Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2024 SAM #8321
SOLICITATION NOTICE

U -- Financial Wellness Platform & Coaching

Notice Date
9/6/2024 6:33:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0865
 
Response Due
9/20/2024 7:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
Britni Greenleaf, Contracting Specialist, Phone: 412-860-7204
 
E-Mail Address
britni.greenleaf@va.gov
(britni.greenleaf@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of 11 Page 1 of 14 Page 15 of 16 Page 1 of Page 1 of Description This is a Combined Synopsis Solicitation (CSS) for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services., using Simplified Acquisition Procedures found at FAR Part 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation shall not be issued. This Solicitation number 36C24424Q0865 is being issued as a Request for Quote (RFQ). The Government anticipates to enter a Blanket Purchase Agreement (BPA) resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 (Effective Date 05/22/2024) and can be found at: FAR | Acquisition.GOV . The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $24.0 million and the Product/Service Code is: U009. This solicitation is a small business set-aside.   This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at: http://www.sam.gov . Confirmation of SAM registration will be validated prior to awarding a contract.    The Veterans Integrated Service Network 04 (VISN4), has a new requirement for a Financial Wellness Services (an educational platform and coaching) for employees at Butler VA Medical Center as listed in the Statement of Work (SOW), Attachment A.     The Contractor shall provide all necessary licenses, certifications, training, and requirements cited in the SOW. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances. All interested offerors shall provide a quotation for the following: Pricing Schedule, Attachment C. Place of Performance: Butler VAMC. VISN-04 intends to enter into a Blanket Purchase Agreement (BPA) anticipated to begin approximately: 09/30/2024. A complete description of the services to be acquired, and/or applicable Government need(s) are as follows: See Attachment A: Statement of Work. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 Contracting Specialist: Britni Greenleaf 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services 52.252-2 Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 52.219-6 52.222-50 52.226-8 52.232-40 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE COMBATING TRAFFICKING IN PERSONS ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS NOV 2020 NOV 2021 MAY 2024 MAR 2023 852.327-74 NON-DISCRIMINATION IN SERVICES DELIVERY OCT 2019 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.208-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JAN 2023) VAAR 852.208-71 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTOR COMMITTMENTS (JAN 2023) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JAN 2023) VAAR 852.215-71 EVALUATION COMMITMENTS (OCT 2019) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.237-75 KEY PERSONNEL (OCT 2019) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 52.229-11 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION AUG 2020 JUN 2020 52.216-1 Type of Contract (Apr 1984) The Government contemplates firm-fixed price, Blanket Purchase Agreement (BPA) resulting from this solicitation. 852.239-75 Information and Communication Technology Accessibility Notice (FEB 2023) Blanket Purchase Agreement (BPA) Terms and Conditions Description of agreement. The contractor shall agree to provide all of the requirements listed within the Statement of Work (SOW). All orders placed against the BPA are subject to the terms and conditions within the agreement. Extent of obligation. The Government is obligated only to the extent of authorized purchases/orders actually made under the BPA. The BPA does not obligate any funds, nor is the Government obligated to make any purchases under the BPA. Purchase limitation. The Government estimates, but does not guarantee, that individual BPA Orders placed against an Agreement may reach $250,000.00/per Order. The Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of this Agreement, and all other Agreements for the same requirement, is set at $750,000.00 over the five-year ordering period. The Ceiling Limit may also be raised in association with Order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual orders above the stated order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process. Individuals authorized to purchase under the BPA. Any Contracting Officer currently assigned to Network Contracting Office 4. Delivery tickets. All service orders under the agreement, shall be accompanied by delivery tickets and shall contain the following minimum information: Name of supplier. BPA number. Date of purchase. Purchase number. Itemizes list of supplies or services furnished. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not to be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information.) Date of delivery or shipment. Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. Addendum To Far 52.212-1 Instructions To Offerors-Commercial Products And Commercial Services: Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Quotes in response to this RFQ are due on 10:00 AM (EST), Friday, September 20, 2024. Quotes shall be submitted in writing and sent via email to Contracting Specialist Britni Greenleaf: Britni.Greenleaf@va.gov. Please insert Solicitation Number 36C24424Q0865 Butler VA Employee Financial Services in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via email to the Contracting Specialist by 10:00 AM EST, Friday, September 20, 2024. Questions will not be accepted after this date. Responses to the Offeror s question(s) will be posted via an amendment on SAM.gov / Contract Opportunities via: http://www.sam.gov Failure to follow all instructions may result in Offeror(s)s being determined as non-responsive and be removed from this competition. All proposals shall be valid 60 days from the quote response date. Offeror(s)s are cautioned to be responsive to all requirements in the SOW and to provide sufficient information to allow for evaluation of the quotes. Offeror s are required to submit the following: Attachment C: Price Schedule: Please complete price information in the last two columns of Attachment C and return with your quote. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Or ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" And a statement to acknowledge amendments, if applicable. Cover Letter. Offeror(s)s shall submit a cover letter identifying their Company name, contact information, CAGE Code, SAM Unique Entity ID (UEI) number of the prime and any teaming partner/subcontractor. Offeror(s)s shall include a completed copy of the provision 52.212-3 with their quote if the Offeror(s) has not completed it electronically in the System for Award Management (SAM), accessed via: http://www.sam.gov Offeror(s)s shall submit a Technical Capability which shall address the following at a minimum: Communication: Describe in detail the communication methods intended to be utilized by the Contractor during the performance of the awarded contract. Point of Contact(s): Provide a list of key personnel as Point of Contact. Infrastructure: Provide information about the structure and functions of your organization s financial platform. Describe how you provide technical account support for IT related issues. Privacy: Explain how you maintain sensitive data / Veteran information.  Certifications: Describe your organization s/personnel certifications to provide quality one-on-one financial coaching. Evaluation: Describe how your financial platform and one-on-one coaching are assessed. Please explain any ability to run administrative reports. The evaluator shall submit Past Performance Questionnaire (Attachment B) with their quote. Offeror(s)s shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. All past performance references shall be completed by the evaluator and include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other information relevant to this quote. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. The following are decision factors: The Government will perform an evaluation using a comparative evaluation of each quote. The Government will compare quotes to one another in order to select the quote that best benefits the Government. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The following factors shall be used to evaluate Offeror(s)s: 1. Price 2. Technical Capability 3. Past Performance (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Offeror(s) within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Contracting Officer will award one, firm fixed price contract resulting from this RFQ to the responsible Offeror(s) whose quote conforming to the RFQ is most advantageous to the Government. Price The government reserves the right to award to an Offeror with other than the lowest price. The award will be made to the Offeror whose quote represents the best overall value to the government. Technical The Offeror clearly demonstrates in its response a clear understanding of all the Government s requirements and effective approach for the completion of service in accordance with the SOW. Past Performance Offerors must have a record of satisfactory or neutral past performance. If no record of past performance is found, the Offeror will receive a rating of neutral. The Government will utilize but is not limited to internal documentation including Federal Awardee Performance and Information System (FAPIIS) for determining the past performance of Offerors.   CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS    See attached document: Attachment A Statement of Work See attached document: Attachment B Past Performance Questionnaire See attached document: Attachment C Price Schedule   See attached document: Attachment D Wage Determination Point of Contact Britni Greenleaf Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Britni.Greenleaf@va.gov ATTACHMENT A STATEMENT OF WORK 36C24424Q0865 Employee Financial Wellness Platform & Coaching Purpose The Department of Veteran Affairs, Butler VA located at 353 N Duffy Road Butler, PA has a need to support individual employee financial wellness. The purpose of the employee financial wellness program is for employees to have access to personal financial services such as budgeting tools, goal tracking, guided financial plans and one-on-one financial coaching to help employees establish and maintain overall personal financial wellness as part of the Whole Health Initiative. Background The decision to pursue the financial wellness program came from the needs of the Butler employees. Employee Whole Health completes an employee needs assessment for the facility each year. For the past two years financial wellness/education has been in the top three for the Butler VA employees. Employees are interested in more than resources. Employees need a step-by-step approach with both resources and coaching support. This would be a program that contains a wide range of financial literacy so that all employees can benefit from the program. The program would be 100% voluntary, and no personal data would be collected. Financial stress can affect multiple areas of health and by providing our employees with an opportunity to learn how to get out debt, build savings, save for college and retirement, and build wealth, they can improve their health and well-being. This program walks employees through steps and provides additional education and guidance for success. Scope of Work The contractor is responsible for providing