DOCUMENT
S -- Window Washing VAMC Buffalo - Attachment
- Notice Date
- 9/12/2016
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- VA52816Q0350
- Response Due
- 9/27/2016
- Archive Date
- 11/26/2016
- Point of Contact
- Les.Lecceardone@va.gov
- E-Mail Address
-
Contracting Officer
(Les.Lecceardone@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION WEEKLY/QUARTERLY ATRIUM WINDOW WASHING BUFFALO VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" and FAR Part 13 "Simplified Acquisition Procedures", 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA528-16-Q-0350. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total Service-Disabled Veteran Owned Small Business set-aside. The North American Industry Classification System (NAICS) code is 561720, Janitorial Services, with a small business size standard of $18.0 Million. (v) The Contractor shall provide pricing for the Weekly & Quarterly Atrium Window Washing services for a base and four option years. See table below for timeframe of option periods: ANNUAL TOTAL PRICING FOR WINDOW WASHING SERVICE AGREEMENT CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0001BASE YEAR: WEEKLY WINDOW WASHING SERVICES FOR THE MAIN ENTRANCE, OUTPATIENT E WING & CANTEEN ENTRANCE AT THE BUFFALO VAMC (10/01/2016 TO 09/30/2017).52WK 0002BASE YEAR: QUARTERLY WINDOW WASHING SERVICES FOR THE GLASS ATRIUM FOR BUFFALO VAMC (10/01/2016 TO 09/30/2017).4QTR TOTAL BASE YEAR PRICE (10/01/2016 TO 09/30/2017). CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0003OPTION YEAR ONE: WEEKLY WINDOW WASHING SERVICES FOR THE MAIN ENTRANCE, OUTPATIENT E WING & CANTEEN ENTRANCE AT THE BUFFALO VAMC (10/01/2017 TO 09/30/2018).52WK 0004OPTION YEAR ONE: QUARTERLY WINDOW WASHING SERVICES FOR THE GLASS ATRIUM FOR BUFFALO VAMC (10/01/2017 TO 09/30/2018).4QTR TOTAL OPTION YEAR ONE PRICE (10/01/2017 TO 09/30/2018). CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0005OPTION YEAR TWO: WEEKLY WINDOW WASHING SERVICES FOR THE MAIN ENTRANCE, OUTPATIENT E WING & CANTEEN ENTRANCE AT THE BUFFALO VAMC (10/01/2018 TO 09/30/2019).52WK 0006OPTION YEAR TWO: QUARTERLY WINDOW WASHING SERVICES FOR THE GLASS ATRIUM FOR BUFFALO VAMC (10/01/2018 TO 09/30/2019).4QTR TOTAL OPTION YEAR TWO PRICE (10/01/2018 TO 09/30/2019). CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0007OPTION YEAR THREE: WEEKLY WINDOW WASHING SERVICES FOR THE MAIN ENTRANCE, OUTPATIENT E WING & CANTEEN ENTRANCE AT THE BUFFALO VAMC (10/01/2019 TO 09/30/2020).52WK 0008OPTION YEAR THREE: QUARTERLY WINDOW WASHING SERVICES FOR THE GLASS ATRIUM FOR BUFFALO VAMC (10/01/2019 TO 09/30/2020).4QTR TOTAL OPTION YEAR THREE PRICE (10/01/2019 TO 09/30/2020). CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE 0009OPTION YEAR FOUR: WEEKLY WINDOW WASHING SERVICES FOR THE MAIN ENTRANCE, OUTPATIENT E WING & CANTEEN ENTRANCE AT THE BUFFALO VAMC (10/01/2020 TO 09/30/2021).52WK 0010OPTION YEAR FOUR: QUARTERLY WINDOW WASHING SERVICES FOR THE GLASS ATRIUM FOR BUFFALO VAMC (10/01/2020 TO 09/30/2021).4QTR TOTAL OPTION YEAR FOUR PRICE (10/01/2020 TO 09/30/2021). TOTAL AGGREGATE PRICE FOR BASE PLUS FOUR OPTION YEARS. $____________________________ (vi) Description of requirement (See Statement of Work (SOW) below and the attached Wage determination information and Performance Monitoring Plan: The contractor shall provide all parts and labor identified in the SOW. STATEMENT OF WORK The contractor shall provide all supervision, labor, equipment, and supplies necessary for the Weekly cleaning of the following entrance way windows at the VA Western NY Healthcare System, Buffalo site: Main entrance on Bailey Avenue (weekly) Outpatient entrance in E Wing (weekly) Entrance to canteen dining areas and retail store in basement (weekly) Glass atrium over patient smoking area on the north end of C Wing (quarterly) SERVICE All work performed on this contract shall be done during the hours of 7:00 A.M. - 2:00 P.M., Monday through Friday, excluding Federal holidays. Contractor shall schedule cleaning hours with the Contracting Officer's Representative (COR), of Environmental Management Service Department. Facility Contractor Badge: Contractor shall sign out badge from EMS office at beginning of service and sign back in badge at end of service call. Badges shall not leave the facility. Badges in Buffalo are obtained in the EMS office Room 63. Working Hours: Regular business hours of the EMS office are between the hours of 6:00 AM and 2:00 PM Monday-Friday with completion of service before 2:00 PM. The Contractor shall provide a work schedule with a time frame and day of service (i.e. Tuesday August 7th, 2016 7:00 AM EST). SPECIFICATIONS 1. The windows and storm windows shall be washed thoroughly inside and outside. Windows are to be left translucent and free from dirt, streaks, tar, gum, paint, waterproofing compounds, soil, weathering, and other substances. 2. All screens are to be brush cleaned inside, sponge wiped, and left free from dirt, tar, gum, paint, waterproofing compounds and other substances. 