upon submission of proposal, all other copies will be destroyed. This request should appear in a cover letter accompanying the proposal.

[End of Provision] )

L.7 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE I It is the policy of the Executive Branch of the Government that:

(1) Contractors and subcontractors engaged in the performance of Federal contracts may not, in j connection with the employment, advancement, or discharge of employees orin connection with '

the terms, conditions, or privileges of their employment, discriminate against persons because of their age except upon the basis of a bona fide occupational qualification, retirement plan, or statutory requirements; and (2) That contractors and subcontractors, or person acting on their behalf, may not specify, in

, s' olicitations or advertisements for employees to work on Government contracts, a maximum age limit for employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan, or statutory requirement.

[End of Provision]

L.8 ACCEPTANCE PERIOD l Because of the time required by the Govemment to evaluate proposals and make an award, offerors are instructed to specify on the SF-33 a proposal acceptance period of not less than 120 i

days.

l [End of Provision]

L.0 ESTIMATED DURATION l The duration of the contract is estimated to be 1 year. (See section F for any option periods)

A

[End of Provision) l l - _ _

. i Section L L.10 PROPOSAL PRESENTATION AND FORMAT GENERAL INSTRUCTIONS (A) Proposals must be typed, printed or reproduced on letter-size paper and each copy must be legible. Correctness of the Proposal: offerors are cautioned that all information provided in its presentation and supporting documentation, including all resumes, must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The NRC will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. The NRC may require the offeror to substantiate the ,

credentials, education and employment history of its employees, subcontractor personnel and l consultants, through submission of copies of transcripts, diplomas, licenses, etc.

(B) The offeror shall respond fully and completely to all sections of the solicitation package and to the elements that are described in the following Subparagraphs entitled ORAL PRESENTATION AND SUPPORTING DOCUMENTATION."

NOTICE TO THE OFFEROR: The idea behind the Oral Presentations is to eliminate a written technical proposal. Information which would otherwise be presented in a technical proposal must be presented orally. The offeror is put on notice that any full written technical proposal which has '

been submitted will not be considered by the NRC Source Evaluation Panel.

(C) Offeror should obtain commitment letters for all key personnel to ensure their availability to commence performance at award of the contract.

(D) All questions regarding this solicitation must be addressed to the address identified in Block 7 of the SF33 no later than November 30,1998. After this date, questions will not be entertained.

(E) The offeror must submit the following material which will constitute its offer, as defined by FAR 2.101, in two separate and distinct parts at the date and time specified in Block 9 of the SF33 for receipt of sealed offers.

1. Part 1 - Solicitation Packaoe/ Offer. Two (2) original signed copies of this solicitation package / offer. (NOTE: The offer or does not have to return copies of the Attachments included in Section J ). All applicable sections must be completed by offeror.

.t I

. i Section L

2. Part 2 - Pricino Proposal. One (1) original and four (4) copies of the " Pricing Proposal."

Instructions and the format for the Pricing Proposal are found under the section entitled,

" Pricing Proposal Requirements and Format."

(a) The pricing proposal must be submitted separately from the Oral Presentation and Supporting Documentation. The pricing proposal must be submitted at the date an time specified in Block 9 of the SF33 for receipt of offers.

(b) For any subcontract discussed under the Oral Presentation Material, the offeror shall provide supporting documentation on the selection process, i.e., competitive vs.

noncompetitive, and the cost evaluation.

(F) Oral Presentation and Written Suocortino Documentation. One (1) original and four (4) copies of the " Oral Presentation and Written Supporting Documentation."

(a) The offeror will be required to make an oral presentation in response to this solicitation.

Immediately thereafter, the offeror shall be prepared to participate in a question and answer (Q&A) session conducted by the Government's representatives. The sole purpose of the oral presentation and the Q&A session is to permit the Govemment the opportunity to test and evaluate your organization's knowledge and competence with regard to the Government's requirements for the services described in this solicitation.

1 (b) The offeror is advised that neither the oral presentation nor the Q&A session will constitute I discussions within the meaning of FAR part 15 and neitherwill they obligate the Govemment to entertain revisions to the original offer. The Government may award without discussions.

Therefore, each initial offer should contain the offeror's best terms from cost or price standpoints. However, if the Govemment determines that discussion and a revised pricing proposal will be necessary, the Government will not entertain revisions to the oral presentation or to the answers given by the offeror during the Q&A session.

(c) The offer shall submit one (1) original and four (4) copies of the Oral Presentation Supporting Documentation at the date and time specified in block 9 on SF33 for receipt of sealed offers. The format and content of the supportive documentation are described below.

The supportive documentation shall include the following:

- Printed copies of the overhead or slides to be used during the Oral Presentation

- Letters of Commendation, Awards, etc.

- Evidence of experience as the Prime Contractor performing services as described in Section C, at Government facilities of similar size as set forth i in this solicitation .s i - Plan of Operation

- Quality Control Plan

, - Snow Removal Plan

- Grounds Maintenance Plan I

i

_ _ . _ _ . . __ . _ _ . ~ . _ _ _ _.. _ ._ _ _ _

. i Section L

- Organizational Plan

- Key Personnel Resume

- Key Personnel Commitment Letters

- Completed Past Performance Information Forms All supporting documentation shall be legibly printed and reproduced on letter-size paper.

(d) The oral presentation will be held in a conference room in NRC Headquarters located on Rockville Pike, in Rockville, MD. The conference room will have a viewing screen for overhead. The NRC expects that the Oral Presentation will take place during the week of January 5,1999. The Contracting Officer will notify the offeror of the s c h e d u I e d presentation date and time. Once notified, the offeror shall be prepared to conduct their presentation as scheduled.

(e) The Oral Presentation and Written Supporting Documentation may not contain any reference to cost. Resource information, such as data concerning labor hours and categories, materials, subcontracts, travel, computer time, etc., must be included so that the offeror's understanding of the scope of work may be evaluated.

(f) The Oral Presentation and Written Supporting Documentation must be tailored to assure that all information reflects a one-to-one relationship to the evaluation criteria.

L.11 INSTRUCTIONS FOR ORAL PRESENTATION AND WRITTEN SUPPORTING DOCUMENTATION

1. The Supporting Documentation shall outline and document the main points of the Oral  ;

Presentation. Both the Oral Presentation and the Written Supporting Documentation shall l present full and completed information in order to permit the Govemment to make a thorough evaluation of a sound determination that the offer or has the capability of meeting the requirements and the objectives of this procurement as outlined in the NRC Statement of Work.

l 2. The Oral Presentation shall not be taped or recorded by the offeror. Should the NRC decide to tape or record the offeror's presentation, the NRC will NOT provide a copy of the tape or recording to the offeror  ;

3. The offeror must address the topics listed in the following subparagraphs entitled, " Topics FOR ORAL PRESENTATIONS
  • and " TOPICS FOR WRITTEN SUPPORTING DOCUMENTATION."

.s

~. . __ _ _ _ _ - . _ . _ _ ._ _ _ __ _ ____. _ __ _ _ _ _ ._

i Section L

4. The total presentation time shalllast no longer than 1 hour1.157407e-5 days <br />2.777778e-4 hours <br />1.653439e-6 weeks <br />3.805e-7 months <br />. The presentation will be followed by up to a 30-minute intermission. Total Q&A session time shall last no longer than 30 minutes, for a total presentation time of 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br />.

5 ' A member of the offeror's Senior Management staffis required to present the Oral Presentation.

The offeror's proposed Contract Manager, Contract Manager Alternate and Custodial Supervisor should also attend the oral presentations and present their qualifications.

NOTE: In addition to the NRC Contracting Official, members of the NRC's Source Eval'uation Panel ,

will attend the presentation. I L.12 TOPICS FOR ORAL PRESENTATIONS

1. CORPORATE EXPERIENCE The objective of the oral presentation is to clearly demonstrate the offeror's experience in

' performing services as required in this solicitation at Govemment facilities similar to the scope and size of this procurement. Be prepared to discuss all commercial and/or public contracts that your

firm has been awarded within the last five years for the performance of services as required in this  !

solicitation, at Govemment facilities similar to the NRC. The offeror shall discuss how each previous l

. and current contract is similar to and evidences the offeror's ability to meet the requirements of this l procurement.

2. PAST PERFORMANCE-The objective of the oral presentation is to clearly demonstrate the offeror's past performance in

- providing services required in this solicitation at Government facilities that are similar in size of the NRC facilities and scope of this procurement. Discuss the pertinent details of your firm's

_ performance under the contracts referenced in paragraph number 1. above. Describe your past ,

- performance in handling service calls generated directly by the occupants. The J

! offeror shall discuss any other pertinent information that will aid in the evaluation of the offeror's performance record.' It is incumbent upon the offeror to provide adequate details to support your j firms prior past performance history. The offeror shall provide information on accomplishments and j problems encountered on the contracts and subcontracts identified in paragraph number 1. above

- and the corrective actions taken to resolve those problems. The offeror shall discuss whether it has L had prior contracts terminated for default and discuss any disputes that may have arisen under such contracts.- The offeror shall discuss actions taken to minimize performance deficiencies and any 4 cost deductions associated therewith. '

3. PLAN OF OPERATION AND PERSONNEL QUALIFICATIONS l

The objective of the oral presentation is to demonstrate the offeror's understanding and knowledge

of the requirements of the contract. The offeror shall discuss the Plan of Operation to be L

implemented in performance of the contract requirements and the deployment f ' .,

I

.+4m -.4-,,,.y y , , _ ,-y- -- - . , . , -

. , - - - - - , ,-m y y-- m ...,-y,y ,

Section L of the proposed personnel. The Plan shallinclude a discussion of each of the performance areas l described in Section C of this solicitation.

l The offeror shall discuss the Quality Control Plan (QCP) developed in performance of this contract.

The Plan shallidentify the quality control methods and measures to be implemented and to achieve and maintain the quality requirements specified.

The plan shall include as a minimum:

a. A description of the inspection system to cover all tasks and services as required in the SOW.

The description shall include specifics as to the areas to be inspected on a schedu!ed and I unscheduled basis, frequency ofinspections, submission of quality control inspection schedule, and the title and organizational placement of the inspectors. Additionally, control procedures for any government provided kes s or lock combinations shall be included.

b. A description of the methods to be used for identifying and preventing defects in the quality of service performed and to ensure that the Quality Control Inspector (QCl) has completed his/her inspection. Defects will be recorded for failure to conduct timely QC inspections and for deviations from the approved Quality Control Plan. Also, in accordance with customer complaint procedures, the Quality Assurance Evaluation (QAE) will record defects in the QC program for failure of the QCl to recognize valid customer complaints. Re-performance of quality control inspections by the QCl is not appropriate.
c. A thorough description of the Contractor's inspection system covering all the services to be provided. The inspection system shall specify the areas and items to be inspected on either a scheduled or unscheduled basis, how often inspections shall be accomplished, the standard against which the inspection shall be performed, and the title of the individual who shall perform the inspection. Quality control inspections for all services (Custodial, Recycling, Trash Removal, Snow Removal, Grounds Maintenance, Pest Control, Other Related Services).

The offeror shall discuss the Snow Removal Plan to be implemented in performance of the Snow Removal requirements of this solicitation.

The offeror shall discuss the Organizational Plan developed for performance of this contract. The Plan shall discuss the structure, authority, responsibility, and controls to be used to assure performance of the contract requirements.

Tne offeror shall discuss the qualifications of the offeror's proposed staff. The offeror shall discuss all personnel to be assigned to the contract, includirig the individuals's relevant experience, education, training, technical certifications, accomplishments and knowledge of the services required under this solicitation. The offeror shall discuss the individual's proposedsfuties and responsibilities under the contract. This shallinclude the availability of personnel for an anticipated award date of March 22,1999.

The offeror shall discuss how each plan will be implemented under this contract.

. i Section L L.14 TOPICS FOR WRITTEN SUPPORTING DOCUMENTATION The offeror shall provide the following supporting documentation by the date and time specified in block 9 of the SF 33 for receipt of offers. The Supportive Documentation shall be limited to 100 pages (including resumes). Two-sided page will be counted as a single page.

1. Factor 1 - Experience. The offeror must provide evidence of the experience, as the Prime Contractor, performing the types of services (i.e., custodial, waste-trash removal, recyclying, snow removal, ground maintenance, pest control) described in this solicitation for the past five years at Government facilities of similar size as the NRC. Experience is considered similar if the facilities where services have been performed are at least 600,000 sq. ft. of gross office space in high-rise buildings of at least 10 stories.

A contract is similar in complexity if the functions perform;d and control exercised by the Contractor are generally the same as required under this solicitation. Submit the following information to support the experience as specified above:

1) Contract number
2) Type of facility and gross square footage of office space, number of stories and number of parking spaces
3) Estimated annual dollar value of the contract
4) Services included in the contract
5) Identification of subcontracted services and estimated annual cost of each service
6) Type of contract (e.g., cost reimbursable, incentive fee, fixed price, etc.)
7) Date of contract start and term
8) Client names, titles, companies and corrent addresses, valid area codes, and telephone numbers with extensions, projects with specific locations.
2. Factor 2 - Past Performance. Offeror should provide documentation to support their performance on the identified contacts, such as letters of commendation, awards received, etc. NOTE: Offerors are advised that they are required to obtain Past Performance Questionnaires from at least three of the contracts referenced in Factor 1, above (See Section J Attachment No.10 PERFORMANCE INFORMATION FORM for the questionnaire to be completed.). The Contractor shall include the completed questionnaires in sealed envelopes for " Addressee only - Contracting Officer" as part of the Oral Presentation and Written Supporting Documentation submitted to the Government by the closing date of this solicitation.

The offeror should describe their past success in implementing Quality Control Programs.

The offeror should describe any quality awards or certifications that indicate the offeror possesses a high-quality process for performing the service required. Such awards or certifications include, for example, the Malcolm Baldridge Quality Award, other government

.t i

- _ _ - _ . . _- . - _ _ . _ . . . . - - . ~.. _ - . _ _ . _ - . . -

i Section L quality awards, and private sector awards. If the award or certification is more than five years old, present evidence that the qualifications still apply.

3. Factor 3 - Plan of Operation and Personnel Qualifications Subfactor A - Submit a Plan of Operation that discusses the offeror's understanding and knowledge of the contract requirements, and how these requirements will be performed.

The Plan of Operation shall also discuss how the proposed personnel resources will be deployed.

Submit the Quality Control Plan to be implemented in performance of the contract requirements.

i l Subfactor B - Kev Personnel. Submit resumes containing the following information for the

! individuals designated as key personnel:

1) Years of experience in all work relevant to this solicitation that provides support for knowledge, skills and experience in maintaining equipment and managing personnel similar to the requirements as outlined in Section C. including responding to building emergencies.
2) List of all formal education and training.

l 3) Evidence that the proposed personnel meet the qualification requirements specified in Sections C.3.4 and C.3.5 of the contract.

4) A list of references and telephone numbers.

l Subfactor C - Oraanizational Plan Submit an Organizational Plan that discusses the structure, authority, responsibility, and controls to be used to ensure contract performance.

L.14 PRICING PROPOSAL INSTRUCTIONS AND FORMAT The offeror is cautioned that any pricing proposal may be rejected if it is materially unbalanced as to prices for the basic contract year and any of the four options years. A pricing proposal is unbalanced when it is based on prices which are significantly less than cost for some work and/or prices which are significantly overstated for other work.

One (1) original and three (3) copies of the offeror's pricing proposal are due at the date and time specified in Block 9 of the SF33 for receipt of sealed offers. The Pricing Proposal must be submitted separately from the Oral Presentation Supporting Documentation.

.s l

^

l I

_ _ _ . __ . _ ..___ m _.._ _ _ _ __ . _ ._.__ __..__ _._..

l l

j. Section L l

The pricing proposal shall include the following:  !

f (1) The offeror shall insert proposed prices for all of the items listed in Sections B.3 through B.4 of l this solicitation.

(2) The offeror shall complete the Standard Form 1411, Contracting Pricing Proposal Cover Sheet, attached to this solicitation (refer to Section J). The Offeror is requested to provide current and complete name, address and telephone number of the cognizant audit office in Block No. 9.B l- cf the form.

^

l. (3) The offeror shallinclude a separate fixed price for Phase-In period as specified in Section
C.2.1 of this contract. The offeror shall also provide a Phase-In plan as specified in Section
' C of this contract.

- (4) The Government will evaluate the reasonableness of only those proposed prices as set forth in Section B.3, for the Phase-In period, Section B.4 for the basic contract services. Therefore, the offeror must submit pertinent details sufficient to show the elements of the prices upon which the total price, within these three sections, B.3, B.4 and B.5.C, for the basic year and each ,

, option year, is predicated. The prices shall be inclusive of all requirements as set forth in this l solicitation, e.g., the general work requirements (as set forth in Section C of the Statement of l Work) and the reporting / deliverable requirements (as set forth in Section F of the solicitation).

j in lieu of a line item cost breakdown as required in Block No. 8 of the Standard Form 1411, the l offeror shall provide the cost breakdown as follows:

l (a) Labor: For each specific work requirement (refer to Section C of the Statement of Worx) list all applicable labor categories, number of hours for each category, and labor rates. Provide a total

. cost for all applicable labor categories. NOTE: Do Not include subcontractor labor costs in this I category - refer to subparagraph (d) below for listing any subcontractor labor costs.

(b) Labor Overhead: List all labor overhead categories, such as FICA, Workman's Compensation, etc., as well as a breakdown of the fringe benefits. Include the percentage rate for each category. Provide a total cost for labor overhead.

(c) Other Direct Costs (Supplias, Equipment, Replacement Parts, etc.): For each specific work requirement (refer to Section C of the Statement of Work) list all proposed direct cost items by description, item costs, and quantity. Provide a total cost for other direct costs.

(d) Subcontracts: Identify each proposed subcontractor and the total amount for each subcontract.

Include a breakdown of all cost elements such as required for the Prime offeror, for each subcontractor. Provide current and complete name, address and telephone number of the cognizant audit office for each subcontractor. Provide a total cost for each subcontract costs and a grand total of all subcontract costs.

4 4

a i

l i

,-w t w -

r w = ' -r * - e-+ ~ er .- - --- = ew=-=- w

=. .

I Section L If Offeror plans to subcontract any of the work to be performed, the offeror should assure that its proposed subcontractor (s) submits their proposals directly to the offeror, rather than to the Govemment. The offeror should incorporate the Information from all of its proposed subcontractors into its own proposal to the Govemment. own proposal to the Govemment.

(e) ' Indirect Costs: Other than the labor overhead category as discussed in subparagraph (b) above, provide percentage rates for each indirect cost, such as General and Administrative costs, etc.

Provide a total cost for indirect costs.

l (f) Profit or Fee, if any: Provide a total cost for profit or fee.

(5) The Offeror shall identify in the subparagraphs (a) through (f) above, all  ;

Management and Quality Control costs. A summary of these costs shall be provided as part l of the Contracting Pricing Proposal.

l l

Section L L.15. DOCUMENTS AVAILABLE AT BIDDER'S LIBRARY

. (a) The following documents will be made available for viewing at the Bidder's Library:

Sample FIXIT  !

~ Sample Inspection Reports j i

Govemment's Quality Assurance Surveillance Plan i

+ Building Space Plans L (b) The above documents, as well as a copy of the current contract, NRC-10-94-141, with'TECOM, Inc. will be available for review in the NRC's bidder's library during the following schedule:

Date: November 16,1998 thrcugh November 23,1998 Time: 11:00 am until 3:00 p.m.

Location:OWFN,11555 Rockville Pike, Rockville, MD l You are requested to contact Mr. Ken McDow at (301) 415-1712 or Ms. Camille Kime at (301) 415-7553 to schedule a visit to the bidder's library and review the documents. Questions should be sent to the telefax/ address shown in Section L.16(b) below.

L l.

[i l

L.,'

Section L L.16 SITE VISIT WALK-THROUGH (a) Sessions of the site visit WALK-THROUGH are scheduled for:

Date: November 16,1998 through November 23,1998 Time: To Be Determined Location: OWFN, TWFN 11555 and 11545 Rockville Pike Rockville, MD 20852 (b)This WALK-THROUGH is to provide Offerors with an opportunity to review site conditions prior to the pre-proposal conference. Questions will not be answered during this WALK-THROUGH, however, Offerors are encouraged to submit any questions which may arise, as a result of the WALK-THROUGH, to the Contracting Officer at the telefax/ address shown below. These questions will be answered at the pre-proposal conference.

Offerors are requested to submit all questions (those as a result of the WALK- THROUGH, as well as tho e pertaining to the solicitation document) to the telefax/ address below not later than November 30,1998. Receipt of late questions may result in the questions not being addressed at the pre-proposal conference although they may be considered in preparing any necessary amendment to the solicitation. l l

(c) Please notify either Ms. Camille Kime (301) 415-7553 or Mr. Ken McDow at (301) 415-1712 to schedule a site visit WALK-THROUGH during the period specified in Section L.14 (a) above. l

[End of Provision]  !

