Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
DOCUMENT

J -- SYRACUSE VAMC AUTOMATED DOOR PM - Attachment

Notice Date
8/14/2015
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Canandaigua VA Medical center;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52815Q0319
 
Response Due
9/3/2015
 
Archive Date
12/2/2015
 
Point of Contact
Les.Lecceardone@va.gov
 
E-Mail Address
Contracting Officer
(Les.Lecceardone@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation #VA528-15-Q-0319 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is set aside for small businesses under NAICS Code 811310, Commercial & Industrial Machinery & Equipment Repair (except Automotive & Electronic) Repair & Maintenance with a size standard of $20.5 Million. To receive consideration as an SDVOSB, the firm must be registered and verified in the VIP database at www.vip.gov. Introduction: The Government anticipates awarding a firm fixed-price contract, lowest price technically acceptable (LPTA). The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. Description of Services: Service shall consist of two preventive maintenance inspections per year. PM shall include, but not be limited to, inspecting the mechanical, electric, and electronic components of each automated door including its remote controls, i.e., floor mats, scanners, push plates, etc. Any worn or defective part will be replaced at no additional cost to the Government to maintain the equipment in first class operating condition, per the manufacturer's specifications, including all intervening calls necessary between regular inspections, excepting services necessitated by accident, fire or abuse. The Contractor shall make thorough technical inspections of the equipment in accordance with the commercial practice governing maintenance of medical equipment. Preventive maintenance inspections shall be evenly spaced during the contract period, but in no event shall more than seven months elapse between inspections. PMs are to be performed in October and April of the contract period. Place of Performance: Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. Period of Performance: Base Year October 1, 2015 through September 30, 2016 with four Option Years. The following clauses and provisions apply to this solicitation: 52.204-7, System for Award Management [SAM] 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: 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 text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. Past Performance: The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. Technical Acceptance: The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. Price: The offeror must provide pricing in the Price/Cost Schedule herein for a Base Year and all specified Option Years. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. All questions shall be made in writing via email to: Les.Lecceardone@va.gov. Statement of Work SCOPE Furnish all parts and labor to provide two (2) preventive maintenance inspections per year, one in October and one in April, plus all emergency repairs required for the automatic doors described below and located at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210, in accordance with all terms, conditions, provisions, specifications and schedules herein: TERM AND RENEWAL OPTION The term of this contract will be for the period beginning October 1, 2015 or date of award, whichever is later, through September 30, 2016. At the option of the Government, the right is reserved to renew this contract for the ensuing four (4) years by serving notice in writing at least thirty days prior to the annual renewal date, per Far Clause 52.217-9. This contract is issued subject to the availability of appropriations in the ensuing fiscal year(s). RESPONSIBILITY OF THE VETERAN AFFAIRS MEDICAL CENTER The VA will maintain responsibility for any electrical failures between the power source and the control box of the door controls; any pneumatic failures between the pneumatic source and the control box of the door; and for the doors, frames, glass, locks, finger guards, crash bars, and rails unless damage is caused by the Contractor. SERVICE Service shall consist of two preventive maintenance inspections per year. PM shall include, but not be limited to, inspecting the mechanical, electric, and electronic components of each automated door including its remote controls, i.e., floor mats, scanners, push plates, etc. Any worn or defective part will be replaced at no additional cost to the Government to maintain the equipment in first class operating condition, per the manufacturer's specifications, including all intervening calls necessary between regular inspections, excepting services necessitated by accident, fire or abuse. The Contractor shall make thorough technical inspections of the equipment in accordance with the commercial practice governing maintenance of medical equipment. Preventive maintenance inspections shall be evenly spaced during the contract period, but in no event shall more than seven months elapse between inspections. PMs are to be performed in October and April of the contract period. REPORTS All equipment shall be catalogued by the Contractor and the dates and types of service rendered shall be noted thereon. A legible, written report of each inspection shall be furnished to the Contracting Officer's Representative (COR). Such report shall advise of any repairs or repair parts not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. A copy of all special codes and abbreviations used on the above furnished report shall be submitted to the COR. PARTS Only standard parts (functionally identical to those supplied by the original equipment