personal financial wellness platform including services and education for a period of 12 consecutive months via a digital platform for up to 700-799 employees. The Butler VA has a need to provide personal financial wellness services and education to employees. The contractor shall deliver these tools monthly by the means of an online digital platform to the Employees who are employed at 353 N. Duffy Rd, Butler, PA 16001 and 325 New Castle Rd, Butler PA 16001. Contractor Services: The contractor s financial services shall include a tool for financial budgeting. The contractor s financial services shall have tools in place to assist in financial planning. The contractor shall offer employees guidance and an outline for financial planning. The contractor shall have one on one financial coaching available. The contractor shall offer a data dashboard for administrators. The contractor shall offer personal coaching sessions. The contractor shall offer a minimum of six administrative accounts with the availability of generating reports. Period of Performance Firm-Fixed Price Contract Estimated: September 30, 2024 Hours of Operation The digital platform must have 24/7 access. The contractor shall provide customer technical support for its digital platform for the life of the contract within 1 business day via e-mail and/or telephone. The Liaison shall be available during the hours of 8am- 430pm Monday Friday Eastern Standard Time except for Federal Holidays: New Years Day, Martin Luther King Jr s Birthday, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Minimum Contractor Requirements for Service The contractor financial services shall be performed by those trained and qualified to use the Digital platform using the program guidelines. The digital platform must be accessible from any computer. The contractor must deliver access to the digital platform within 7 days after receipt of delivery order Reports: The contractor shall offer access to on demand reporting of employee financial progress. Reports can be generated by individual users for the purpose of individual personal progress. A report of how many employees are currently registered on the digital platform will be provided to the VA. The contractor shall not sell or share any employee information with any outside sources. The contractor shall supply tutorials and education by means of reading material and/or video media. The contractor shall provide customer technical support for its digital platform for the life of the contract within 1 business day via e-mail and/or telephone. The contractor shall make all resources available for the life of the contract. The contractor shall keep content up to date throughput the period of performance. The contractor shall provide a liaison to be responsible for the performance of work and their names shall be provided to the government point of contact. The contractor must notify the government point of contact in writing regarding any change in the liaison or the liaisons role within 10 business days. Privacy The Contractor will not have access to protected Patient Health Information (PHI) nor will they have capability of accessing patient information during the services provided. All research data available for Contractor analysis is de-identified. The contractor will not work on the VA premises. The contractor will not have access to VA Desktop computers. They will not have access to online resources belonging to the VA or the U.S. government. User Accounts The contractor shall require that individual accounts possess unique usernames and passwords and do NOT require any personally identifiable information to access the online content. All data developed because of any work awarded under this contract is and shall remain the property of the government. The Platform and/or services requires no VA information. Safety and Security Information Technology Security - All online resources, cloud-based services and instructional software shall meet the VA Cybersecurity requirements. Invoices shall only be used for active subscriptions. Ensure software, which is subject to static and dynamic analysis testing, imposes no risk to VA systems, users and/or data. Records Management Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Service Delivery Summary All contractors must receive privacy training annually using one of the following methods: PERFORMANCE STANDARD METHOD HOW OFTEN SUBMIT TO Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The POC must ensure that all contractors are validated in the PIH domain. Annually POC/Designee Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information . Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the POC. Annually POC/Designee ATTACHMENT B PAST/PRESENT PERFORMANCE QUESTIONNAIRE SOLICITATION NUMBER 36C24424Q0865 Employee Financial Wellness Platform & Coaching PLEASE COMPLETE THE FOLLOWING IDENTIFYING INFORMATION AND PAST PERFORMANCE ASSESSMENT. PLEASE SEND THE COMPLETED FORM TO BRITNI GREENLEAF, BRITNI.GREENLEAF@VA.GOV. SOLICITATION CLOSE DATE IS SEPTEMBER 20 AT 10:00AM.: I. CONTRACTOR IDENTIFICATION: Contractor: Contract Number: Period of Performance: Negotiated price or cost at award: Current estimated contract dollar amount: Describe service acquired: II. EVALUATOR INFORMATION: Name: Organization: Phone Number: Relation to Program: (i.e., Contracting Officer, Program Manager, Contract Specialist/Administrator, Contracting Officer's Technical Representative, etc.) Time On Contract: III. ASSESSMENT ELEMENTS: Narrative statements are vital. Please provide a narrative for each element below and then an adjectival rating under pars. III.A2, III.B.2, III.C.2, and an overall Past/Present Performance Adjectival Rating under par. III.F based on the attached Adjectival Rating Descriptions. Attach additional pages if there is insufficient space in the comment