L.17 PRE-PROPOSAL CONFERENCE (a) A pre-proposal conference is scheduled for:

Date: December 8.1998 Time & Room: 1:00 p m (Room to be determined)

Location: U.S. Nuclear Regulatory Commission 11555 Rc:kville Pike Rockville MD 20852 (b) This pre-proposal conference is to afford interested parties an opportunity to present questions

and clarify uncertainties rega%ng this solicitation. All offerors are encouraged to inspect tne s
te trefer to Sectioris L.15 and L16) where services are to be performed to satisfy the se'<es regarding all general and local conditions that may affect the cost of contract performa,:e 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. You are encouraged to submit your questions in writing not later than November 30,1998.

Telefax Number: (301) 415-8157 97 l

l i

Section L 1

Address: U.S. Nuclear Regulatory Commission Division of Contracts and Property Management Attn: Joyce Fields, Mail Stop T7-12 l Washington, DC 20555 l

l Identify the written questions by marking on top " Solicitation No. RS-ADM-10-99-142 l

- Pre-proposal Conference."

(c) If you plan on attending the pre-proposal conference, notify Joyce Fields, (301) 415-6564, no later than close of business November 30,1998. Notification of your intention to attend is essential in the event the Pre-Proposal conference is reschedule or canceled.

(d) A transcript of the pre-proposal conference will be furnished to all prospective offerors through the issuance of an amendment to the solicitation.

[End of Provision]

l I

I l

1 I

.A 98 l

l

I I

, I l  !

Section M SECTION M - EVALUATION FACTORS 1

M.1. SOURCE EVALUATION BOARD The offeror should ensure that its technical and management discussion contains full and complete l information as required by Section L.10 through L.17 The evaluation factors identified in Section M.2 will be used to evaluate all offers:

M.2. EVALUATION CRITERIA Technical evaluation factors are listed below, with the following weights (points) assigned to each factor.

Factor 1 - Corporate Experience 35 points l

Extent to which the offerors demonstrate that it has the corporate qualifications and experience to perform the scope of work in this solicitation.

Factor 2 - Past Performance 35 points Extent to which the offeror's past performance including, but not limited to, quality of service, timeliness of performance, cost control, business relations and customers satisfaction for contracts referenced by the offeror under Factor 1, demonstrates that the offeror has performed comparable work in a fully satisfactory manner. The Govemment may choose to make inquiries on work not covered by Past Performance Information Forms / Questionnaires and further inquiries on work not covered.

Factor 3 - Plan of Operation and Personnel Qualifications 30 points Within Factor 3, there are three sub-factors as follows:

Sub-factor a. Plan of Operation 15 points Extent to which the offeror demonstrates a thorough knowledge of the technical requirements of the contract, and how these requirements will be fulfilled under this contract, including how personnel resources will be deployed.

.c I

99

o o j

l Section M Extent to which the offeror demonstrates the implementation of a Quality Control Program and the development and administration of a Preventive Maintenance Schedule Plan.

Sub-factors b. Kev Personnel - 10 points i~

Extent to which the proposed key personnel are qualified and experienced to perform the work under this solicitation and to which they have performed such work in a fully satisfactory manner.

Sub-factor c. Oraanizational Plan 5 points.

Extent to which the organizational plan provides necessary structure, authority, responsibility and controls to assure performance of contract requirements.

Total 100 points M.3. CONTRACT AWARD The Govemment will make award to the responsible offeror within the competitive range whose offer conforms to the solicitation and is most advantageous to the Government, cost or price and

-technical factors listed above considered. Award may be made without negotiation of offers.

Therefore, firms are requested to initially submit offers to the Government on the most favorable terms from a technical and price standpoint.

For this solicitation, technical quality is more important than cost or price. As offers become more equal in their technical merit, the evaluated cost or price becomes more important. Evaluation of price will be based on the realism and reasonableness of the proposed price. Cost orprice willnot be assigned a numerical weight, point score, or adjectival rating Price will be evaluated as follows:

a. The sum of items in Section B.4.1 will be added together to determine the total base year price,
b. The sum ofitems in Section B.4.2 will be added together to determine the total for options years 1,2,3, and 4.

I

.c 100 L

P l

_m __ _.m _m~ . _ . . _ _ _ _ _ . . _ . _ _ _ _ _ _ . _ . _ _ . _ . - . _ _ _ _

1 ATTACHMENT 1 Exhibit 1 CLEANING WORK AND QUALITY REQUIREMENTS CLEANING REQUIREMENTS QUALITY REQUIREMENTS (1) RESTROOMS: (Includes private restrooms, shower, and locker rooms, and utility sink rooms.) The Contractor shall maintain restrooms in such a manner that restrooms are in a clean condition. l (a) Daily:

(i) Sweeping, wet mopping, The floors, including the marble scrubbing: Sweep and wet threshold, shall be clean, free mop / scrub floor utilizing a of dirt, water streaks, mop cleaner-disinfectant. strands, string, gum, grease, tar, hair, paper and paper pieces and other foreign matter and present an overall appearance of cleanliness. Grout to be free of dirt. All baseboards and corners shall be clean and l surfaces shall be dry. The finished floor shall have a uniform luster. No areas skipped. There shall not be any '

dirt buildup in corners or crevices. Walls, baseboards and other surfaces shall be free of splashings and markings from the equipment.

(ii) Fixture cleaning: Clean all Fixtures, shelving and surfaces fixtures, including metal and shall be clean and bright with chrome surfaces, shelving and no dust spots, soil substances, surfaces (commodes, urinals, rust, mold, encrustation, washbasins, shower stalls, excess moisture or discoloration.

all dispensers and all recap-tacles, mirrors, stall doors, entrance doors and sills, waste y receptacles, and wall L surfaces) utilizing a cleaner disinfectant. Clean all sides of commode seats and leave in A

j -- raised position.

p _

l-

. (iii) Wood Surfaces: Clean both Wood surfaces shall be free sides of all wood doors and of oovious soil substances, adjacent surfaces. dirt, debris, spillages, spots or stains. .

' (iv) Daytime Porter Servicing: Empty Trash and sanitary full trash and receptacles. napkin receptacles Disinfect sanitary napkin shall be free of receptacles; replace soiled trash, dirt smudges and bags with new bags. Collect stains. Floor shall be free soiled bags in separate container of stains and water. Wash for disposal. Remove paper from basins shall be free of the floors. Mop water from the floors dirt and stains.

and clean washbasins as traffic

" demands. Replenish paper towels, toilet paper, soap, sanitary napkins, seat cover dispensers, as needed throughout the day.

(v) Spot Cleaning: Spot-clean Smudges, marks, soil other surfaces it'cluding substances or spats shall have walls, entrance doors, and been removed without causing stall doors, and dust hori - unsightly discoloration.

p zontal surfaces.

(vi) Trash Removal: Empty all Sanitary napkin receptacles trash and sanitary napkin shall be free of stains and

- receptacles and replace spots.

soiled bags with new bags. -l Ccilect soiled bags in separate 1 container for disposal.

~

(b) Weekly:

Damp wiping: Damp wipe the All dirt, dust, water stains, spots, streaks, entire surface area of all soil substances and smudges shall be

' stall partitions, doors, window frames, removed from the surfaces.

sills, vents, walls, and wastepaper receptacles, utilizing multi-purpose

. (disinfectant-deodorizer) cleaner. -

(2) ROOM CLEANING- (includes all areas in the OWFN and TWFN buildings, unless specifically identified elsewhere in this contract.)

L: .(a)_ Daily:-

(i) . - Trash / debris collection: Empty All trash / debris generated in wastebaskets and remove all the building, except trash and debris to the trash / debris generated in ,s compactor located at the P1 the cafeteria shall be i loading dock, collected and removed to the e compactor. Bag liners to be Exhibit - Page 2 H

l'

,r _ _ ,_. . _

l ,

l l

changed if liquid has spilled in can, but at least once a week. If cans contain liquid or any sticky ,

substance, wash can with disinfectant prior l to inserting bag liner.

(ii) Damp wiping mirrors and glass Mirrors and glass desk tops shall desk tops as necessary, be clean and free of dirt, dust, streaks and spots.

(iii) Wood surfaces: Clean both Wood surfaces shall be free of sides of all wood doors and obvious soil substances, dirt, adjacent surfaces. debris, spillages, spots, or stains.

1 (iv) Carpet / floor / wall c'.:rfaces: Carpet / floor / wall surfaces shall be Sweep bare floors with be free of obvious soil, substances, treated sweep mop dirt, debris, spillages, spots, or stains, and vacuum all carpet areas.

Spot clean walls, floors, and carpet surfaces to remove all spillages, spots, soil substances and stains.

NOTE: For the purpose of this contract, whenever the term carpet or carpeting is used, it is intended to include wall to wall carpeting, as well as room size rugs and area rugs ared mats.

Also, spot cleaning shall be done in accordance with the carpet manufacturer's recommended procedures.

(v) Dusting: Dust sides. tops, There shall be no obvious dirt, and bottom surfaces of all dust, or streaks on sides, furniture and panels. tops and bottom surfaces.

Corners, crevices, moldings, and ledges shall be free of all dust.

There shall be no oils, spots, or smudges on surfaces.

NOTE: In dusting of horizontal spaces, working papers shall not be disturbed. However, desk type items shall be lifted and cast removed from the surrounding areas.

.s I

Exhibit - Page 3 I

l

. . _ - - . - _ . _ _ . - _ - - _ . - - - ~ _ . - . .-

(a) Glass Cleaning: Clean both Glass shall be clean and free sides of allinterior glass of dirt, dust, streaks, water-doors and partitions. marks, spots, and grime. Glass shall not be cloudy.

(b) Once Daily:

Policing: Police designated Designated lounge / areas shall meet

' smoking lounges and areas.

quality requirements for daily room and exterior cleaning as defined in paragraph between 2(a)(i) through 2(a)(viii).

(c) Weckiy:

(i) Interior / exterior glass Glass shall be clean and free of cleaning: Clean both sides dirt, Just, streaks, watermarks, of all glass doors (interior spots, and grime and shall not and exterior) and adjacent be cloudy, surfaces. Clean both sides of plate glass and interior doors and adjacent surfaces to offices within the building.

(ii) Spot mopping and spray Floors shall be clean and free buffing: Spot mop and spray of foreign matter, streaks mop buff all hard and resilient strand marks, shoe scuffs, and flooring. skipped areas. Walls, baseboards, and other surfaces shall be free of splashings and markings from the equipment. The finished area shall have a uniform luster without unsightly finish buildup. No dirt shall accumulate in corners or near baseboards, behind doors or under furniture.

(d) Every Two Weeks:

Dusting : Thoroughly dust vertical surface There shall be no dust, dirt, of furniture and panels. or streaks. Corners, crevices, moldings, and ledges shall be free of all dust. There shall be no oils, spots or smudges on dusted surfaces.

Exhibit - Page 4

.s I

i l

r _ _ _ . . . , _

i (e) Quarterly stripping (for resilient floors):

NOTE:

The following shall be performed within the first 90 days after the takeover date of the contract and.shall be performed quarterly thereafter.

(i) Stripping: Strip all The resilient floors shall be free resilient floors, using of all sealants, finishes, dirt, manufacturer's recommended grime, gum, soil substances, or

, procedures. Apply 3 coats of other foreign matter and have no sealant and 1 coat of hand powdery residue. There shall be finish wax. no buildup in corners or crevices.

Walls, baseboards, and other surfaces shall be free of finish residue and marks from the equipment. Resilient floors shall /

be free of streaks, mop strand marks, and skipped areas.

(ii) Finishing: Apply four Evenly apply the finish. Hard I coats of finish to hard floors shall have a uniform floors, using manufacturer's luster. Hard floors shall be recommendations. free of soil substances, streaks, mop strand marks, and missed spots. Walls, base-boards and other surfaces shall be free of finish residue and marks from equipment.

(f) Semi-Annually (for hard floors):

NOTE:

The following shall be performed within the first 90 days after the takeover date of the contract and shall be performed semi-annually thereafter.

(i) Stripping: Strip all The hard floors shall be free hard floors, using of all sealants, finishes, dirt, manufacturer's recommended grime, gum, soil substances, or procedures, other foreign matter and have no powdery residue. There shall be no buildup in corners or crevices.

Walls, baseboards, and other surfaces shall be free of sealant and finish residue and marks from equipment. Hard floors shall be free of streaks, mop strand marks, and skipped areas.

Exhibit - Page 5 .t

(ii) Sealing: Seal hard floors Sealant must adhere to the hard with two coats of a penetrating floor. All hard floor areas must sealer that fills the pores be evenly coated. Spots, streaks, of the matrix and becomes a and stains shall be eliminated.

bonded integral part of the hard floor.

(iii) Finishing: Apply four Evenly apply the finish. Hard coats of finish to hard floors shall have a uniform floors using manufacturer's luster. Hard floors shall be recommendations. free of soil substances streaks, mop strand marks, and missed spots. Walls, base boards and other surfaces shall be free of finish residue and marks from equipment.

NOTE: Dry stripping shall not be used within the OWFN and TWFN buildings.

(3) Services to be Performed at a Frecuency to Maintain Quality Reouirements:

(i) Cleaning wastebaskets: Wash Wastebaskets shall~ be and provide plastic maintained free of dust, liners for wastebaskets to debris, and residue. Plastic keep them in a clean and liners shall not be torn, wom, sanitary condition. or contain residue.

(ii) Cleaning wood paneling: Wipe Paneling shail be maintained down and treat wall paneling free of dirt, dust streaks, and surfaces. spots.

(iii) Floor Mats: During inclement weather, Mats shall be clean and lay out floor mats provided by the free of dirt, grime, stains, and NRC in entrance ways and lobbies. moisture.

Remove, clean, and store mats when no longer required.

(4) Main Entrarces. Main Lobbies. and Main Corridors:

(a) Daily:

(i) Surfaces: Sweep bare floors Carpet and floor surfaces shall and vacuum carpeted floor be free of obvious soil areas. substances, dirl, debris, spillage, spots. or stains.

Exhibit - Page 6 '-

_ .. _ __ _ . _ . . . _ _ _ _ . . . _ . _ . . . _ . _ . _ . - _ _ _ . _ _ . _ - - _ . _ _ ~ . . . -

l ..- *

(ii) Polishing: Clean and polish . Surfaces shall be free of smears, ,

, doorknobs, push bars, kick stains, and finger marks. They }

'~

plates, railings, and other - shall be clean and bright and surfaces; clean and polish polished'to a uniform luster. <

handrails, doors, sliding door framing and other surfaces.

(iii) Wood polishing: Wood surfaces shall be clean and '

free of smudges and residue.

(iv) Spot cleaning: ' Clean Smudges, marks, or spots shall l spots and marks off walls, be removed without causing l Spot clean floor and unsightly discolort, tion.

l; carpeted surfaces.

I. .

L (v) Dusting:' Dust all surfaces There shall be no dust streaks.

. inches pom the floor,within a proximatelyComers, le70gers shall crevices, be freemoldings of al and dust.

spots, or There smudges shall on be duste no oils'd  ;

p surfaces caused by dusting tools. -

-(vi) ' Spot mopping and spray Floors shall be free of streaks, l buffing: Spot mop and l mop strand marks, shoe scuffs, i spray buff all hard and soil substances and skipped l

resilient floors. areas. Walls, baseboards, and ,

l other surfaces shall be free of splashings j and markings from the equipment. The 1 finished area shall have a uniform luster. 1 l' \

(vii) Glass cleaning: Clean both sides Surfaces shall be clean and free i of all of entrance door glass and of dirt, grime, dust, streaks, watermarks, glass surrounding entrance doors spots, and shall not be cloudy.

within reach.

L (viii) Damp wiping:. Damp wipe Surfaces shall be clean and free  ;

1 wall surfaces including of soil substances, handmarks, wood and stone smudges, dust, spots, and stains, wainscotting.

l (ix) Cleaning thresholds: Thresholds shall be clean free of L Clean and polish all door oil, grease, dirt, and grime.

!- thresholds.

(b) Semi-Annually (for hard floors):

NOTE:

The following shall be' performed within the first 90 days after the takeover date of the contract and shall be performed semi-annually thereafter. '

j -

i i

, Exhibit - Page 7 i

1 i

i

. .. - _. , - - - ~ . _ - . .

(i) Stripping: Strip all The hard floors shall hard floors, using be free of all finishes, dirt.

manufacturer's recommended grime, gum, soil substances, or procedures, other foreign matter and have no powdery residue. There shall be no buildup in corners or crevices. ,

Walls, baseboards, and other l surfaces shall be free of sealant and finish !

residue and marks from equipment. Hard floors shall be free of streaks, mop strand marks, and skipped areas.

(ii) Sealing: Seal hard floors Sealant must adhere to the hard with two coats of a penetrating floor. All hard floor areas must sealer that fills the pores be evenly coated. Spots, streaks, of the matrix and becomes a and stains shall be eliminated.

bonded integral part of the hard floor.

(iii) Finishing: Apply four Evenly apply the finish. Hard coats of finish to hard floors shall have a uniform ,

floors, using manufacturer's luster, Hard floors shall be l

- recommendations. free of soil substances, l streaks, mop strand marks, I and missed spots. Walls, base I boards and other surfaces st'all I be free of finish residue and marks from equipment.

NOTES: Dry stripping shall not be used within the OWFN and TWFN buildings. Additional coats of finish shall be provided between this semi-annual frequency if the P0 determines the quality requirements are not met.

(5) Secondarv Entrances. Secondarv Lobbies. and Secondary Corridors:

(a) Daily:

(i) Surfaces: Sweep bare floor Bare floors, carpet, and will and vacuum carpet floor surfaces shall be free of u,vious area. Spot clean carpets, soil substances, dirt, debris, bare floors, and wall spillages, soots, or stains. No surfaces. dirt shall remain in corners, or behind doors.

(ii) Spot mopping / spray Floors shall be free of mop buffing: Spot and spray streaks, mop strand marks, soil buff all hard and resilient substances, and skipped areas.

floors. Walls, baseboards, and other .s

~

surfaces shall be free of splashings and markings from the Exhibit - Page 8

i I

equipment. The finished area l shall have a uniform luster.

(iii) Polishing: Polish kick Metal surfaces shall be clean and plates, clean push plates, present a uniform lustrous push bars on doors, appearance.

handrails, doorknobs, and other metal surfaces.

(b) Once Every Two Weeks:

(i) Glass cleaning: Clean both All glass shall be clean and free sides of entrance door glass of dirt, grime, dust, streaks, and glass surrounding water marks, and spots and shall entrance doors, not be cloudy.

(ii) Cleaning thresholds: Clean Thresholds shall be clean, and polish all door thresholds. free of oil, grease, dirt, and grime.

(c) Annually (for hard floors):

NOTE:

The following shall be performed within the first 90 days after the takeover date of the contract and shall be performed annually thereafter.

(i) Stripping: Strip all The hard floors shall hard floors, using be free of all finishes, dirt, manufacturer's recomm.cnded grime, gum, soil substances, or procedures. other foreign matter and have no l powdery residue. There shall be no buildup in comers or crevices.

Walls, baseboards, and other surfaces shall be free of sealant and finish residue and marks from equipment. Hard floors shall be free of streaks, mop strand '

marks, and skipped areas. l (ii) Sealing: Seal hard floors Sealant must adhere to the hard with two coats of a penetrating floor. All hard floor areas must sealer that fills the pores be evenly coated. Spots, streaks, of the matrix and becomes a and stains shall be eliminated.

bonded integral part of the hard floor.

(iii) Finishing: Apply four Evenly apply the finish. Hard

coats of finish to hard floors shall have a unif'orm i

floors, using manufacturer's luster. Hard floors shall be A l recommendations. free of soil substances, i

streaks, mop strand marks, and missed spots. Walls, base Exhibit - Page 9 l

l l

boards and other surfaces shall l

'be free of finish residue and marks from equipment.

NOTES: Dry stripping shall not be used.within the OWFN and TWFN buildings. Additional coats of finish shall be provided between this frequency if the PO determines the quality

. requirements are not met.

(6). Stairways:

^

(a) Three Times A Week (Mon-Wed-Fri):

(i) SweepingNacuuming Landings and treads shall be free stairways: Sweep or vacuum of dirt, dust, and other loose stair landings and steps. foreign matter.

(ii) Dusting: Dust railings,. Railings, ledges, grilles, stand ledges, grilles, stand , pipes, doors shall be dust free.  !

pipes, and doors. j (iii) Spot cleaning: Spot clean Smudges, marks, or spots shall walls, doors, and grills. be removed without causing Spot clean stairs and unsightly discoloration. L landings to remove any  !

spillages.

(b) Every Two Weeks

(i) Wet mopping or scrubbing: . Steps, risers, and landings shall Wet mop or scrub steps, be clean and free of dirt, water risers, and landings. streaks, mop marks, string, gum, grease, tar, etc., and present an overall appearance of '

cleanliness. All surfaces shall be dry and the comers clean.

(ii) Glass cleaning:' Clean Glass shall be clean and free of glass surfaces. dirt, dust, streaks, and spots.

(iii) Metal polishing Pc'sn Metal surfaces shall have a bright metal and OWFN polished and lustrous appearance.

elevator lobies chrome window l- braces.

(iv)~ Wood polishing Pc isn Surfaces shall be free of dirt, woodwork. ' dust, streaks, and spots.

l .

(7) Loadina Areas (includes P'a' forms and Docksk Exhibit - Page 10 l

f:

l 4

, -.2 e .., , - - . . , _ . . , - _ ._. - ~ _ , .,. _ . . , , . , . _ . . , _ , - .._ , _ _ . . .

