Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2019 FBO #6496
SOLICITATION NOTICE

R -- Paper Recycling and Shredding

Notice Date
9/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
423930 — Recyclable Material Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25019Q1436
 
Response Due
10/4/2019
 
Archive Date
12/3/2019
 
Point of Contact
Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 Number 36C25019Q1436 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for pickup recycling and shredding paper.  This requirement is a Service Disabled Veteran Owned Small Business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 423930. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors to the pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional CBOCs. The contract will be for a base year with four one-year options. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Service-Disabled Veteran Owned Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 (This Statement is for Information Only: It is not a Wage Determination. This is for Instructional Only. The Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws and assume all risks. The VA does not assume any risk, Employee Class: Recycling Laborer and Monetary Wage-Fringe Benefits ($19.25 with a fringe of $5.77) 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote. All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by September 30, 2019 by 3 pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday October 4th, 2019. Technical questions and Quotes must be sent by email to roman.savino@va.gov. SERVICES FOR PICKUP, RECYCLING AND SHREDDING OF PAPER PERFORMANCE WORK STATEMENT SCOPE. CONTRACT TITLE: The Louis Stokes Veterans Affairs Medical Center (LSVAMC) Cleveland Ohio has a recurring need for recycling services. The LSVAMC is requesting quotes from offerors with the appropriate experience capacity, facility and expertise to provide recycling and shredding services of white ledger paper, sorted office paper (mixed).The contractor shall provide all labor, material, equipment, transportations and supervision necessary to provide service to pick up white ledger paper, mixed paper, sorted office waste at the Louis Stokes VA Medical Center, Wade Park Division, 10701 East Blvd, Cleveland, Ohio 44106, Parma CBOC located at 8787 Brookpark Road, Parma, Ohio 44129, Hemodialysis, Outpatient Surgery Center and all CBOCs (list and distances from CBOCs is provided below). The contractor will provide at no cost large tan 64- and 95-Gallon wheeled containers with a lockable top/lid for pick up and storage of recycled paper. Containers picked up will be replaced on an even exchange basis. Contractor will pick up recycled paper on Fridays at the Wade Park division, Friday one time per week at Parma CBOC, Hemodialysis, Outpatient Surgery Center and all the CBOCs monthly or on as needed bases. The contractor will process all paper and remit any payment to Louis Stokes VA Medical Center or bill the service for the due amount based on the paper market rate. All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility. All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org. Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval. Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC. The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract. SUPERVISION BY CONTRACTOR: The Contractor shall assign a manager/representative at their facility location/plant who shall be physically present during prescribed work hours. These work hours are Monday through Friday from 8:00 am - 4:30 pm. The manager/representative is solely responsible to supervise the provision of recycling services of white ledger paper, sorted and mixed office paper from the medical center and all other locations mentioned here, and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for manager/representative in his absence or during periods of work performed after normal work hours. CONTRACTOR RESPONSIBILITY: It is the responsibility of the contractor to thoroughly review the specifications mentioned here so the contractor becomes familiar prior to submitting their quote and be fully aware of the services required. Failure to do so will not relieve the bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. CONTRACTOR REQUIREMENTS: Since this contract will be based on actual cost of recycled