Procurement List; Addition, 26658-26659 [2018-12387]

Download as PDF 26658 Federal Register / Vol. 83, No. 111 / Friday, June 8, 2018 / Notices product(s) and service(s) to the Government. 3. There are no known regulatory alternatives which would accomplish the objectives of the Javits-WagnerO’Day Act (41 U.S.C. 8501–8506) in connection with the product(s) and service(s) deleted from the Procurement List. End of Certification Accordingly, the following product(s) and service(s) are deleted from the Procurement List: amozie on DSK3GDR082PROD with NOTICES1 Products NSN(s)—Product Name(s): 8415–00–NSH–0687—Pants, Level 1, PCU, Army, Brown, M 8415–01–519–7444—Pants, Level 1, PCU, Army, Brown, M Mandatory Source of Supply: Southeastern Kentucky Rehabilitation Industries, Inc., Corbin, KY Contracting Activity: W6QK ACC–APG NATICK, NATICK, MA Services Service Type: Switchboard Operation Service Mandatory for: 4th Communication Squadron: 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC Mandatory Source of Supply: Coastal Enterprises of Jacksonville, Inc., Jacksonville, NC Contracting Activity: Dept. of the Air Force, FA4809 4TH CONS SQDN CC Service Type: Janitorial/Custodial Service Mandatory for: Indiana Air National Guard, 181st Fighter Wing: Hulman Regional Airport, 800 South Petercheff, Terre Haute, IN Mandatory Source of Supply: Child-Adult Resource Services, Inc., Rockville, IN Contracting Activity: Dept. of the Air Force, FA7014 AFDW PK Service Type: Custodial Service Mandatory for: David W. Dyer Federal Building-Courthouse, 300 NE First Ave, Miami, FL Mandatory Source of Supply: Goodwill Industries of South Florida, Inc., Miami, FL Contracting Activity: Public Buildings Service, Acquisition Division/Services Branch Service Type: Janitorial/Custodial Service Mandatory for: 183rd Fighter Wing Air National Guard Capitol Airport, 3101 J. David Jones Parkway, Springfield, IL Mandatory Source of Supply: United Cerebral Palsy of the Land of Lincoln, Springfield, IL Contracting Activity: Dept of the Army, W7M6 USPFO Activity IL ARNG Service Type: Laundry Service Mandatory for: Air National Guard-Sioux City, 2920 Headquarters Avenue, Sioux City, IA Mandatory Source of Supply: Genesis Development, Jefferson, IA Contracting Activity: Dept. of the Air Force, FA7014 AFDW PK Service Type: Food Service VerDate Sep<11>2014 16:53 Jun 07, 2018 Jkt 241001 Mandatory for: Volk Field Air National Guard, 100 Independence Drive, Camp Douglas, WI Mandatory Source of Supply: Challenge Unlimited, Inc., Alton, IL Contracting Activity: Dept. of the Air Force, FA7014 AFDW PK Service Type: Grounds Maintenance Service Mandatory for: 130th Airlift Squadron, 1679 Coonskin Dr., Unit #36, Charleston, WV Mandatory Source of Supply: Goodwill Industries of Kanawha Valley, Charleston, WV Contracting Activity: Dept. of the Army, W7N7 USPFO ACTIVITY WV ARNG Service Type: Grounds Maintenance Service Mandatory for: Admiral Bakerfield Army Reserve Center, San Diego, CA Mandatory Source of Supply: Job Options, Inc., San Diego, CA Contracting Activity: Dept. of the Navy, U.S. Fleet Forces Command Amy Jensen, Director, Business Operations. [FR Doc. 2018–12386 Filed 6–7–18; 8:45 am] BILLING CODE 6353–01–P COMMITTEE FOR PURCHASE FROM PEOPLE WHO ARE BLIND OR SEVERELY DISABLED Procurement List; Addition Committee for Purchase From People Who Are Blind or Severely Disabled. ACTION: Addition to the Procurement List. AGENCY: This action adds a service to the Procurement List that will be provided by a nonprofit agency employing persons who are blind or have other severe disabilities. DATES: Date added to the Procurement List: June 17, 2018. ADDRESSES: Committee for Purchase From People Who Are Blind or Severely Disabled, 1401 S. Clark Street, Suite 715, Arlington, Virginia, 22202–4149. FOR FURTHER INFORMATION CONTACT: Amy B. Jensen, Telephone: (703) 603– 7740, Fax: (703) 603–0655, or email CMTEFedReg@AbilityOne.gov. SUPPLEMENTARY INFORMATION: SUMMARY: Addition On 3/16/2018 (83 FR 52), the Committee for Purchase From People Who Are Blind or Severely Disabled published a notice of proposed addition to the Procurement List. After consideration of the material presented to it concerning capability of qualified nonprofit agency to provide the service and impact of the addition on the current or most recent contractors, the Committee has determined that the service listed below PO 00000 Frm 00018 Fmt 4703 Sfmt 4703 is suitable for procurement by the Federal Government under 41 U.S.C. 8501–8506 and 41 CFR 51–2.4. Regulatory Flexibility Act Certification I certify that the following action will not have a significant impact on a substantial number of small entities. The major factors considered for this certification were: 1. The action will not result in any additional reporting, recordkeeping or other compliance requirements for small entities other than the small organization that will provide the service to the Government. 