SECTION B - CONTINUATION OF SF 1449 BLOCKS - Veterans …



TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS131VA262-16-R-087207-26-2016André Jeanpierre 562.766.223508-25-201600262Department of Veterans AffairsNetwork Contracting Office 224811 Airport Plaza DriveSuite 600Long Beach CA 90815X100X339116500 EmployeesN/AN/AXDepartment of Veterans AffairsSee Performance Work Statement (PWS)for list of participating facilitie 00262Department of Veterans AffairsNetwork Contracting Office 224811 Airport Plaza DriveSuite 600Long Beach CA 90815 Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971See enclosed Price / Cost Schedule$0.00XX1Table of Contents TOC \o &quot;1-4&quot; \f \h \z \u \x SECTION A PAGEREF _Toc457305375 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc457305376 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc457305377 \h 4B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc457305378 \h 4B.2 IT CONTRACT SECURITY PAGEREF _Toc457305379 \h 5B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc457305380 \h 14B4. DESCRIPTION/SPECIFICATIONS/PERFORMANCE WORK STATEMENT (PWS) AND REQUIREMENTS PAGEREF _Toc457305381 \h 15B.5 Price/Cost Schedule PAGEREF _Toc457305382 \h 24VAGLAHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017 PAGEREF _Toc457305383 \h 24VALBHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017 PAGEREF _Toc457305384 \h 28VASDHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017 PAGEREF _Toc457305385 \h 31VASNHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017 PAGEREF _Toc457305386 \h 31SECTION C - CONTRACT CLAUSES PAGEREF _Toc457305387 \h 36C.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) PAGEREF _Toc457305388 \h 36C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) ALTERNATE II (MAR 2016) PAGEREF _Toc457305389 \h 42C.3 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc457305390 \h 48C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc457305391 \h 48C.5 52.216-22 INDEFINITE QUANTITY (OCT 1995) PAGEREF _Toc457305392 \h 49C.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc457305393 \h 49C.7 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) ALTERNATE I (JAN 2011) PAGEREF _Toc457305394 \h 50C.8 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) ALTERNATE II (NOV 2011) PAGEREF _Toc457305395 \h 51C.9 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) PAGEREF _Toc457305396 \h 52C.10 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) PAGEREF _Toc457305397 \h 52C.11 52.224-2 PRIVACY ACT (APR 1984) PAGEREF _Toc457305398 \h 52C.12 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc457305399 \h 53C.13 52.237-3 CONTINUITY OF SERVICES (JAN 1991) PAGEREF _Toc457305400 \h 53C.14 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) PAGEREF _Toc457305401 \h 54C.15 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc457305402 \h 60C.16 MANDATORY WRITTEN DISCLOSURES PAGEREF _Toc457305403 \h 60SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc457305404 \h 61D.1 QUALITY ASSURANCE SURVEILLANCE PLAN PAGEREF _Toc457305405 \h 61D.2 PAST PERFORMANCE QUESTIONNAIRE PAGEREF _Toc457305406 \h 66D.3 WAGE DETERMINATIONS PAGEREF _Toc457305407 \h 71SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc457305408 \h 103E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) PAGEREF _Toc457305409 \h 103E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc457305410 \h 107E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc457305411 \h 110E.4 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) PAGEREF _Toc457305412 \h 111E.5 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc457305413 \h 112E.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990) PAGEREF _Toc457305414 \h 112E.7 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc457305415 \h 112E.8 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc457305416 \h 113E.9 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) PAGEREF _Toc457305417 \h 114E.10 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) ALTERNATE I (OCT 2014) PAGEREF _Toc457305418 \h 115E.11 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) PAGEREF _Toc457305419 \h 130E.12 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc457305420 \h 130E.13 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) PAGEREF _Toc457305421 \h 131E.14 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc457305422 \h 131E.15 VAAR 852.273-70 LATE OFFERS (JAN 2003) PAGEREF _Toc457305423 \h 131E.16 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) PAGEREF _Toc457305424 \h 131SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals:CONTRACTOR: _____________________________________________________________________________________________________________________________________________________________________ b. GOVERNMENT: Contracting Officer 00262, André JeanpierreDepartment of Veterans AffairsNetwork Contracting Office 224811 Airport Plaza DriveSuite 600Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the Contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[ ]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[ ] b. Semi-Annually[ ] c. Other[X] (See individual delivery orders) 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the Contractor shall be submitted electronically in accordance with VA Acquisition Regulation (VAAR) Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans Affairs Financial Services CenterP.O. Box 149971 TX 78714-9971ACKNOWLEDGMENT OF AMENDMENTS: The Offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 IT CONTRACT SECURITY VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY1. GENERALContractors, Contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMSa. A Contractor/subcontractors shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.b. All Contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for Contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the Contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor.e. The Contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the Contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the Contractor or subcontractor prior to an unfriendly termination.3. VA INFORMATION CUSTODIAL LANGUAGEa. Information made available to the Contractor or subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the Contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).b. VA information should not be co-mingled, if possible, with any other data on the Contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the Contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on site inspections of Contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.c. Prior to termination or completion of this contract, Contractor/ subcontractor must not destroy information received from VA, or gathered/ created by the Contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a Contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the Contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.d. The Contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract.e. The Contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed.f. If VA determines that the Contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the Contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12.g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship.h. The Contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.i. The Contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request.j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the Contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The Contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response.k. Notwithstanding the provision above, the Contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the Contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that Contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response.l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the Contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR.4. INFORMATION SYSTEM DESIGN AND DEVELOPMENTa. Information systems that are designed or developed for or on behalf of VA at non-VA facilities shall comply with all VA directives developed in accordance with FISMA, HIPAA, NIST, and related VA security and privacy control requirements for Federal information systems. This includes standards for the protection of electronic PHI, outlined in 45 C.F.R. Part 164, Subpart C, information and system security categorization level designations in accordance with FIPS 199 and FIPS 200 with implementation of all baseline security controls commensurate with the FIPS 199 system security categorization (reference Appendix D of VA Handbook 6500, VA Information Security Program). During the development cycle a Privacy Impact Assessment (PIA) must be completed, provided to the COR, and approved by the VA Privacy Service in accordance with Directive 6507, VA Privacy Impact Assessment.b. The Contractor/subcontractor shall certify to the COR that applications are fully functional and operate correctly as intended on systems using the VA Federal Desktop Core Configuration (FDCC), and the common security configuration guidelines provided by NIST or the VA. This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista) and future versions, as required.c. The standard installation, operation, maintenance, updating, and patching of software shall not alter the configuration settings from the VA approved and FDCC configuration. Information technology staff must also use the Windows Installer Service for installation to the default "program files" directory and silently install and uninstall.d. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.e. The security controls must be designed, developed, approved by VA, and implemented in accordance with the provisions of VA security system development life cycle as outlined in NIST Special Publication 800-37, Guide for Applying the Risk Management Framework to Federal Information Systems, VA Handbook 6500, Information Security Program and VA Handbook 6500.5, Incorporating Security and Privacy in System Development Lifecycle.f. The Contractor/subcontractor is required to design, develop, or operate a System of Records Notice (SOR) on individuals to accomplish an agency function subject to the Privacy Act of 1974, (as amended), Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Privacy Act may involve the imposition of criminal and civil penalties.g. The Contractor/subcontractor agrees to:(1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies:(a) The Systems of Records (SOR); and(b) The design, development, or operation work that the Contractor/ subcontractor is to perform;(1) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a SOR on individuals that is subject to the Privacy Act; and(2) Include this Privacy Act clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a SOR.h. In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a SOR on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an agency function, the Contractor/subcontractor is considered to be an employee of the agency.(1) "Operation of a System of Records" means performance of any of the activities associated with maintaining the SOR, including the collection, use, maintenance, and dissemination of records.(2) "Record" means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and contains the person's name, or identifying number, symbol, or any other identifying particular assigned to the individual, such as a fingerprint or voiceprint, or a photograph.