0 8 (a) Daily:

Sweep: Sweep entire floor Loading areas shall be clean and area. free of trash, debris, and foreign matter. No dirt shall be left in corners or crevices.

(b) Monthly:

Wet mopping'/ scrubbing: Wet Area shall be clean and free of mop / scrub entire area. dirt, string, gum, grease, tar, oil spots, etc.,

and present an overall appearance of cleanliness. All surfaces shall be clean and dry.

(c) Annually (for floors): 1 NOTE: The following shall be performed within the first 90 days after the takeover date of the contract and shall be performed semi-annually thereafter.

(i) Stripping: Strip all The floors shall be free floors, using of all sealants, dirt, j manufacturer's recommended - grime, gum, soil substances, or procedures. other foreign matter and have no i powdery residue. There shall be l no buildup in comers or crevices.

Walls, baseboards, and other ,

surfaces shall be free of sealant residue and marks from the l equipment. Resilient floors shall be free of streaks mop strand l marks, and skipped areas.

I~ (ii) Sealing: Seal floors with Sealant must adhere to the l two coats of a penetrating floor. All floor areas must i sealer that fills the pores be evenly coated. Spots, streaks, l of the matrix and becomes a and stains shall be eliminated.

L bonded integral part of the floor.

(8) Garaoes:

(a) Three Times a Week:

(Monday, Wednesday, Friday)

I Policing: Police all garage Garage area shall be free of all levels. paper, trash, empty bottles, and .s other discarded materials. The

?

Exhibit - Page 11

.a

  • l l

floor shall be free of grease,  ;

l tar, oil spots and present an i overall appearance of  ;

cleanliness.

!  :(b) Bi-Monthly:

l Sweeping: . Sweep garage and Garages and ramps shall be clean i ramps bi-weekly middle of and free of trash and foreign matter. '

each month. '

(c) Quarterly:

Wet mopping and scrubbing: The floors shall be clean free of Wet mop and or scrub garages, . dirt, water streaks, mop marks i ramps, and driveways. string, gum, grease, tar, oil l L spots, etc., and present an overall appearance of cleanliness. i d) Annually (for floors):

(i) Stripping: Strip all The floors shall floors, using be free of all finishes, dirt, i

i. manufacturer's recommended grime, gum, soil substances, or l procedures. other foreign matter and have no '

! powdery residue. There shall be

! no buildup in comers or crevices.

l Walls, baseboards, and other surfaces shall be free of sealant

residue and marks from the equipment. Floors shall be free of streaks, mop strand marks, and skipped areas, i

p Sealing: Seal floors with Sealant must adhere to the two coats of a penetrating floor. All floor areas must be evenly coated.

L, sealer that fills the pores Spots, streaks, and stains shall be L eliminated of the matrix and becomes a l- bonded integral part of the floor.

(g) - Passenaer Elevators:

(a) . Daily:

l (i) Dusting (interior elevator All vertical and horizontal l surfaces): Clean a!) surfaces shall be clean and free surfaces in the interior of of dirt and dust.

  • the car.

(ii) Damp wiping (interior and Surfaces shall be clean of finger exterior elevator marks, soil substances or smudges.

i- surfaces): Clean all surfaces

including doors and frames.

,q .s v - v, c

i (iii) Cleaning (elevator floor Floors and floor tracks shall be and floor rack): Clean clean and free of dirt, grime,

' elevator floors and floor trash and foreign matter. No tracks: dirt shall be left in corners, crevices, and in door tracks.

(iv) Metal polishing: Polish Metal surfaces shall have been all metal surfaces. polished and present a lustrous appearance.

(v) Vacuuming: Vacuum carpets. Elevator carpets shall be free of dust, dirt, and other debris.

(vi) Spot cleaning: Clean All smudges, marks, or spots spots and marks off walls. shall be removed without causing Spot clean floor and unsightly discoloration.

carpet surfaces and remove gum.

l (b) Every Two Months: Carpet shampooing: Carpets shall be free of dust, Shampoo carpets. dirt, spots, stains, and other debris and present in overall appearance of cleanliness.

(10) Ash Recentacles:

Daily:

Cleaning ash receptacles: Cigarette butts, matches, other Empty and clean ash discarded material shall be.

receptacles in all removed from the receptacle and entrances. the receptacle wiped so that it is free of dust, ashes, odors, tar streaks, and nicotine stains.

(11) Drinkino Fountains:

Daily:

[ Cleaning drinking fountains: The surfaces shall be clean and

. Clean drinking fountains and bright, free of dust, spots, bubblers.

l bubblers, stains, and streaks. Fountain

bubblers shall be free of encrustation.

l Drinking fountains shall be kept of trash, ink, and coffee grounds, etc.

^

(12) Guard Booths / Desks / Counters:

j- Daily:

i

! Exhibit - Page 13

(i) _ Trash / debris collection: Empty All trash / debris generated in wastebaskets and remove all the building, except I i trash and debris to the trash / debris generated in the  !

l compactor located at the P1 cafeteria shall be recovered '

l loading dock. Dust and vacuum. collected and removed to the l j compactor. Bag liners to be i changed if liquid has spilled in can, but it least once a week. If cans contain liquid or any sticky substance, wash can with disinfectant prior to l

inserting big liner.

l (ii) Surfaces: Dust horizontal Carpet / floor /will surfaces shall surfaces of furniture, be free of obvious substances, vacuum soil carpet and dirt, debris, spillages, spots, sweep floors. Spot clean or stains.

carpet and floor surfaces.

(13) Exterior Cleanina:

l (a) Daily. j i

l (i) Sweeping (entrances, Areas shall be clean of all dirt l landings, steps, and and trash.

adjacent sidewalks): Sweep entrances, landings, steps, and sidewalks adjacent to l

the building entrances.

(ii) Policing (grounds and Areas shall be free of a!! paper, sidewalks) Police all trash, bottles, and other sidewalks, parking areas, discarded materials.

driveways, lawns, etc.

(b) Weekly:

Sweeping (Outside areas): Areas shall be clear of all dirt Sweep sidewalks, parking and trash.

areas and driveways, arcades and courts.

(14) Telechones: 1 Daily:

Cleaning public telephone surfaces All surfaces sha!I be clean and free and NRC telephones. of dirt, streaks, and spots. ,%

\

e Exhibit - Page 14

{

l (15) Storace Soace:

Monthly: l l

Sweeping: Sweep the full Floors shall be thoroughly swept floor area. so they are clean and free of trash and foreign matter. No dirt shall be left in corners under furniture, or behind doors.

}

(16) Entrance Ruas: l Once Every Two Months:

Shampooing: Clean and Rug shall be clean and free of shampoo entrance rugs, dirt, grime, and stains.

(17) Windows and Glass

  • Semi-Annually:

Wash both sides of all Washed glass shall be clean and exterior building windows, free of dirt, grime, streaks, and including glass over and excessive moisture and shall not l in exterior vestibule doors, be cloudy. Window sashes, sills,  !

and atrium and all plate woodwork, and other surroundings l glass around entrances, of interior glass shall be wiped  :

lobbies and vestibules. free of drippings and other I watermarks.

(18) Venetian Blinds: l 1

I (a) Quarterly-Dusting (venetian blinds): Both sides of venetian blind )

i Dust or vacuum all venetian blinds slats shall be free of dust.

l at a six-month interval following the washing cycle.

l l

(b) Annually:

Washing: Wash venetian blinds Both sides of venetian blind and window framing. stats shall be clean and free of dirt, dust and water spots.

(19) Hiah Cleanino: Quarterly:

Clean all surfaces and objects Surfaces shall be clean and free in the building which are more of dust and soil substances. than.40"

'. Where glass is present, both above the floor level.

This includes all wall and sides shall be clean and free of

ceiling areas and anything streaks.

affixed to or included in Exhibit - Page 15 i

o .

r i

these surfaces. . Drapes shall i be vacuumed in place.

-(20) Caroet Shamoooino:  ;

- Quarterly:

i L Shampoo csrpeted areas in All carpets shall be clean, free

- lobbies and corridors, in- of spots, spillages, and stains.

cluding all remaining ycoms ' There shall be no evidence of fuzzing not defined as corridors caused by harsh rubbing or brushing.

L crlobbies. Allcarpeted areas shall be shampooed

following the manufacturer's ,

recommended procedures.-  ;

L(21) Pnvate Kitchens (a) Daily:

_ (i)' Sweeping and wet mopping The floors, including the marble ,

floors: Sweep and wet threshold, shall be clean, free mop floor utilizing a of dirt, water streaks, mop cleaner-disinfectant. strands, string, gum, grease, tar, hair, paper and paper pieces and other foreign matter and present l an overall appearance of -

cleanliness. Grout to be free

! ' of dirt. All baseboards and comers shall be clean and surfaces shall be dry._ The finished floor shall have a -  ;

uniform luster. No areas skipped. There shall not be any dirt buildup in comers or crevices. Walls, baseboards and

,. other surfaces shall be free of splashes and markings from the y equipment. u

- (ii) Fixture cleaning: Clean all Fixtures, shelving and surfaces ,

- kitchen fixtures, including shall be clean and bright with i faucets, metal and chrome no dust spots, soil substances, surfaces. rust, mold, encrustation, excess moisture or discoloration.

(iii) Trash / debris collection
All trash / debris generated in

! ~ Empty all wastebaskets and the kitchen shall be collected

. receptacles. and removed to the.

!- compactor. Big liners to be Exhibit - Page 16 i

y 4

changed if liquid has spilled in can, but at least once a week. If cans contain liquid or any sticky substance, wash can with disinfectant prior to inserting bag liner.

(iv) Clean microwave: Clean Microwave shall be free of

l. inside and outside of dirt, smudges, and food microwave. particles'. Door shall be spot free, (v) Damp wiping: Damp wipe the All dirt, dust, water stains, exterior surface area of all spots, streaks, soil substances cabinets and countertops. and smudges shall be removed from the surfaces.
l. '(vi) Replen;sh papertowels and Restock all dispensers.

soap:' Replenish all paper i

towel dispensers with paper towels and fill all soap dispensers with soap.

(b)' Weekly:

l l (i) Damp mopping and spray: Floors shall be free of streaks, buffing: Damp mop and mop strand marks, shoe scuffs,

spray buff all resilient soil substances and skipped
floors. areas. Walls, baseboards, and other surfaces shall be free of splashings and markings from the
equipment. The finished area shall have a uniform luster.

(ii) Clean refrigerator; Clean Refrigerator shall be free of outside of refrigerator. smudges, dirt and food particles. '

(c) Semi-annually (for resihent floors):

NOTE:.

- The following shall be pedermed within the first 90 days after the takeover date of the contract and shall be pedermed quarterly thereafter.

(i) Stripping: Strip av The resilient floors shall be free

. resilient floors. usrg of all sealants, f t1ishes, dirt, manufacturer's re::o-menced grime, gum, soil substances, or procedures. other foreign matter and have no powdery residue. There.shall be no buildup, in corners or crevices, walls, baseboards, and other ^

surfaces shall be free of finish residue and marks from the equipment. Resilient floors shall Exhibit - Page 17 l

l

E be free of streaks, mop strand marks, and. skipped areas.

(ii) Finishing: Apply four _ - Evenly apply the finish. Hard

, coats of finish,3 sealants, floors shall have a uniform l 1 wax of finish to hard floors, luster. Hard floors shall be  ;

using manufacturer's - free of soil substances, I p recommendations. streaks, mop strand marks,  !

and missed spots. Walls, base l boards and other surfaces shall *

! be free of finish residue and marks from equipment.

l l

Exhibit - Page 18 l

l t

1 I

.t.

I i

i (22). DAY CARE CENTER:

All cleaning shall be performed after 6:00 p.m.

(a) THREE TIMES A WEEK:

(i) Floors: Seal the all resilient floors in accordance with the manufacturer's recommendations.

. CLEANING REQUIREMENT OUALITY REQUIREMENT

.(a). TWICE A DAY (i). Police area and restroom, Remove trash on the empty trash cans, and and floor, restock paper diaper pai!s. supplies and soap in the restroom, if required.

Spot mop restroom floor to remove urine stains.

Clean toilet to remove L urine stains. Empty all trash cans and diaper i

pails and install plastic liners. Disinfect and wipe both sides of can and diaper pail before installing liner.

(b). DAILY (i). Empty trash cans and diaper Trash cans and diaper .

pails. Wash and disinfect pails shall be free of inside and outside of cans trash, dirt, smudges, and pails. Use the new stains, and odors. . Both plastic liners in cans and sides of cans and pails pails. washed and disinfected.

Feces and soiled diapers l' shall be sealed in plastic bags for removal.

-(ii). Damp wipe both sides of all Glass shall be clean and i plate glass and observation free of dirt, dust,

l. streaks glass. water marks, spats, and

!~ grime.

Exhibit - Page 19 l^ .

a L <

I'.. -

. . . . . . . . . . - - . . . . . ~ . - - . - . - - - - - . . . . _ - . - - - _ _ - _ . ~ . .

i L - (iii). All walls, doors, and hard- Walls and doors shall be ,

L ware shall be damp wipe to _ free of smudges, grease, l .- ensure dirt is removed. dirt, dust, and soil substance.

L - (iv).- Vacuum all carpeted areas. No dust, lint, paper l Spot clean the carpet areas scrapes, etc.-, shall

(. to remove spillages or soil, remain on the floor.

Vacuuming shall be 100%

daily coverage.

I Daily spot cleaning shall ensure the removal of soil substances, spillages, grease, etc. Deodorizes L. may be required to alleviate odors. -

Spots cleaned shall blend in with overall carpet.

'(v), . Clean horizontal and All surfaces shall be vertical surfaces including free of dust, dirt, tables, chairs, counters, smudges, and lint.

and desk tops. Clean

!. vertical surfaces of cabinets (vi). Diaper changing area shall All surfaces shall be be washed with detergent and germ free and odor free.

l disinfect. No smudges, soil substance, or streaks sha:I be on the surfaces.

l (vii). Sweep and wet mop all hard The floors shall be clean and resilient floor, using and free of dirt, water.

a cleaner-disinfect. streaks, mop marks, mop strings, gum, grease, and l food. All surfaces shall

be dry and the corner  !

cleaned.

(viii). Clean the exterior surface All surfaces shall be

' of range, microwave, refrig- free of dirt, smudges, erators, kitchen cabinets, and grime. Metal

. countertops', and kitchen - surfaces shall be free of fixtures, including faucets streaks and spots.

and metal surfaces.

?

. Exhibit - Page 20 e

f,

+.

e i

~- - - - . . . -.- . . . .-_ . . . _-

(ix). Restrooms -

a. Sweep and wet mop The floors, including the I floors utilizing marble threshold shall be l cleaner disinfect. clean, free of dirt, I water streaks, mop  ;

strands, string, gum, i grease, tar, hair, paper, and other foreign matter.

The floor grout shall be free of dirt, baseboard corners to be clean,.

The finished floor shall have a uniform luster.

b. Clean all fixtures, All fixtures, commodes, including metal and urinals, and stall doors chrome surfaces, shall be cleaned with a shelving, commodes, disinfect.

urinals, washbasins, ,

dispensers, receptac!e r l mirrors, stall doors, partitions, entrance doors, and seals, waste receptacles, and wall surfaces. Clean all sides of commode seat.

c. Stock the restroom with paper towels, toilet paper, seat liners and soap.

(c). WEEKLY (i). ' Damp mop and spray buff all Floors shall be free of hard and resilient floors. streaks, mop strands marks, shoe scuffs, and soil substances.

Walls, baseboard and other surfaces shall be free of splashi.ig and markings from the buffer. The floors shall be sprayed with a liquid wax solution and buffed to a uniform luster.

l-

.s Exhibit - Page 21 l

i I

(d). QUARTERLY

-(i). Thoroughly shampoo full All stains, dirt, oil carpet area following the spots, etc., shall be manufacturer's recommended removed. Cleaning shall procedures. scheduled on Friday to allow adequate drying l time. if required a l

, deodorizer shall be used i to remove odor.-

Furniture shall be moved by the contractor to allow total area cleaning. i Carpet shall be shampooed in accordance with the I manufacturefs recommendations. l (ii). Clean all blinds, air Blinds, diffusers, and diffusers, and retum grilles shall be of dust, grills. dirt, grime, and streaks.

- (iii). Strip and apply four coats After stripping, the of floor finish to hard floors'shall be free of

. and resilient floors using all sealant, finishes, the manufacturefs dirt, grime, gum, soil recommended procedures. - substance, or other foreign matter and have no powdery residue.

There shall be no buildup in the corners. Walls, baseboards, and other surfaces shall be free of streaks, and mop strand marks.

The floor finish shall be evenly.

applied. Finish shall dry completely ,

before the next coat is applied. '

Floors shall have a uniform luster.

L ,

r t .s l

1 l Exhibit - Page 22 i

l^

. . o ..

(iv). High Cleaning - l

a. Clean all surfaces and Surface shall be clean i objects which are more and free of dust and soil than 70 inches above substances. Where glass  ;

the floor level. This is present, both sides l includes all walls and shall be clean and free ceiling areas and of streaks. ]

anything affixed to or included in these surfaces.

Exhibit - Page 23 i

l i

i .A l

i 1

P

. . _ - .- ._ = -. .

CLEANING REQUIREMENTS:

)

(23). PHYSICAL FITNESS CENTER. I All cleaning shall be l performed at night, with the exception of restocking supplies, cleaning service calls, and items (a) (i) and (ii).

The size of the TWFN Fitness Center on the plaza levelis 6,157 square feet. l The following cleaning requirements shall be incorporated into Exhibit -

CLEANING REQUIREMENT QUALITY REQUIREMENT l l

(a). THREE TIMES DAILY: Once in moming, once in I aftemoon and once at night.

' (i). Restrooms: Restrooms shall be thoroughly cleaned with a disinfect in accordance with the existing requirements in Exhibit .

(ii). Showers: Showers shall be scrubbed and cleaned with a disinfectant.

Restocking of showcts shall be done on an as needed basis.

(b). DAILY:

(i). Trash collection: Empty wastebaskets Remove trash from and remove all trash and debris. the can and install new plastic liner.

(ii). Wood and Glass surfaces:- Clean Glass shall be clean til wood doors sur' aces, glass doors, and free of dirt, and glass panets dust, streaks, water marks, spots, and grime.

(iii) . Water Founta ,s C'ean surfaces of water Walls, and doors fountain anc re o.e ali spots, and stains. shall be free of l smudges, grease, dirt, dust, and i soil substances.

t .s (iv) . Carpet: Vacuum carpet and spot clean when No dust, lint, paper necessary, as recommended by the manufacturer, scrapes, etc., shall to remove spillage, spots, and soil substances. remain on the floor.

. Vacuuming shall be Exhibit , Page 24 i

. a l

100% daily coverage.

Daily spot cleaning l shall ensure the removal of soil substances, spil-lage, grease, etc.

Deodorizing maybe required to alleviate odors.

Spots cleaned shall ,

blend in with overall carpet.

l (v). Floors: Sweep floors and wet mop. Floors The floor shall be shall be free of dirt, marks, and stains. clean and free of dirt, water streaks, mop marks, mop strings, gum, grease and food. All .

l surfaces shall be dry and the comers cleaned. .

(vii). Restrooms - 1

a. Sweep and wet mop floors The floors, including titilizing a cleaner- marble threshold  ;

disinfect. shall be clean, free '

of dirt, water streaks, mop strands, strings, gum, grease, tar, hair, and paper.

The floor grout shall be free of i dirt. l

b. Clean all fixtures, _

All fixtures, including, metal and chrome commodes, urinals, surfaces, shelving, and stall doors commodes, urinals, shall be cleaned washbasins, dispensers. with a cleaner

, receptacles, mirrors, stall disinfect.

doors, partitions, entrance, doors, waste receptacles, and wall surfaces. Clean sides of commode seat.

c. Stock the restrooms with paper towels, toilet paper, seat liners and soap. ^

(viii). Showers - Clean inside and Showers, shower outside of showers with cleaner- doors, mats, and disinfect. Clean all mats with fixtures shall cleaner-disinfect.

j Exhibit , Page 25

be free of soap build-up, mildew, dirt, grime and odor.

C. WEEKLY L E(i). Surfaces: Dust all vertical and horizontal Floor shall be surfaces,, including window sills; walls and free of streaks, mop baseboards. . strand marks, shoe scuffs, and soil substances. Walls, baseboards, and other services shall be free of

. splashes and  !

markings from the 1 buffer. The floors shall be sprayed with a liquid was solution and bufred to a uniform luster.

.(c). ' SEMI-ANNUALLY:

(i).. . Shampoo: Thoroughly shampoo full carpet area

' fo!lowing the manufacturer s recommended l . procedures.

. (ii): High Cleaning: Clean all blinds, air diffusers, return grilles, and light fixtures.

.(c). QUARTERLY

~

(i). ' Thoroughly shampoo full carpet All stains, dirt,

l. area following manufacturer's oil, spots, etc.

I recommended procedures. shall be removed.

cleaning shall be scheduled on Friday to allow adequate i drying time. If l required, a deodorizer shall .

be used to remove odor. j Fumiture shill be moved by j the Contractor to allow total area cleaning. Carpet shall be shampooed in decordance l with the manufacturer's

! recommendations.