2. The action will result in authorizing small entities to provide the service to the Government. 3. There are no known regulatory alternatives which would accomplish the objectives of the Javits-WagnerO’Day Act (41 U.S.C. 8501–8506) in connection with the service proposed for addition to the Procurement List. The Committee finds good cause to dispense with the 30-day delay in the effective date normally required by the Administrative Procedure Act. See 5 U.S.C. 553(d). This addition to the Committee’s Procurement List is effectuated because of the expiration of the U.S. Navy NAVSUP Fleet Logistics Center Norfolk Warehouse Support Service contract. The Federal customer contacted, and has worked diligently with the AbilityOne Program to fulfill this service need under the AbilityOne Program. To avoid performance disruption, and the possibility that the U.S. Navy will refer its business elsewhere, this addition must be effective on June 17, 2018, ensuring timely execution for a June 18, 2018 start date while still allowing 8 days for comments. Pursuant to its own regulation 41 CFR 51–2.4, the Committee has been in contact with one of the affected parties, the incumbent of the expiring contract since May 2017, and determined that no severe adverse impact exists. The Committee also published a notice of proposed Procurement List addition in the Federal Register on March 16, 2018, and did receive comments from the incumbent contractor. The Committee has addressed those comments which are provided in this notice. This addition will not create a public hardship and has limited effect on the public at large, but, rather, will create new jobs for other affected parties— people with significant disabilities in the AbilityOne Program who otherwise face challenges locating employment. Moreover, this addition will enable Federal customer operations to continue without interruption. E:\FR\FM\08JNN1.SGM 08JNN1 Federal Register / Vol. 83, No. 111 / Friday, June 8, 2018 / Notices End of Certification Accordingly, the following service is added to the Procurement List: amozie on DSK3GDR082PROD with NOTICES1 Service Service Type: Warehouse Support Service Mandatory for: NAVSUP Fleet Logistics Center Norfolk, NDW, Supply Management Division, NAVSUP Warehouse, Building 234, 234 Halligan Rd., Annapolis, MD Mandatory Source of Supply: Richmond Area Association for Retarded Citizens, Richmond, VA Contracting Activity: Dept of the Navy, NAVSUP FLT Log CTR Norfolk The U.S. AbilityOne Commission, whose mission is to provide employment opportunities for individuals who are blind or have significant disabilities in the manufacture and delivery of products and services to the Federal Government, received comments from one party with interests in the proposed addition to the Procurement List. The Commenter objected to the addition of warehouse support service requirements at Navy Supply Warehouse, Annapolis, MD to the Procurement List for three reasons: suitability of the work for the AbilityOne Program, inability of a nonprofit agency to maintain the mandatory overall direct labor hour ratio while performing the warehouse support services requirement, and financial and business impact to the small business incumbent. The Commenter questioned whether warehouse support services tasks, including inspecting, receiving and processing materials; utilizing material handling equipment (i.e., box truck, fork lifts, etc.); maintaining accurate records; and cleaning the warehouse are tasks suitable for people with significant disabilities. Pursuant to 41 CFR 51–2.4, the Commission conducts a suitability analysis prior to each Procurement List addition. Similar warehouse support service requirements are currently on the Procurement List, and the Commission has historically considered this type of work requirement suitable for the employment of individuals