(3) "System of Records" means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.i. The vendor shall ensure the security of all procured or developed systems and technologies, including their subcomponents (hereinafter referred to as "Systems"), throughout the life of this contract and any extension, warranty, or maintenance periods. This includes, but is not limited to workarounds, patches, hotfixes, upgrades, and any physical components (hereafter referred to as Security Fixes) which may be necessary to fix all security vulnerabilities published or known to the vendor anywhere in the Systems, including Operating Systems and firmware. The vendor shall ensure that Security Fixes shall not negatively impact the Systems.j. The vendor shall notify VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as is practical, but in no event longer than days.k. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to the VA that the patch has been validated as not affecting the Systems within 10 working days. When the vendor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes within days.l. All other vulnerabilities shall be remediated as specified in this paragraph in a timely manner based on risk, but within 60 days of discovery or disclosure. Exceptions to this paragraph (e.g. for the convenience of VA) shall only be granted with approval of the contracting officer and the VA Assistant Secretary for Office of Information and Technology.5. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USEa. For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, Contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The Contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation.b. Adequate security controls for collecting, processing, transmitting, and storing of Personally Identifiable Information (PII), as determined by the VA Privacy Service, must be in place, tested, and approved by VA prior to hosting, operation, maintenance, or use of the information system, or systems by or on behalf of VA. These security controls are to be assessed and stated within the PIA and if these controls are determined not to be in place, or inadequate, a Plan of Action and Milestones (POA&M) must be submitted and approved prior to the collection of PII.c. Outsourcing (Contractor facility, Contractor equipment or Contractor staff) of systems or network operations, telecommunications services, or other managed services requires certification and accreditation (authorization) (C&A) of the Contractor's systems in accordance with VA Handbook 6500.3, Certification and Accreditation and/or the VA OCS Certification Program Office. Government- owned (Government facility or Government equipment) Contractor-operated systems, third party or business partner networks require memorandums of understanding and interconnection agreements (MOU-ISA) which detail what data types are shared, who has access, and the appropriate level of security controls for all systems connected to VA networks.d. The Contractor/subcontractor's system must adhere to all FISMA, FIPS, and NIST standards related to the annual FISMA security controls assessment and review and update the PIA. Any deficiencies noted during this assessment must be provided to the VA contracting officer and the ISO for entry into VA's POA&M management process. The Contractor/subcontractor must use VA's POA&M process to document planned remedial actions to address any deficiencies in information security policies, procedures, and practices, and the completion of those activities. Security deficiencies must be corrected within the timeframes approved by the Government. Contractor/subcontractor procedures are subject to periodic, unannounced assessments by VA officials, including the VA Office of Inspector General. The physical security aspects associated with Contractor/ subcontractor activities must also be subject to such assessments. If major changes to the system occur that may affect the privacy or security of the data or the system, the C&A of the system may need to be reviewed, retested and re- authorized per VA Handbook 6500.3. This may require reviewing and updating all of the documentation (PIA, System Security Plan, Contingency Plan). The Certification Program Office can provide guidance on whether a new C&A would be necessary.e. The Contractor/subcontractor must conduct an annual self assessment on all systems and outsourced services as required. Both hard copy and electronic copies of the assessment must be provided to the COR. The Government reserves the right to conduct such an assessment using Government personnel or another Contractor/subcontractor. The Contractor/subcontractor must take appropriate and timely action (this can be specified in the contract) to correct or mitigate any weaknesses discovered during such testing, generally at no additional cost.f. VA prohibits the installation and use of personally-owned or Contractor/ subcontractor-owned equipment or software on VA's network. If non-VA owned equipment must be used to fulfill the requirements of a contract, it must be stated in the service agreement, SOW or contract. All of the security controls required for Government furnished equipment (GFE) must be utilized in approved other equipment (OE) and must be funded by the owner of the equipment. All remote systems must be equipped with, and use, a VA-approved antivirus (AV) software and a personal (host-based or enclave based) firewall that is configured with a VA-approved configuration. Software must be kept current, including all critical updates and patches. Owners of approved OE are responsible for providing and maintaining the anti-viral software and the firewall on the non-VA owned OE.g. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the Contractor/subcontractor or any person acting on behalf of the Contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the Contractors/ subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the Contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract.h. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:(1) Vendor must accept the system without the drive;(2) VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or(3) VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.(4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then;(a) The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and(b) Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract.(c) A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation.6. SECURITY INCIDENT INVESTIGATIONa. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The Contractor/ subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/ subcontractor has access.b. To the extent known by the Contractor/subcontractor, the Contractor/ subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the Contractor/subcontractor considers relevant.c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.d. In instances of theft or break-in or other criminal activity, the Contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The Contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The Contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.7. LIQUIDATED DAMAGES FOR DATA BREACHa. Consistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the Contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the Contractor/subcontractor processes or maintains under this contract.b. The Contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.c. Each risk analysis shall address all relevant information concerning the data breach, including the following:(1) Nature of the event (loss, theft, unauthorized access);(2) Description of the event, including:(a) date of occurrence;(b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code;(3) Number of individuals affected or potentially affected;(4) Names of individuals or groups affected or potentially affected;(5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text;(6) Amount of time the data has been out of VA control;(7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons);(8) Known misuses of data containing sensitive personal information, if any;(9) Assessment of the potential harm to the affected individuals;(10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and(11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised.d. Based on the determinations of the independent risk analysis, the Contractor shall be responsible for paying to the VA liquidated damages in the amount of $100,000.00 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:(1) Notification;(2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;(3) Data breach analysis;(4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;(5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and(6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.8. SECURITY CONTROLS COMPLIANCE TESTINGOn a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the Contractor under the clauses contained within the contract. With 10 working-day's notice, at the request of the Government, the Contractor must fully cooperate and assist in a Government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The Government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time.9. TRAININGa. All Contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:(1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;(2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;(3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and(4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.]b. The Contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.(End of Clause)B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011)This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The Contractor is advised in performing contract administration functions, the CO may use the services of a support Contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support Contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support Contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support Contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support Contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the Contractor compliance with the subcontracting commitments.B4. DESCRIPTION/SPECIFICATIONS/PERFORMANCE WORK STATEMENT (PWS) AND REQUIREMENTS1. GENERAL: Contractor(s) shall provide fixed, removable, and/or implantable dental prostheses for Veterans that are beneficiaries of the VA Greater Los Angeles Healthcare System (hereinafter referenced as VAGLAHS), VA San Diego Healthcare System (hereinafter referenced as VASDHS), and VA Long Beach Healthcare System (hereinafter referenced as VALBHS). Contractor(s) shall provide all transportation, labor, supplies, supervision, and materials required to fabricate dental prostheses in accordance with prescription specifications, from:VASDHS (3350 La Jolla Village Dr. San Diego, Ca. 92161, Room Number 2A155, Dental Prosthetic Lab)VALBHS (5901 East 7th Street Long Beach, CA 90822, Room Number D227, Dental Prosthetic Lab)VAGLAHS (Five (5) sites and six (6) clinics as follows: 1/ VA West LA Dental Clinic : 11301 Wilshire Blvd. Los Angeles, CA 90073, Building 500, Room 0052 and Building 213, Room 30; 2/ VA Sepulveda Acute Care Clinic (ACC) Dental Clinic : 16111 Plummer St., North Hills, CA 91343, Building 10, RM 1-C100; 3/ VA Los Angeles ACC Dental Clinic, 351 East Temple Street, Los Angeles, CA 90012, Room A504, 4/ VA Bakersfield Community Based Outpatient Clinic (CBOC) Dental Clinic: 1801 Westwind Dr., Bakersfield, CA 93301 5/ VA Santa Maria CBOC Dental Clinic: 1550 East Main Street, Santa Maria, CA 93454.The Contractor shall be a full service laboratory that can integrate the combined treatment needs of the prosthetic patient requiring simultaneous fixed, removable, and implant supported prostheses. Contractor(s) will be required to attend patient’s appointments on short notice due to any urgent situations to provide dental supplies and/or provide assistance with dental lab prostheses.2. MULTIPLE AWARDS:The Government intends to make multiple awards and at