Exhibit , Page 26 l' - -

i.

! e a-l.

I ' (ii).' Clean all blinds, air diffusers, Blinds, diffusers, and return grills, and grilles shall be free of dust, dirt, l- grime, and streaks.

l- - (iii).' Strip and apply four coats of After stripping, the i

floor finish to hard and floor shall be free resilient floors using the of sealant, manufacturer's recommended finishes, dirt, procedures. grime, gum, soil substance, or other foreign matter and have no powdery residue. There shall be no buildup in the corners l Walls, baseboards, i and other surfaces shall be free of streaks, and mop strand marks.

The floor finish shall be -

l. evenly applied. Finish shall dry completely before the next coat is applied. Floors shall have a uniform.

(iv). High Cleaning - Clean all Surface shall be surfaces and objects which are clean and free of

more than 70 inches above the - dust and soil i -

floor level. This includes all substances. .Where L walls and ceiling areas and glass is present,-

anything affixed to or included both sides shall be in these surfaces. clean and free of streaks.

L l

Exhibit , Page 27 .

.s

~

i t -

p r

l

i (23) New Reg Cafe: Cleaning of this facility shall be performed after 3:00 p.m.

CLEANING REQUIREMENT QUALITY REQUIREMENT (a). ONCE A DAY (i) . Vacuum all carpeted areas. No dust, dirt, lint, Spot clean the carpet areas . paper scrapes, food, to remove spillages or soil. etc. shall remain on the carpet. Vacuum-ing shall be 100%

daily coverage.

(ii). Sweep, scrub, and mop all hard The floor shall be and resilient floors in clean and free of serving and food preparation dirt, water streaks, area with cleaner-disinfect. mop marks, mop strings, gun, grease, and food.

All surfaces shall be dry and corners cleaned.

(iii) . Clean and polish doorknobs, Areas shall be free kickplates, railings, handrails, of smudges, grease, and doors. - dirt, dust, and soil substance.

(iv). - Clean both sides of all entrance Doors shall be free doors. of smudges, grease, dirt, dust, and soil substance.

(v). Clean tables and chairs. Wipe tables and chairs free of food.

(vi). Clean exterior surface of trash All surfaces shall cans. be free of dirt, smudges, and food.

Metal surfaces shall be free of streaks and spots.

l.

l .s Exhibit - Page 28 l

L i

l

.- . _ _ - . . - ._ . . _ . _ __ _ ~ _ . _ . _ _ _ _ . _ . . - _ . . . _. __

)

(b). BI-WEEKLY (i).  ; Clean all wall surfaces Wall shall be  ;

including food preparation and cleaned with j serving area. disinfect. There shall be no grease, streaks, grime or dirt on walls, tiles )

and tile grout.

' (ii) . Clean interior of trash cans. Wash and disinfect l inside of can. Can 1 shall be free of food, dirt, and grease.

(d). QUARTERLY -

(ii) , Thoroughly shampoo full carpet All stains, dirt, area, following manufacturer's spots, etc. shall be recommended procedures. Clean removed. Cleaning all fabric chairs using a shall be scheduled '

fabric cleaning method Friday to allow  ;

recommended by the manufacturer, adequate drying i time, if required,

- a deodorizer shall ,

be used to remove i odor. Furniture shall be moved by the contractor to allow total area '

cleaning. Carpet and chairs shall be cleaned in accord-ance with the manu-facturer's recommen-dations.

Exhibit - Page 29

.A E

5 4

c. >

t, T

e

.(24) TWFN CREDIT UNION CLEANING REQUIREMENT QUALITY REQUIREMENT All cleaning shall be performed during the day prior to 8:00 a.m.

(a). ' DAILY

~

- (i). Trash Collection: Empty wastebaskets .

and remove all trash and debris.-

- (ii). Wood and Glass Surfaces: Clean all wood doors, surfaces, glass doors and panels.

(iii). Carpet:: Vacuum carpet and spot clean when . ,

necessary, as recommended by manufacturer.

(iv). Floors: Sweep floors and wet mop. Floors shall be free of dirt, marks, and stains.

'(b). WEEKLY -

(i). Surfaces: Dust all vertical and horizontal surfaces,-

, including window sills, walls and basehaards.

(c): BI-WEEKLY:.

(i). Shampoo: Thoroughly shampoo full carpet area

.following the manufacturer's recommended procedures.

(Work to be performed on weekend) ,

. (ii).. ' High Cleaning: ' Clean all blinds, air diffusers, return grilles, and light fixtures.

Exhibit - Page 30 t

.L s

< . c; u

L t

t -

.. .. .. .- - - . . ~ - . - - . . - . .. . - - .~. - ,- - .. - .

- e. *

(25) TWFN CAFE -

l t All cleaning sha!I be performed at night, with the e'xception to

, responding to emergency cleaning task (spillage, floods, etc) which must be performed during l . the day.

ROOM CLEANING: ,

clean the dining area only, which is 4,760 square feet.

CLEANIN'G REQUIREMENT QUALITY REQUIREMENT (a). DAILY (i). Carpet: Vacuum carpet daily and spot clean carpet when necessary to remove spillage, spots and soil i substances.

(ii). Floor: (Dining area only). Sweep and scrub floor

and wet mop. Floor shall be free of dirt, marks, j and stains.

(b). WEEKLY l (i). Dusting and Damp Wipe: (Dining area)'. Dust and wipe i all vertical and horizontal surfaces including walls, l baseboard and window sills, and entrance doors.

l (c)'. QUARTERLY:

(1). High Cleaning Clean light fixtures, return grilles and diffusers.

(ii). Carpet: Shampoo carpet in accordance with the manufacturer's

. recommendations (iii). V-Blinds: Clean a;. ohnds.

(iv). Drapes: Va:uam c* apes.

I i

1 I

.t 1 I

Exhibit - Page 31 I

l l

I

l l

(26) TWFN COMPUTER CENTER CLEANING REQUIREMENT QUALITY REQUIREMENT i

(a). ANNUALLY (i). Cleaning Requirements: The Contractor shall vacuum the entire concrete underfoor plenum and remove all dirt and debris. The underfloor plenum is approximately 6,100 square feet. The Contractor shall be responsible for taking site measurements prior to submitting a cost proposal.

The Contractor shall take all precautions not to disturb any cables and wiring. Upon completion of the task, all raised flooring shall be securely reinstalled in the floor grid.

The Contractor shall begin work on a Saturday at 6:00 p.m.

and all work shall be completed no later than 12 noon the following day (Sunday). The annual cleaning shall be completed during the month of April. The Contractor shall be given a seven (7) day advance notification.

(ii). Quality Requiremente. The floor shall be free of dirt, dust, and other foreign matter.

(b). QUARTERLY (i). Cleaning Requirements: Contractor shall sweep, vacuum and scrub the entire raised floor area. The floor area is approximately 6,100 square feet. The Contractor shall be responsible for taking site measurements prior to submitting a cost proposal.

Quarterly work shall be usually completed during the months of April, July, October, and January. The Contractor shall completed quarterly suork in April on the same Saturday in which the annual underfloor plenum cleaning is scheduled. Work shall begin on a Saturday at 6:00 p.m. and all work shall be completed no later than 12 noon the following day (Sunday).

(ii). Quality Requirements: Floor surface shall be free of dirt, marks, scuffs, and streaks. At least five (5) days before starting work, contractor shall provide MSDS sheets to the NRC Project Officer for any proposed cleaning products.

Care shall be taken to prevent water from leaking to the underflooring and on wiring. A Exhibit - Page 32 l

(27) OWFN COMPUTER CENTER i

CLEANING REQUIREMENT QUALITY REQUIREMENT 1

l

('a). ANNUALLY ,

l (i). Cleaning Requirements: The Contractor shall vacuum the entire concrete underfoor plenum and remove all dict ]

and debris. The underfloor plenum is approximateff 6,100 '

square feet. The Contractor shall be responsible foMaking site measurements prior to submitting a cost proposal. 3 The Contractor shall take all precautions not to disturb any j cables and wiring. Upon completion of the task, all raised flooring shall be securely reinstalled in the floor grid. j The Contractor shall begin work on a Saturday at 6:00 p.m. ,

and all work shall be completed no later than 12 noon the i following day (Sunday). The annual cleaning shall be l completed during the month of April. The Contractor shall be given a seven (7) day advance notification.

(ii). Quality Requirementa. The floor shall be free of dirt, dust, and other foreign matter.

(b). QUARTERLY (i). Cleaning Requirements: Contractor shall sweep, vacuum and scrub the entire raised floor area. The floor area is approximately 6,100 square feet. The Contractor shall be responsible for taking site measurements prior to submitting a cost proposal. ,

Work shall be performed over a weekend. The Contractor shall coordinate work

.ith the NRC Project Officer and submit MSDS for sealant material for approval prior to commencing work.

~

Upon completion of the task, all floor surfaces shall be free of dirt, marks, scuffs, stains, and streaks. Five (5) days prior to cleaning the floor surface, the Contractor shall provide the MSDS sheets to the NRC Project Officer for any proposed cleaning products.

Quarterly work shall be usually completed during the months of April, July, October, and January. The Contractor shall completed quarterkwork in April on the same Saturday in which the annual underfloor plenum cleaning is scheduled. Work shall begin on a Saturday at 6:00 p.m. and all work shall be completed no later than 12 noon the following day (Sunday).

Exhibit , Page 33

... .. i i

)

i (ii). Quality Requirements: Floor surface shall be free of dirt marks, scuffs, and l streaks. At least five (5) days before starting work, contractor shall provide l MSDS sheets to the NRC Project Officer for any proposed cleaning products. l Care shall be taken to prevent water from leaking to the underflooring and on I wiring.

' Exhibit Page 34 1

l I

~

j l

l

.A U

g v-' -y y- 'rw - - u - , , - , e a w

. . . . . -. . _ . . . - .- - . - . .....- -._ . - .- - - . - ~ . - . .

( 'D Q  !

l l

l

[ (28) OWFN HEALTH UNIT l

l l ROOM CLEANING ,

(a) DAILY:

(i). Restrooms: The Contractor shall clean all fixtures and supply paper towels, as needed.~ ,

l (ii). Floors: The use of appropriate disinfectant for floor damp mopping is required.

l E

(iii). Carpet: All carpet stains, including blood stains shall be cleaned as specified in Exhibit of the contract.

(b) QUARTERLY:

(i). Shampoo: Thoroughly shampoo all carpet areas in accordance with the manufacturer's recommendations.

Exhibit '- Page 35 l

i

.O l

l -

! ATTACHMENT 2 i

! SUGGESTED RESUME FORMAT For all proposed Key Personnel as well as their Backup Personnel, the Contractor shall submit a resume in the following prescribed format:

  • DATE OF APPLICATION:

NAME: ADDRESS:

CITIZENSHIP:

TELEPHONE NUMBER: DATE AVAILABLE:

POSITION PROPOSED FOR THIS CONTRACT:

STATEMENT OF AVAILABILITY: (CURRENT EMPLOYEE OR TO BE PLACED ON RETAINER:

PERCENTAGE OF TIME TO FE DEVOTED TO THIS CONTRACT. )

RELATED EDUCATION: (COLLEGE / SCHOOL NAME, ADDRESS AND TELEPHONE NUMBER; CATES ATTENDED: DEGREE OR SEMESTER HOURS COMPLETED; MAJOR SUBJECTS)

RELATED TRAINING: (INCLUDE RELEVANT INFORMATION FOR TRAINING RECEIVED THAT RELATES DIRECTLY TO THE PROPOSED POSITION. INCLUDE NAME OF TRAINING FACILITY, ADDRESS, TELEPHONE NUMBER, COURSE TITLE, DATES ATTENDED, DURATION OF COURSE, AND-CERTIFICATE RECEIVED.)

NUMBER OF YEARS EXPERIENCE IN PROPOSED POSITION: __

EXPERIENCE

SUMMARY

( A BRIEF

SUMMARY

OF HOW OVERALL EXPERIENCE AND CAPABILITIES /3E SUFFICIENT FOR :UCCESSFUL PERFORMANCE OF WORX OF HIS/HER PROPOSED POSITION.)

PREVIOUS EXPERIENCE AND WORK-RELATED

REFERENCES:

(IN CHRONOLOGICAL ORDER OF DATES WORKED (FROM___T0___): . NAME AND ADDRESS OF COMPANY; NAME OF SUPERVISOR AND TELEPHONE NUMBER; POSITION TITLE; DESCRIPTION OF WORK PERFORMED; AND A MINIMUM OF TWO WORK-RELATED REFERENCES. IF SUPERVISORY POSITION, NUMBER OF EMPLOYEES SUPERVISED)

(Et d of Suggested Resume Format)

NOTE: Other resume formats are acceptable proviced they contain all information as set forth above, particularly addresses and telephone number

.s of references.

l , .

l ATTACHMENT 3 i

! -w.~.~~.,...~....,_,,. _.s... . _ . , , . .. _ . - , ,

i 1

85.tC FORM 80 U.S. NUCLEAR REGULATORY COMMIS$10N PHOTO-IDENTIFICATION BADGE REQUEST l ser mEvERSE PCR MVACYACTSTA7ERAf#r 1

1

! \

SECTION A-TO BE COMPLETED BY REQUESTER ruu.muE aan eat asmnew samsome omcE oATE og ReauEsr

, etAce or anm a = o==w sponsome omcE - pour w carac 1 r=menw.dW CONTACTS TEEPtOE soca secuRnv nuumER oATE or anm somTuRE - somsome omcE pour ce coNrAct oATE l

cmMNBHP (DuckgwcpnmWW ACCESS REQUESTED (Crmckaf thatappfW O us. O AueN- .rvPe OF ACCESS w cmmN couwrRY Loca m >

. o, - , - m - OL 0ADP1 OBUENESS OOPS cENTcR -

co e urst m TEEPHoNE RoCMMS) I t

OO O ADP R O FmdESS CENTER O OWFN O OWFN

__ omy, O eUR.DNG ONLY O 24 HOURS O DAY CARE CENTER OTwFN O TWFN O " **"*'

O ERDS SECTION B -TO BE COMPLETED BY PERSEC SECTION C -TO BE COMPLETED BY FACSEC I

ACCESS onANTEo DATE GRANTED BADGE NUMBER O CARD NUMBER m CARD STATUSCATEGoRY OL OADPI O eULDING ONLY ,

i OO OADPs SnmTURE- PERsEC REPRESENrATNE l DATE SCETURE - *ACSEC REPRESENTATNE DATE l #Rc roRu m p.e

. . . . _ . . . . . . . 1 l . . . . . . . . . . . .

-4

. e er

.$ 4 +. f '

l l l l

l t -

l l

i

.L

.6 i

l

ATTACHMENT 4 BUILDING CLEANING CONTRACT DEDUCTION TABLE COST PER 1.000 SQUARE FEET I

DESCRIPTION FIRST SECOND THIRD ' FOURTH. FIFTH YEAR YEAR . YEAR ' YEAR- YEAR

Room Cleaning-includes ALL 15.87 16.66 17.50 18.37 19.29 l Rooms Floor Maintenance l Spray buff corridors & lobbies 10.17 10.68 11.21 11.77 12.36 l Spray buff rooms 14.41 15.13 15.89 16.68 17.52 l Strip and refinish corridors & lobbies 91.53 96.10 100.90 106.93 111.25 l Strip and refinish rooms 103.73 108.90 114.34 120.05 126.07 Lobby and Corridors Lobby entrance & corridor cleaning 1.30 1.37 1.44 1.51 1.58 Corridor sweeping .93 .98 1.03 1.08 1.13 Corridor vacuuming 3.89 4.08 4.29 4.50 4.73 Mtcellaneous Garage sweeping, machine 1.56 1.63 1.72 1.80 1.89 Girage sweeping, manual 3.11 3.27 3.43 3.60 3.78 Garage scrubbing 6.22 6.53 6.86 7.20 7.56 l Girage policing .53 .55 .58 .61 .64 Loading dock sweeping 3.11 3.27 3.34 3.60 3.78 Ctrpet spot cleaning .16 .16 .17 .18 .19 Loading dock scrubbing 6.22 6.53 6.86 7.20 7.56 Outside Work l Minual sweeping 3.11 3.27 3.43 3.60 3.78 Machine sweeping 1.56 1.63 1.72 1.80 1.89 Policing .53 .55 .58 .61 .64 Toilet, Urinals, Washbasins, COST PER FIXTURE Showers, Drinking Fountains, Utility Sinks Cleaning or servicing 1.83 1.92 2.02 2.12 2.22 Elevators COST PER ELEVATOR Cleaning 6.22 6.53 6.86 7.20 7.56 Stairways COST PER FLIGHT Sweep and dust stairway 2.59 2.72 2.85 2.99 3.14 i Mop stairway 7.08 7.43 7.80 8.22 8.60 Venetian Blinds COST PER BLIND

.t Washing / Dusting 9.73 10.21 10.72 11.26 11.82 Window Washing COST PER WINDOW Window Washing 31.12 32.67 34.30 36,02 37.82 r

. . _ _ _ . _ _ _ . _ . . . _ . _ _ - - _ . - - - _ _ ~ - _ _ . - _ . _ _ . _ _ _ . . _ _ . _ _ . __

, .c 2

' . DEDUCTION AMOUNT FOR OTHER SERVICES (MISCELLANEOUS) 1 Any other omitted or unsatisfactory work not specifically listed above, or which does not clearly fall into one of the above categories will be deducted for at the hourly rate as indicated below, or the cost incurred by the Government in having the service performed by other means. Ash receptacles, guard desks, and telephones are included in the cleaning of lobbies, entrances and corridors.

.A

. \

l .

3 l CONTRACT DEDUCTION TABLE

( FOR  ;

! TRASH AND DEBRIS REMOVAL, I l

PEST CONTROL AND GROUND MAINTENANCE AND OTHER RELATED SERVICES Cause of Deduction Calculation of Deduction i Any Contractor failure that requires the Deductions for Contractor failures will be i

PO to engage in contractual arrangements calculated by taking the actual cost having i with "others' to provide any of the Contract "others' provide the service, plus adding Services that are defined throughout the government cost of administrative this contract specification. overhead to provide the additional procurement action and the cost of reinspecting the services.

i 1

.A

<

  • ATTACHfNT 5 NOTICE OF INTENTION TO MAKE g g.gf A SERVICE CONTRACT AND RESPONSE TO NOTICE EunorMtur sTANoAnos (See instructsons on Reverse)

ADMINisTRATioM

2. Estamat.d schestate.n dat. (m.s .ssnareJa)
dw;d MAIL 70

j Month y V.ar r 7 03 05 1998 Ada.L e ator 7.s " uni E O >" " # "

Wage and Hour Division M.,,en o., v, l U.S. Department of Labor 04 13 1998 Waslungton, D.C 20210 4. o ,,,, ,,,,,,,n s. i, ,, c i.

L J M.,,,n o., v.=

08 01 1998,

s. ri.acecs> or esaronuANec s. senvices To se renro=Meo <w>

,~

Washington Metropolitan Area Preparation of camera-ready copy of 12 i monthly supplement issuances of "NRC's I egulations" D 154N e}

. r - a.ourP ,o.M c.

o6 ed be RulesMd - --i x3 1 l

A. @ Services now performed by a B. O Services now performed by Federal C O services not presently being contractor employees performed S. VF SOK A IN ITEM 7 Is MARKED. COMPLETE ITEM S AS APPUCA8LE

a. Name and address of incumbent contractor b. Number (s) of any wage determination (s) in incumbent's contract Jack Faucett Associates, Inc. 86-1255 (Rev.16) dtd 11/24/92 4550 Montgomery Avenue, Suite 300 North l Bethesda. Maryland 20814
c. Name(s) of union (s) if services are being performed under collective bargam- RESPONSE TO NOTICE ing agreement (s). Important: Attach copies of current applicable collective bar- (by Department of Labor) gammg agreements attached wage determmation(s)

, below apply to proc ent.

. T.&---wo727,9

s. ome:AL sueMiTnNa Nonce sic oATE B. O As of this' date, no wage determina-3 f[f[ tion applicable to the specified locality and classes of employees is in effect.

TYPE oR PRfMT NAME T No.

301 C O From information supplied, time Serv.

Anita Hughes 415-6526 -ice Contract Act does not apply (ser

    • "A#=o"r^o"4MiaForeda.".1?.n"u "o,Mifa". ML* ' "' ^" "^"' a"a'A'd'*t"*'io")-

4p D. O Notice returned for additionalinfor-I V .S. Nuc ear Regulator Commission ~I "^ti " ('" 8#88'A'd '*el'"i"") -

ATTN: Anita Hughes -

Division of Contracts & Property Mgmt. *-

...~-- Mail Stop T-712 4 #

Washington, DC 20555 'gned.

i L J A

'W1 l ~['

, w.us t

-. . . . . . ~ . . . - . . --

'ed: '. . ..s . :. S'

.m. Gy , :.;O:  % .~ (.~"

. p s,: .L. . , .,- v'%, I- .: * ' a n

, s D

Page 1 of 10

! REGISTER OF E DETERMINATIONS UNDER U.S. DEPAR'IMENT OF LABOR

! THE VICE CONTRA CT EMPLOYMENT STANDARDS ADMINISTRATION l B e io of the y of r WAGE AND HOUR DIVISION l . WASHINGTON, D.C. 20210.

l%

L

_ _T - m Wage Determination No.- 94-2103 l .; William W Gross Division of Revision No.: 14 r Director Wage Determ N tions Date of Last Revision: 07/01/1997 State (s) : Dist. of Col., Maryland, Virginia Area: MARYLAND COUNTIES OF CALVERT, CHARLES, FREDERICK, MONTGOMERY, PRINCE GEORGE'S, ST MARY'S.