with significant disabilities. The Commission notes several nonprofit agencies currently perform warehouse support services requirements like the Navy Supply Warehouse, Annapolis, MD, in full compliance with the requirements of the AbilityOne Program. The Commenter also questioned whether a nonprofit agency will be able to maintain the overall direct labor hour ratio requirement of performing 75% of the direct labor hours by people who are blind or significantly disabled. Pursuant VerDate Sep<11>2014 16:53 Jun 07, 2018 Jkt 241001 to 41 U.S.C. 8501(6), a nonprofit agency in the AbilityOne Program must employ blind or significantly disabled individuals at a level no less than 75% of the agency’s overall direct labor hour ratio. The Commission notes that several nonprofit agencies currently perform warehouse support service requirements, like Navy Supply Warehouse, Annapolis, MD, and maintain compliance with the overall 75% direct labor hour requirement. Finally, the Commenter asserted adverse financial and business impact to its operations should the work requirement be added to the Procurement List. The Commission conducted an analysis of a possible severe adverse impact on the Commenter, the incumbent contractor, in accordance with 41 CFR 51–2.4(a)(4) and concluded there was no severe adverse impact. Amy Jensen, Director, Business Operations. BILLING CODE 6353–01–P DEPARTMENT OF DEFENSE Defense Acquisition Regulations System [Docket DARS–2018–0006; OMB Control Number 0704–0397] Submission for OMB Review; Comment Request Defense Acquisition Regulations System, Department of Defense (DoD). AGENCY: ACTION: Notice; correction. DoD is making a correction to the notice published at 83 FR 19549 on May 3, 2018, which advised that the Defense Acquisition Regulations System submitted to OMB for clearance, a proposal for collection of information under the provisions of the Paperwork Reduction Act. The document contained an incorrect docket number. SUMMARY: Applicable June 8, 2018. Applicable beginning May 3, 2018. DATES: FOR FURTHER INFORMATION CONTACT: Ms. Amy Williams, telephone 571–372– 6106. In the notice published at 83 FR 19549 on May 3, 2018, in the first column, the following correction is made to this notice. The docket number cited, SUPPLEMENTARY INFORMATION: PO 00000 Frm 00019 Fmt 4703 Sfmt 4703 DARS–2018–0003, is corrected to read DARS–2018–0006. Amy G. Williams, Deputy, Defense Acquisition Regulations System. [FR Doc. 2018–12357 Filed 6–7–18; 8:45 am] BILLING CODE 5001–06–P DEPARTMENT OF DEFENSE Office of the Secretary [Docket ID: DOD–2017–OS–0057] Notice of Availability for Finding of No Significant Impact for the Environmental Assessment Addressing Construction and Operation of a Disposition Services Complex at DLA Disposition Services Red River, Texas Defense Logistics Agency (DLA), Department of Defense. ACTION: Notice of availability (NOA). AGENCY: On October 19, 2017, DLA published a NOA in the Federal Register announcing the publication of an Environmental Assessment (EA) Addressing Construction and Operation of a Disposition Services Complex at DLA Disposition Services Red River, Texas. The EA was available for a 30day public comment period that ended November 20, 2017. The EA was prepared as required under the National Environmental Policy Act (NEPA) of 1969. FOR FURTHER INFORMATION CONTACT: Ira Silverberg at 571–767–0705 during normal business hours Monday through Friday, from 8:00 a.m. to 4:30 p.m. (EDT) or by email: ira.silverberg@ dla.mil. SUPPLEMENTARY INFORMATION: DLA completed an EA to address the potential environmental consequences associated with the Proposed Action at DLA Disposition Services Red River, which is on Red River Army Depot (RRAD). This FONSI incorporates the EA by reference, summarizes the results of the analyses in the EA, and documents DLA’s decision to construct and operate the Disposition Services Complex at the installation. DLA has determined that the Proposed Action is not a major federal action that significantly affects the quality of the human environment within the context of NEPA, and that no significant impacts on the human environment are associated with this decision. No public comments were received during the EA public comment period. Red River Army Depot (RRAD), the host installation, consulted with the Texas SUMMARY: [FR Doc.2018–12387 Filed 6–7–18; 8:45 am] 26659 E:\FR\FM\08JNN1.SGM 08JNN1