3. All inside and outside sills on all windows, including areas between screens and windows are to be cleaned and left free from dirt, tar, gum, waterproofing compounds and other substances. 4. Any stains and/or screen discolorations, caused by this window cleaning service shall be thoroughly removed from panes, screens, floors, sills, furniture and other Government property by the Contractor at no additional cost to the Government. 5. Any glass broken by Contractor personnel during the performance of this contract shall be replaced to the satisfaction of the Environmental Manager or his designee, within 24 hours; at no additional cost to the Government. SCHEDULING/REPORTING REQUIREMENTS 1. The Contractor, his/her employees will report daily to the Environmental Management Service office, prior to beginning of weekly work and again on completion of the workday. They will be required to complete a sign-in/sign-out log, listing the areas of planned work and actual work accomplished. The Contractor's proposed daily work scheduling is subject to mutual acceptance by the COR. The VA reserves the right to propose alternate daily scheduling so as to least interfere with the normal operation of Medical Center. IDENTIFICATION, PARKING, SMOKING AND VAMC REGULATIONS Contractors shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the vendor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement of parking violations of the vendor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Contractor vehicles shall not dispose of, or drain off liquid (or any accumulation chemicals that may be harmful to the environment) on VA grounds. The Contractor's personnel shall immediately clean-up any spills of oil, or other fluids, caused by malfunctions of the engine or hydraulics. This will be in accordance with Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA), New York State Department of Environmental Conservation (DEC) and any other state and federal regulations and guidelines. The Contractor shall be responsible for storage and maintenance of their equipment and trucks. (vii) Awardee shall coordinate with the Contracting Officer's Representative (COR) prior to performance. Place of Performance: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215-1129 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.209-5Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.216-1Type of Contract (APR 1984) 52.233-2Service of Protest (SEPT 2006) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternate Protest Procedure (JAN 1998) 852.270-1Representatives of Contracting Officers (JAN 2008) (ix) Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the PWS, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8Option to Extend Services (NOV 1999) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 52.228-5Insurance-Work on a Government Installation (JAN 1997) CL-120Supplemental Insurance Requirements 52.232-18Availability of Funds (APR 1984) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) 001AL-11-15-ALimitations on Subcontracting - Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-20, Aerosols (JUN 2016) (E.O. 13693) 52.223-21, Foams (JUN 2016) (E.O. 13693) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation A walk through of the facility shall be scheduled for 8:00am on September 22, 2016. To attend the walkthrough, please confirm your intent to attend the walkthrough via email to Les.Lecceardone@va.gov before 12:00 PM EST on September 20, 2016. (xiv) N/A (xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for window washing services at the Buffalo VA Medical Center as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must 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:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Thursday, September 29, 2016. The government shall only accept electronic submissions via email, please send all quotations to Les.Lecceardone@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Les Lecceardone, Contracting Officer, 585-393-8035; Les.Lecceardone@va.gov. List of Attachments See attached document: P09-Performance Monitoring. See attached document: WD 86. PERFORMANCE MONITORING PLANSTANDARD Repaired damageAll damage caused by Contractor's personnel repaired to previously existing condition. Weekly report of area to be servicedProject manager to submit the areas/rooms to be serviced each week. Adherence to policies, procedures, mandatory directives, safety and fire regulationsContractor to follow policies, procedures, mandatory directives and safety and fire regulations. Contractor's personnel All employees to wear approved uniform that is clean, odor free, and in good repair. Approved materials, equipmentEquipment, tools and materials to be approved prior to their use and be properly marked. Contractor may not use Government tools and/or equipment. Space, premises and utilities are conserved and protectedContractor to maintain the space assigned and use only