paper please provide the cost per LB of Off-Site Secure shredding and use this data on preparing your bid: Approximately 45000 lb. per month of paper, there are 106 totters needed for all services, and the service fee for handling and processing the recycled paper. To eliminate any misunderstanding of these requirements, CO will make available to all bidder s face to face meeting or the CO and COR would be available on the phone to answer questions that might come up. A note of caution, all questions and answers will be shared with all bidders. Contractor will provide at no cost to the VA: Pick up and recycle White Ledger Paper, Sorted Office Paper (mixed) one time per week at the Wade Park division, once a week at the Parma CBOC and Hemodialysis, Outpatient Surgery Center. Monthly for all other CBOCs as well as on as needed bases. Contract requires that recycle paper shall be destroyed within 5 (five) working days. Vendor will supply lockable containers to hold paper which is then transferred into a secured vault collection truck and is transported directly to the processing facility. Recycled paper is shredded, baled then transported to a pulping mill in a locked transporter. A certificate of destruction from paper mill will be obtained by vendor and forwarded to the VA Medical Center. The cost will be for pick up. Vendor will furnish and exchange lockable recycle containers at the Wade Park and all CBOCs on an even exchange basis. All the containers shall have locks that work for patient privacy. Vendor will inspect containers to insure they can be locked and repair and replace as needed. Pick-Up service. Contractor will pick-up recycled paper at Wade Park division, on Friday, and paper pick-up once a week on Fridays in Room 3C110. Parma CBOC will be picked-up on Fridays. All CBOCs will be picked up monthly or on as needed bases, exclude weekend and Federal Holidays. Driver will call 2 hours prior to arrival time to assure that all Totters and bales are ready for pick up. (This is a must requirement for the main medical center). Scope of Service. Furnish and Exchange recycle containers. Furnish and Exchange 64 and 95 gallons lockable, wheeled recycle containers. Provide a certificate of destruction to the Contracting Officer Representatives certifying destruction of paper materials picked up and received. Contractor will guarantee all materials will be destroyed within 5 days of pick up. No third party will be granted access to confidential materials or permitted to review information in the recyclable containers. The VA reserves the rights to thoroughly inspect Contractor s facility to assure acceptable standard of performance prior to award. These are the locations and the distances of the CBOC and the Medical Center: 1. Wade Park Division Cleveland VA Medical Center 10701 East Boulevard Cleveland, Ohio 44106 (216) 791-3800 Ext 4647 2. Akron Multi-Specialty Outpatient Clinic, 55 West Waterloo Road, Akron, Ohio 44319 (330) 724-7715 3. Canton Multi-Specialty Outpatient Clinic, 733 Market Avenue South Canton, Ohio 44702 (330) 489-4600 4. East Liverpool/Calcutta Multi-Specialty Outpatient Clinic, Ogilvie Square, 15655 State Route 170, Suite A Calcutta, Ohio 43920 (330) 386-4303 5. McCafferty Multi-Specialty Outpatient Clinic, 4242 Lorain Avenue Cleveland, Ohio 44113 (216) 939-0699 6. Lorain Multi-Specialty Outpatient Clinic, 5255 N. Abbe Road Sheffield Village, Ohio 44035 (440) 934-9158 7. Mansfield Multi-Specialty Outpatient Clinic 1025 South Trimble Road Mansfield, Ohio 44906 (419) 529-4602 8. New Philadelphia Multi-Specialty Outpatient Clinic, 1260 Monroe Avenue, Suite 1A New Philadelphia, Ohio 44663 (330) 602-5339 9. Lake County Outpatient Clinic 35000 Kaiser Court, Willoughby, Ohio 44094 (440) 469-2600 10. Ravenna Multi-Specialty Outpatient Clinic 6751 North Chestnut Street Ravenna, Ohio 44266 (330) 296-3641 11. Warren Multi-Specialty Outpatient Clinic 3416 Todd Avenue North West Warren, Ohio 44485 (330) 392-0311 12. Sandusky Multi-Specialty Outpatient Clinic 3416 Columbus Avenue 4th Floor Sandusky, Ohio 44870 (419) 625-7350 13. Youngstown Multi-Specialty Outpatient Clinic 2031 Belmont Avenue Youngstown, Ohio 44505 (330)740-9200 14. Parma Multi-Specialty Outpatient Clinic 8787 Brookpark road Parma, Ohio 44129 (216) 739-7000 Ext 2114 15. Dialysis Center 7000 Euclid Avenue Cleveland, Ohio 44102 (216) 391-0274 