manufacturer) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. All components replaced shall become the property of the Contractor. If during the course of this contract the Contractor is unable to obtain parts due to manufacturer's discontinuance of parts, the Contractor shall install at no additional charge any equivalent unit the VA provides, which may or may not be procured from the Contractor. HOURS OF WORK Work required in the performance of this contract shall normally be performed during the Medical Center's regular administrative working hours, 8:00am to 4:30pm, Monday through Friday, exclusive of Federal holidays. At the request of the Contractor, work at other times shall be scheduled, coordinated, and approved by the Contracting Officer's Representative (COR) and performed at no additional cost to the government. Upon arriving at the installation to perform services, the Contractor shall report to the COR, Facility Management Service, Building No. 2, before and after performance of service, providing evidence of service performed. All work will commence within twenty-four (24) hours after receipt of telephonic, written or verbal notification (from the Contracting Officer or COR only), unless the COR determines it to be an emergency, in such case work shall commence within three (3) hours after receipt of notification and shall proceed progressively to accomplishment without undue delay. All work on this equipment shall be performed by competent mechanics, experienced and qualified to work on the specific equipment, and all work performed shall be first class and in accordance with good commercial practice. METRIC PRODUCTS Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The Contracting Officer, in concert with the Contracting Officer's Representative (COR), will accept or reject the product. WORKMEN'S COMPENSATION The Contractor agrees to procure and maintain while the contract is in effect, Workmen's Compensation and Employers Public Liability Insurance in accordance with the laws of the State of New York. The policy shall provide coverage for Public Liability Limits of not less than the statutory limitation for any one accident, and at least meeting the statutory limitation, if more than one person is involved. EVIDENCE OF COVERAGE Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating the coverage outlined and containing an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished the Contracting Officer. In lieu of the insurance coverage required, the Contractor may furnish evidence of financial responsibility in the form of a qualified self-insurance program, an irrevocable letter of credit, or a letter in which the Contractor agrees to accept financial responsibility and further stated that he/she is financially able to meet all claims up to the amount specified. The furnishing of such evidence of insurance coverage or financial responsibility MAY NOT be waived. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. PRICES/COSTS OF SCHEDULE OF SUPPLIES/SERVICES DESCRIPTIONQUANTITYUNIT YEARLY PRICE Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Base Period of Performance of October 1, 2015 through September 30, 2016.1Base Period$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 1 Period of Performance October 1, 2016 through September 30, 2017.1Option Year 1$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 2 Period of Performance October 1, 2017 through September 30, 2018.1Option Year 2$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 3 Period of Performance October 1, 2018 through September 30, 2019.1Option Year 3$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 4 Period of Performance October 1, 2019 through September 30, 2020.1Option Year 4$_______ Total Aggregate Amt. -Base plus four Option Years.----$_______ PRICES/COSTS OF SCHEDULE OF SUPPLIES/SERVICES DESCRIPTIONQUANTITYUNIT YEARLY PRICE Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Base Period of Performance of October 1, 2015 through September 30, 2016.1Base Period$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 1 Period of Performance October 1, 2016 through September 30, 2017.1Option Year 1$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 2 Period of Performance October 1, 2017 through September 30, 2018.1Option Year 2$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 3 Period of Performance October 1, 2018 through September 30, 2019.1Option Year 3$_______ Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. For Option Year 4 Period of Performance October 1, 2019 through September 30, 2020.1Option Year 4$_______ Total Aggregate Amt. -Base plus four Option Years.----$_______ WD 05-2383 (Rev.-17) was first posted on www.wdol.gov on 07/14/2015 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2383 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 07/08/2015 _______________________________________|____________________________________________ Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Service Contract Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ State: New York Area: New York Counties of Broome, Cayuga, Chemung, Chenango, Cortland, Hamilton, Herkimer, Madison, Oneida, Onondaga, Oswego, Otsego, Tioga, Tompkins ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.82 23021 - Aircraft Mechanic I 24.88 23022 - Aircraft Mechanic II 25.82 23023 - Aircraft Mechanic III 26.88 23040 - Aircraft Mechanic Helper 19.11 23050 - Aircraft, Painter 22.56 23060 - Aircraft Servicer 21.64 23080 - Aircraft Worker 22.46 23110 - Appliance Mechanic 18.24 23120 - Bicycle Repairer 14.34 23125 - Cable Splicer 29.40 23130 - Carpenter, Maintenance 19.98 23140 - Carpet Layer 19.67 23160 - Electrician, Maintenance 