VIRGINIA COUNTIES OF ALEXANDRIA, ARLINGTON, FAIRFAX, FALLS CHURCH, FAUQUIER, KING GEORGE, LOUDOUN, PRINCE WILLIAM, STAFFORD.

-.; ** Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing " -

OCCUPATION CODE AND TITLE MINIMUM EOURLY WAGE ADMINISTRATIVE SUPPORT AND CLERICAL:

01011 Accounting Clerk I $ 8.79 01012 Accounting Clerk II $ 10.28 01013 Accounting Clerk III $ 12.15 01014 Accounting Clerk IV $ 14.16 1 01030 Court Reporter $ 13.22 01050 Dispatcher, Motor Vehicle $ 13.85 l 01060 Document Preparation Clerk $ 10.25 l 01070 Messenger (Courier) $ 9.67 0;090 Duplicating Machine Operator $ 10.25 01110 Film / Tape Librarian $ 12.88 01115 General Clerk I $ 7.82 01116 General Clerk II $ 9.17 01117 General Clerk III $ 10.25 01118 General Clerk IV S 14.31 01120 Housing Referral Assistant $ 14.82 01131 Key Entry Operator I $ 10.05 01132 Key Entry Operator II $ 11.23 01191 Order Clerk I $ 11.26 01192 Order Clerk II $ 12.44 01261 Personnel Assistant $ 10.33 (Employment) I 01262 Personnel Assistant $ 11.28 (Employment) II 01263 Personnel Assistant $ 13.00 (Employment) III 01264 Personnel Assistant $ 15.50 (Employment) IV 01270 Production Control Clerk $ 14.82 01290 Rental Clerk $ 12.08 01300 Scheduler, Maintenance $ 12.08 01311 Secretary I $ 12.08 01312 Secretary II $ 13.22 ^

01313 Secretary III $ 14.82 l

01314 .Seteretary IV $ 16.86 01315 Secretary V $ 18.96

01320 Service Order Dispatcher 5.12.08

! 01341 Stenographer I $ 13.26 01342. Stenographer II $ 14.87 01400 Supply Technician , $ 16.86 4

t

,4# # '. $m g *'

q pb[ ,.,s'* E g ,sg 'e'"* -[ g ;_ p S* P Js8," ,g) ,[,3 sh ' s' . y . [,,e " . ' e ' + a=

.m _. ._ . . _ . _ . m_ .. - _ . . .-. _ . . _ . . . . _ . - _ _-._ -. - . _ _ _ . - - . _ . _ _ . _ . _

Le ;8 4

MAbE DETESMINATI0tf NO. rS4-2103 '(Rsv. 14) .ISSUEDATE:07/01)1997Piga3of10 09070 Furniture Refinisher .

$ 17.44 09100 Furniture Refinisher Helper $ 13.38 09110 Furniture Repairer, Minor $ 15.47 09130 Upholsterer $ 17.44

.,4 m at SERVICES AND SUPPORT:'

11030 Cleaner, Vehicles $-- 7.23

11060 Elevator Operator $ 7.23 11090 Gardener $ 10.06

'11121 Housekeeping Aide I.- $ 6.44

11122 Housekeeping Aide II '

$ 7.26 11150 Janitor .

$ 7.23 11210 Laborer, Grounds Maintenance $ 7.89 11240 Maid or Houseman $ 6.39 11270 Pest Controller $ 10.79 7! 11300 Refuse Collector: $ 7.23

- 11330 Tractor Operator $ 9.33 11360 Nindow Cleaner $ -7.89 . -

, EEALTE:

f-12020 Dental Assistant' . . $ 9.73 '

12040 Emergency Medical Technician / $ 10.42 Paramedic Ambulance Driver 12071 Licensed Practical Nurse I $ 12.69 l -

12072 Licensed Practical Nurse II $ 14.25

12073 Licensed Practical Nurse 'III' $ 15.95 12100 Medical Assistant $ 8.69 12130 Medical Laboratory Technician S 8.69 12160 Medical Record Clerk $ 8.69 i 12190 Medical Record Technician $ 12.05 112221 Nursing Assistant I- $ 7.28 12222 Nursing Assistant II. $- 8.18 12223 Nursing Assistant III $ 10.48' 12224 Nursing Assistant IV $ 11.77 12250 Pharmacy Technician $ 10.04 12200 Phlebotomist $ 8.69-p 123111 Registered Nurse I $ 15.88 12312 Registered Nurse II $ 17.80 l

12313, Registered Nurse II, $ 19.65 Specialist L 12314 Registered Nurse III $ 21.55 12315 Registered Nurse III. $ 21.55 g- Anesthetist

..12316 Registered Nurse.IV $ 25.33 INFORMATI006 ' AMD ARTS:

13002 Audiovisual Librarian $ 16.86 13011 Exhibits Specialist I '

.$ 15.11

. 13012 Exhibits Specialist II $ 18.90

['*

'13013 13041 Exhibits Specialist III Illustrator I..

$ 23.27

$ 15.11

13042 Illustrator II $ 18.90 j -13043 Illustrator III $ 23.27

!- -13047 Librarian $ 18.96 i.[ 13050 Library Technician $ 13.22 ^

t****"" '13071 Photographer I $ 13.46

!- 13072 Photographer.II $ 15.11

1. 13073 Photographer III $ 48.90 13074 Photographer IV $ 23.27 i- 13075 Photographer V. $ 25.60 i

t -

g L

! s I

  • y er d ,. ,

8 7 4

.-f kh , [ , .p*

_' $. *IF Y * 's,h \ * , f fk . . [

  • i 9 tg . *[ t h* 3 M. - . #, g, 9* L ys' e- D1 .' ' he

ATTA(HelT 5 i

! 1. NOTICE NO.

NOTICE OF INTENTION TO MAKE l g gg.01" m A SERVICE CONTRACT AND RESPONSE TO NOTICE '

EuPL.oTuENT sTANoARos (See instructions on Reverse)

ADMINISTRATION i a. Est4 mated solecitation date (mas .amereia)

'ad man. To: l i .

M*ath Der Year i l F- 1 03 05 i 1998 l Arlministrator

  • DYY OiE O>"" " "

Wage and Hour Division Mh o., v.ar l U.S. Department of Labor 04 13 1998 Washington, D.C. 20210 ( o , , ,,,,, , . i z. 3 Month oay V.ar 08 01 1998.

5. Pt. ACE (S) oF PERFORMANCE G. SERVICES To BE PERFORMED (dess,Ge)

~

Washington Metropolitan Area Preparation of camera-ready copy of 12 monthly supplement issuances of "NRC's Rules d egulations" D i b PIC Oh Old DC

7. INFoRMATioN A8oUT PERFORMANCE " '~ l

.KO A. @ Services now performed by a B. O Services now performed by Federal C D Services not presently being contractor employees performed S. IF SOX A IN ITEM 7 IS MARKED. COMPLETE ITEM S AS APPUCABLE

a. Name aud address ofincumbent contractor b. Number (s) of any wage determination (s) in incumbent's contract Jack Faucett Associates, Inc. 86-1255 (Rev. 16) dtd 11/24/92 4550 Montgomery Avenue, Suite 300 North Bethesda. Maryland 20814
c. Name(s) of union (s) if services are being performed under collective bargain- RESPONSE TO NOTICE ing agreement (s). Important: Attach copies of current applicable collective bar. (by Department of Labor) gauung agreements attached wage determination (s)

, ent.

. M.below -2/07 apply to proc 279

s. omC AL SusMimNo Nonce Sic oATE B. O As of this date, no wage determina.

3af['ff tion applicable to the specified locality and classes of employees is in effect.

TYPE oR PRINT NAME TELEPHON$ No.

(301J C O From information supplied, die Serv-Anita Hughes 415-6526 ice Contract Act does not apply (see

    • U.7EoRc"Efo"F " ^'o"EPfETMEIT'*oT5EE,"s'uREAu * *

"#EEEi. l'd'" ** ***' ^"" "^"" 8"*'d '"e'8"*'I ") -

T gpg I V .S. Nuc ear Regulator Commission 7 D. O Notice returned for additionalinfor-mation (ue ansched explanation).

ATTN: Anita Hughes ~

Division of Contracts & Property Mgmt. t ,

.~. Mail Stop T-712 4 igned, M

Washington, DC 20555 k (g ;3 g )

(Dese) l

\

3 .. .. . .... .

i..

%.U . , ..r . if ' ,,,. q:;. .;a.y . :..~ {

, .. ,. . . -., : ;A . * > . :r - + -;M N. < x ' N- .' <.

. y , ,

.e a; ,;..._ _ .~.. ,. , ,

..~

I"*l=*s V A W- '= *- h % .< w '.

~

y --

~ ' ' {' " ~ ~ ~ ~ ~ ' - - - ~ ~ ~ ~ ~ ~ ~ ~ - - ~ ~ ~ ~ ~ ~ - - - .. - . - . . . . _ . . . . ..

102-89 S arg.

I

-?

l l

~~

26 51 1 tsiTrA tuoyaL 54 11 1 rossecorP droW DEYOLPME ,

4 ,! h-? '-

YLLAREDEF FI DIAP $SALC HCAE NI

]C3LUOW TAHT SEEYOtPME ETAR EGAW YLRUOH .41 FO RE8MJRt .31 TCARTNOC NO DEYOLPME EB OT SEEYOLPME ECVRES FO SESSALC .21

)A tnemhcattA( %ortsinimdA sdrednot5 tnemyolpmE ROBAL FO TNEAtTRAPED .S.U ECITON OT ESNOPSER DNA TCARTNOC ECIVRES A sni.nov.beF .

" " " " EKAM OT NOITNETNI FO ECITON * "nornrAm w s

e

. Page 1 of 10 REGISTER OF E DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE VICE CO CT EMPLOYMENT STANDARDS ADMINISTRATION B d e to of the p of r WAGE AND HOUR DIVISION

~, _ _ - _ _ _ _.

( WASHINGTON, D.C. 20210.

% Wage Determination No.: 94-2103

.  ; William W Gross Division of Revision No.: 14 i'

Director Wage Determinations Date of Last Revision: 07/01/1997 State (s) : Dist. of Col., Maryland, Virginia Area: MARYLAND COUNTIES OF CALVERT, CHARLES, FREDERICK, MONTGOMERY, PRINCE GEORGE'S, ST MARY'S, VIRGINIA COUNTIES OF ALEXANDRIA, ARLINGTON, FAIRFAX, FALLS CHURCH, FAUQUIER, KING GEORGE, LOUDOUN, PRINCE WILLIAM, STAFFORD.

W ** Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing ** -

OCCUPATION CODE AND TITLE MINIMUM HOURLY WAGE ADMINISTRATIVE SUPPORT AND CLERICAL:

01011 Accounting Clerk I $ 8.79 01012 Accounting Clerk II $ 10.28 01013 Accounting Clerk III $ 12.15 01014 Accounting Clerk IV $ 14.16 01030 Court Reporter $ 13.22 01050 Dispatcher, Motor Vehicle $ 13.85 01060 Document Preparation Clerk $ 10.25 01070 Messenger (Courier) $ 9.67 01090 Duplicating Machine Operator $ 10.25 01110 Film / Tape Librarian $ 12.88 01115 General Clerk I $ 7.82 01116 General Clerk II $ 9.17 01117 General Clerk III $ 10.25 01118 General Clerk IV $ 14.31 01120 Housing Referral Assistant $ 14.82 01131 Key Entry Operator I $ 10.05 01132 Key Entry Operator II $ 11.23 01191 Order Clerk I $ 11.26 01192 Order Clerk II $ 12.4%

01261 Personnel Assistant $ 10.33 (Employment) I 01262 Personnel Assistant $ 11.28 (Employment) II 01263 Personnel Assistant $ 13.00 (Employment) III 01264 Personnel Assistant $ 15.50 (Employment) IV 01270 Production Control Clerk $ 14.82 l

01290 Rental Clerk $ 12.08 01300 Scheduler, Maintenance $ 12.08 01311 Secretary I $ 12.08

! 01312 Secretary II $ 13.22 ^

! 01313 Secretary III $ 14.82 l

"" 01314 Secretary IV $ 16.86 01315 Secretary V $ 18.96 01320 Service Order Dispatcher 5,12.08 01341 Stenographer I $ 13.26 01342, Stenographer II $ 14.87 01400 Supply Technician , $ 16.86 i

. .. _._- . . . _ . . . . ~ . . . . . . -.... - - - - - . ..%,-,..

[

  • e W .

p 1# . ygu ' a. $1l aj . 4e .t,,,,i' ,f *g 4 g .

O

e. Wra e .(, p' 8 E ' # M .' ,2 4F a.% *

,, ' 8' ' ' #

s WAGE DETERMINATION NO.:94-2103 (R;v. 14) ISSUE DATE:07/01/1997 P;g3 2 of 10 01420 Survey Worker (Interviewer) $ 13.22 01460 Switchboard Operator- $ 10.28 Receptionist

q 01510 Test Examiner $ 13.22 01520 Test Proctor $ 13.22 01531 Travel Clerk I $ 7.98

. 01532 Travel Clerk II $ 8.60 01531,. Travel Clerk III $ 9.26 01611 Word Processor I $ 10.48 01612 Word Processor II $ 12.05 01613 Word Processor III $ 14.95 AUTOMATIC DATA PROCESSING:

03010 Computer Data Librarian $ 9.97 03041 Computer Operator I $ 10.23 i 03042 Computer Operator II $ 12.06 l

~~"*" 03043 Computer Operator III $ 14.62 03044 Computer Operator IV $ 16.53 e 03045 Computer Operator V $ 17.79 03071 Computer Programmer I 1/ $ 14.46

. 03072 Computer Programmer II 1/ $ 16.97 03073 Computer Programmer III 1/ $ 19.87 I 03074 Computer Programmer TV 1/ $ 23.04 1 03101 Computer Systems Analyst I 1/ $ 17.93 03102 Computer Systems Analyst II 1/ $ 23.32 03103 Computer Systems Analyst III 1/ $ 27.12 03160 Peripheral Equipment Operator $ 9.97 AUTOMOTIVE SERVICE:

05005 Automobile Body Repairer, S 18.39 Fiberglass 05010 Automotive Glass Installer $ 16.45 05040 Automotive Worker $ 16.45 05070 Electrician, Automotive $ 17.44 l 05100 Mobile Equipment Servicer $ 14.43 05130 Motor Equipment Metal Mechanic $ 18.39 05160 Motor Equipment Metal Worker $ 16.45 05190 Motor Vehicle Mechanic $ 18.46 05220 Motor Vehicle Mechanic Helper $ 13.38 05250 Motor Vehicle Upholstery $ 15.47 Worker 05280 Motor Vehicle Wrecker $ 16.45 05310 Painter. Automotive $ 17.44 05340 Radiator Repair Specialist $ 16.45 05370 Tire Repairer $ 14.43 05400 Transmission Repair Specialist $ 18.39 FOOD PREPARATION AND SERVICE:

07010 Baker $ 11.47 07041 Cook I $ 10.06 07042 Cook II $ 11.47 S 7.23 07070 Dishwasher S 7.23 07100 Food Service Worker (Cafeteria Worker) 0,.. Meat Cutter $ 11.47

,,_, 7.89 07250 Waiter / Waitress $

FURNITURE MAINTENANCE AND REPAIR:

09010 Electrostatic Spray Painter .$,17.44 09040 Furniture Handler j $ 12.13

. .W - % , ,e

  • g'Q h y 1,, 3 ,.

.,.?.'

  • g', . ' y/ y*/ g ,
  • t *4= +=leh'd f

' y * & ,, L q , ( .,8jpd

.- . ,- , .- . ..- . ~ +~ - - -n . . - - - .~ . - - - . _ ..- ~ .. ~ . _ _ ~

L .. ..

  • i ,

l l

NAbE DETERMINATION NO.39b2103 (Rsv. 14) . ISSUE-DATE207/0h1997Prga3cf10 09070 Furniture Refinisher $ 17.44 l 09100 Furniture Refinisher Helper $ 13.38 09110 Furniture Repairer, Minor $ 15.47 09130 Upholsterer $ 17.44 WNERAL SERVICES AMD SUPPORT:

1 11030 Cleaner, Vehicles $ 7.23 11060 Elevator Operator $ 7.23 i 11090 Gardener $ 10.06 11121 Housekeeping Aide I $ 6.44-l

11122 Housekeeping Aide II $ 7.26 i

', 11150 Janitor .

. $ 7.23 11210 Laborer, Grounds Maintenance $ 7.89 11240 Maid or Houseman $ 6.39 11270 Pest Controller $ 10.79 11300 Refuse Collector $ 7.23 l- '11330 Tractor Operator $ 9.33 ]'

l 11360 Mindow Cleaner $ 7.89 -

ERALTE:

1 1

( 12020 Dental Assistant . $ 9.73 ]

12040 Emergency Medical Technician / $ 10.42 l

-Paramedic Ambulance Driver

~

12071 Licensed Practical Nurse I $ 12.69 12072 Licensed Practical Nurse II. $ 14.25 12073 Licensed Practical Nurse III $ 15.95 12100 Medical Assistant S 8.69 i -12130 Medical Laboratory Technician $ 8.69 12160 Medical Record Clerk $ 8.69 12190 Medical Record Technician $ 12.05 12221 Nursing Assistant I $ .7.28 12222 Nursing Assistant II $ 8.18 12223 Nursing Assistant III $ 10.48 12224 Nursing Assistant IV $ 11.77 ,

12250 Pharmacy Technician S 10.84 i

'12280 Phlebotomist ~ $ 8.69 l l' 12311 Registered Nurse I $ 15.88 I

12312 Registered Nurse II $ 17.80 12313 Registered Nurse II, $ 19.65 Specialist

, '12314-Registered Nurse III $ 21.55 L* 12315 Registered Nurse III, $ 21.55

-Anesthetist 12316 Registered Nurse IV $ 25.83 l INFORMATION AND ARTS:

l:

13002 Audiovisual Librarian $ 16.86 13011 Exhibits Specialist I $ 15.11 13012 Exhibits Specialist II. $ 18.90 i + 13013 Exhibits. Specialist III $ 23.27 13041 Illustrator I $ 15.11 p '13042. Illustrator II $ 18.90

$ 23.27 13043 Illustrator III' 13047 Librarian $ 18.96 A 13050 Library Technician $ 13.22

; ~"~' - 13071 Photographer I $ 13.46 13072 Photographer II $ 15.11 13073 Photographer III $ .4 8. 90 13074 Photographer IV $ 23.27 13075 Photographer V. .$,25.60

\

w . . .. - m , . . _. .. . . . . . . .

ye * * *h, [ pg * '* = ., *4 4 g* j 3, Q p.' y".,*, Yd.,4 $k

, I, he f . d' . e i a h. .e

') g*33 e .' [. . {J ', /

.h , A. .

g f. .K .. ' =Q.

~

ISSUE DATE:07/0171997 Page 4 of 10 WADE DETERMINATION NO. 94-2103 (Rev. 14) l LAUNDRY, DRY CLEANINO, PRESSING:

7) 15010 Assembler $ 6.01 15030 Counter Attendant $ 6.01 15040 Dry Cleaner $ 7.77 15070 Finisher, Flatwork, Machine $ 6.01

- 150SQ. Presser, Rand $ 6.01 15100 Presser, Machine, Dry Cleaning $ 6.01 15130 Presser, Machine, Shirts $ 6.01 15160 Presser, Machine, Wearing $ 6.01 Apparel, Laundry 15190 Sewing Machine Operator $ 8.39 15220 Tailor $ 8.99 15250 Washer, Machine $ 6.60 NACHINE TOOL OPERATION AND REPAIR:

4 19010 Machine-tool operator $ 17.44 (Toolroom) 19040 Tool and Die Maker $ 21.24 MATERIALS HANDLING AND PACKING:

21010 Fuel Distribution System $ 14.80 Operator 21020 Material Coordinator $ 14.64 21030 Material Expediter $ 14.64 21040 Material Handling Laborer $ 10.01 21050 Order Filler $ 12.76 8 21071 Forklift Operator 5 10.93 21080 Production Line Worker  ; 11.25-(Food Processing)  ;

21100 Shipping / Receiving Clerk 11.78 21130 Shipping Packer 10.99 21140 Store Worker I 3 8.61 21150 Stock Clerk ( Shelf Stocker; $ 10.50 Store Worker II )

21210 Tools and Parts Attendant $ 12.73 21400 Warehouse Specialist $ 11.25 MECHANICS AND MAINTENANCE AND REPAIR:

23010 Aircraft Mechanic $ 18.39 23040 Aircraft Mechanic Helper $ 13.38 23050 Aircraft Quality Control $ 19.37 Inspector 23060 Aircraft Servicer $ 15.47 23070 Aircraft Worker $ 16.45 23100 Appliance Mechanic ~$ 17.44 23120 Bicycle Repairer $ 14.43 23125 Cable Splicer $ 18.39 23130 Carpenter, Maintenance $ 17.44 23140 Carpet Layer $ 16.85 23160 Electrician, Maintenance $ 17.93 23181 Electronics Technician, $ 15.51 Maintenance I 23182 Electronics Technician, $ 19.80 Maintenance II 23183 Electronics Technician, $ *21.56 Maintenance III 23260 Fabric Worker $ 15.23 23290 Fire Alarm System Mechanic $ 18.39 23310 Fire Extinguisher Repairer i $ 14.43 1

i

^

' ,. - 4.y.,9

  • h'j $, 3- . 7,,Jp i',j j,, ,? ' ,,llp , c,' Q~.*$ p g l,- .'.. y N', e, 4 W,

- - .. s :n t .