least one contract at each site will be awarded to a local Contractor with an office located within a reasonable distance to each site to provide a quick turn-around prostheses adjustments with same day pick up and return within twenty-four – forty-eight (24 – 48) hours, 24 being the minimum for acceptable performance.3. Pick-up/Delivery: The Contractor shall be required to pick-up or arrange to have delivered to their place of business prescriptions/specifications and impressions between the hours of 8:00 a.m. and 3:30 p.m. Monday through Friday, excluding National Holidays at no additional cost to the Government. Orders placed no later than 12:00 noon shall be picked-up the same day. Orders placed after 12:00 noon, shall be picked-up the following business day. Supplies covered under this contract shall be delivered to either VAGLAHS (five (5) sites/six (6) clinics), VASDHS or VALBHS depending on the request. All pick-ups & deliveries must be made in person directly to the Dental Services Department.The Contractor shall deliver all completed orders no later than fourteen (14) calendar days from the date the order is placed or on an agreed date by both the Contractor and the submitting VA dentists.4. Products and Services:All metal crowns and bridges shall be cast in noble or high noble metal as indicated by Dentists. All designs shall be a flat fee including metal. Additional charges shall be permitted for gold by amount used.Porcelain fused to metal crowns/bridges shall be cast in high noble white metal. All designs shall be a flat fee including metal. Occlusal/lingual surfaces may be porcelain, porcelain/metal, or full metal design per prescription. Esthetic margins may be metal, porcelain/metal, or porcelain but as per prescription. Pontic designs shall include hygienic, ridge lap, or anatomic per prescription (saddle pontics not acceptable). Full or partial coverage ceramic restorations shall be a flat fee and include options such as empress, procera , captek, Zirconia and lithium disilicate (E-max)Intracoronal ceramic restorations shall be a flat fee and includes such options as empress, procera, E-max, zirconiaCast removable partial denture frameworks shall be casted in Vitallium metal. All designs shall be a flat fee and may include necessary wrought wire clasps or modification spaces.Resin retained bridges shall be cast in non-noble metal and include one or two retainers of any design and one pontic of any design as part of the flat fee. Additional pontics or retainers of any design are additional.Full or partial dentures may be returned for try-in or taken to finish as per prescription. Denture teeth shall be provided when requested by the Dentist. All dentures shall be processed using Lucitone 199 or equivalent materials unless otherwise prescribed and include patient identification processed in denture. All dental prostheses supplied to VA dental clinics must comply with all regulations and standards from the Food and Drug Administration (FDA), American National Standards Institute (ANSI), and the American Dental Association. Dental prostheses or appliances assembled or created under the contract shall not be manufactured outside of the United States. The contract laboratory shall provide description of the metal alloy components and percentages used in the fabrication of each of the requested dental prostheses. Contractor shall adhere to Occupational Safety and Health Administration (OSHA) standards and disinfect all dental impressions and prostheses.5. REPAIRS AND REMAKES:RepairsRepairs of new original restorations/prostheses will be at no charge, as long as there has been no change from the original prescription (Rx) or preparation and if restorations do not fit original models. There will also be no charge if the Dentist changes the shade but the correction can be made without remaking the restoration or stripping porcelain.The following are examples of No-Charge Repairs:Add contacts, polish or re-glaze, shade correction (to comply with original prescription), add porcelain, re-contour, and add to pontic area.Shipping Charges on repairs & remakesNO shipping will be charged if Contractors did not meet the conditions of the prescription, or if the restorations/prostheses do not fit original models.Warranty Remakes & RepairsAll remakes and repairs that fall within warranty period will be remade at no charge as long as the material is not changed. The original restorations/prostheses must be returned to the Contractor lab for remake cases. Conditional warranty detailsAll warranties are conditional. Any damage due to trauma or normal wear and tear is excluded from warranty. Additional restorative procedures, including but not limited to endodontic treatment, addition of a partial denture and loss and/or failure of teeth, may void the warranty. All warranties will be remedied by remake of original class of restorations/prostheses at no charge.One year conditional warranty:Porcelain Veneers (Including all Nano Veneer Restorations)IPS Empress Veneers, Crowns, Onlay, or InlaysNano Veneers, Ultra and Simply ThinEmpress EstheticFeldspathic Porcelain Onlay/InlayComposite BridgesMaryland BridgesFive year conditional warranty products:ProceraLavaCaptekZirconiae.Max (Lithium Disilicate) Layerede.Max Monolithic (Lithium Disilicate)Porcelain fused to metalZir-MAX L Layered ZirconiaBruxZirComposites (Sculpture, Belle-Glass NG, Diamond Crown, and Cristobal)(excluding mutually opposing implant-supported full arch bridges)(excluding Maryland and inlay/onlay bridges)Full Metal CrownsSix Month conditional warranty (Removable Prostheses):Night GuardsAcrylic SplintsTalon SplintsSleep Apnea Appliances (Elastic Mandibular Advancement (EMA), Silencer,TAP'3, and Herbst)Sports GuardsAcrylic PartialDuraTempsOne Year conditional warranty (Removable Prostheses):Full DenturesVitallium Cast Frames & PartialsFlexible Thermoplastic (Valplast) Partials Thirty Day conditional warranty:Immediate denturesImmediate flexible nylon partialsAcrylic flippersRetainersSurgical and radiographic guides and all other dental devices, if the failures are due to defects in materials or workmanship.Special Handling:Unusual circumstances may dictate the need for a dental order to be picked up, specially shipped and returned overnight, or processed within a shorter time frame.6. PRODUCT LINE:Fixed Prosthetics:. Porcelain fused to metal crown, retainer or pontic. Full or partial coverage all ceramic crown, retainer or pontic. Full or partial coverage full metal crown, retainer or pontic. Rest/guide plane of any design for any of the above, per tooth. Resin retained bridge. Additional pontic for resin retained bridge. Additional retainer for resin retained bridge. Intracoronal ceramic restorationRemovable Prosthetics:Partial denture framework upper or lowerPartial denture framework, setup and complete, no try-inPartial denture setup only to try-in/not processedPartial denture setup only returned for try-in/returned to lab for processFull denture setup and processed, no try-inFull upper/lower denture setup only to try-in/not processedFull upper/lower denture setup returned for try-in/returned to lab for processImplant assisted or supported removable dental prosthesesImplant prosthetics:All cement retained or screw retained implant crownsCeramic/metal ceramic/metal resin Implant supported fixed partial/complete dental prosthesesImplant bar for implant assisted/supported removable prostheses7. QUALITY/WORKMANSHIP: Each station’s Dentists shall, at their sole discretion, determine the quality of fabrication that is acceptable. The VA Dental Staff shall inspect each of the prostheses including fit, finish, esthetics, patient comfort and satisfaction. Products returned for subsequent adjustments and/or reworks shall be delivered no later than seven (7) calendar days after the re-order is placed, at no additional cost to the Government.Fixed Prosthetics Checklist:1.? Restoration matches Rx2.? Shade matches Rx3.? Restoration fits model4.? Marginal adaptation is accurate5.? Marginal ridges harmonize w/teeth6.? Proximal contacts are correct7.? Occlusion meets doctors Rx8.? Tooth anatomy is correct9.? Restoration harmonizes w/teeth10.? Restoration polished and cleanedRemovable Prosthetics Checklist:1.? Restoration matches Rx2.? Restoration fits model3.? Occlusion is correct 4.? Esthetics are correct5.? Restoration harmonizes w/remaining teeth6.? Restoration polished and cleaned7.? Shade matches Rx8.? Periphery is correct9. Appropriate acrylic base thickness (~ 2mm), clasps, retainers, proximal plates, rests should have proper dimension, thickness and must follow the design.8. Ordering: The Contracting Officer, the Contracting Officer Representative (COR) and Dental Staff are the only individuals authorized to place orders against the contract. Orders shall be placed on an as needed basis, either by issuance of a purchase order and may be transmitted electronically, faxed, or in any manner consistent with accepted commercial business practices. COR’s may place verbal orders. Each purchase order shall contain at a minimum, the product and quantities required. Additionally, the Government has the right to award partial orders as the Government may utilize the same Contractor within twenty-four (24) hours or on any other day that is beneficial to the Government at the Government’s discretion. Procedures for selection of the Contractor to be used are as follows: Dentist preference, volume of prescriptions, quality of products being used, turn-around time of product and price. There may be times when more than one Contractor will be notified on the same day depending on the prescription requirements needed and/or type of service required. 9. CONTRACTOR CONTACT INFORMATIONThe Contractor shall have the capability of receiving orders via facsimile transmission. The Contractor shall provide a point of contact name, title, telephone and fax number including area code for ordering services as required or needed.Name:____________________________________________Title:_____________________________________________Telephone:__________________________________________Fax Number:________________________________________10. Packaging: Contractor shall adhere to the following guidelines when packaging products for return to VA:Remove dies from models, wrap in cotton and place in plastic containersWrap all components individually in bubble wrap and securePack items securely in shipping box with sufficient bubble wrap to avoid movement during shipmentAll completed cases shall be disinfected and returned to the authorizing VA via shipping methods defined in #3Contractor must identify the specific type of metal used in each prosthesis with the shipment11. Qualifications of Key Personnel: The Contractor shall assign to this contract the following key personnel: all individuals providing supplies and services to VA beneficiaries and for whom information about education and training is required to be submitted as a part of the response to this solicitation.12. Patient Confidentiality: The Contractor shall ensure the confidentiality of all patient information and shall be liable for any breach of confidentiality. Contractor shall be provided with the patient’s name. That information shall not be disclosed. The Contractor shall follow all Health Insurance Portability and Accountability Act (HIPAA) guidance.The Contractor shall take reasonable measures to ensure patient privacy and confidentiality.? The contract service providers herein agree to take all reasonable precautions to safeguard patient information from unauthorized access or modification, in both electronic and hard-copy formats.? This includes not only electronic security measures such as “strong” user passwords on computer systems, but also physical barriers to prevent unauthorized use of computer work-stations; that hard copy patient files are in secured lockable areas, that files are in lockable cabinets, that the cabinets can in fact be locked, i.e., keys are available, and the locking mechanisms work properly.? This precaution also includes the proper transfer of patient information via electronic means, such as faxing or system to system transmission. That no patient information of any type shall be given to outside parties, agencies or organizations of any type without the expressed written consent of the patient and the VA and only in capacities directly related to the provision of the services contracted in this instrument. That only the minimum necessary patient information is used to provide appropriate service to the correct patient.That the undersigned understands that all parties are bound by the requirements of the “Health Insurance Portability and Accountability Act of 1996” which provide guidance on the protection of patient privacy and confidentiality.? This Act mandates that all Government agencies and those bodies with whom they contract must be in compliance with the directives of the Act.? Details of the Act are still under development by the Congress of the United States.? Once these detailed directives are released, this current contract may require a modification to be in compliance depending on the effective date of the Act as decided by the Congress and President of the United States.? 13. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP):The Government will utilize a QASP to monitor the quality of the Contractor’s performance. The oversight provided for in the QASP will help to ensure that the Contractor performs satisfactorily and will reach and maintain the required levels throughout the contract term. Further, the QASP provides the COR with a proactive way to monitor unacceptable or deficient performance, and provides verifiable input for the required Past Performance Information Assessments. The QASP will be finalized upon award and a copy provided to the Contractor after award. The QASP is a living document and may be updated by the Government as necessary. The QASP is incorporated as Attachment 1.The Contractor shall establish and implement a Quality Assurance Plan (QAP) which corresponds to the VA Quality Assurance and Surveillance Plan, which monitors, evaluates, and appropriately addresses its quality assurance, performance measurement, and other quality and safety-related issues. The plan shall be in compliance with all relevant Federal or State laws and regulations. The Contractor shall submit a copy of their plan to the COR and the Contracting Officer for approval before commencement of contract performance and every twelve (12) months thereafter.14. COR:Delegation of Authority (DOA) letters shall be forwarded to the using service and the Contractor after agreement has been signed, identifying the individual(s) as the COR(s). No service shall be provided without the approval of the COR.The Contracting Officer, Contracting Officer Representative (COR) and Dental Clinician are the only individuals authorized to place orders against this contract. The Contractor shall not accept any instructions by any other person. 15. HOURS OF SERVICE:The Contractor shall be required to pick-up or arrange to have delivered to their place of business prescriptions/specifications and impressions between the hours of 8:00 a.m. and 3:30 p.m. Monday through Friday, excluding National Holidays at no additional cost to the Government. 16. NATIONAL HOLIDAYS:New Year’s Day1 JanuaryMartin Luther King’s BirthdayThird Monday in JanuaryPresident’s DayThird Monday in FebruaryMemorial DayLast Monday in MayIndependence Day4 JulyLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberVeterans Day11 NovemberThanksgiving Day4th Thursday in NovemberChristmas Day25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 17. BADGES:All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA grounds. I.D. badges must have identification picture, name of the individual and the represented company depicted on it. 18. PARKING:It is the responsibility of Contractor personnel to only park in designated parking areas. Parking information is available from the VA Security Service. The VA shall not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances.19. SMOKING POLICY:Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas.20. CELLULAR PHONES:Cellular phones are allowed and authorized for use by Contractor personnel in the performance of this contract. 21. ADDITIONAL SERVICES:Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor initiates any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase of costs incurred as a result thereof.22. AUTHORIZED SERVICES:Only those services specified within are authorized under the contract. 23. VA POLICIES:Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court.24. BILLING PROCEDURES:The Contractor shall coordinate with Tungsten Network System for arrangement of direct deposit payment. The Contractor shall submit a monthly invoice in the arrears to the VA COR and through the Tungsten Network System at the end of each month for payment of work completed in that billing period. The invoice shall indicate the purchase order number, obligation number, and itemized list of services provided to include patient name and amount. In addition, an individual invoice should accompany each delivered final product.B.5 Price/Cost ScheduleVAGLAHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017No.Item:Estimated Quantity per yearUnitUnit PriceAmount???????Metal ceramic restorations????1PFM -high noble alloy[1]770?EA??2PFM- Non precious alloy[1]28?EA??3Single anterior PFM (#6 - 11) (esthetic case- high noble alloy[1])258?EA??4Additional labor cost for splinted PFM per unit)77?EA??5Pontic/Bridge PFM- high noble alloy[1]128?EA??6Pontic/Bridge PFM non-precious alloy[1]3?EA??7PFM Press- On-Metal technique (posteriors only)33?EA??8CAPTEK crown33?EA??9Maryland Bridge -high noble alloy [1]22?EA??10Maryland bridge Additional Pontic -high noble alloy[1]6?EA??11Additional Wing Extension Maryland bridge6?EA??12Rest on crown115?EA??13Guide Plane115?EA??14Labor for attachment on crowns. Additional charge for attachment/component cost [2]39?EA??15Solder33?EA??16Post-Solder4?EA??17Laser welding33?EA??18Porcelain margin labor692?EA??19Pink porcelain per crown unit39?EA??20Metal occlusal surface for crown (labor only)154?EA?????????All ceramic restoration- Zirconia????21Zirconia crown40?EA??22Anterior zirconia crown (single crown #6-11)10?EA??23Layered zirconia crown10?EA??24Zirconia bridge/Pontic6?EA??25IPS Empress crown41?EA??26IPS empress inlay/onlay32?EA??27Lava crown11?EA??28Feldspathic porcelain veneer65?EA??29Feldspathic porcelain inlay/onlay32?EA??30e.max Crown53?EA??31e.max inlay/onlay32?EA??32e.max veneer19?EA?????????All Metal Restorations ????33Full Metal Crown -high noble alloy[1]142?EA??34Full Metal Crown-non precious alloy[1]5?EA??35Metal inlay/onlay -high noble alloy[1]8?EA??36Metal inlay/onlay non-precious alloy[1]3?EA??37Pontic high noble metal[1]22?EA??38Cast post and dowel core[1] 40?EA?????????Implant restorations????39Implant Cement Retained PFM- high noble alloy[1]110?EA??40Implant Cement Retained PFM- non-precious alloy[1]4?EA??41Anterior Implant Cement Retained PFM- high noble alloy[1]36?EA??42Screw Retained implant PFM [1]- high noble alloy[1] (Additional charge for implant components [2])115?EA??43Screw Retained anterior implant PFM - high noble alloy[1] (Additional charge for implant components [2])36?EA??44Screw Retained implant high noble metal crown[1]10EA??(Additional charge for implant components [2])??45Additional labor cost for splinted implant PFM per unit33?EA??46Zirconia cement retained implant crown11?EA??47Zirconia screw retained implant crown10?EA??48e.max crown cement retained implant crown14?EA??49Implant hybrid prosthesis (case complete include metal bar 3-6 implants, process, denture teeth)10?EA??50CAD/CAM milled titanium bar for implants (3-6 implants)10?EA??51Cast implant metal bar labor only. (Additional charge for alloy[1] and components[2])5?EA?????????Implant abutments ????52Titanium/Zirconia abutment preparation (labor only)33?EA??53Titanium abutment, CAD/CAM milled154?EA??54Gold hue titanium abutment (CAD/CAM milled)33?EA??55Cast custom abutment/UCLA abutment - (Additional charge for alloy[1] and components[2]) 143EA???56Zirconia abutment, CAD/CAM milled20?EA??57Zirconia on titanium base abutment20?EA?????????Implant stents/index????58Surgical stent16?EA??59Surgical stent with CT markers33?EA??60Abutment placement guide/stent/index33?EA?????????Other services????61Shade Take/Custom shade11?EA??62Provisional/Temporary crown per unit153?EA??63Provisional/Temporary crown with fiber/wire reinforcement per unit38?EA??64Provisional/Temporary implant crown per unit22?EA??65Diagnostic Wax Up per unit230?EA??66Pour stone model4000?EA??67Pindex model400?EA??68Pour stone model with soft tissue400?EA??69Bleaching tray500?EA??70Custom tray1000?EA?????????REMOVABLE LAB PROCEDURES[3]??????????71Acrylic Partial Plus Teeth and Clasps 1-3 teeth100?EA??72Acrylic Partial Plus Teeth and Clasps 4-6 teeth202?EA??73Acrylic Partial Plus Teeth and Clasps 7-14 teeth100?EA??74Flex partial denture (Valplast) includes teeth170?EA??75Flex partial denture (Valplast) with metal frame work22?EA??76Vitalium partial denture plus teeth (start to finish include custom tray, record base, set up teeth, process and finish)210?EA??77Vitalium partial denture frame work only81?EA??78Full denture (Luciton 199 , from start to finish include custom tray, record base, set up teeth, process and finish)663?EA??79Denture rebase18?EA??80Hard reline (lab hard reline) denture/partial120?EA??81Soft reline (lab soft reline) denture/partial22?EA??82Wire clasp/Ball clasp18?EA??83Mesh strengthener for removable prosthesis22?EA??84Repair acrylic denture regular (Crack, add acrylic to small area, loose saddle, denture broken in less than 3 pieces)176?EA??85Repair denture extensive (cracks, dentures broken in 3 pieces or more) 22?EA??86Valplast /flex denture repair34?EA??87Add or replace denture teeth per tooth (including the cost of denture teeth)269?EA??88Add or replace wire clasp17?EA??89Solder wrough wire clasp to metal framework17?EA??90Process attachment (Hader clip, locator, ERA) in denture (Additional charge for components/attachment) [2]45?EA??91Name/ID in full or partial denture1447?EA??92Custom tray1447?EA??93Record base and wax rim/bite block1000?EA??94Set up teeth for try-in (labor only)1000?EA??95Reset teeth to new bite for try-in100?EA??96Process and finish denture only (heat process)1278?EA??97Remount jig50?EA??98Characterization denture50?EA??99Night guard/Occlusal guard (hard)141?EA??100Night guard/Occlusal guard (soft and hard)177?EA??101Night guard/ Occlusal guard (soft)18?EA??102Talon occlusal/night guard18?EA??103TMJ splint/Bruxism splint14?EA?????????????????Attachments (additional charge for attachment)???104Locator attachments[2]45?EA??105Era Attachment[2]11?EA??106Zest Anchor Attachment[2] 6?EA??107Hader/Dolder Attachment[2] 22?EA???????????????Sleep Apnea Devices??????????108EMA sleep apnea device5?EA??109Silencer (MAD device for sleep apnea)90?EA??110TAP 3 (MAD device)5?EA???????111Obturators10?EA??112Radiation Shield20?EA??113Nasal prosthesis10?EA??114Auricular (ear) prosthesis10?EA??115Orbital prosthesis2?EA??116Ocular prosthesis 5?EA??117Facial prosthesis3?EA??118Feeding aid2?EA??119Palatal lift prosthesis2?EA??120Speech aid prosthesis2?EA??121Surgical stent10?EA??122Surgical splint10?EA??123Tongue depressor/bite opener20EANote: The below additions are subject to any CLIN’s:[1] Additional charge for dental alloy