16. Outpatient Surgery Center 8900 Superior Avenue Cleveland, Ohio 44102 (216) 421-3133 LOCATION FREQUENCY CONTAINERS Main Campus W 52 locked 95 VA Akron CBOC EOW 4 locked 95 VA Akron CRRC M 5 locked 95 VA Canton CBOC W 4 locked 95 VA Cleveland ASC M 1 locked 95 VA Cleveland CRRC M 2 consoles 1 locked 95 VA East Liverpool CBOC EOW 2 locked 95 VA Independence VSC OC 1 locked 95 VA Lorain CBOC W 2 locked 95 VA Mansfield CBOC EOW 2 locked 95 VA McCafferty CBOC M 1 locked 95 VA New Philadelphia CBOC EOW 1 locked 95 VA Willoughby CBOC M 2 locked 95 VA Ravenna CBOC EOW 1 locked 95 VA Sandusky CBOC OC 2 locked 95 VA Warren CBOC EOW 2 locked 95 VA Youngstown CBOC M 2 locked 95 Distance of CBOCs from the Medical Center and Distance from CBOC to CBOC   AKR BREX CANT CLE (MC) EL LOR MAN NP LAKE RAV SAND WP WARR YNGS AKR   25 21 40 83 58 63 45 60 25 87 42 45 52 BREX 25   45 17 90 37 69 69 45 25 66 19 46 58 CANT 21 45   60 51 79 67 25 77 31 108 62 53 55 CLE(MC) 40 17 60   104 25 82 83 31 39 58 8 61 73 EL 83 90 51 104   123 117 67 104 66 153 108 54 45 LOR 58 37 79 25 123   64 102 57 59 33 32 79 91 MAN 63 69 67 82 117 64   70 109 91 54 86 111 112 NP 45 69 25 83 67 102 70   103 59 102 86 77 92 LAKE 60 45 77 31 104 57 109 103   42 90 27 47 64 RAV 25 25 31 39 66 59 91 59 42   87 41 25 35 SAND 87 66 108 58 153 33 54 102 90 87   65 108 120 WP 42 19 62 8 108 32 86 86 27 41 65   51 77 WARR 45 46 53 61 54 79 111 77 47 25 108 51   15 YNGS 52 58 55 73 45 91 112 92 64 35 120 77 15   Contractor shall furnish all labor, equipment, supervision, management, supplies, transportation, and facilities necessary to perform contractor owned/operated of recycling services of white ledger paper, sorted office paper and mixed. Removal from the Department of Veterans Affairs. This includes (LSVAMC) in Cleveland, Ohio, and all affiliated Community Based Outpatient Clinics (CBOC s) listed herein, Dialysis Center and Outpatient Surgery Center. All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility. All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org. Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval. Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC. This specification is intended to produce minimal acceptable level of performance. The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract. QUALITY ASSURANCE SURVEILLANCE PLAN Contract Number: Time period: November 1, 2019 through October 31, 2024 Contract Description: The pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional CBOCs. Contractor s name: ______________________________________ 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored. How monitoring will take place. Who will conduct the monitoring? How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned CO: Roman Savino Organization or Agency: VA Healthcare Systems of Ohio b. Contracting Officer s Technical Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned COR: Arqile Jani c. Other Key Government Personnel N/A 3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor s program manager for this contract. Name/Title: ___________________ 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, paragraph (there is no PRS Matrix in the PWS) in the Performance Work Statement (PWS), includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Note: The subject contract does not contain a Performance Requirements section in the SOW. As such, the below listed Tasks, Indicators, and Standards have been extracted from SOW: Task ID Indicator Standard Acceptable Quality Level Method of Surveillance Incentive Recycling services of white ledger paper sorted office paper Vendor will handle and process recycling services of white ledger paper, sorted office paper to include the destruction of it accordingly to Federal Regulations and Policies. Observe the billing process. 