ATTACffENT 5

      • "**"* ~

NOTICE OF INTENTION TO MAKE A SERVICE CONTRACT AND RESPONSE TO NOTICE U.S. DEPARWEllf OF 1A80R EurtovutMT sTANoAnos (See instructions on Reverse)

ADMINISTRATION

2. Estsenated solmitatson date (see numersie)
_@.*f MAIL 70:

j Month oey Year

r 1 03 05 1998

. Ariminiurator YNOiE P=e *Y " '

Wage and Hour Division ,, ,,, y,,,

1 M Depaninent of Wr 04 13 1998 i Washington, D.C 20210 , , , , , , , , , ,

L J l Month Day Year '

08 01 1998.

L PLACEtS) oF PERFORMANCE E SERvlCES To BE PERFORMED (dsmernh) e Washington Metropolitan Area Preparation of camera-ready copy of 12 l monthly supplement issuances of "NRC's i Rules d egulations"  !

D} Pi

,ER,o.-

Oh CId DC - --i

?K] l l

A. @ Services now performed by a B. O Services now performed by Federal C 0 Services not presently being I contractor employees performed L IF BOX A IN ITEM 7 IS MARKED COMPLETE ITEM S AS APPUCASLE

a. Name and address of incumbent contractor b. Number (s) of any wage determination (s) in incumbent's contract Jack Faucett Associates, Inc. 86-1255 (Rev.16) dtd 11/24/92 4550 Montgomery. Avenue, Suite 300 North Bethesda. Maryland 20814
c. Name(s) of union (s) if services are being performed under collective bargain- RESPONSE TO NOTICE ing agreement (s), important: Attach copies of current applicable collective bar. (by Department of Labor) gauung agreements attached wage determination (s)

, below apply to proc ent.

. 9.4-D/o7EI,P S. OFFICIAL SUSMITTING NOTICE sic oATE B. O As of this~ date, no wage determina-3f(([ tion applicable to the specified locality and classes of employees is in effect.

TvrE oR PRiMT NAME T No.

C O From information supplied, Ee Serv-Anita Hughes 415-6526 ice Contract Act does not apply (see

    • **EEoEE'o"F *' ' *"
  • o"ErETu'EEr'*oR EEE."s'uRElu "EnYioN, I'Tc!. * "' ** ^" **"' ""8#A'd explanation).

A pgpg I V .S. Nuc ear Regulator Commission ~l D. O Notice returned for additionalinfor.

"Sti " (8" '"h'd "#l'"'#i'")

  • ATTN: Anita Hughes -

, Division of Contracts & Property Mgmt. A .

l ,4 Mail Stop T-712 4 dr Washington, DC 20555 i8"*d-L .J

<gq - g>

co.u>

11 I H j

. va G .n . .4. :..;s ~ ..A.~ , r.;a.a. w . d . . . . . .: n . . - w - - < <~%;* - x ~ ' N~ -

1 stAmeAso mm , "" * * " -

r.mn,.n.ivn NOTICE OF INTENTION T3 MAKE U.S. DEPARTMENT OF IA80R A SERVICE CONTRACT AND RESPONSE TO NOTICE Employment'Smnderds Administration (Attachment A)

12. CLASSES OF SERvtCE EMPLOYEE 5 TO SE EMPLOYED ON CONTRACT 13. NUM8ER OF 14. HOURLY WAGE RATE EMPLOYEES THAT WOULD SE IN EACH CLASS PA8D r FEDERALLY

...g-f t1 f

EMPLOYED

-1 Word Processor 1 11.45 Layout ArYist 1 15.62 r

t e%deM e

A$*,

.d N

b I

90-201

.. . .. . - . _ . . - . . _ . . - . . .. . ... . . _ - , - - _ - ~ . . , . -

g" .

e s* .

  • , .R $ '*I $. . shN. *N*

Y, .*YE. A $aY't. .* % ,4".* .'b ' s 1.Ae %f. :I h' ..* W /'. h% e '~ *- e Y.' i.'s ' 'NeV ak *: *' '%' ' ~ N h $+ . . '$ "'.

, Page 1 of 10 REGISTER OF GE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE VICE CT EMPLOYMENT STANDARDS ADMINISTRATION B d e io of the of WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210.

L Wage Determination No.: 94-2103

.; William W Gross Division of Revision No.: 14 i'

Director Wage Determinations Date of Last Revision: 07/01/1997 State (s): Dist. of Col., Maryland, Virginia Area: MARYLAND COUNTIES OF CALVERT, CHARLES, FREDERICK, MONTGOMERY, PRINCE GEORGE'S, ST MARY'S.

VIRGINIA COUNTIES OF ALEXANDRIA, ARLINGTON, FAIRFAX, FALLS CHURCH, FAUQUIER, KING GEORGE, LOUDOUN, PRINCE WILLIAM, STAFFORD.

- --- i ** Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing ** -

OCCUPATION CODE AND TITLE MINIMUM HOURLY WAGE ADMINISTRATIVE SUPPORT AND CLERICAL:

01011 Accounting Clerk I $ 8.79 01012 Accounting Clerk II $ 10.28 01013 Accounting Clerk III $ 12.15 01014 Accounting Clerk IV $ 14.16 01030 Court Reporter $ 13.22 01050 Dispatcher, Motor Vehicle $ 13.85 01060 Document Preparation Clerk $ 10.25 01070 Messenger (Courier) $ 9.67 01090 Duplicating Machine Operator $ 10.25 01110 Film / Tape Librarian $ 12.88 01111, General Clerk I $ 7.82 01116 General Clerk II $ 9.17 01117 General Clerk III $ 10.25 01118 General Clerk IV $ 14.31 01120 Housing Referral Assistant $ 14.82 01131 Key Entry Operator I $ 10.05 01132 Key Entry Operator II $ 11.23 01191 Order Clerk I $ 11.26 01192 Order Clerk II $ 12.44

. 01261 Personnel Assistant $ 10.33 (Employment) I 01262 Personnel Assistant $ 11.28 (Employment) II 01263 Personnel Assistant $ 13.00 (Employment) III 01264 Personnel Assistant - $ 15.50 (Employment) IV 01270 Production Control Clerk $ 14.82 01290 Rental Clerk $ 12.08 01300 Scheduler, Maintenance $ 12.08 01311 Secretary I $ 12.08 01312 Secretary II $ 13.22 01313 Secretary III $ 14.82 ^

01314. Secretary IV $ 16.86 01315 Secretary V $ 18.96 01320 Service Order Dispatcher (12.08 01341 Stenographer I $ 13.26 01342. Stenographer II $ 14.87 01400 Supply Technician , $ 16.86 4

_ . . . . - . . . _ . . . . + . . _ . . . . . . . . . . . - - _ - .. ;_..

.; ~.. ;.- t ; 2, 3 . . .v

. .g. g :p: .,,./*..,,.

.g , . ,

. _. 3 , . . , . , . , . ,,.

, .,y. ,

1 . .

2 N

WADE DETERMINATION NO.I94 2103 (rov . 14) ISSUE DATE:07/001997 Pigs 2 of 10 l .,

01420 Survey Worker (Interviewer) $ 13.22 01460 Switchboard Operator- $ 10.28 +

Receptionist

, .,. yj 01510 Test eraminer $ 13.22 1 01520 Test Proctor $ 13.22 i 01531 Travel Clerk I $ 7.98 l

01532 Travel Clerk II $ 8.60 i

$ 9.26 j 01534. Travel Clerk III $ 10.48 01611 Word Processor I '

i 01612 Word Procestor II $ 12.05 01613 Word Processor III $ 14.95 AUTOMATIC DATA PROCESSING:

03010 Computer Data Librarian $ 9.97 03041 Computer Operator I $ 10.23 j

03042 Computer Operator II $ 12.06 03043 Coaguter Operator III $ 14.62 03044 Computer Operator IV $ 16.53 c i 03045 Computer Operator V $ 17.79 03071 Computer Progranumer I 1/ $ 14.46 i

= 03072 Computer Progranuner II 1/ $ 16.97  ;

03073 Computer Progranuner III 1/ $ 19.87 )

-03074 Computer Programmer IV 1/ $ 23.04  !

03101 Computer Systems Analyst I 1/ $ 17.93 03102 Computer Systems Analyst II 1/ $ 23.32

f. 03103 Computer Systems Analyst III 1/ $ 27.12 03160 Peripheral Equipment Operator $ 9.97 AUT0000TIVE SERVICE:

05005 Automobile Body Repairer, $ 18.39 Fiberglass 6 05010 Automotive Glass Installer $ 16.45 l- "

05040 Automotive Worker $ 16.45 i 05070 Electrician, Automotive $ 17.44 05100 Mobile Equipment Servicer S 14.43

}

05130 Motor Eq1tipment Metal Mechanic $ 18.39

.05160 Motor W.quipment Metal Worker $ 16.45 05190 Motor Vehicle Mechanic $ 18.46 l 05220 Motor Vehicle Mechanic Helper $ 13.38 l

05250 Motor Vehicle Upholstery $ 15.47 Worker 05280 Motor Vehicle Wrecker $ 16.45

~ 05310 Painter, Auromotive- $ 17.44 05340 Radiator Repair Specialist $ 16.45 05370 Tire Repairer $ 14.43 05400 Transmission Repair Specialist $ 18.39 FOOD PREPARATION AND SERVICE: -

07010 Baker $ 11.47

07041 Cook I $ 10.06 l 07042 Cook II $ 11.47 07070 Dishwasher $ 7.23
07100 Food Service Worker S 7.23 (Cafeteria Worker)

, . %, 07130 Meat Cutter $ 11.47 07250 Waiter / Waitress S 7.89 FURNITURE MAINTENANCE AND REPAIR: =

09010 Electrostatic Spray Painter .$ 17.44 09040 Furniture Handler j $ 12.13 l .. ._ _

l .. . . - .

lk h[:$::Yhs** hb.?$.&% .W.' n . [?d4.Y %:.?.;,rkh::f$N ,l*5hk-1 .,r .:lE.k.: Vih.%W:2,:;ci 5 50 .% win.': 4 -D % . .

- - . _ . . . . - ~ . _ . - - . - - .

e

  • .' e WAGE DETERMINATION NO.:N-2103 (Riv. 14) ISSUE DATE 07/01)1997 P ga 3 of 10 09070 Purniture Refinisher $ 17.44 09100 Furniture Refinisher Helper $ 13.38 09110 Purniture Repairer, Minor $ 15.47 09130 Upholsterer $ 17.44 GENERAL SERVICES AMD SUPPORT:

11030 Cleaner, Vehicles $ 7.23 ,

11060 Elevator Operator $ 7.23 11090 Gardener $ 10.06 11121 Housekeeping Aide I $ 6.44 .

f 11122 Housekeeping Aide II $ 7.26 11150 Janitor $ 7.23 11210 Laborer, Grounds Maintenance $ 7.89 11240 Maid or Houseman $ 6.39 11270 Pest Controller $ 10.79 11300 Refuse Collector $ 7.23

---.w 11330 Tractor Operator S 9.33 11360 Window Cleaner $ 7.89 -

EEALTE:

12020 Dental Assistant $ 9.73 12040 Emergency Medical Technician / $ 10.42 Paramedic Ambulance Driver 12071 Licensed Practical-Nurse I $ 12.69 12072 Licensed Practical Nurse II $ 14.25 12073 Licensed Practical Nurse III $ 15.95

.12100 Medical Assistant $ 8.69 12130 Medical Laboratory Technician $ 8.69 12160 Medical Record Clerk $ 8.69 12190 Medical Record Technician S 12.05 12221 Nursing Assistant I $ 7.28 12222 Nursing Assistant II $ 8.18 12223 Nursing Assistant III $ 10.48 12224' Nursing Assistant IV $ 11.77 12250 Pharmacy Technician $ 10.84 12280 Phlebotomist $ 8.69 12311 Registered Nurse I $ 15.88 12312 Registered Nurse II $ 17.80 12313 Registered Nurse II, $ 19.65 Specialist 12314 Registered Nurse III $ 21.55 12315 Registered Nurse III, S 21.55

, Anesthetist 12316 Registered Nurse IV $ 25.83 INFORMATION AND ARTS:

13002 Audiovisual Librarian _$ 16.86 13011 Exhibits Specialist I $ 15.11 13012 Exhibits Specialist II $ 18.90 a

13013 Exhibits Specialist III $ 23.27 13041 Illustrator I $ 15.11

-13042 Illustrator II $ 18.90 13043 Illustrator III $ 23.27 13047 Librarian $ 18.96 '

13050 Library Technician $ 13.22 i ~~~^ 13071 Photographer I $ 13.46 13072 Photographer II $ 15.11 13073 Photographer III S.38.90 13074 Photographer IV $ 23.27 13075 Photographer V, $ 25.60 i

.. ._ . . . . ~ _ ._ ..m.. .. . ---

f

-. m , ,. x ; u A . w .
;.;. s . s.l ..in . w.:.. ~ a:;.m i m :.. .

u ;c. u. n ;. . c ;. a . x .e a. . . . .

. . . . - . - .- . - . ~ - . . _ . _ . - - _.-.- ~ ~. .. - - _ . - - ~, . . - - .

I M3W3R DETERMINATION NO. 3 94-2103 (R3v. 14) ISSUE DATE 07/01/1997 Pigs 4 of 10 IADHDEY, DRY CLEANING, PRESSING:

e-9 15010 Assembler- $ 6.01-j
  • 1,-

15030 Counter Attendant $ 6.01

, 15040 Dry Cleaner $ 7.77

+l 15070 Finisher,' Flatwork, Machine $ 6.01

! l- 15094. Presser, Hand . $ 6.01 15100 Presser, Machine, Dry Cleaning $ 6.01 l r i :15130 Presser, Machine, Shirts $ 6.01 i* 15160 Presser, Machine, Wearing $ 6.01 Apparel, Laundry 15190 Sewing Machine Operator $ 8.39 L~ 15220 Tailor S 8.99

- '15250 Washer, Machine $ 6.60 i naar=uvire TOOL OPERATICE AND REPAIR:

i> W 19010 Machine-tool Operator $ 17.44 (Toolroom) .

19040 Tool and Die Maker. $ 21.24

,, MkTERIALS BANDLING AMD PAtTNG:

-21010 Fuel Distribution System $ 14.80 Operator 21020 Material Coordinator $ 14.64 l

21030 Material Expediter $ 14.64 l 21040 Material Handling Laborer. $ 10.01 l 21050 Order Filler $ 12.76

.* ~21071 Forklift Operator $ 10.93 l

! '21080 Production Line Worker 3 11.25-(Food Processing) 21100 Shipping / Receiving Clerk 0 11.78 l'

21130 Shipping. Packer  ? 10.99 21140 Store' Worker I $ 8.61 21150 Stock Clerk ( Shelf Stocker: $ 10.50 Store Worker II )

21210 Tools and Parts Attendant. $ 12.73 21400 Warehouse Specialist $ 11.25 i

MBCEANICS AND MkINTENANCE AND REPAIR:

23010 Aircraft Mechanic $ 18.39 L 23040 Aircraft _ Mechanic Helper $ 13.38 t 23050 Aircraft Quality Control $ 19.37 Inspector 23060 Aircraft Servicer $ 15.47 23070 Aircraft Worker $ 16.45 231-00 Appliance Mechanic ~$ 17.44 l' '.23120 Bicycle Repairer $ 14.43

.23125 Cable Splicer $ 18.39 23130 Carpenter, Maintenance $ 17.44 23140 Carpet Layer $ 16.85 23160 Electrician, Maintenance $ 17.93 23181 Electronics Technician, $ 15.51

, Maintenance I

!..,,.... 23182 Electronics Technician, ~$ 19.80

~ Maintenance II

-23183 Electronics Technician, $ *21.56 Maintenance III 23260 Fabric Worker $ 15.23 23290 Fire Alarm System Mechanic $ 18.39 23310 Fire Extinguisher Repairer i $ 14.43

];

.._._..__....;....._7-

. N.hh .EOb:: $r . N- [i 5:l .Y .h- *6:-: f i . 9i .wbA Y b:be i NM$Vih*Gan .. hh N

.. ~ . . . - - - _ - _ ._m._.. . . . . . _ _ _ _ _ . - . _ _ _ _ . . - - . - _ _ . .__ - . . _ _ . _ _

, ,4

- -~

MAdE DETERMINATION MO'.194-2103'(Rev. 14) ISSUE DATE 07/01'/1997 Piga 5 of 10

{ .

23340 Fuel Distribution System $ 18.39 Mechanic 1 23370 General Maintenance Worker $ 15.90 l 4% -23400 Beating, Refrigeration and Air! $ 18.39 l -Conditioning Mechanic 23430 Beavy Equipment Mechanic- $ 18.39 l 23440 Heavy Equipment Operator $ 18.66

.i '

23460 Instrument Mechanic $ 18.39

( 23470 Laborer $ 9.71 23500 Locksmith $ 17.44 23530 Machinery Maintenance Mechanic $ 19.82 ' '

23550 Machinist, Maintenance $ 20.79

~

23580 Maintenance Trades Helper $ 13.38 23640 Millwright ~ $ 18.39 23700 Office Appliance Repairer $ 17.44 l

23740 Painter,-Aircraft $ 17.44 l iw 23760 Painter, Maintenance $ 17.44 i 23790 Pipefitter, Maintenance $ 17.77

- '23800 Plumber,. Maintenance .

$ 17.44 ,

23820.Pneudraulic Systems. Mechanic $ 18.39 l

23850 Rigger. $ 18.39 l 23870 Scale Mechanic. S'16.45 23890 Sheet-metal' Worker, $ 18.39 Maintenance 23910 Small Engine Mechanic $ 19.37-23930 Telecommunications Mechanic I $ 18.39

-23931 Telecomunications Mechanic.II $ 19.37 23950 Telephone. Lineman $-18.39 23960 Welder, Combination, $ 18.39 Maintenance 23965 Well' Driller $ 18.39 23970 Woodcraft Worker $ 18.39

.23980 Woodworker $ 14.80 l

PERSONAL NEEDS:-

24570 Child Care Attendant $ 6.69 24580 Child Care' Center Clerk $ 10.54 24600 Chore Aide $ 6.39- '

24630 Homemaker $ 12.05

. PLANT AND SYSTEN OPERATION:

3,.,. 25010 Boiler Tender $-18.39 25040 Sewage Plant Operator $ 17.44 25070 Stationary Engineer $ 18.39 25190 Ventilation Equipment Tender $ 13.38

-25210. Water Treatment Plant Operator $ 17.44 PROTECTIVE SERVICE l* .

~

27004 Alarm Monitor $ 11.20

-27006 Corrections Officer $ 14.90 27010. Court Security Officer $ 15.76

-27040 Detention Officer $ 15.76 27070 Firefighter $ 14.65 27101 Guard-I: $ 8.50 .s.

- 27102 Guard II $ 11.20 27130. Police Officer $ 17.54 l.

STEVEDORING /LOgggmanens SERVICE OCCUPATIONS:

, 28010 Blocker and Bracer -$ 13.83

'28020 Match Tender i $ 13.83

  • s' ..

,}%

  • p , , ~ .y ., . ,.

, y , s, y,' - . , ,

i .. ,s 'dr J I

,S J.@ gn4 g , C ',gg 1,*Q'*j = , "g.g 4 * .*./,e,,

, ,1*'Q ,K g p g'41 e '.[q : >he'.';.hgg ,=

g. g p ,'.~s=Y,1 lj,g,dy.jg" c',f [.g4 ./f .g j.M,Jg.$.[*., .,*f

, 4 ,,c ,,)' l

' WAG'E DETERMINATION NO.:94-2103 (Rav. 14) ISSUE DATE 07/01/1997 Ptga 6 of 10 28030 Line Handler $ 13.83 20040 Stevedore I $ 13.00 20050 Stevedore II $ 14.66 TECENICAL:

29010 Air Tyaffic Control 2/ $ 23.19 Specialist, Center 29011 Air Traffic Conte;ol 2/ $ 15.99 Specialist, Station

~29012 Air Traffic Control 2/ $ 17.61 Specialist, Terminal 29023 Archeological Technician I $ 13.63 '

29024 Archeological Technician II $ 15.25 29025 Archeological Technician III $ 18.90 29030 Cartographic Technician $ 18.90 29035 Computer Based Training $ 17.93-Specialist / Instructor 29040 Civil Engineering Technician $ 18.90 ,

29061 Drafter I- $ 10.75 29062 Drafter II $ 13.46 29063 Drafter III $ 15.11 29064 Drafter IV $ 18.90 29081 Engineering Technician I' $ 11.55 29082 Engineering Technician II $ 13.40 29083 Engineering Technician III- $ 16.10 29084 Engineering Technician IV $ 18.48 29085 Engineering Technician V. $ 22.60 29086 Engineering Technician VI $ 27.35 29090 Environmental Technician $ 18.27 29100 Flight Simulator / Instructor $ 23.32 1 (Pilot) 29150 Graphic Artist $ 17.93 i 29160 Instructor $ 18.40  !