shall be invoiced as a separate line item[2] Additional charge for components or attachments shall be invoiced as a separate line itemVALBHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017ITEM NO.?EST. YRLY QTY.?UNIT PRICEEST. YRLY TOTAL PRICEITEMUNIT?METAL CERAMIC???1PFM High Alloy659? EA??2PFM Non P unit1?EA?3Sing Ant PFM 6-11H120?EA??4Acrylic Splint PFM1?EA??5Pontic FPD High24?EA??6Pontic FPD Non Prec0?EA??7Maryland FPD High0?EA??8Milled Plane Rest26?EA??9Drill Guide1?EA??10Bite Block only C&B17?EA??11Porc margin 49?EA??12Metal occ/lingual added49?EA??13Custom Abutment TiCADCAM33?EA??ALL CERAMIC??14ZIRCONIA Full Contour28?EA??15Porc to Zirconia 6-11 Ant45?EA??16Zirc FPD Pontic3?EA??17Porcelain to Zirconia Crn58?EA??18Porcelain Gingiva7?EA??19LAVA crn0?EA??20EMAX Crn98?EA??21EMAX inlay-onlay0?EA??22EMAX Veneer1?EA??ALL METAL??23FGC Full High unit114?EA??24Full Metal NonP unit0?EA??25Metal inlay-onlay High0?EA??26Metal inlay-onlay NonP0?EA??27Pontic Metal Noble3?EA??28Cast post/dowel core7?EA??IMPLANT REST???29Implant Cmt PFM High0?EA??30Implant Cmt PFM Nonp0?EA??31Ant Imp Cem High0?EA??32Screw Imp PFM High173?EA??33Screw ANT Imp High6?EA??34Screw Imp PFM High0?EA??35Implant Screw Full Metal7?EA??36ZIRCONIA Cement crn0?EA??37ZIRCONIA Screw crn4?EA??38EMAX Screw Imp Crn7?EA??39PROCERA Milled Bar1?EA??40Screw Access Hole117?EA??41Soft tissue model/Implant model147?EA??42Implant model w/Analog1?EA??IMPLANT ABUTMENT???43Titanium Insert6?EA??44Titanium Abut CAD/CAM mil0?EA??45Cast custom abutment10?EA??46Zirc Abut Cad/Cam mill1?EA??47Zirconia Abutment2?EA??48SYNOCTA Custom Abutment2?EA??IMPLANT STENTS/index??49Surgical stent20?EA??50surgical stent w/CT markers0?EA??51Abut placemt guide/stent0?EA??OTHER SERVICES??52Shade/take Custom shade4?EA??53Provisional/temp unit0?EA??54Diagnostic Wax up per unit152?EA??55Pour stone model439?EA??56Pour wet impress2?EA??57Bleach/Fluoride tray4?EA??58Custom tray2?EA??59Articulation/Mount model110?EA??60Fit to Partial Labor85?EA??61Coping addtl4?EA??62Wax Rim C&B3?EA??63Porcelain Repair1?EA??64Misc Cast2?EA??65Add contact charge1?EA??66Replace Analog1?EA??67Set up only4?EA??68Process Labor only3?EA??REMOVABLE LAB PROC.??69Acrylic Partial/teeth clasp 1-383?EA??70Acrylic Partial/teeth clasp 4-660?EA??71Acrylic Part teeth/clasp 7-1475?EA??72VALPLAST flex part w/teeth36?EA??73VALPLAST flex part metal FW14?EA??74VALPLAST Process finish9?EA??75VALPLAST-Addtl teeth23?EA??76VALPLAST wax up8?EA??77Partial Framework per arch183?EA?78Full/Complete Dentures221?EA??79Denture rebase0?EA??80Hard reline10?EA??81Soft reline0?EA??82Wire clasp/SS/Ball clasp unit357?EA??83Mesh strength removable10?EA??84Repair acry dent small <$10026?EA??85Repair dent extensive >$1005?EA??86VALPALST-flex repair1?EA??87Addtl repl teeth per tooth/repair49?EA??88Addtl repl wire clasp/rest 81?EA??89Solder wrough wire clasp FW5?EA??90Name ID in denture (F/F)212?EA??91Custom TRAY denture1?EA??92Wax rim/Base Plate13?EA??93Reset teeth new bite tryin4?EA??94Process Partial Finish teeth incl114?EA??95Lucisoft Gasket1?EA??96HARD nightguard/Occ64?EA??97FLEXEZE/Occ hard-soft13?EA??98SOFT nightguard/Occ2?EA??99BRUXEZE Nightguard1?EA??100TMJ splint/BRUXISM guard9?EA??ATTACHEMENTS ADDTL??101Locator attachments51?EA??102HADER attach/Housing/Kit parts10?EA??SLEEP APNEA DEVICE (EXCEL)??103OBTURATOR3?EA??104Bite tongue Positioner-Obturator9?EA??105Radiation Shield/Bolus10?EA??VASDHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017ITEM NO.?EST. YRLY QTY.?UNIT PRICEEST. YRLY TOTAL PRICEITEMUNITALL CERAMIC?1All Porcelain Crown, Retainer or Pontic-Flat Rate1?EA??2PFM Non P unitPorcelain Crown, Retainer or Pontic High Noble White Alloy – Flat Rate1EA?3Maryland Bridge1EA??PARTIALS4Partial Upper or Lower1EA??5Partial Frame Only Flat Rate1EA?DENTURES6Full Upper Denture1EA??7Full Lower Denture1EA??FULL CAST CROWN8Gold Crown High Noble Yellow Alloy – Flat Rate1EA?VASNHS (BASE YR) PERIOD OF PERFORMANCE (POP) 10/01/2016 – 09/30/2017Line Item NumberProductEstimated QuantityUnitUnit PriceAmount?FIXED PROSTHESISCrowns/Retainers/Pontics (per unit)1Noble Metal289EA??2High Noble metal white1632EA??3High Noble metal yellow357EA??4Metal Occl357EA??5Porcelain Margin1581EA??6Post & Core Direct or Indirect255EA??7Crown under Partial Full metal or PFM969EA??8360 Metal Margin102EA??9Precision Attachments153EA??10Solder/Welding510EA??11Attachment Part/Housing289EA??12Metal Dummy289EA??13Complete Case and Unit289EA??14Rush408EA??15Maryland Bridge Wings612EA??16Survey Gold Crown255EA??17Gold Crown Inlay or Onlay289EA??18Maryland Bridge289EA??Full or Partial Coverage on all ceramic, zirconia or porcelain/zirconia - Crowns, pontics and retainersFull19Crown-ceramic289EA??20Crown-zirconia289EA??21Crown-porcelain/zirconia289EA??Partial22Crown-ceramic289EA??23Crown-zirconia289EA??24Crown-porcelain/zirconia289EA??Full25Pontics-ceramic289EA??26Pontics-zirconia289EA?27Pontics-ceramic/zirconia289EA??Partial?28Pontics-ceramic289EA??29Pontics-zirconia289EA??30Pontics-ceramic/zirconia289EA??Full?31Retainers-ceramic289EA??32Retainers-zirconia289EA??33Retainers-ceramic/zirconia289EA??Partial?34Retainers-ceramic289EA??35Retainers-zirconia289EA??36Retainers-ceramic/zirconia289EA??Partial denture modifications37Crowns289EA??38Retainers289EA??39Pontics289EA??40Resin retained bridges289EA??41Intracoronal ceramic restorations289EA??42Intracoronal gold restorations289EA??IPS Empress/e.max?43Empress Esthetics289EA??44e.max CAD289EA??45e.max CAD (with Incisal layering)289EA??Zirconia?46e.max ZirCAD289EA??47Lava289EA??Veneers?48IPS Empress Esthetic Veneer153EA??49ThinPress Porcelain Veneer 0.3mm289EA??50e.max CAD Veneer289EA??51e.max Veneer (with Incisal layering)289EA??52e.max CAD289EA??53e.max CAD (with Incisal layering)289EA??54Procera289EA??Composite Restoration?55Sinfony289EA??56Screw retained crowns, retainers frameworks for dental implants289EA??57Prefabricated or custom made abutments for implant crowns/retainers (with abutment jig)289EA??58PFM, Ceramic, High noble metal crowns, retainers and pontics for dental imolants153EA??59Crowns Ceramic for dental implants153EA??60Crown High noble metal for dental implants9EA??61Retainers Ceramic for dental implants153EA??62Retainers High noble metal for dental implants153EA??63Pontics Ceramic for dental implants153EA??64Pontics High noble metal for dental implants153EA??65Porcelain repairs/revisions102EA??66Soldering repairs/revision289EA??67Diagnostic wax-up289EA??68Master cast for fix prosthesis289EA??69Stress Breaker289EA??70Porcelain Butt Margin153EA??71Set and Survey289EA??72Crown under future or existing partial289EA??73Labor for each attachment289EA??74Labor on RPD or dental attachment289EA??75Rest or guide plane only289EA??REMOVALBE PROSTHETICS?Complete Dentures?76Custom Trays102EA??77Master Cast or Duplicate Models204EA??78Occlusal rims/base plate289EA??79Processing and final polish612EA??80Occulsal rim, setup, Ivocap processing and finish (Teeth Additional)102EA??Partial Dentures (metal, acrylic, flexible acrylic)?81Casting Framework714EA??82Custom traysOcclusal rims/base plate289EA??83Set up and wax ups for try in357EA??84Wax-up for finish765EA??85Processing and final polish765EA??86Diagnostic wax-up357EA??87Frameworks (Attachments additional)153EA??88Set-up Ivocap process and finish three saddles or more102EA??89Set-up Ivocap process and finish (first 3 teeth)102EA??90Each additional tooth289EA??91Silicone seal first tooth289EA??92Silicon Each additional tooth289EA??93Temporary partials (flippers)289EA??94First two teeth289EA??95Three or more289EA??96(Wire clasp and teeth additional)289EA??97Smile Rite Metal Free Clasping System or Stainless Steel w/w289EA??98Valplast & Flexite Metal-Free Partial289EA??99Cu-Silicone Retained Partial289EA??100Temporary Removal of Partial Denture (Stayplate)289EA??101Cast wrougt wire??Acrylic Appliances?102Occlusal guards nightguard/sportsguard289EA103Orthodontic retainers289EA104TMJ Aonliances289EA105Sleep Aooliances/TAP289EA??106Night guard soft289EA??107Night guard Eclipse153EA??108Night guard Ivocap289EA??109Immediate denture289EA??110Custom Tray289EA??111I.D Label765EA??Implant Prosthesis?112Computer Guide Surgery -Implant Radiographic and Surgical Guides289EA??113Fixed Hybrid Implant Prosthetics289EA??114Implant Supported/Retained Denture and Overdentures including bars, clips, attachments289EA??115Adjustment of Stock Abutment289EA??116Screw Retained (finished crown)289EA??117Custom Abutment Titanium289EA??118Custom Abutment Zirconia289EA??119Implant Bar (Hader Bar)289EA??Other?120Complete denture repairs289EA??121Partial denture repair289EA??122Flexite repair289EA??123Simple Repairs102EA??124Each additional repair289EA??125Flexible partial repairs289EA??126Flexible partial additional repairs289EA127Fractured dentures289EA128Welding289EA129Laser Welding289EA130Relines (Standard)102EA131Ivocap reline289EA132Soft reline289EA133Rebase102EA134Model289EA135Acrylic Appliance Repairs289EA136Occlusal jig for remount289EA137Reinforcing Bar or Fibers289EA138Bleaching Tray289EA139Fluoride Tray289EA140Teeth (per market value)300EA141Hader Clips or Locators300EA142Special Staining300EA143Gold Teeth for Dentures or Partials20EA144Obturator10EA145Teeth (34)500EA146Cards of Teeth300EA147Duplicate Models544EA148Gold denture tooth10EA149Onlays Resin Partial650EAEstimated minimum: $5,000.00Estimated Maximum: $4,225,000.00SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights— (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.— (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall— (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if— (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on— (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through . (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.(v) Incorporation by reference. The Contractor’s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) ALTERNATE II (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on SubContractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the OfferorOfferor elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2015) of 52.219-9. [X] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (41) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [X] (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to— (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than— (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (A) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (E) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (I) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (J)(1) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (2) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). (L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). (M) 52.222-54, Employment Eligibility Verification (OCT 2015) (Executive Order 12989). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (P) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)C.3 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 10/01/2016 through 09/30/2017. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 5,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of $10,000.00; (2) Any order for a combination of items in excess of $4,225,000; or (3) A series of orders from the same ordering office within days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause)C.5 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the end of the contract period.(End of Clause)C.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.(End of Clause)C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year.