Agencies

[Federal Register Volume 83, Number 111 (Friday, June 8, 2018)]
[Notices]
[Pages 26658-26659]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2018-12387]


-----------------------------------------------------------------------

COMMITTEE FOR PURCHASE FROM PEOPLE WHO ARE BLIND OR SEVERELY DISABLED


Procurement List; Addition

AGENCY: Committee for Purchase From People Who Are Blind or Severely 
Disabled.

ACTION: Addition to the Procurement List.

-----------------------------------------------------------------------

SUMMARY: This action adds a service to the Procurement List that will 
be provided by a nonprofit agency employing persons who are blind or 
have other severe disabilities.

DATES: Date added to the Procurement List: June 17, 2018.

ADDRESSES: Committee for Purchase From People Who Are Blind or Severely 
Disabled, 1401 S. Clark Street, Suite 715, Arlington, Virginia, 22202-
4149.

FOR FURTHER INFORMATION CONTACT: Amy B. Jensen, Telephone: (703) 603-
7740, Fax: (703) 603-0655, or email [email protected]

SUPPLEMENTARY INFORMATION: 

Addition

    On 3/16/2018 (83 FR 52), the Committee for Purchase From People Who 
Are Blind or Severely Disabled published a notice of proposed addition 
to the Procurement List.
    After consideration of the material presented to it concerning 
capability of qualified nonprofit agency to provide the service and 
impact of the addition on the current or most recent contractors, the 
Committee has determined that the service listed below is suitable for 
procurement by the Federal Government under 41 U.S.C. 8501-8506 and 41 
CFR 51-2.4.

Regulatory Flexibility Act Certification

    I certify that the following action will not have a significant 
impact on a substantial number of small entities. The major factors 
considered for this certification were:
    1. The action will not result in any additional reporting, 
recordkeeping or other compliance requirements for small entities other 
than the small organization that will provide the service to the 
Government.
    2. The action will result in authorizing small entities to provide 
the service to the Government.
    3. There are no known regulatory alternatives which would 
accomplish the objectives of the Javits-Wagner-O'Day Act (41 U.S.C. 
8501-8506) in connection with the service proposed for addition to the 
Procurement List.
    The Committee finds good cause to dispense with the 30-day delay in 
the effective date normally required by the Administrative Procedure 
Act. See 5 U.S.C. 553(d). This addition to the Committee's Procurement 
List is effectuated because of the expiration of the U.S. Navy NAVSUP 
Fleet Logistics Center Norfolk Warehouse Support Service contract. The 
Federal customer contacted, and has worked diligently with the 
AbilityOne Program to fulfill this service need under the AbilityOne 
Program. To avoid performance disruption, and the possibility that the 
U.S. Navy will refer its business elsewhere, this addition must be 
effective on June 17, 2018, ensuring timely execution for a June 18, 
2018 start date while still allowing 8 days for comments. Pursuant to 
its own regulation 41 CFR 51-2.4, the Committee has been in contact 
with one of the affected parties, the incumbent of the expiring 
contract since May 2017, and determined that no severe adverse impact 
exists. The Committee also published a notice of proposed Procurement 
List addition in the Federal Register on March 16, 2018, and did 
receive comments from the incumbent contractor. The Committee has 
addressed those comments which are provided in this notice. This 
addition will not create a public hardship and has limited effect on 
the public at large, but, rather, will create new jobs for other 
affected parties--people with significant disabilities in the 
AbilityOne Program who otherwise face challenges locating employment. 
Moreover, this addition will enable Federal customer operations to 
continue without interruption.