29210 Laboratory Technician $ 14.62 29240 Mathematical Technician. $ 18.48 29361 Paralegal / Legal Assistant I $ 13.22 29362 Paralegal / Legal Assistant II $ 16.86

-29363 Paralegal / Legal Assistant III $ 20.62 29364 Paralegal / Legal-Assistant IV $ 24.95 29390 Photooptics Technician $ 18.48 29480 Technical Writer $ 16.72 29491 Unexploded Ordnance $ 14.74 Technician I 29492 Unexploded Ordnance $ 17.83 Technician II-29493 Unexploded Ordnance $ 21.37 Technician III 29494 Unexploded Safety Escort $ 14.74 29495 Unexploded Sweep Personnel -$ 14 . 74 29620 Weather Observer, Senior 3/ $ 17.02 29621 Weather Observer, Combined 3/ $ 14.62 Upper Air and Surface Programs 29622 Weather Observer, Upper Air 3/ $ 14.62 TRANSPORTATION /NOBILE EQUIPMENT OPERATION:

31030 Bus Driver $ 13.24

< 31260 Parking and Lot Attendant- $ 7.50 31290 Shuttle Bus Driver $ $0.42 l 31300 Taxi Driver * $ 9.67

-31361 Truckdriver,-Light Truck $ 10.42 31362 Truckdriver, Medium Truck  ; $ 13.24

a. y

-- .- . ~ .. - .- . - - . - . .- . -

., ;e -  !

i I

WAGE DETERMINATION NO.:94-2103 (Rsv. 14) ISSUE DATE:07/01/1997 Prga 7 of 10 l

31363 Truckdriver, Heavy Truck $ 15.54 36364 Truckdriver, Tractor-Trailer $ 16.93 MIgewrimw3OUS: 1 I

I 99020 Animal Caretaker $ 8.61 l 99030 Cashier S 6.51 99041 Carnival Equipment Operator $ 9.33 99042~ Carnival Equipment Repairer $ 10.06 99043 Carnival Worker $ 7.23 99050 Desk Clerk $ 9.45 99095 Embalmer $ 18.40 99300 Lifeguard $ 6.89 l 99310 Mortician _$ 18.40  !

99350 Park Attendant (Aide) $ 8.48 l 99400 Photofinishing Worker ( Photo $ 7.58 Lab / Dark Room Technician )

.99500 Recreation Specialist $ 15.40 99510 Recycling Worker $ 9.33 .

99610 Sales Clerk $ 6.75 99620 School Crossing Guard (Cross- $ 7.23 walk Attendant).

99630 Sports' Official $ 6.75 l 99658 Survey Party Chief $ 10.93 l 99659 Surveying Technician $ 9.42 )

99660 Surveying Aide .

$ 6.16 l 99690 Swimming Pool Operator $ 11.47 99720 Vending Machine Attendant $ 9.33 99730 Vending Machine Repairer $ 11.47  ;

99740 Vending Machine Repairer $ 9.33 I Helper

    • Fringe Benefits Required For All Occupations Included In This Wage Determination ** j HEALTH & WELFARE: $1.16 per hour or $46.40 per week or $201.07 per month.

VACATION: Two weeks paid vacation after 1 year of service with a contractor or successor 3 weeks after-5 years; 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present' contractor or successor, wherever employed, and with the predecessor contractor ir. the performance of similar work at the 1same Federal facility. (Reg. 4.173)

-HOLIDAYS: 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, 5-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) 1/

.Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in

-29 CFR 541. (See 29 CFR 4.156) l a

1 l

WAGE DETERMINATION No.:94-2103 (R2v. 14) ISSUE DATE:07/01/1997 Pcga 8 of 10 2/

APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours l of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay.

3/

APPLICABLE TO WEATHER OBSERVERS ONLY - NIGHT PAY & SUNDAY PAY: If you .

work at night as a part of a regular tour of duty, you will earn a )

NIGHT DIFFERENTIAL and receive an additional 10% of basic pay for any 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> worked between 6pm and Gam. If you are a full-time employee (40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> 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).

    • 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 i 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 race of S4.25 per week (or S.85 cents per day).

However, in those instances where the uniforms furnished are made of awash 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.

    • NOTES APPLYING TO THIS WAGE DETERMINATION **

Source of Occupational Titles and Descriptions:

The duties of employees under job titles listed are those described in the " Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Second Supplement, dated August 1995, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job

! descriptions may also be obtained from the appropriate contracting

! officer.

4 ,

. . . . . . .- - - - . _-- -- _ . . = - - - - . .

l WAGE DETERMINATION NO.:9 2103 (Rav. 14)

ISSUE DATE:07/0D 1997 Prga 9 of 10 4

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE

{ Standard Form 1444 (SF 1444) }

Conformance Process:

i The contracting officer shall require that any class of service i

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 l such unlisted classifications and the classifications listed in the )

wage determination. Such conformed classes of employees shall be

, paid the monetary wages and furnished the fringe benefits as are

determined. Such conforming process shall be initiated by the i contractor prior to the performance of contract work by such unlisted class (es) of employees. The conformed classification, -

wage rate, and/or fringe benefits shall be retroactive to the  ;

commencement date of the contract. (See Section 4.6 (C) (vi) } l When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class (es) is to be conformed.

The process for preparing a conformance request is as follows:

1) When preparing the bid, the contractor identifies the need for a conformed occupation (s) and computes a proposed rate (s) .
2) After contract award, the contractor prepares a written report listing in order proposed classification title (s), a Federal grade l equivalency (FGE) for each proposed classification (s), job description (s) , and rationale for proposed wage rate (s) , including l 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 af ter 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 tra employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6 (b) (2) of Regulations 29 CFR Part 4).
4) Within 30 days cf receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting offlect or notifies the contracting officer that additional time =;1; t+ required to process the request.
5) The contracting c!!acer transmits the Wage and Hour decision to the contractor. '
6) The contractor informs the affected employees.

l l

Information required by the Regulations must be submitted on SF 1444 or bond paper.

i When preparing a conformance request, the " Service Cohcract Act Directory of occupations" (the Directory) should be used to compare job definitions to insure that duties requested are.not performed

\

i I

' I ,' . , . ~

s .-

  • a -

l_,.

  • MIGE DETERMINATION NO. 94-2103 (R;v. 14) ISSUE DATE:07/01/1997 Pig 3 10 of 10 i 4 I

by a classification already listed in the wage determination.

l- Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage '

l determination. Conformances may not be used to artificially split, l- combine, or subdivide clasrifications listed in the wage determination.

l-1 em a

e y

- . . . . . - -- .. . ~ . . _ _ . - . - . - -. - ~ . --- - -_ -. . - - _ . - ..

l.

ATTACHMENT 6 (MARCH 1996)

Page 1 of 3 l

l l

BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS l

General: The centracter shall prepare vouchers er invoices as prescribed herein. FAILURE TO SUBMIT V00CHERSilNV0lCES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER /lNVOICES AS IMPROPER.

Form: Claims shall be submitted en the payee's letterhead, voucherlinvoices, or en the Government's Standard Form 1034, "Public Vescher for Purchases and Services Other than Personal," and Standard Form 1035,"Public Voucher for Purchases Other than Personal-Continuation Sheet." These forms are available from the U.S. Government Printing Office,710 North Capitol Street, Washington, DC 2M01.

Number of Cesies: An original and three copies shall be submitted. Failure to submit all the required copies wiH result in rejection of the voucharlinvoice as improper.

Desienated Asency Billino Office: Voucherslinvoices shall be submitted to the following address:

U.S. Nuclear Regulatory Commission Division of Centracts - T.742 Washington, DC 20555-0001 A copy of any invoice which includes a purchase of property valued at the time of purchase at $5000 or mors, shall additionally be sent to:

Chief, Property Management Branch Division of Facilities and Property Management MailStep T.7-D 27 Washington, DC 20555-0001 HAND-DELIVERY OF V00CHERSllNV0lCF.S IS DISCOURAGED AND WILL NOT EXPFDITE PROCESSING BY THE NRC. However,should yeo cheese te deliver voucherslinvoices by hand, including delivery by any express mail service er special delivery service which uses a courier er other person to deliver the vouchersfievoices in persen to the NRC, such woucherslinvoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location:

U.S. Nuclear Regulatory Commission l One White Flint North Mail Reem .s l

_ 11555 Rockville Pike Reckville,MD 20852 HAND-CARillED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVE ADDRESS

1 l i

3 (BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS Page 2 of 3 l Note that the official receipt data for hand delivered vouchershnvoices will be the date it is received j by the official agency billing office in the Division of Contracts.

j Aeoney Payment Offies: Payment will continue to be made by the office designated in the contract in Block 12 of the Standard Form 26 or Block 25 of the Standard Form 33, whichever is applicable.

]

j Freauency: The contracter shall submit a veccher or invoice only after the NRC's final acceptance of

services rendered or products delivered in performance of the centract unless otherwise specified in ,

the centract. I

Preearation and itemization of the Voucherlinvoice- The voucherlinvoice shall be prepared in ink or by 1

l typewriter (without strike-evers). Corrections er erasures must be initialed. To be considered a proper

} voucherlinveise, all of the following elements must be included:

l 1. Contract number, 1 I j 2. Sequential voucherlinvoice number.

i 4 3. Date of woucherlinvoice.

! 4. Payee's name and address. (Show the name of the contractor and its correct address. In l

} addition, when an assignment of funds has been made by the contractor, or a different payee

. has been designated. include the name and address of the payee). Indicate the name and j telephone number of the individual responsible for answering questions which the NRC may j have regarding the voucharlinvoice.

! 5. Description of articles or services, quantity, unit price, and total amount.

4 j 6. For centracter acquired property list each item purchased casting $50,000 or mere and having a j life expectancy of mere than 1 year and provide: (1) an item description. (2) manufacturer,(3)

{ medel number, (4) serial number. (5) acquisition cost. (6) date of purchase, and (7) a copy of the purchasing document.

4 j 7. Weight and zone of shipment,if shipped by parcel post.

~

i 8. Charges for freight er express shipments. Attach prepaid billif shipped by freight i express.

i j 9. Instructions to consignee to notify the Centracting Officer of receipt of shipment.

. 3 i

i (BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS Page 3 of 3

- j

10. For indefinite Delivery centracts or contracts under which progress payments'are authorized, the final voucher / invoice shall be marked " FINAL V0UCHER" OR " FINAL INV0lCE."

.i i Curreney: Billings may be expressed in the currency normally used by the contracter in maintaining his accounting records and payments will be made in that currency. However, the U.S. dollar equivalent fer all voucherslinvoices paid under the contract may not exceed the total U.S. dellars ,

authorized in the contract. j Supersession: These instructions supersede any previous billing instructions.

R:181LLING.396

.c

, 9 n ....a.

ATTACHMENT 7

. >.; r.db b e *

.s sp. Fy-Q'.W. ,- '-

__.._.v..t- .. __

vr - -

tsaveswet meon puunauneomunowinstaoc is tsaw awa

. wr=== mass =staam .=su nam i

i

"*"'""""""""""" ~ 868 E USFPS000Z i FED PROT SERV j .e CRIM INVEST ER a^ g " *,J D8,,,

IMSH, DC Cmeneer g Hb $3G jg"gL ggjk Q3[ glgg W W Glem g

~*

j oars sassauunn.a tasmes -

2

'** "0- QG6 LAAvt eLAem '

s f MMM puisso. g

(

-scacussoo .'6bW 7

asaso"- ~ -

socat secuerry eso. gg; 1

. _. -" *'o annu i

E i

1

? .

k l .

1 i

s-. . e. see s e trms I ,e, , e err

\;

e l

  • L.SpeG te L.tfmf

? t. saggy 3 t. sagett 6 4. flegg

~

.A

, ,,,c .a . -.

( .

Focm PD-zss

/ %s l & 2-

n m.. .:

j .,

)

~gy:? .

> i.+ -

-jFEDERALSUREAU OFINVESTIGATION ,

,7".2 "jF; . UNITED STATES DEPARTMENT OF JUSTICE i

-@ ik.'

1.LeDP

'e- -

WASHIfMBTON, D.C.20537 j

1 M

APPLICANT

.WLOOP fOostaseQAtemA.La m

t. UN RACEPeerIWSest.
2. DSM set tw347OM salesG RAS.

j .,, 3. wasM Amo me? Pesoms fear-marWLY.

t 4. 80u m peces sees to esAa, Ase AvOso AuOssoso pqNGeeS10 SUP.

5. N asm tiefnemense Amt MComes asCOnesCT names.

A af Ass AasPUTATIOeeceesOmauff anAssif tasPOeGeLE TOPeeft AfesGER.anast A seOfAfgOss 70 THATf**0CT

' m M mosveuAspesade m Oct.

l

- ' I DELTA l f. W Sones rest 1 SCAL CONomON anAmesif amiPOSESLE TO 0s1 Ass PeepeCf tasseT15soss5 suenot Twt ets? fMAf CAN sf OffAINED vems A asenso STAfLAB 10164 CAW GEFLAmsesG DsE OscunalfAssCIS.

8. E'adamas Def Comartste pessf5 TO SH IF THEY CAN et CLAS$sPsIO etAsusG es aasso TNAT anO57 passG4epeesf5 3 f)W LSES BETWEEN CENTER OF ' At* "'O '"AfM"'8 5"C'"'s One fies CAeo rOfwee parftenas CCCue sesseouswetY AesO Aes s.Of snowes i.eesi l LOOP AND DELTA AAUST SHOW i

-2. m nascanoconusesy: tsavsTies seacE aLams

1. law GW- T AGensCW5 W SqMGGeFeeff1NG APPU.

CAsffl80 slaw -

POsmOess.*

2 4

' MTAS OMICALS 08 STATE AWB LOCAL GOvfonsenewis sos eve.

  • Oges of tempLovessut UCzessesG Asso PeenNTS AS Aufwoe-
  • 12ED Of staff $fATVff$ Ase AMeOwet eT THE A170ssst?

E GedBA& Of fisE uNrfMP STATEL LOCAL A$sO COuMTV OeC$.

j esassCES Umstf98 SPfdRCA&LT SA$sp Ow A8stiCA8Le svan a 7

, SFAfLif5 DO NDT 5AT15Pv mI5.eOOuseasessf.*

i *

t. . 2 us c g,,,,,A,9w.eessaswf ... AGessoes AseOfesse seefmes escusso f p' X 4. OPUEGAL1 QF FElmeAuf CM O. WNluefD eAass
,.. _ . .. . eso m vDO TO reca Ce a.AsfAss D. .Cus.fv
  • As

. of mOEEessm VDop6 i

i THESE UNE5 AUNNING SETWEEN INSTRUCTIONS:

} DELTA $ a4UST SE CLEAR *t. Passf1 asust rust es oeoso fusOuem THe Apoio i peiAse sfATE WWmRCADOes numEAu. Asse OssLT TMost fesG48-

! 3. ARCH '""'5 'c' 'amCn =O secuAinmo imComo =As nem ,Ouno

LOCAuv enouLo es sannerfoo ten ee mA.Cn.

8

2. MewACT ACf OF 9974 iP.L. 955FT! enouses fleAT PEDeeAL.

l ON STATE. Ce LOCAL annmarwa edPOesa sePseuALS tuesagt SCCAL j .-  :. =ns-fr .amese a n Oisemo es nee sua. -n--a m

anaseATORY Os vettsffAer. BAelt Of AINesONTY pos $uot .

$dasDTATWes. Asso uW veteot tus& M anAed CF ff.

} **S. seemY OF 8WWATE CONERACTOM mannan gg snouses

! M WACE "91aPLOTW Age ammesmaa, tag c-L .T 5 6 THE pseed OF 194 ACOcev mansfFf3G Tee m CAND TO MM j e.

fW Immim. W amar***". 9sOIAo M M PuBBN M j ftG Appelph&ft WesCE.

aampm e amerman eso. . - oftet Amam pong 5 No.,

PAN NO. (PP). A436 MGSMAfWI6 010. (AEL POef SE.

omste CAso no. Pet. smeCwve suswics me. cast vvfusasss-P aAanisso.gvAL AAOe5 NAVE NO DELTAS j 865 5B.15 685

  1. U. S.G. P.O. 1989 172-720 i

4

[

4 M 4P _

[ _ _ , ,

, 0- i
STATEMENT OF PERSONAL HISTORY ""^~"*****"8**-

4 l j ..,.a...........-e.,....,.-,i. 2 00 000s i j , *Aa's ,t. ewi. . ,

f 4, oA r, e, ,,,,,

4

. t i

3 NAuto^fA

,c. . ,

o..r s.a

.uma.n.. s.s vss.o . a -.a =e. ,:=.r,*F,e/.,f sa.rm.s.e.

s . s .. .n.P mm , t.am .. e ..m.q

., gemogyg 3, PLACE OF 51mTM ~

i l

,sn Isse.d. . "

l

, . , ~~ . . .

e,

,. l*O oau o ,E 4,,  ;

. .e d secep8.ea.8 j

l I' "I'*"I # "I'G" '

(

l ~ 1. C QLo s tw g3

.. cCLOm -...

,. waaeras starws 1

oa g po 40.ia ~aaneso,..Cowso on oivoseso oiva O avu a ame 8L angasaGEoa rs .ano *cac a ca s..+- :<

- *eaut edi n5800$8 Oeusma .w./.a se sgs.n.u.St.,.Asso.g s psee . .A.yE v peaA8sO,

m.Act or wa
    • eCLwCE itt S wai0t%

4' L SiNCLE -

Vama:EO g p m j ij Ar'OCwf Emi y OivCaCEO i a

f .t OA7 E. .5. ,ANO , , , . *L . , .ACES Os mESiOE,NCE see ==#a.a t,.= .s.se A,,..a I

. < ,ti,r

. anear sa.rw ./ so.me.te .stive c.......,- .s,..f, .... s.,......,,,,,,..a  !

l saCu to l NuwSE A aNO 5?aEET I

t CITY 54!

I

, I

(

. i I.

l I ii i

e

! I t

l *2 vetsTany SEmvICE l

,tr

.a.a .eMare.h,es.,.,.s, 8848'CM OF SEnveCg

'A"" F. N.rF. 46, f.f . ($f )

8aOM

'EAm 13. 50 cia 6 sacwaerv a o.

i 70 f a 1 , .c  ;

4 l'

CHECK  ; 8v tiaTM '"'8"'"'- 8 'sTarion ne. c. cars o.ptassanocover

, l N A fi.,5t A LIZE O

.,, s , c. moo n A e.*. O l C1T'2Eav eivEO " " ' " "'" " " "*"'*"*

4 \ c. mouse to 4

.g , .EG 57.a r SON NQ. 8eaTivs GQu.eTuv - GATE GP sMT RY FO u r QF EMT.Y i AL Eas j 1S EOucATsON rAa . e.e. ewme. r,#

1 7

  • . awe OF 5CaOOL *8aa

- i 1

j ADOmE55 :E*zgEE vtaa e *e 4

s i

i E Ev.t:vut r ,t . . , .. ...a. ,, .... ..... r . ....,.. so. m .. ... . ...........

! m , c . ~ .a.a .<..,r.,...

1 NAuf CF EuptovEm in .,.e i

acou to Asso NAME OF SUPEmyesoa TYPt CF was ADORESS rween e= ,6.,.e, aEASON

! e o a L E a w ***C

] . . .<

i.

1 i

4 1

1 l

1 j

i 4 OENEGAL SEnvsCES AOusNISTmAftON #8"" '*""***'

k -. -

(-..- . - -.._. . - - - . - - - . . . . . - - ~ - . - - - - - . . . . . . . . . . - - - - . - . - . ~ . . . ~ . . - . _ ~ . . . . . ~ . ..-

4-4is. g y'W, @ ,'A8"gf[jf,$ " " " "" " i A* qQ,]GgEg,*",,f,j,e,s,"

t a-

, e . .,,s a ~<-.- - - --

... . .. . . . a ~ a ~<

gsyg g,.a.ase m=m s h.". .s o. ..[5I a . ,.d . . %,,....e.e.. e.. _.e.- . .,

.. go an .... . . ..

g,ose.os.g.7sosam6

,,,,,,e = ,e a = uw stargue..co..u.s . ,oa

. wv . : <.,.u. .w a,s 9.u,u .ric.i . o.T.-,s....,e.,,.,.,,

.o.l. _.o.i..aiis,g,,.,g,, ,_

d,..

] vg3 . [ 0,tf an.us* e "Yaf."mee nie deemses sese=4

) ee A3ON cwAscE0 08 mE 0 '

OATE

  • . Act *wsmE c>ascEo ca Etc  : secs:Tec,.

i v

1 I

i t

i 4

i s . . . c. r . . ,, .