1 Accessibility Vendor will have to transport the recycling services of white ledger paper, sorted office paper from the VA facilities as written in the contract 100% Direct Observation Exercise of Option Period 2 Professional Oversight Contracted vendor will adhere to all State and Federal regulations for RMW handling and patient privacy 100% Review of State and Federal Regulations Exercise of Option Period 3 Implement VA requirements of recycling services of white ledger paper, sorted office paper handling Contractor will implement and manage a program that complies with State and Federal Standards established by the VA, 100% Random Direct Review of the process reserve the rights for unannounced visit to plant and check finished work. Exercise of Option Period Costs The contractor will bill the VA correctly based on the terms of the contract 100% Review of billing statements Exercise of Option Period HIPPA Compliance 5 Adherence to HIPPA The contractor must adhere to the provisions of HIPPA and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI) 100% Direct Observation and Validated User/Customer Complaints Exercise of Option Period Technical Requirements The contractor shall meet the following requirements; The Contractor shall have experience in providing recycling and shredding services of white ledger paper and sorted office paper (mixed). The Contractor must have been providing recycling and shredding services to either a VA Medical Center or other Similar Healthcare Environments for a minimum of three consecutive years prior to submitting quote. PRICING/SCHEDULE Period of performance: Base Year: November 1, 2019 through October 31, 2020 Option Year One: November 1, 2020 through October 31, 2021 Option Year Two: November 1, 2021 through October 31, 2022 Option Year Three: November 1, 2022 through October 31, 2023 Option Year Four: November 1, 2023 through October 31, 2024 CLIN DESCRIPTION COST 0001 Base Year: Recycling and Shredding Services 1001 Option Year One: Recycling and Shredding Services 2001 Option Year Two: Recycling and Shredding Services 3001 Option Year Three: Recycling and Shredding Services 4001 Option Year Four: Recycling and Shredding Services Grand Total Cost WAGE DETERMINATION LIST The Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws. LABOR "REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-4727 Daniel W. Simms Division of | Revision No.: 9 Director Wage Determinations| Date Of Last Revision: 07/16/2019 | Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2015. If this contract is covered by the EO the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination if it is higher) for all hours spent performing on the contract in calendar year 2019. 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: Ohio Area: Ohio Counties of Cuyahoga Geauga Lake Lorain Medina **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.09 01012 - Accounting Clerk II 16.94 01013 - Accounting Clerk III 18.95 01020 - Administrative Assistant 27.97 01035 - Court Reporter 20.56 01041 - Customer Service Representative I 13.65 01042 - Customer Service Representative II 15.35 01043 - Customer Service Representative III 16.75 01051 - Data Entry Operator I 14.60 01052 - Data Entry Operator II 15.94 01060 - Dispatcher Motor Vehicle 20.85 01070 - Document Preparation Clerk 14.50 01090 - Duplicating Machine Operator 14.50 01111 - General Clerk I 13.46 01112 - General Clerk II 14.87 01113 - General Clerk III 16.65 01120 - Housing Referral Assistant 20.31 01141 - Messenger Courier 13.46 01191 - Order Clerk I 15.27 01192 - Order Clerk II 16.67 01261 - Personnel Assistant (Employment) I 16.00 01262 - Personnel Assistant (Employment) II 17.90 01263 - Personnel Assistant (Employment) III 19.95 01270 - Production Control Clerk 21.93 01290 - Rental Clerk 15.48 01300 - Scheduler Maintenance 16.19 01311 - Secretary I 16.19 01312 - Secretary II 18.22 01313 - Secretary III 20.31 01320 - Service Order Dispatcher 18.84 01410 - Supply Technician 27.97 01420 - Survey Worker 15.88 01460 - Switchboard Operator/Receptionist 13.97 01531 - Travel Clerk I 14.77 01532 - Travel Clerk II 15.76 01533 - Travel Clerk III 16.71 01611 - Word Processor I 14.47 01612 - Word Processor II 16.25 01613 - Word Processor III 18.18 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer Fiberglass 20.43 05010 - Automotive Electrician 19.67 05040 - Automotive Glass Installer 18.92 05070 - Automotive Worker 18.92 05110 - Mobile Equipment Servicer 17.27 05130 - Motor Equipment Metal Mechanic 20.33 05160 - Motor Equipment Metal Worker 18.92 05190 - Motor Vehicle Mechanic 20.33 05220 - Motor Vehicle Mechanic Helper 16.50 05250 - Motor Vehicle Upholstery Worker 18.07 05280 - Motor Vehicle Wrecker 18.92 05310 - Painter Automotive 19.67 05340 - Radiator Repair Specialist 18.92 05370 - Tire Repairer 15.89 05400 - Transmission Repair Specialist 20.33 07000 - Food Preparation And Service Occupations 07010 - Baker 12.30 