[[Page 26659]]

End of Certification

    Accordingly, the following service is added to the Procurement 
List:

Service

Service Type: Warehouse Support Service
Mandatory for: NAVSUP Fleet Logistics Center Norfolk, NDW, Supply 
Management Division, NAVSUP Warehouse, Building 234, 234 Halligan 
Rd., Annapolis, MD
Mandatory Source of Supply: Richmond Area Association for Retarded 
Citizens, Richmond, VA
Contracting Activity: Dept of the Navy, NAVSUP FLT Log CTR Norfolk

    The U.S. AbilityOne Commission, whose mission is to provide 
employment opportunities for individuals who are blind or have 
significant disabilities in the manufacture and delivery of products 
and services to the Federal Government, received comments from one 
party with interests in the proposed addition to the Procurement List.
    The Commenter objected to the addition of warehouse support service 
requirements at Navy Supply Warehouse, Annapolis, MD to the Procurement 
List for three reasons: suitability of the work for the AbilityOne 
Program, inability of a nonprofit agency to maintain the mandatory 
overall direct labor hour ratio while performing the warehouse support 
services requirement, and financial and business impact to the small 
business incumbent.
    The Commenter questioned whether warehouse support services tasks, 
including inspecting, receiving and processing materials; utilizing 
material handling equipment (i.e., box truck, fork lifts, etc.); 
maintaining accurate records; and cleaning the warehouse are tasks 
suitable for people with significant disabilities. Pursuant to 41 CFR 
51-2.4, the Commission conducts a suitability analysis prior to each 
Procurement List addition. Similar warehouse support service 
requirements are currently on the Procurement List, and the Commission 
has historically considered this type of work requirement suitable for 
the employment of individuals with significant disabilities. The 
Commission notes several nonprofit agencies currently perform warehouse 
support services requirements like the Navy Supply Warehouse, 
Annapolis, MD, in full compliance with the requirements of the 
AbilityOne Program.
    The Commenter also questioned whether a nonprofit agency will be 
able to maintain the overall direct labor hour ratio requirement of 
performing 75% of the direct labor hours by people who are blind or 
significantly disabled. Pursuant to 41 U.S.C. 8501(6), a nonprofit 
agency in the AbilityOne Program must employ blind or significantly 
disabled individuals at a level no less than 75% of the agency's 
overall direct labor hour ratio. The Commission notes that several 
nonprofit agencies currently perform warehouse support service 
requirements, like Navy Supply Warehouse, Annapolis, MD, and maintain 
compliance with the overall 75% direct labor hour requirement.
    Finally, the Commenter asserted adverse financial and business 
impact to its operations should the work requirement be added to the 
Procurement List. The Commission conducted an analysis of a possible 
severe adverse impact on the Commenter, the incumbent contractor, in 
accordance with 41 CFR 51-2.4(a)(4) and concluded there was no severe 
adverse impact.

Amy Jensen,
Director, Business Operations.
[FR Doc.2018-12387 Filed 6-7-18; 8:45 am]
 BILLING CODE 6353-01-P


This site is protected by reCAPTCHA and the Google Privacy Policy and Terms of Service apply.