(End of Clause)(End of Addendum to 52.212-4)C.8 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) ALTERNATE I (JAN 2011) (a) Definitions. See 13 CFR 125.6(e) for definitions of terms used in paragraph (d). (b) Evaluation preference. (1) Offers will be evaluated by adding a factor of 10 percent to the price of all offers, except— (i) Offers from HUBZone small business concerns that have not waived the evaluation preference; and (ii) Otherwise successful offers from small business concerns. (2) The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor. (3) When the two highest rated Offerors are a HUBZone small business concern and a large business, and the evaluated offer of the HUBZone small business concern is equal to the evaluated offer of the large business after considering the price evaluation preference, award will be made to the HUBZone small business concern. (c) Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraphs (d) and (e) of this clause do not apply if the Offeror has waived the evaluation preference. [ ] Offeror elects to waive the evaluation preference. (d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for— (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns; (2) Supplies (other than procurement from a nonmanufacturer of such supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance to be incurred for personnel will be spent on the concern's employees; or (4) Construction by special trade Contractors, at least 25 percent of the cost of the contract performance to be incurred for personnel will be spent on the concern's employees. (e) A HUBZone joint venture agrees that the aggregate of the HUBZone small business concerns to the joint venture, not each concern separately, will perform the applicable percentage of work requirements. (f)(1) When the total value of the contract exceeds $25,000, a HUBZone small business concern nonmanufacturer agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business concern manufacturers. (2) When the total value of the contract is equal to or less than $25,000, a HUBZone small business concern nonmanufacturer may provide end items manufactured by other than a HUBZone small business concern manufacturer provided the end items are produced or manufactured in the United States. (3) Paragraphs (f)(1) and (f)(2) of this section do not apply in connection with construction or service contracts. (g) Notice. The HUBZone small business Offeror acknowledges that a prospective HUBZone awardee must be a HUBZone small business concern at the time of award of this contract. The HUBZone Offeror shall provide the Contracting Officer a copy of the notice required by 13 CFR 126.501 if material changes occur before contract award that could affect its HUBZone eligibility. If the apparently successful HUBZone Offeror is not a HUBZone small business concern at the time of award of this contract, the Contracting Officer will proceed to award to the next otherwise successful HUBZone small business concern or other Offeror.(End of Clause)C.9 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) ALTERNATE II (NOV 2011) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to— (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns and Federal Prison Industries, Inc. (FPI). Offers received from concerns that are not small business concerns or FPI shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to either a small business concern or FPI. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.(END-OF-CLAUSE)C.10 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.This Statement is for Information Only:It is not a Wage DeterminationEmployee ClassMonetary Wage—Fringe Benefits(End of Clause)C.11 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties.(End of Clause)C.12 52.224-2 PRIVACY ACT (APR 1984) (a) The Contractor agrees to— (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies— (i) The systems of records; and (ii) The design, development, or operation work that the Contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the design, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor and any employee of the Contractor is considered to be an employee of the agency. (c) (1) "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.(End of Clause)C.13 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond , until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)C.14 52.237-3 CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract.(End of Clause)C.15 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on SubContractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the Offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2015) of 52.219-9. [X] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (41) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [X] (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)C.16 MANDATORY WRITTEN DISCLOSURES Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at and clicking on "FAR clause 52.203-13 Reporting." If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions.SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSD.1 QUALITY ASSURANCE SURVEILLANCE PLAN Dental Laboratory Service ContractFor: Veteran Integrated Services Network (VISN) 22 FacilitiesContract Number: TBD Base Period: TBDContract Description: Dental Laboratory Service ContractContractor’s name: TBDPURPOSEThis 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.ERNMENT ROLES AND RESPONSIBILITIESThe following personnel shall oversee and coordinate surveillance activities.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: TBDOrganization or Agency: Network Contract Office VISN 22Contracting Officer’s 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: TBDOther Key Government Personnel – TBD3. CONTRACTOR REPRESENTATIVESThe following employees of the Contractor serve as the Contractor’s program manager for this contract. Name/Title: TBD4. PERFORMANCE STANDARDSPerformance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets or does not meet these 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 PWS. As such, the below listed Tasks, Indicators, and Standards have been extracted from PWS:TaskIDIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentiveQuality1Marginal IntegrityDental prosthesis will demonstrate acceptable level of marginal integrity when evaluated on dental stone model or implant abutment.95%Direct Observation and evaluationExercise of option period2Occlusal RelationshipDental prosthesis will demonstrate acceptable level of occlusion when evaluated on dental stone model or implant abutment.95%Direct Observation and evaluationExercise of option period3Esthetics and anatomical contoursDental prosthesis will demonstrate proper anatomical contours and acceptable level of esthetics when compared with the prescribed dental shade.95%Direct observation and evaluationExercise of option periodDental Materials4Dental materials (metal alloy) used in fabrication Dental alloy used in fabrication of porcelain fused to metal and all gold restorations will be classified as Noble metal and made in USA.95%Direct observation, random sampling (assay) of metal and review of manufacture’s alloy label.Exercise of option periodMade in America5Fabrication of dental crown and bridge prostheses Dental prostheses will be fabricated in the United States of America.95%Direct observation and random site visitsExercise of option periodTimeliness6Delivery of Casework (Dental Prostheses)Product is received by VA by required ten business days95%Direct observationExercise of option periodBilling and invoice7Accuracy in BillingAppropriate charges will be invoiced upon completion of dental crown and bridge prostheses. There will be no deviation from the Statement of Work and fees contracted.95%Direct observation and evaluationExercise of option periodComments: 5. INCENTIVESThe Government shall use Exercise of Options (if any) and Past Performance as incentives. Incentives shall be based on exceeding, meeting, or not meeting performance standards.6. METHODS OF QA SURVEILLANCEVarious methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP.DIRECT OBSERVATION. Can be performed periodically or through 100% surveillance.PERIODIC INSPECTION. Evaluates outcomes on a periodic basis. Inspections may be scheduled Quarterly or unscheduled, as required.USER SURVEY. Combines elements of validated user complaints and random sampling. Random survey is conducted to solicit user satisfaction. May also generate inspections and sampling.VALIDATED USER/CUSTOMER COMPLAINTS. Relies on the patient to identify deficiencies. Complaints are then investigated and validated.INSPECTION. Evaluates all outcomesPERIODIC SAMPLING. Variation of random sampling of services. However, sample is only taken when a problem/deficiency is suspected. Sample results are applicable only for the specific work inspected.RANDOM SAMPLING. Designed to evaluate performance by randomly selecting and inspecting a sample of services.Progress or status meetings: May be scheduled and arranged by the COR or Contractor.7. RATINGSMetrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used:Excellent = Exceeds Standards Satisfactory = Meets Standards Unsatisfactory = Fails To Meet Standards8. DOCUMENTING PERFORMANCEACCEPTABLE PERFORMANCEThe Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action.UNACCEPTABLE PERFORMANCEWhen unacceptable performance occurs, the COR shall inform the Contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file.When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the Contractor's program manager.The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor has to present this corrective action plan to the COR. The Government shall review the Contractor's corrective action plan to determine acceptability.Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO.9. FREQUENCY OF MEASUREMENTFrequency of Measurement.During contract performance, the COR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed.Frequency of Performance Assessment Meetings.The COR shall meet with the Contractor quarterly to assess performance and shall provide a written assessment.Signature – Contractor Program ManagerSignature – Contracting Officer’s RepresentativeSignature – Contracting OfficeD.2 PAST PERFORMANCE QUESTIONNAIRE Department of Veterans AffairsNetwork Contracting Office (NCO 22)Past Performance QuestionnaireVA262-16-R-0872, Dental Laboratory ServicesThe above referenced solicitation for Dental Laboratory Services is in strict conformance to the prosthetic prescription that has been provided by the VA Prosthetics Departments for the Veterans Integrated Service Network 22. For the purposes of this survey the Government will receive an overall assessment of what the Contractor can perform in accordance with the solicitation using the ratings below. Please complete the following and return via email with the Subject: “VA262-16-R-0872, Past Performance for Insert Contractor’s Name: ________________________________________________ “ no later than 08/22/2016. Email the survey directly to andre.jeanpierre@. Name of Contractor Evaluated:__________________________________________________Respondent to QuestionnaireName:________________________Title: ___________________________Company/Agency:_____________________Telephone/Email: ______________________________________________________________Short Description of Services Contractor Provided: ______________________________________________________________________________________________________________________________________________________________________________________________Annual amount of sales/Contract amount: _________________________________________Date: ____________________ Please provide concise comments regarding your overall assessment of the Contractor’s performance on the contract or workload identified below. Your ratings should include comments for any area rated lower than Satisfactory. Rating definitions are as follows:TABLE 5- PERFORMANCE CONFIDENCE