07041 - Cook I 13.29 07042 - Cook II 14.97 07070 - Dishwasher 9.77 07130 - Food Service Worker 11.06 07210 - Meat Cutter 19.09 07260 - Waiter/Waitress 9.94 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.60 09040 - Furniture Handler 13.89 09080 - Furniture Refinisher 20.60 09090 - Furniture Refinisher Helper 15.71 09110 - Furniture Repairer Minor 17.22 09130 - Upholsterer 20.60 11000 - General Services And Support Occupations 11030 - Cleaner Vehicles 11.78 11060 - Elevator Operator 12.06 11090 - Gardener 16.98 11122 - Housekeeping Aide 12.06 11150 - Janitor 12.06 11210 - Laborer Grounds Maintenance 13.54 11240 - Maid or Houseman 10.78 11260 - Pruner 12.41 11270 - Tractor Operator 15.88 11330 - Trail Maintenance Worker 13.54 11360 - Window Cleaner 12.97 12000 - Health Occupations 12010 - Ambulance Driver 17.98 12011 - Breath Alcohol Technician 20.29 12012 - Certified Occupational Therapist Assistant 29.96 12015 - Certified Physical Therapist Assistant 29.52 12020 - Dental Assistant 17.24 12025 - Dental Hygienist 33.67 12030 - EKG Technician 28.11 12035 - Electroneurodiagnostic Technologist 28.11 12040 - Emergency Medical Technician 17.98 12071 - Licensed Practical Nurse I 18.13 12072 - Licensed Practical Nurse II 20.29 12073 - Licensed Practical Nurse III 22.61 12100 - Medical Assistant 15.89 12130 - Medical Laboratory Technician 25.63 12160 - Medical Record Clerk 18.16 12190 - Medical Record Technician 20.31 12195 - Medical Transcriptionist 18.97 12210 - Nuclear Medicine Technologist 35.97 12221 - Nursing Assistant I 11.49 12222 - Nursing Assistant II 12.91 12223 - Nursing Assistant III 14.09 12224 - Nursing Assistant IV 15.82 12235 - Optical Dispenser 19.27 12236 - Optical Technician 15.05 12250 - Pharmacy Technician 15.45 12280 - Phlebotomist 17.17 12305 - Radiologic Technologist 28.70 12311 - Registered Nurse I 22.85 12312 - Registered Nurse II 27.71 12313 - Registered Nurse II Specialist 27.71 12314 - Registered Nurse III 33.52 12315 - Registered Nurse III Anesthetist 33.52 12316 - Registered Nurse IV 40.18 12317 - Scheduler (Drug and Alcohol Testing) 25.12 12320 - Substance Abuse Treatment Counselor 22.03 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.58 13012 - Exhibits Specialist II 24.76 13013 - Exhibits Specialist III 30.29 13041 - Illustrator I 20.35 13042 - Illustrator II 25.21 13043 - Illustrator III 30.83 13047 - Librarian 29.41 13050 - Library Aide/Clerk 13.48 13054 - Library Information Technology Systems 22.30 Administrator 13058 - Library Technician 17.96 13061 - Media Specialist I 17.87 13062 - Media Specialist II 20.00 13063 - Media Specialist III 22.30 13071 - Photographer I 16.70 13072 - Photographer II 18.68 13073 - Photographer III 23.14 13074 - Photographer IV 28.30 13075 - Photographer V 34.24 13090 - Technical Order Library Clerk 16.93 13110 - Video Teleconference Technician 19.15 14000 - Information Technology Occupations 14041 - Computer Operator I 15.48 14042 - Computer Operator II 17.32 14043 - Computer Operator III 19.31 14044 - Computer Operator IV 22.64 14045 - Computer Operator V 25.06 14071 - Computer Programmer I (see 1) 22.13 14072 - Computer Programmer II (see 1) 27.20 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 15.48 14160 - Personal Computer Support Technician 22.64 14170 - System Support Specialist 26.87 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.53 15020 - Aircrew Training Devices Instructor (Rated) 35.35 15030 - Air Crew Training Devices Instructor (Pilot) 41.38 15050 - Computer Based Training Specialist / Instructor 30.23 15060 - Educational Technologist 34.28 15070 - Flight Instructor (Pilot) 41.38 15080 - Graphic Artist 22.54 15085 - Maintenance Test Pilot Fixed Jet/Prop 38.56 15086 - Maintenance Test Pilot Rotary Wing 38.56 15088 - Non-Maintenance Test/Co-Pilot 38.56 15090 - Technical Instructor 24.57 15095 - Technical Instructor/Course Developer 30.06 15110 - Test Proctor 19.84 15120 - Tutor 19.84 16000 - Laundry Dry-Cleaning Pressing And Related Occupations 16010 - Assembler 10.25 16030 - Counter Attendant 10.25 16040 - Dry Cleaner 12.72 16070 - Finisher Flatwork Machine 10.25 16090 - Presser Hand 10.25 16110 - Presser Machine Drycleaning 10.25 16130 - Presser Machine Shirts 10.25 16160 - Presser Machine Wearing Apparel Laundry 10.25 16190 - Sewing Machine Operator 13.63 16220 - Tailor 14.53 16250 - Washer Machine 10.91 