23.73 23181 - Electronics Technician Maintenance I 21.84 23182 - Electronics Technician Maintenance II 23.49 23183 - Electronics Technician Maintenance III 24.58 23260 - Fabric Worker 18.65 23290 - Fire Alarm System Mechanic 20.85 23310 - Fire Extinguisher Repairer 17.73 23311 - Fuel Distribution System Mechanic 28.12 23312 - Fuel Distribution System Operator 23.24 23370 - General Maintenance Worker 16.05 23380 - Ground Support Equipment Mechanic 24.88 23381 - Ground Support Equipment Servicer 20.62 23382 - Ground Support Equipment Worker 21.69 23391 - Gunsmith I 17.73 23392 - Gunsmith II 19.83 23393 - Gunsmith III 21.23 23410 - Heating, Ventilation And Air-Conditioning 19.43 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.16 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 19.24 23440 - Heavy Equipment Operator 24.79 23460 - Instrument Mechanic 21.23 23465 - Laboratory/Shelter Mechanic 20.57 23470 - Laborer 11.58 23510 - Locksmith 20.37 23530 - Machinery Maintenance Mechanic 20.06 23550 - Machinist, Maintenance 17.18 23580 - Maintenance Trades Helper 15.63 23591 - Metrology Technician I 21.23 23592 - Metrology Technician II 22.08 23593 - Metrology Technician III 22.84 23640 - Millwright 20.70 23710 - Office Appliance Repairer 20.09 23760 - Painter, Maintenance 18.10 23790 - Pipefitter, Maintenance 27.88 23810 - Plumber, Maintenance 21.26 23820 - Pneudraulic Systems Mechanic 21.23 23850 - Rigger 21.23 23870 - Scale Mechanic 20.82 23890 - Sheet-Metal Worker, Maintenance 20.85 23910 - Small Engine Mechanic 19.26 23931 - Telecommunications Mechanic I 25.96 23932 - Telecommunications Mechanic II 26.86 23950 - Telephone Lineman 25.89 23960 - Welder, Combination, Maintenance 18.96 23965 - Well Driller 21.23 23970 - Woodcraft Worker 21.23 23980 - Woodworker 16.32 24000 - Personal Needs Occupations 24570 - Child Care Attendant 9.84 24580 - Child Care Center Clerk 12.27 24610 - Chore Aide 9.75 24620 - Family Readiness And Support Services 14.52 Coordinator 24630 - Homemaker 13.64 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 24.39 25040 - Sewage Plant Operator 18.54 25070 - Stationary Engineer 24.39 25190 - Ventilation Equipment Tender 18.72 25210 - Water Treatment Plant Operator 18.28 27000 - Protective Service Occupations 27004 - Alarm Monitor 16.51 27007 - Baggage Inspector 13.35 27008 - Corrections Officer 21.94 27010 - Court Security Officer 21.74 27030 - Detection Dog Handler 16.29 27040 - Detention Officer 21.94 27070 - Firefighter 23.44 27101 - Guard I 13.35 27102 - Guard II 16.29 27131 - Police Officer I 22.40 27132 - Police Officer II 24.88 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 15.31 30022 - Archeological Technician II 17.07 30023 - Archeological Technician III 21.22 30030 - Cartographic Technician 23.74 30040 - Civil Engineering Technician 21.56 30061 - Drafter/CAD Operator I 16.43 30062 - Drafter/CAD Operator II 19.13 30063 - Drafter/CAD Operator III 21.29 30064 - Drafter/CAD Operator IV 25.23 30081 - Engineering Technician I 14.27 30082 - Engineering Technician II 16.02 30083 - Engineering Technician III 18.70 30084 - Engineering Technician IV 22.20 30085 - Engineering Technician V 27.16 30086 - Engineering Technician VI 32.86 30090 - Environmental Technician 19.67 30210 - Laboratory Technician 18.00 30240 - Mathematical Technician 23.49 30361 - Paralegal/Legal Assistant I 17.28 30362 - Paralegal/Legal Assistant II 21.92 30363 - Paralegal/Legal Assistant III 26.81 30364 - Paralegal/Legal Assistant IV 32.44 30390 - Photo-Optics Technician 23.49 30461 - Technical Writer I 21.13 30462 - Technical Writer II 25.85 30463 - Technical Writer III 31.27 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.64 31030 - Bus Driver 14.20 31043 - Driver Courier 12.21 31260 - Parking and Lot Attendant 9.46 31290 - Shuttle Bus Driver 13.14 31310 - Taxi Driver 10.00 31361 - Truckdriver, Light 13.14 31362 - Truckdriver, Medium 17.61 31363 - Truckdriver, Heavy 17.68 31364 - Truckdriver, Tractor-Trailer 17.68 99000 - Miscellaneous Occupations 99030 - Cashier 9.10 99050 - Desk Clerk 10.17 99095 - Embalmer 26.64 99251 - Laboratory Animal Caretaker I 10.66 99252 - Laboratory Animal Caretaker II 11.47 99310 - Mortician 27.29 99410 - Pest Controller 15.84 99510 - Photofinishing Worker 11.97 99710 - Recycling Laborer 14.91 99711 - Recycling Specialist 17.56 99730 - Refuse Collector 13.58 99810 - Sales Clerk 11.34 99820 - School Crossing Guard 9.90 99830 - Survey Party Chief 20.03 99831 - Surveying Aide 12.59 99832 - Surveying Technician 17.23 99840 - Vending Machine Attendant 14.59 99841 - Vending Machine Repairer 16.15 99842 - Vending Machine Repairer Helper 14.59 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, 4 weeks after 15 years, and 5 weeks after 25 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents alow degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. 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 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)} 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 equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the 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 of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52815Q0319/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0319 VA528-15-Q-0319_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2254579&FileName=VA528-15-Q-0319-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2254579&FileName=VA528-15-Q-0319-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Syracuse VA Medical Center;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
 
Record
SN03839372-W 20150816/150814235157-1339fbf812824706a76aa751caf813ba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.