,- - e . .

_o.,==.,e.....,.....,...,.e.,..,.

., .e 1

. ~ .. - -. . ...,. i

} mELA78CN #

l NAME 8 80LL

, ri,,

AOCAESS #

. - i COUNg C# gg 7%,j," , ,

l i

e i

1 a

i .,

1

) 20' GEPE* enc 55 ,* e maoe pese a

  • sedemuse .e esiedet e. ene are .*88 er**esame esse reews j Nau.

< 4ooats  ;

5g5 i

1 lj

}

i e

, a a.o s.,e.c.

een anene vannoms co ere.ewene -seaw.as re erws. r=1, _ _ r= seem a es.e .e ea== -

. enesy. . suse .

k ee mees a see = . a.s i

4

22. PRfvACY "*'****#'"**'*"** " 8 'ma sees ter .uunnes et semaiw"s'"e.'unene e meswwee Oseer tente.ame E ACf OF su.ess.46w essas gn mov .e wonefs,ve.s se a ,ennene ime.ursuee.an..e

.ausse.seene er reemessene.er erawmen .v vou e e an suoneen e ssee. Sene. teens. er seampi s.enses. immen.senene se m vesi.aearv. .a8er aet :-

t to o eesuome er GSA er e.en emer agene. a senamenen ene me aw.orwmam eveereses av E er <esw.araw sponsves ene . .ep s of a sueunty eewome a er 'eseas.ea a* a co - u e. - e, .e.e,.m e e . e, e .e,.se.e., s.ne.o .s. e mee, e.aeess.gegen

e. es .,e et s.i omo.sev.e.s ene metic. o e.esawest. er une e mu

,,e,c. - .e,.Se e e .. es . ~. -. ,an.ee. e e.e. .e, - ~ ooer.e

.e.

. e., e o.o.es.

.o .s es e.s e e e.or e e - . .-=e e -

s o e .e ,,

. t. - ,

78 9 . .

e . - - or e 8.ter M M SEtoise85 WEB if Soy 8,e esSt Rant. When mMetusas ao 8tet Wpfy to 89W48 83 Semes $sourity foummer .

'*w '

!fo u ,,;,efi kn y g,*, y , y y y ' s,w ,,,,,, , era w

- w .e, e e,aasa .m .e .,,,v.o .e e.a -

ig'* ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, e ro.. .-r.

m .,os. . . ,o

w. m.= .* w n ,, <.

f,'ae. en good fasth.

r

.,e.._...~ --

s 1 4

- ATTACHMENT 8

1. Em nTAh inACT.=*a-mATION E=NR OMB No.:9000-0013 1 CONTRACT PRICING PROPOSAL COVER SHEET Expues: 09/30/98 (Cost or Mcity Data Negrared/

Pubhc reporang burden for tNs coueCtsort of mformat on se estemeted to overage 4 tiours per response, encludeng the time for

' r2viewmg metruccons, eserchmg omstmg date sources, gathenng and menttesnwig the date needed, and Compienng and reviewing the couecton of information. Send comments regardng tNs burden esemate or any other espect of tNs Conecten of enformation, suggestsons for reducwig tNs burden, to the FAR Secretenet (VRS), Office of Federal Acquisetson Polecy, GSA. Washmgtort as. feAAeE OF i., . J $ PostT OF CoedTACT i 2s seaneE OF OIIFERDR 3c. TREPHostE 3h. TITLE OF of9ERDR*5 POedT OF C00sTACT AREA COOL 8eutesER

20. 7045T Lese ADnfEss 2c. STREET mase' 4. TYPE OF CONTRACT ACTION (Check) f 4 4. new Coorm4CT d. LETTER CoormACT

! ad. Crry 2e. STATE 2t.rF CooE h. osasses anoER .. LePeeCED OfWER

f. OTHERtapene) r J t PseCE -

REDETEfesetATtoel l s. TYPE oF CossinACT scos es l

~

CPAF 6. PROPOSED COST (A + 8 m Cl I ,,

8FP

[CPPF C OF A.CDsT e. PetoffitFEE C. TOTAL

~

ppt OTHERispossw

7. PERFORMANCE 8 e f , 5 a.

t f 6.

h b.

essereng eus escap as mewared uWu

. ewesmay ed antad anne poemend ear eseh esserest kno amme. A are has east !-

j s.Last ered solesense tem "

^

acessted by was Centresques Oenser. ICenmiese en seierms, mest sees as adese pesar. E nasemmary (Amo esses AmashipsJ

c. QUANTTTY d. TOTAL PRICE e. PROP. REF. PAGE
o. UNE ITEM NO. b. IDEkmFICAT10N j

i 1

I 9. PROVIDE THE FOLLOWING (if evadeWo/

)

isaast as Aucri opvqCE 3 maast oF consinACT AcesseminATions oFriCE 4

STREET ADOREss

i. sintri AconEss 1

CrTY STATT. ZF CDOE 1 CITY STATE JF COOL

) "-

4 esumeist AMA CODE AfEA COQE i

TEWMoseE j TELEPHOneE 4 l l e. DOVUu - - ech.. .i lib. Tra DF P"'='a (Cresca enei

10. WLL You fE(3 Jape THE USE OF AetY OOvtsessest peOPEfrTV et THE ConffhACT fasApeC300 TO PE34 l PE8FOlseAfeCE OF THE woset? ta apes
  • ensmary, i Foled THE PRDPOsED COse- pm00RESS

' TRACTP W YesL* emmuseums ease f 73 ADWAseCE

  • PAYtserT PAvtaENTS 80 0 O vEs O eso O =Aaa TEEotoaas YES
13. 5 DeE PICPOsAL COISETIBtf wfTH YOUR EST AEseMED ESTeAAT98Q AND

! 12. HavE YOU eEBs AWAfWED ANY CossTh&CTn om m.sarmtmacTs FOR THE arPuinnsTees PRACTICES Aped PIstrarm88E5 AfeO FAA PART 31. COST t SAesE On Sess.AA ffBes WfrMe6 THE pas t 3 T&Af5 e Mr *Fot

  • Assuery POWeWLE LP W *es.* soundete en seauses or Fansif momedef.

= JM i must meneemt measumersaf as sumusus er essess O= J.

14. COST ACCOUNTING ST A8eDAADS SOARD an.

(CASB1 DATA iPucee Leser S F-37S as Wreended seAVE TUU 's usu A CAes **" M" STATBfENT ICAss 05-1 or 267 e.wtL THE CONTRACT Awisuus eE Sue.JLCT to case seeaAfloessi is W "yet

  • esempy se psepoemt one afutes se medan mienstead enaf # elssentuneuf to

'Res.* enundese de paupmemf es emmemamaf M ]M DM M 5 Affy AWECT OF Des PROPOSAL serviaansmTENT wf7H vouR DasCLOSED e.

s.MAv ! YOU eE ps touwwus., THAT vou Ane ash ene, en as nosecxamePteAseCE PRACTICES OR APPLICAEE CDsT A&XiuMTeeG STAfsDAfes! (# 'Yet

  • with YOUR DesCLeeUIE STAT 9epsT on Cest Wnastome sTAfsDAfes?

ensomme es assessame W "YesL

  • suusamme se asussenef

= O =o s.

Em Z .meen e, sei eso e- es

.e s.s . es.o.or.. -

u.s.s m - . . .s .e ey memWW4 Su pepsed, se Wheer. of M hr suggh gsWee 90s - -- i eMECer 8NI. ame GuGt ele --- M EAA ts. N Hil sie Im 1GP 2 anseussend sesseemsessumest se ngnt to eassuune a muy quae emesse euwed. Wumas seemseu. usumet huaAses heats. .. - asse. er asey seier aussui. er weiseur asces anopor samt does smW el type one segmenmes as semper mass emmes ese et mumass eusse. De en ensue et . -- . et Was . -. ' puses ,_

- es - - ". egensunned er "" s* We , . " as ses beams ser poemme. enst uS possuet so .. to. NAME OF N 1s. NAME OF OFFEW (TopW 16 TTTLE OF Of9Em(7sper to. DATE OF suens6s40N

17. SeGfsATufE STANDARD FORM 1411 tREv.1485:

AUTHOMEED POR LOCAL SEPRODUCTuoss Pseenched by osa . FAR see CFMI s3.216-2dal Puoummese esemn a not enestes

' # FAC 90--32 OCTOBER 1,1995

15.so44 FEDERAL ACQUISITION REGULATION (FAR) I 3 TABLE 15 2 INSTRUCTIONS FOR SUBMISSION OF A CONTRACT PRICING PROPOSAL WH PRICING DATA ARE REQUIRED s

I The SF 1411 provides a cover sheet for use by offerors to submit to the Govemment a pr cmg proposal of estimated J

actual costs only when cost or pricing data are required.

4

1. 'Ihe pricing proposal shall be segregated by contract line item with sufficient detail tu permit cost analysis. Attach elrment breakdowns, using the applicable formats prescribed in item 8A. B, or C of this section for each proposed line item.

[

  • These breakdowns must conform to the instructions in the solicitauon and any specific requirements established by the con-i tracting officer. Furnish supporting breakdowns for each cost element, consistent with the offeror's cost accounting sys When more than one contract line item is proposed, summary total amounts covering all line items must be furnished fo each cost element. If agreement has been reached with Government representatives on use of forward pricing rates / facto

. identify the agreement, include a copy, and describe its nature. Depending on offeror's system, breakdowns sh j provided for the following basic elements of cost, as applicable: l Materials-ProvMe a consolidated priced summary of individual material quantities included in the various tasks, orders.

1 or contract line items being proposed and the basis for pricing (vendor quotes, invoice prices, etc.). Include raw mate-j rials, parts, components, assemblies, and services to be produced or performed by others. For all items pr l tify the item and show the source, quantity, and price.

Competitive Methods-For ti.ose acquisitions (e.g., subcontracts, purchase orders, material orders, etc.) exce 15.804-2(a)(1) priced on a competitive basis, also provide data showing degree of com-

, pertinent threshold set forth at petition, and the basis for establishing the source and reasonableness of price. For interorganizational tra at other than cost of the comparable competitive commercial work of the division, subsidiary, or affiliate of the con-tractor, explain the pricing method (see 31.205 26(e)).

Established Catalog or Market Prices or Prices Set by Law or Regulation " Commercial item Not Covered By Another Exception-When an exception from the requirement to submit cost or pricing data is requested, whether the 15.804-1(d).

produced by others or by the offeror, provide justification for the exception as required by Noncompetitive Methods-For those acquisitions (e.g., subcontracts, purchase orders, material orders, etc.)l pertinent threshold set forth at 15.804-2(a)(1) priced on a noncompetitive basis, also provide data shl establishing source and reasonableness of price. For standard commercialFor items fabricated by the offeror that are interorganizational trans-erally stocked in inventory, provide a separate cost breakdown if priced based on cost.15.806-2(a), provi fers priced at cost, provide a separate breakdown of cost by elements. As required by cost or pri-ing data submitted by the prospective source in support of each subcontract, or purchase or 15.804-2(a)(1)(iii) and (iv) and more (i) $1,000,000 or saore, or (ii) both more than the pertinent threshold set forth in ,

than 10 percent of the prime contractor's proposed price. The contracting officer may require submissio '

pricing data in support of proposals in lower amounts. Submit the results of the analysis of the pro proposal as required by 15.806. When the submission of a prospective source's cost or pricing d described above, it shall be included as part of the offeror's initial pricing proposal ,

Direct Labor-Provide a time-phased (e.g., monthly, quarterly, etc.) breakdown of labor hours, rates, and cost by i priate category, and furnish bases for estimates.

Indirect Costs-Indicate how offeror has computed and applied offeror's indirect costs, including cost brea showing trends and budgetary data, to provide a basis for evaluating the reasonableness of propos rates used and provide an appropriate explanation.

Other Costs-List all other costs not otherwise included in the categories described above (e.g., specll computer and consultant services, preservation, packaging and packing, spoilage and rework, and F finashed articles) and provide bases for pricing.

Ruy.: If more than $250, provide the following information on a separate page for each separate royalty o name and address of hcensor; date of license agreement; patent numbers, pasent application serial on which the royalty is payable; brief description (including any part or model numbers of each contract i on wluch the royalty is payable); percentage or dollar rate of royalty per unit; unit price of contract i and total dollar amount of royalties. In addition, if specifically requested by the contracting officer, pr current bcense agreement and identification of appbcable claims of specific patents. (See FAR 27.204 Facilities Capital Cost of Money-When the offeror elects to claim facilities capital cost of money as the offeror must submit Forin CASB-CMF and show the calculation of the proposed amount (see FAR 31

2. As part of the specific information required, the offeror must submit with offeror's proposal, an such, cost or pricing data (that is, data that are verifiable and factual and otherwise as defined at F  !

time, submit with offeror's proposal any information reasonably required to explain offeror's estimating pro

' including-

a. The judgmental factors applied and the mathematical or other methods used in the estimate, 15-24

, FAC 90-32 OCTOBER 1,1998 -

. 15.8044 FEDERAL ACQUISITION REGULATION (FAR)

Under Column (5)-Enter the offeror's estimate for cost of work added by ths. change. When nonrecurnng costs are sig-l'

'nificant, or when specifically requested to do so by the contracting officer, provide a full identification and explanation of

. them. When any'of the costs in this colcmn have already been incurred. describe them on an attached supporting schedule. l

- Under Column (6)-Enter the net cost of change which is the cost of work added. less the net cost to be deleted. When this result is negative, place the amount in parentheses. Column (4) less Column (5) = Column (6). .

l l

Under Column (7)--Identify the attachment in which the information supportmg the Teufic cost element may be found.

l Attach separate pages as necessary.

C, Price Revision / Redetermination.

NUMBER OF UNITS NUMBER OF ~ CONTRACT = t ; i 'l d MIN ATION DIFFERENCE r CUTOFF DATE

  • COMPLETFD UNITS TO BE AMOUNT =* ms AL

' COMPLETED - a uix NT (2) (3) (4)-- .. (6) cl) -

l 1

. INCURRED INCURRED INCURRED TOTAL ESTIM4TED ESTIMATED REFERENCE COST COST- COST- . COST- INCURRED COST 70 ! TOTAL COST

(_ . ELI!MENTS PREPRODUC- COMPLETED WORK IN COST COMPLETE .

TION UNITS PROCESS

>1: IIM i14) l

(7) (8) (9) i101 iii) i l  !

i Under Column (1)-Enter the cut off date required by the contract if applicable.

Under Column (2)-Enter the number of units completed durmg the penod for which espenenced costs of production are j

being submitted. . .

Under Column (3)-Enter the number of units remaining to be completed under the centract.

j.

l. Under Column (4)-Enter the cumulative contract amount. -

Under Column (5)-Enter the offeror's redetermination proposal amount.

l1 . Under Column (6)-Enter the difference between the contrict amount and the redetermination proposal amount When l:

! .this result is negative, place the amount in parentheses. Column (4) less Column (5) = Column (6).

. Under Column (7)-Enter appropriate cost elements. When residual inventory exists, the final costs established under l

fixed-price. incentive'and fixed price redeterminable arrangements should be net of the fair market value of such inventory.

l.

In support of subcontract costs, submit a listing of all subcontracts subject to repricing action, annotated as to their status.

l- Under Column (8)-Enter all costs incurred under the contract before starting production and other nonrecurring costs (usually referred to as startup costs) from offeror's books and records as of the cutoff date. "Ihese include such costs as pre-l l' production engineering, special plant rearrangement, training program, and any identifiable nonrecurring costs such as i

i. rework, spoilage, pilot runs, etc. In the event the amounts are not segregated in or otherwise available from offeror's record cnter in.this column offeror's best estimates. Explain the basis for each estimate and how the costs are charged on offeror's l

accounting records (e.g., included in production costs as direct engineering labor, charged to manufacturing overhead, etc.).

' Also show how the costs would be allocated to the units at their various stages of contract completion.

Under Columns (9) and (10)-Enter in Column (9) the production costs from offeror's books and records (exclusive of preproduc-l L tion costs reported in Column (8)) of the units completed as of the cutof date. Enter in Column (10) the costs of work in process determined from offeror's records or invensones at the cutof date. When the amounts for work in process are not available in contrac-f' ' tor's records but reliable estimales for them can be made, enter the'estimased amounts in Column (10) and enter in Column (9 serences between the total incurred costs (exclusive of rerudison costs) as of the cutoff date and these estimates. Explain the

' for the estimases, including identification of any provision for experienced or anticipated allowances, such as shrinkage, rew changes, etc. Fumish experienced unit or lot costs (or labor hours) from inception of contract to the cutoff date. improveme

and any other available production cost history pertaining to the item (s) to which offeror's proposal relates.

Under Column (ll)--Enter total incurred costs (Total of Columns (8), (9), and (10)).

Under Column (12)-Enter those necessary and reasonable costs that in contractor's judgment will properly be incurred in com l

pietag the remaming work to be performed under the contract with respect to the item (s) to which contractor's pr Under Column (13)-Enter total estimated cost (Total of Columns (11) and (12)).

Under Column (14)-Identify the attachment in which the information supporting the specific cost element may be found.J

- Attach separate pages as necessary.

15-26

. 5 1

)

. .. - . . .. _ . _ _ _ __ ___ _ _ _ _ ~ . _ _ _ . _ - _ .

% _a -j ATTACHMENT 9 i

PERFORMANCE INFORMATION FORM (Questionnaire)

Quality of Services / Timeliness of Performance:

1. How would you rank the quality of the services you received?

Considerably surpassed minimum requirements ()

l Exceeded minimum requirements ()

l Met minimum sequirements ()

Less than minimum requirements ()

2. Was the Contractor cooperative? Extremely Cooperative ()

Satisfactorily Cooperative ()

Minimally Cooperative ()

Rarely Cooperative ()

3. How cooperative was the Contractor in working with the Govemment to solve problems?

Extremely Cooperative ()

Satisfactorily Cooperative () l Minimally Cooperative () l Rarely Cooperative ()

4. Was the Contractor a problem solver or a problem generator?

Problem solver ()  !

Problem solverigenerator () '

Problem generator ()

5. Were the Contractor recommended solutions effective?

Extremely effective ()

Generally effective ()

Generally ineffective ()

Extremely ineffective ()

6. How would you rate the firm's responsiveness to emergency situations?

Extremely responsive ()

, Responsive ()

l Somewhat responsive ()

Rarely responsive ()

7. How would you rate the firm's responsiveness to your basic requirements and/or to minor changes e in the requirements?

Always responsive ()

Usually responsive ()

Rarely responsive ()

Unresponsive ()

8. How would you rate the Contractor's implementation of their Quality Control Plan?

Extremely effective ()

Generally effective ^

()

Generally ineffective ()

Extremely ineffective ()

}

L

, I

I d

PERFORMANCE INFORMATION FORM (Questionnaire)

9. Did you issue any poor performance or cure notices to the Contractor or access a significant amount of performance deductions during the contract period? Yes () No ( )
10. If so, could you describe the nature of the problem (s)?
11. Did the company satisfactorily respond to the deficiencies cited?

Satisfactorily ()

Somewhat satisfactorily ()

Unsatisfactory ()

12. Were there any significant or recurring problems? Yes () No ()

l Customer Satisfaction:

13. Was the Contractor prompt in responding to service calls? ,

Yes- () No () l

14. Was the Contractor skilled in Customer Relations?

Extremely skilled ()

l Satisfactorily skilled () l Minimally skilled ()  !

Unskilled () i L 15. Were the building tenants generally satisfied or unsatisfied with the services performed by the.

Contractor? Extremely satisfied ()

Satisfied ()  ;

Minimally Satisfied ()

Unsatisfied ()

Cost Control:

16. Did the Contractor exhibit a propensity to submit unnecessary contract change proposals with cost or price increases?

Constant requests for change orders / cost increases ( ) ,

Moderate requests for change orders / cost increases ( )

Requested increases as appropriate ()

17. To what extent did Contractor meet proposed cost estimates?

Less than the estimated cost ()

Comparatively equal to the estimated cost ()

Exceeded the estimated costs ()

l Considerably surpassed estimated cost ()

Business Relations:

18. Was the Contractor responsive to the administrative issues of the contract?

Always Responsive ()

Generally Responsive ()

1 Rarely Responsive ()

Unresponsive ()

l o

l e a

a ...

PERFORMANCE INFORMATION FORM (Questionnaire)

19. Did the Contractor commit adequate resources in a timely fashion to the contract to meet the minimum requirements and successfully solve any problems?
20. To what extent was the Contractor effective in interfacing with the Govemment representatives?

Extremely effective ()

Generally effective ()

Generally ineffective ()

Extremely ineffective ()

21. Was/is the firm the Prime Contractor, subcontractor, or consultant to another firm?

Prime Contractor ()

Subcontractor ()

Consultant ()

22. Was the Contractor's coordination of its subcontractors satisfactory?

Extremely satisfactory ()

Satisfactory ()

Somewhat satisfactory ()

Unsatisfactory ()

23. Did the Contractor provide highly competent key personnel with infrequent tumover?

Always ()

Generally ()

Rarely ()

Never ()

24. Would you contract with this firm again for the same service? To what extent was the Contractor effective in interfacing with the Govemment representatives? Yes () No ()

Why or why Not?

Additional Comments:

.s I

l

!