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 23.45 19040 - Tool And Die Maker 27.31 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 16.87 21030 - Material Coordinator 21.93 21040 - Material Expediter 21.93 21050 - Material Handling Laborer 13.57 21071 - Order Filler 13.69 21080 - Production Line Worker (Food Processing) 16.87 21110 - Shipping Packer 16.72 21130 - Shipping/Receiving Clerk 16.72 21140 - Store Worker I 15.96 21150 - Stock Clerk 20.92 21210 - Tools And Parts Attendant 16.87 21410 - Warehouse Specialist 16.87 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 32.11 23019 - Aircraft Logs and Records Technician 26.57 23021 - Aircraft Mechanic I 30.89 23022 - Aircraft Mechanic II 32.11 23023 - Aircraft Mechanic III 33.22 23040 - Aircraft Mechanic Helper 23.38 23050 - Aircraft Painter 29.50 23060 - Aircraft Servicer 26.57 23070 - Aircraft Survival Flight Equipment Technician 29.50 23080 - Aircraft Worker 28.16 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 28.16 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 30.89 II 23110 - Appliance Mechanic 21.53 23120 - Bicycle Repairer 21.99 23125 - Cable Splicer 33.34 23130 - Carpenter Maintenance 26.83 23140 - Carpet Layer 25.85 23160 - Electrician Maintenance 28.68 23181 - Electronics Technician Maintenance I 24.10 23182 - Electronics Technician Maintenance II 25.24 23183 - Electronics Technician Maintenance III 28.36 23260 - Fabric Worker 23.40 23290 - Fire Alarm System Mechanic 21.77 23310 - Fire Extinguisher Repairer 22.02 23311 - Fuel Distribution System Mechanic 33.39 23312 - Fuel Distribution System Operator 27.02 23370 - General Maintenance Worker 19.16 23380 - Ground Support Equipment Mechanic 30.89 23381 - Ground Support Equipment Servicer 26.57 23382 - Ground Support Equipment Worker 28.16 23391 - Gunsmith I 22.02 23392 - Gunsmith II 24.81 23393 - Gunsmith III 27.21 23410 - Heating Ventilation And Air-Conditioning 24.37 Mechanic 23411 - Heating Ventilation And Air Contidioning 25.33 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 28.37 23440 - Heavy Equipment Operator 32.86 23460 - Instrument Mechanic 30.09 23465 - Laboratory/Shelter Mechanic 25.98 23470 - Laborer 13.57 23510 - Locksmith 20.60 23530 - Machinery Maintenance Mechanic 26.22 23550 - Machinist Maintenance 21.77 23580 - Maintenance Trades Helper 16.05 23591 - Metrology Technician I 30.09 23592 - Metrology Technician II 31.37 23593 - Metrology Technician III 32.45 23640 - Millwright 33.74 23710 - Office Appliance Repairer 21.04 23760 - Painter Maintenance 21.74 23790 - Pipefitter Maintenance 32.54 23810 - Plumber Maintenance 31.07 23820 - Pneudraulic Systems Mechanic 27.21 23850 - Rigger 27.21 23870 - Scale Mechanic 24.81 23890 - Sheet-Metal Worker Maintenance 26.74 23910 - Small Engine Mechanic 19.82 23931 - Telecommunications Mechanic I 27.63 23932 - Telecommunications Mechanic II 28.81 23950 - Telephone Lineman 24.10 23960 - Welder Combination Maintenance 19.36 23965 - Well Driller 27.21 23970 - Woodcraft Worker 27.21 23980 - Woodworker 21.99 24000 - Personal Needs Occupations 24550 - Case Manager 15.72 24570 - Child Care Attendant 12.25 24580 - Child Care Center Clerk 15.29 24610 - Chore Aide 10.80 24620 - Family Readiness And Support Services 15.72 Coordinator 24630 - Homemaker 17.23 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 29.10 25040 - Sewage Plant Operator 26.41 25070 - Stationary Engineer 29.10 25190 - Ventilation Equipment Tender 22.02 25210 - Water Treatment Plant Operator 26.41 27000 - Protective Service Occupations 27004 - Alarm Monitor 21.51 27007 - Baggage Inspector 13.53 27008 - Corrections Officer 22.76 27010 - Court Security Officer 23.42 27030 - Detection Dog Handler 16.31 27040 - Detention Officer 22.76 27070 - Firefighter 24.59 27101 - Guard I 13.53 27102 - Guard II 16.31 27131 - Police Officer I 26.51 27132 - Police Officer II 29.47 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.24 28042 - Carnival Equipment Repairer 13.09 28043 - Carnival Worker 9.57 28210 - Gate Attendant/Gate Tender 14.66 28310 - Lifeguard 11.34 28350 - Park Attendant (Aide) 16.41 28510 - Recreation Aide/Health Facility Attendant 11.97 28515 - Recreation Specialist 20.32 28630 - Sports Official 13.06 28690 - Swimming Pool Operator 18.62 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.04 29020 - Hatch Tender 21.04 29030 - Line Handler 21.04 29041 - Stevedore I 19.85 