that space to operate under conditions that preclude the waste of utilities. Normal facility functionsWork of the Contractor to be coordinated to prevent conflicts with the treatment of patients and the functioning of the facility. No medical apparatus is to be moved without approval. Safe equipment useProper use of belts, ropes, hoists, hard-hats, goggles, masks, protective clothing, rigging, etc. Initial training and orientation of employeesDocumented training and initial orientation completed prior to employee performing work. Project ManagerAssigned competent person to manage all aspects of work and given appropriate authority. Correction of noted cleaning deficienciesRe-clean where deficiencies have been identified. Re-cleaning to take place within 2 workdays of identification. WD 15-4148 (Rev.-1) was first posted on www.wdol.gov on 04/12/2016 ************************************************************************************ 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.: 2015-4148 Daniel W. Simms Division of | Revision No.: 1 Director Wage Determinations| Date Of Revision: 04/05/2016 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the 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 $10.15 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 2016. 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 Erie, Niagara ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.77 01012 - Accounting Clerk II 15.46 01013 - Accounting Clerk III 17.39 01020 - Administrative Assistant 25.42 01041 - Customer Service Representative I 12.99 01042 - Customer Service Representative II 14.60 01043 - Customer Service Representative III 15.94 01051 - Data Entry Operator I 14.30 01052 - Data Entry Operator II 15.61 01060 - Dispatcher, Motor Vehicle 15.86 01070 - Document Preparation Clerk 14.03 01090 - Duplicating Machine Operator 14.03 01111 - General Clerk I 12.49 01112 - General Clerk II 13.63 01113 - General Clerk III 15.30 01120 - Housing Referral Assistant 23.17 01141 - Messenger Courier 13.04 01191 - Order Clerk I 14.08 01192 - Order Clerk II 15.37 01270 - Production Control Clerk 21.75 01290 - Rental Clerk 15.23 01300 - Scheduler, Maintenance 18.57 01311 - Secretary I 18.57 01312 - Secretary II 20.77 01313 - Secretary III 23.17 01320 - Service Order Dispatcher 14.59 01410 - Supply Technician 25.42 01611 - Word Processor I 14.97 01612 - Word Processor II 15.93 01613 - Word Processor III 17.82 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.34 05010 - Automotive Electrician 21.67 05040 - Automotive Glass Installer 20.85 05070 - Automotive Worker 20.85 05110 - Mobile Equipment Servicer 19.45 05130 - Motor Equipment Metal Mechanic 22.34 05160 - Motor Equipment Metal Worker 20.85 05190 - Motor Vehicle Mechanic 22.34 05220 - Motor Vehicle Mechanic Helper 18.03 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.18 11122 - Housekeeping Aide 12.11 11150 - Janitor 12.70 11210 - Laborer, Grounds Maintenance 14.30 11240 - Maid or Houseman 9.95 11360 - Window Cleaner 13.24 23000 - Mechanics And Maintenance And Repair Occupations 23370 - General Maintenance Worker 20.01 23380 - Ground Support Equipment Mechanic 28.38 23381 - Ground Support Equipment Servicer 25.62 23382 - Ground Support Equipment Worker 26.54 23470 - Laborer 13.61 99000 - Miscellaneous Occupations 99030 - Cashier 10.21 99050 - Desk Clerk 10.47 99730 - Refuse Collector 18.39 99810 - Sales Clerk 12.42 ___________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $4.27 per hour computed on the basis of all hours worked by service employees employed on the contract. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 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 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. 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 2014, 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: 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 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. 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 U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 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 Division's decision to the contractor. 6) 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)).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52816Q0350/listing.html)
- Document(s)
- Attachment
- File Name: VA528-16-Q-0350 VA528-16-Q-0350_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2998375&FileName=VA528-16-Q-0350-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2998375&FileName=VA528-16-Q-0350-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-16-Q-0350 VA528-16-Q-0350_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2998375&FileName=VA528-16-Q-0350-000.docx)
- Place of Performance
- Address: Buffalo VA Medical Center;3495 Bailey Avenue;Buffalo, NY
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN04267631-W 20160914/160912235626-b8d7e760d45909584bcf2b72bc05dc8c (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 |