space. PERFORMANCE ADJECTIVAL RATINGS: Choose the appropriate adjective that most accurately describes the contractor s performance based on the descriptions below. EXCELLENT GOOD SATISFACTORY MARGINAL UNSATISFACTORY Performance meets contractual requirements with many exceeded to the Government s benefit. The contractual performance of the element being assessed was accomplished with no more than a few minor problems for which corrective actions taken by the contractor were highly effective. Performance meets contractual requirements with some exceeded to the Government s benefit. The contractual performance of the element being assessed was accomplished with no more than some minor problems for which corrective actions taken by the contractor were effective. Performance meets contractual requirements. The contractual performance of the element contains some minor problems for which corrective actions taken by the contractor were satisfactory. Performance does not meet some contractual requirements. The contractual performance of the element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor s proposed actions appear only marginally effective or were not fully implemented. Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element contains a serious problem(s) for which the contractor s corrective actions appear or were ineffective. A. QUALITY OF SERVICES 1. Narrative: Address the Contractor s ability to provide qualified personnel (including experienced managers and/or supervisors), necessary equipment which is properly maintained, quality control for the performance of your contract, and contractor s compliance with contractual terms and conditions. 2. Rating for Quality of Services: (Please check one and provide a narrative explanation of a Marginal or Unsatisfactory rating): Excellent Good Satisfactory Marginal Unsatisfactory B. TIMELINESS OF PERFORMANCE: 1. Narrative: Address the Contractor s ability to meet the contract s specific response times and Contractor s timeliness in providing any administrative reports/documents required by your contract. 2. Rating for Timeliness of Performance: (Please check one and provide a narrative explanation of a Marginal or Unsatisfactory rating): Excellent Good Satisfactory Marginal Unsatisfactory C. BUSINESS RELATIONS 1. Narrative: Address Contractor s willingness to improve and correct noncompliance issues and concerns. Describe Contractor s ability to correct problems and prevent or mitigate potential problems in a timely manner. Does Contractor display initiative and flexibility? Do Contractor personnel promote a strong working relationship with your agency/organization? Are Contractor personnel courteous and responsive? Do Contractor personnel interface effectively with your staff? 2. Rating for Business Relations: (Please check one and provide a narrative explanation of a Marginal or Unsatisfactory rating): Excellent Good Satisfactory Marginal Unsatisfactory D. Identify the contractor s overall strengths and weaknesses: E. Given the choice, would you award to this contractor again? YES NO If no, please explain: F. CONTRACTOR S OVERALL PAST/PRESENT PERFORMANCE RATING: (Please check one and provide a narrative explanation of a Marginal or Unsatisfactory rating): Excellent Good Satisfactory Marginal Unsatisfactory Attachment C PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 750.00 EA __________________ __________________ Digital financial platform access, per employee PRINCIPAL NAICS CODE: 611710 - Educational Support Services PRODUCT/SERVICE CODE: U009 - Education/Training - General 0002 75.00 EA __________________ __________________ One-on-one financial coaching PRINCIPAL NAICS CODE: 611710 - Educational Support Services PRODUCT/SERVICE CODE: U009 - Education/Training - General GRAND TOTAL __________________ Attachment D Wage Determination ""REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-4235 Daniel W. Simms Division of | Revision No.: 27 Director Wage Determinations| Date Of Last Revision: 07/22/2024 _______________________________________|______________________________________ Note: Contracts subject to the Service Contract Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658._____________________________________________________________________________________ |If the contract is entered into on or |Executive Order 14026 generally applies to | |after January 30, 2022, or the |the contract. | |contract is renewed or extended (e.g., |The contractor must pay all covered workers | |an option is exercised) on or after |at least $17.20 per hour (or the applicable | |January 30, 2022: |wage rate listed on this wage determination,| | |if it is higher) for all hours spent | | |performing on the contract in 2024. | If the contract was awarded on or |Executive Order 13658 generally applies to | |between January 1, 2015 and January 29,|the contract. | |2022, and the contract is not renewed |The contractor must pay all covered workers | |or extended on or after January 30, |at least $12.90 per hour (or the applicable | |2022: |wage rate listed on this wage determination,| | |if it is higher) for all hours spent | | |performing on the contract in 2024. | ______________________________________________________________________________ The applicable Executive Order minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts. ______________________________________________________________________________ State: Pennsylvania Area: Pennsylvania Counties of Allegheny, Armstrong, Beaver, Butler, Fayette, Washington, Westmoreland ______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e8572092b6c34e48bdc8fb023513ec0d/view)
 
Place of Performance
Address: Butler VA Medical Center 353 N Duffy Road, Butler 16001, USA
Zip Code: 16001
Country: USA
 
Record
SN07201617-F 20240908/240906230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.