29042 - Stevedore II 21.96 30000 - Technical Occupations 30010 - Air Traffic Control Specialist Center (HFO) (see 2) 40.38 30011 - Air Traffic Control Specialist Station (HFO) (see 2) 27.85 30012 - Air Traffic Control Specialist Terminal (HFO) (see 2) 30.67 30021 - Archeological Technician I 18.14 30022 - Archeological Technician II 20.46 30023 - Archeological Technician III 24.18 30030 - Cartographic Technician 25.34 30040 - Civil Engineering Technician 29.11 30051 - Cryogenic Technician I 26.95 30052 - Cryogenic Technician II 29.77 30061 - Drafter/CAD Operator I 18.14 30062 - Drafter/CAD Operator II 20.46 30063 - Drafter/CAD Operator III 22.81 30064 - Drafter/CAD Operator IV 28.07 30081 - Engineering Technician I 16.70 30082 - Engineering Technician II 18.75 30083 - Engineering Technician III 20.98 30084 - Engineering Technician IV 25.99 30085 - Engineering Technician V 31.78 30086 - Engineering Technician VI 38.46 30090 - Environmental Technician 23.34 30095 - Evidence Control Specialist 24.34 30210 - Laboratory Technician 22.81 30221 - Latent Fingerprint Technician I 26.95 30222 - Latent Fingerprint Technician II 29.77 30240 - Mathematical Technician 25.32 30361 - Paralegal/Legal Assistant I 18.72 30362 - Paralegal/Legal Assistant II 23.34 30363 - Paralegal/Legal Assistant III 30.33 30364 - Paralegal/Legal Assistant IV 36.70 30375 - Petroleum Supply Specialist 29.77 30390 - Photo-Optics Technician 25.34 30395 - Radiation Control Technician 29.77 30461 - Technical Writer I 30.39 30462 - Technical Writer II 35.40 30463 - Technical Writer III 30.60 30491 - Unexploded Ordnance (UXO) Technician I 25.67 30492 - Unexploded Ordnance (UXO) Technician II 31.05 30493 - Unexploded Ordnance (UXO) Technician III 37.22 30494 - Unexploded (UXO) Safety Escort 25.67 30495 - Unexploded (UXO) Sweep Personnel 25.67 30501 - Weather Forecaster I 26.95 30502 - Weather Forecaster II 32.78 30620 - Weather Observer Combined Upper Air Or (see 2) 23.15 Surface Programs 30621 - Weather Observer Senior (see 2) 25.34 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.05 31020 - Bus Aide 15.20 31030 - Bus Driver 20.26 31043 - Driver Courier 15.37 31260 - Parking and Lot Attendant 10.41 31290 - Shuttle Bus Driver 16.42 31310 - Taxi Driver 11.78 31361 - Truckdriver Light 16.42 31362 - Truckdriver Medium 19.05 31363 - Truckdriver Heavy 23.70 31364 - Truckdriver Tractor-Trailer 23.70 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.14 99030 - Cashier 10.67 99050 - Desk Clerk 11.15 99095 - Embalmer 33.31 99130 - Flight Follower 25.67 99251 - Laboratory Animal Caretaker I 12.30 99252 - Laboratory Animal Caretaker II 13.16 99260 - Marketing Analyst 30.16 99310 - Mortician 33.31 99410 - Pest Controller 16.03 99510 - Photofinishing Worker 14.88 99710 - Recycling Laborer 22.21 99711 - Recycling Specialist 26.04 99730 - Refuse Collector 20.36 99810 - Sales Clerk 12.24 99820 - School Crossing Guard 14.63 99830 - Survey Party Chief 28.64 99831 - Surveying Aide 16.34 99832 - Surveying Technician 24.53 99840 - Vending Machine Attendant 13.42 99841 - Vending Machine Repairer 15.74 99842 - Vending Machine Repairer Helper 13.42 Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2017. If this contract is covered by the EO the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness injury or other health-related needs including preventive care; to assist a family member (or person who is like family to the employee) who is ill injured or has other health-related needs including preventive care; or for reasons resulting from or to assist a family member (or person who is like family to the employee) who is the victim of domestic violence sexual assault or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.54 per hour up to 40 hours per week or $181.60 per week or $786.93 per month HEALTH & WELFARE EO 13706: $4.22 per hour up to 40 hours per week or $168.80 per week or $731.47 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706 Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor 3 weeks after 5 years and 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 contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day Martin Luther King Jr.'s Birthday Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b) this wage determination does not apply to any employee who individually qualifies as a bona fide executive administrative or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally because job titles vary widely and change quickly in the computer industry job titles are not determinative of the application of the computer professional exemption. Therefore the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: The application of systems analysis techniques and procedures including consulting with users to determine hardware software or system functional specifications; The design development documentation analysis creation testing or modification of computer systems or programs including prototypes based on and related to user or system design specifications; The design documentation testing creation or modification of computer programs related to machine operating systems; or A combination of the aforementioned duties the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance explosives and incendiary materials. This includes work such as screening blending dying mixing and pressing of sensitive ordnance explosives and pyrotechnic compositions such as lead azide black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization modification renovation demolition and maintenance operations on sensitive ordnance explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with or in close proximity to ordnance (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands face or arms of the employee engaged in the operation irritation of the skin minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving unloading storage and hauling of ordnance explosive and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance explosives and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract by the employer by the state or local law etc.) the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition where uniform cleaning and maintenance is made the responsibility of the employee all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount or the furnishing of contrary affirmative proof as to the actual cost) reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However in those instances where the uniforms furnished are made of ""wash and wear"" materials may be routinely washed and dried with other personal garments and do not require any special treatment such as dry cleaning daily washing or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract by the contractor by law or by the nature of the work there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"" Fifth Edition (Revision 1) dated September 2015 unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e. the work to be performed is not performed by any classification listed in the wage determination) be classified by the contractor so as to provide a reasonable relationship (i.e. appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification wage rate and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: When preparing the bid the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). After contract award the contractor prepares a written report listing in order the proposed classification title(s) a Federal grade equivalency (FGE) for each proposed classification(s) job description(s) and rationale for proposed wage rate(s) including information regarding the agreement or disagreement of the authorized representative of the employees involved or where there is no authorized representative the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. The contracting officer reviews the proposed action and promptly submits a report of the action together with the agency's recommendations and pertinent information including the position of the contractor and the employees to the U.S. Department of Labor Wage and Hour Division for review (See 29 CFR 4.6(b)(2)(ii)). 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. The contracting officer transmits the Wage and Hour Division's decision to the contractor. Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember it is not the job title but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split combine or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1))." NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q1436/listing.html)
 
Place of Performance
Address: Cleveland VA Medical Center;10701 East Blvd;Cleveland, Ohio
Zip Code: 44106
Country: USA
 
Record
SN05435470-F 20190908/190907070143 (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.