ASSESSMENTSRatingDescriptionExceptionalDuring the contract period, Contractor performance is meeting (or met) all contract requirements and consistently exceeding (or exceeded) many. Very few, if any, minor problems encountered. Contractor took immediate and effective corrective action.Very GoodDuring the contract period, Contractor is meeting (or met) all contract requirements and consistently exceeding (or exceeded) some. Some minor problems encountered. Contractor took timely corrective action.SatisfactoryDuring the contract period, Contractor performance is meeting (or met) all contract requirements. For any problems encountered, Contractor took effective corrective action.MarginalDuring the contract period, Contractor performance is not meeting (or did not meet) some contract requirements. For problems encountered, corrective action appeared only marginally effective, not effective, or not fully implemented. Customer involvement was required.UnsatisfactoryDuring the contract period, Contractor performance is failing (or fail) to meet most contract requirements. Serious problems encountered. Corrective actions were either ineffective or non-existent. Extensive Customer oversight and involvement was required.UnknownUnable to provide a rating. Contract did not include performance for this aspect. Do not Know.ExceptionalVery GoodSatisfactoryMarginalUnsatisfactoryUnknown (N/A)Management EffectivenessOverall performance of the Contractor Management team.Contractor provided competent key personnel, program/project manager, supervisors and workers. Contractor effectively manages HME requirements per statement of workContractor manages documentation requirements.Quality Control Contractor provided effective quality control which resulted in acceptable services The Contractor’s quality control system established adequate procedures to find and correct performance discrepancies Was the Contractor compliant with matching the physician’s prescription to the replacement item or repairTimeliness/Adherence to Schedules The Contractor met the delivery time requirements The Contractor responded to emergency requirements in a timely mannerCustomer Satisfaction Contractor maintained a professional working relationship Contractor was reasonable and cooperative in resolving customer complaints. The Contractor was flexible in responding to customer requirements Overall customer satisfactionCustomer Support Contractor provided customer education on the use and care of the device The Contractor responded appropriately to all safety authorities and immediately corrected any deficiencies or areas of concernGeneralWould you organization award another contract to this ContractorComments: Contractor/OfferorD.3 WAGE DETERMINATIONSLos Angeles, Long BeachWD 15-5613 (Rev.-3) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5613Daniel W. Simms Division of | Revision No.: 3Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the Contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe 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 EOminimum wage rate will be adjusted annually. Additional information onContractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________State: CaliforniaArea: California County of Los AngelesOCCUPATION NOTES:Heating, Air Conditioning, and Refrigeration services: Occupational wagerates and fringe benefits may be found on WD 1986-0879.Laundry services: Occupational wage rates and fringe benefits may be found onWD 1977-1297.____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.83 01012 - Accounting Clerk II 17.77 01013 - Accounting Clerk III 20.27 01020 - Administrative Assistant 28.08 01035 - Court Reporter 21.92 01041 - Customer Service Representative I 13.86 01042 - Customer Service Representative II 15.57 01043 - Customer Service Representative III 16.98 01051 - Data Entry Operator I 13.16 01052 - Data Entry Operator II 14.35 01060 - Dispatcher, Motor Vehicle 22.41 01070 - Document Preparation Clerk 15.13 01090 - Duplicating Machine Operator 15.13 01111 - General Clerk I 12.94 01112 - General Clerk II 14.92 01113 - General Clerk III 17.43 01120 - Housing Referral Assistant 21.90 01141 - Messenger Courier 12.60 01191 - Order Clerk I 16.98 01192 - Order Clerk II 18.53 01261 - Personnel Assistant (Employment) I 18.07 01262 - Personnel Assistant (Employment) II 20.20 01263 - Personnel Assistant (Employment) III 22.53 01270 - Production Control Clerk 23.51 01290 - Rental Clerk 16.83 01300 - Scheduler, Maintenance 17.39 01311 - Secretary I 17.39 01312 - Secretary II 19.45 01313 - Secretary III 21.90 01320 - Service Order Dispatcher 19.54 01410 - Supply Technician 28.08 01420 - Survey Worker 19.93 01460 - Switchboard Operator/Receptionist 14.51 01531 - Travel Clerk I 14.72 01532 - Travel Clerk II 16.02 01533 - Travel Clerk III 17.21 01611 - Word Processor I 15.18 01612 - Word Processor II 16.87 01613 - Word Processor III 18.7605000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.56 05010 - Automotive Electrician 22.18 05040 - Automotive Glass Installer 20.84 05070 - Automotive Worker 20.84 05110 - Mobile Equipment Servicer 19.16 05130 - Motor Equipment Metal Mechanic 23.56 05160 - Motor Equipment Metal Worker 20.84 05190 - Motor Vehicle Mechanic 23.56 05220 - Motor Vehicle Mechanic Helper 18.38 05250 - Motor Vehicle Upholstery Worker 20.40 05280 - Motor Vehicle Wrecker 20.84 05310 - Painter, Automotive 22.18 05340 - Radiator Repair Specialist 20.84 05370 - Tire Repairer 15.47 05400 - Transmission Repair Specialist 23.5607000 - Food Preparation And Service Occupations 07010 - Baker 12.28 07041 - Cook I 13.83 07042 - Cook II 15.74 07070 - Dishwasher 10.29 07130 - Food Service Worker 11.20 07210 - Meat Cutter 15.92 07260 - Waiter/Waitress 9.8509000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.45 09040 - Furniture Handler 13.66 09080 - Furniture Refinisher 20.45 09090 - Furniture Refinisher Helper 16.30 09110 - Furniture Repairer, Minor 18.74 09130 - Upholsterer 20.4511000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.76 11060 - Elevator Operator 12.94 11090 - Gardener 19.21 11122 - Housekeeping Aide 13.84 11150 - Janitor 14.04 11210 - Laborer, Grounds Maintenance 14.40 11240 - Maid or Houseman 11.06 11260 - Pruner 13.27 11270 - Tractor Operator 17.13 11330 - Trail Maintenance Worker 14.40 11360 - Window Cleaner 15.7712000 - Health Occupations 12010 - Ambulance Driver 17.82 12011 - Breath Alcohol Technician 17.82 12012 - Certified Occupational Therapist Assistant 29.02 12015 - Certified Physical Therapist Assistant 29.37 12020 - Dental Assistant 17.34 12025 - Dental Hygienist 42.23 12030 - EKG Technician 30.63 12035 - Electroneurodiagnostic Technologist 30.63 12040 - Emergency Medical Technician 17.82 12071 - Licensed Practical Nurse I 19.32 12072 - Licensed Practical Nurse II 21.61 12073 - Licensed Practical Nurse III 24.09 12100 - Medical Assistant 15.35 12130 - Medical Laboratory Technician 20.02 12160 - Medical Record Clerk 17.59 12190 - Medical Record Technician 19.67 12195 - Medical Transcriptionist 21.29 12210 - Nuclear Medicine Technologist 40.19 12221 - Nursing Assistant I 11.21 12222 - Nursing Assistant II 12.61 12223 - Nursing Assistant III 13.75 12224 - Nursing Assistant IV 15.43 12235 - Optical Dispenser 17.80 12236 - Optical Technician 15.71 12250 - Pharmacy Technician 17.83 12280 - Phlebotomist 15.03 12305 - Radiologic Technologist 27.76 12311 - Registered Nurse I 31.47 12312 - Registered Nurse II 38.49 12313 - Registered Nurse II, Specialist 38.49 12314 - Registered Nurse III 48.20 12315 - Registered Nurse III, Anesthetist 48.20 12316 - Registered Nurse IV 57.77 12317 - Scheduler (Drug and Alcohol Testing) 25.09 12320 - Substance Abuse Treatment Counselor 15.8913000 - Information And Arts Occupations 13011 - Exhibits Specialist I 24.83 13012 - Exhibits Specialist II 30.76 13013 - Exhibits Specialist III 37.63 13041 - Illustrator I 27.84 13042 - Illustrator II 34.51 13043 - Illustrator III 42.16 13047 - Librarian 34.58 13050 - Library Aide/Clerk 16.49 13054 - Library Information Technology Systems 31.23 Administrator 13058 - Library Technician 22.40 13061 - Media Specialist I 22.40 13062 - Media Specialist II 25.04 13063 - Media Specialist III 27.92 13071 - Photographer I 17.95 13072 - Photographer II 20.08 13073 - Photographer III 26.61 13074 - Photographer IV 33.56 13075 - Photographer V 40.61 13090 - Technical Order Library Clerk 14.57 13110 - Video Teleconference Technician 22.0914000 - Information Technology Occupations 14041 - Computer Operator I 17.82 14042 - Computer Operator II 19.93 14043 - Computer Operator III 22.89 14044 - Computer Operator IV 25.73 14045 - Computer Operator V 27.35 14071 - Computer Programmer I (see 1) 27.42 14072 - Computer Programmer II (see 1) 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 17.82 14160 - Personal Computer Support Technician 25.73 14170 - System Support Specialist 33.0615000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.73 15020 - Aircrew Training Devices Instructor (Rated) 42.03 15030 - Air Crew Training Devices Instructor (Pilot) 50.37 15050 - Computer Based Training Specialist / Instructor 34.73 15060 - Educational Technologist 36.57 15070 - Flight Instructor (Pilot) 50.37 15080 - Graphic Artist 26.72 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 43.94 15086 - Maintenance Test Pilot, Rotary Wing 43.94 15088 - Non-Maintenance Test/Co-Pilot 43.94 15090 - Technical Instructor 25.70 15095 - Technical Instructor/Course Developer 31.47 15110 - Test Proctor 20.77 15120 - Tutor 20.7719000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 20.37 19040 - Tool And Die Maker 24.9421000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.99 21030 - Material Coordinator 23.51 21040 - Material Expediter 23.51 21050 - Material Handling Laborer 13.02 21071 - Order Filler 13.31 21080 - Production Line Worker (Food Processing) 15.99 21110 - Shipping Packer 15.08 21130 - Shipping/Receiving Clerk 15.08 21140 - Store Worker I 11.65 21150 - Stock Clerk 17.13 21210 - Tools And Parts Attendant 15.99 21410 - Warehouse Specialist 15.9923000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 33.86 23019 - Aircraft Logs and Records Technician 25.91 23021 - Aircraft Mechanic I 32.01 23022 - Aircraft Mechanic II 33.86 23023 - Aircraft Mechanic III 35.13 23040 - Aircraft Mechanic Helper 22.42 23050 - Aircraft, Painter 26.85 23060 - Aircraft Servicer 25.91 23070 - Aircraft Survival Flight Equipment Technician 26.85 23080 - Aircraft Worker 27.04 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 27.04 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 32.01 II 23110 - Appliance Mechanic 20.11 23120 - Bicycle Repairer 15.47 23125 - Cable Splicer 36.12 23130 - Carpenter, Maintenance 27.67 23140 - Carpet Layer 21.12 23160 - Electrician, Maintenance 30.18 23181 - Electronics Technician Maintenance I 23.67 23182 - Electronics Technician Maintenance II 25.21 23183 - Electronics Technician Maintenance III 26.76 23260 - Fabric Worker 23.87 23290 - Fire Alarm System Mechanic 22.33 23310 - Fire Extinguisher Repairer 22.03 23311 - Fuel Distribution System Mechanic 28.53 23312 - Fuel Distribution System Operator 21.81 23370 - General Maintenance Worker 23.26 23380 - Ground Support Equipment Mechanic 32.01 23381 - Ground Support Equipment Servicer 25.91 23382 - Ground Support Equipment Worker 27.04 23391 - Gunsmith I 22.03 23392 - Gunsmith II 25.48 23393 - Gunsmith III 28.81 23430 - Heavy Equipment Mechanic 29.14 23440 - Heavy Equipment Operator 35.40 23460 - Instrument Mechanic 29.84 23465 - Laboratory/Shelter Mechanic 27.14 23470 - Laborer 12.49 23510 - Locksmith 22.20 23530 - Machinery Maintenance Mechanic 28.51 23550 - Machinist, Maintenance 25.41 23580 - Maintenance Trades Helper 14.82 23591 - Metrology Technician I 29.84 23592 - Metrology Technician II 31.61 23593 - Metrology Technician III 32.85 23640 - Millwright 28.00 23710 - Office Appliance Repairer 20.86 23760 - Painter, Maintenance 21.05 23790 - Pipefitter, Maintenance 28.31 23810 - Plumber, Maintenance 26.66 23820 - Pneudraulic Systems Mechanic 28.81 23850 - Rigger 28.45 23870 - Scale Mechanic 25.48 23890 - Sheet-Metal Worker, Maintenance 26.77 23910 - Small Engine Mechanic 20.44 23931 - Telecommunications Mechanic I 26.70 23932 - Telecommunications Mechanic II 28.30 23950 - Telephone Lineman 26.60 23960 - Welder, Combination, Maintenance 19.75 23965 - Well Driller 27.02 23970 - Woodcraft Worker 26.29 23980 - Woodworker 20.3424000 - Personal Needs Occupations 24550 - Case Manager 16.03 24570 - Child Care Attendant 13.05 24580 - Child Care Center Clerk 16.03 24610 - Chore Aide 10.57 24620 - Family Readiness And Support Services 16.03 Coordinator 24630 - Homemaker 19.2125000 - Plant And System Operations Occupations 25010 - Boiler Tender 30.35 25040 - Sewage Plant Operator 31.71 25070 - Stationary Engineer 30.35 25190 - Ventilation Equipment Tender 21.27 25210 - Water Treatment Plant Operator 31.7127000 - Protective Service Occupations 27004 - Alarm Monitor 25.94 27007 - Baggage Inspector 13.15 27008 - Corrections Officer 31.01 27010 - Court Security Officer 32.50 27030 - Detection Dog Handler 23.77 27040 - Detention Officer 31.01 27070 - Firefighter 32.97 27101 - Guard I 13.15 27102 - Guard II 23.77 27131 - Police Officer I 37.92 27132 - Police Officer II 42.1328000 - Recreation Occupations 28041 - Carnival Equipment Operator 14.04 28042 - Carnival Equipment Repairer 15.11 28043 - Carnival Worker 10.64 28210 - Gate Attendant/Gate Tender 14.19 28310 - Lifeguard 13.61 28350 - Park Attendant (Aide) 15.88 28510 - Recreation Aide/Health Facility Attendant 11.58 28515 - Recreation Specialist 19.66 28630 - Sports Official 12.63 28690 - Swimming Pool Operator 18.6729000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 25.76 29020 - Hatch Tender 25.76 29030 - Line Handler 25.76 29041 - Stevedore I 24.07 29042 - Stevedore II 27.4530000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 40.65 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.03 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.87 30021 - Archeological Technician I 24.77 30022 - Archeological Technician II 26.63 30023 - Archeological Technician III 34.46 30030 - Cartographic Technician 34.46 30040 - Civil Engineering Technician 33.86 30051 - Cryogenic Technician I 28.51 30052 - Cryogenic Technician II 31.50 30061 - Drafter/CAD Operator I 24.86 30062 - Drafter/CAD Operator II 27.81 30063 - Drafter/CAD Operator III 31.00 30064 - Drafter/CAD Operator IV 38.15 30081 - Engineering Technician I 19.68 30082 - Engineering Technician II 22.09 30083 - Engineering Technician III 24.70 30084 - Engineering Technician IV 30.60 30085 - Engineering Technician V 37.43 30086 - Engineering Technician VI 45.29 30090 - Environmental Technician 27.72 30095 - Evidence Control Specialist 25.75 30210 - Laboratory Technician 23.13 30221 - Latent Fingerprint Technician I 36.31 30222 - Latent Fingerprint Technician II 40.08 30240 - Mathematical Technician 33.92 30361 - Paralegal/Legal Assistant I 21.83 30362 - Paralegal/Legal Assistant II 27.04 30363 - Paralegal/Legal Assistant III 33.08 30364 - Paralegal/Legal Assistant IV 40.03 30375 - Petroleum Supply Specialist 31.50 30390 - Photo-Optics Technician 33.92 30395 - Radiation Control Technician 31.50 30461 - Technical Writer I 23.62 30462 - Technical Writer II 28.89 30463 - Technical Writer III 34.96 30491 - Unexploded Ordnance (UXO) Technician I 25.83 30492 - Unexploded Ordnance (UXO) Technician II 31.26 30493 - Unexploded Ordnance (UXO) Technician III 37.46 30494 - Unexploded (UXO) Safety Escort 25.83 30495 - Unexploded (UXO) Sweep Personnel 25.83 30501 - Weather Forecaster I 28.51 30502 - Weather Forecaster II 34.70 30620 - Weather Observer, Combined Upper Air Or (see 2) 31.00 Surface Programs 30621 - Weather Observer, Senior (see 2) 33.7931000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.26 31020 - Bus Aide 13.63 31030 - Bus Driver 19.62 31043 - Driver Courier 13.27 31260 - Parking and Lot Attendant 9.72 31290 - Shuttle Bus Driver 14.48 31310 - Taxi Driver 13.23 31361 - Truckdriver, Light 14.48 31362 - Truckdriver, Medium 20.63 31363 - Truckdriver, Heavy 21.78 31364 - Truckdriver, Tractor-Trailer 21.7899000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.24 99030 - Cashier 12.13 99050 - Desk Clerk 12.65 99095 - Embalmer 24.60 99130 - Flight Follower 25.83 99251 - Laboratory Animal Caretaker I 12.12 99252 - Laboratory Animal Caretaker II 13.29 99260 - Marketing Analyst 30.70 99310 - Mortician 34.35 99410 - Pest Controller 15.19 99510 - Photofinishing Worker 16.90 99710 - Recycling Laborer 23.13 99711 - Recycling Specialist 27.14 99730 - Refuse Collector 20.64 99810 - Sales Clerk 17.13 99820 - School Crossing Guard 10.46 99830 - Survey Party Chief 41.77 99831 - Surveying Aide 23.39 99832 - Surveying Technician 30.75 99840 - Vending Machine Attendant 13.35 99841 - Vending Machine Repairer 16.83 99842 - Vending Machine Repairer Helper 13.35____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a Contractor orsuccessor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present Contractor orsuccessor, wherever employed, and with the predecessor Contractors in theperformance 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 LutherKing Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (AContractor may substitute for any of the named holidays another day off with pay inaccordance 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 doesnot 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. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) 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 occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations 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 theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand 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 yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium 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 consideredovertime work).** HAZARDOUS PAY DIFFERENTIAL **An 8 percent differential is applicable to employees employed in a position thatrepresents a high degree of hazard when working with or in close proximity toordnance, explosives, and incendiary materials. This includes work such asscreening, 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 sensitiveordnance, explosives and incendiary materials. All operations involving re-gradingand cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordnance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee 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. Alloperations involving, unloading, storage, and hauling of ordnance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordnance, 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 orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The Contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all Contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof 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, StandardForm 1444 (SF-1444) **Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the Contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination (See 29 CFR4.6(b)(2)(i)). Such conforming procedures shall be initiated by the Contractorprior 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 finaldetermination of conformed classification, wage rate, and/or fringe benefits whichshall be paid to all employees performing in the classification from the first dayof work on which contract work is performed by them in the classification. Failureto pay such unlisted employees the compensation agreed upon by the interestedparties and/or fully determined by the Wage and Hour Division retroactive to thedate such class of employees commenced contract work shall be a violation of the Actand this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations areincluded in a contract, a separate SF-1444 should be prepared for each wagedetermination 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 conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the Contractor prepares a written report listing in orderthe proposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation 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, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour Division's decision to theContractor.6) Each affected employee shall be furnished by the Contractor with a written copyof such determination or it shall be posted as a part of the wage determination (See29 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 ofOccupations" should be used to compare job definitions to ensure that dutiesrequested are not performed by a classification already listed in the wagedetermination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination (See 29 CFR 4.152(c)(1)).Las VegasWD 05-2333 (Rev.-17) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2333Daniel W. Simms Division of | Revision No.: 17Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the Contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe 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 EOminimum wage rate will be adjusted annually. Additional information onContractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________States: California, NevadaArea: California Counties of Lassen, MonoNevada - All Counties except : Clark, Esmeralda, Lincoln, Nye____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.00 01012 - Accounting Clerk II 16.46 01013 - Accounting Clerk III 18.34 01020 - Administrative Assistant 23.69 01040 - Court Reporter 19.55 01051 - Data Entry Operator I 11.86 01052 - Data Entry Operator II 13.86 01060 - Dispatcher, Motor Vehicle 21.62 01070 - Document Preparation Clerk 15.67 01090 - Duplicating Machine Operator 15.67 01111 - General Clerk I 14.06 01112 - General Clerk II 15.35 01113 - General Clerk III 17.51 01120 - Housing Referral Assistant 21.80 01141 - Messenger Courier 11.66 01191 - Order Clerk I 12.52 01192 - Order Clerk II 14.81 01261 - Personnel Assistant (Employment) I 15.66 01262 - Personnel Assistant (Employment) II 17.52 01263 - Personnel Assistant (Employment) III 19.53 01270 - Production Control Clerk 18.98 01280 - Receptionist 14.53 01290 - Rental Clerk 14.77 01300 - Scheduler, Maintenance 17.48 01311 - Secretary I 17.48 01312 - Secretary II 19.55 01313 - Secretary III 21.80 01320 - Service Order Dispatcher 17.78 01410 - Supply Technician 23.69 01420 - Survey Worker 17.81 01531 - Travel Clerk I 13.06 01532 - Travel Clerk II 13.87 01533 - Travel Clerk III 14.50 01611 - Word Processor I 14.86 01612 - Word Processor II 16.69 01613 - Word Processor III 18.6605000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.47 05010 - Automotive Electrician 21.13 05040 - Automotive Glass Installer 19.65 05070 - Automotive Worker 19.65 05110 - Mobile Equipment Servicer 17.34 05130 - Motor Equipment Metal Mechanic 21.13 05160 - Motor Equipment Metal Worker 19.65 05190 - Motor Vehicle Mechanic 21.73 05220 - Motor Vehicle Mechanic Helper 17.34 05250 - Motor Vehicle Upholstery Worker 19.65 05280 - Motor Vehicle Wrecker 19.65 05310 - Painter, Automotive 20.49 05340 - Radiator Repair Specialist 19.65 05370 - Tire Repairer 14.76 05400 - Transmission Repair Specialist 21.1307000 - Food Preparation And Service Occupations 07010 - Baker 13.19 07041 - Cook I 11.79 07042 - Cook II 13.25 07070 - Dishwasher 9.30 07130 - Food Service Worker 9.66 07210 - Meat Cutter 19.04 07260 - Waiter/Waitress 8.1109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.99 09040 - Furniture Handler 14.83 09080 - Furniture Refinisher 18.99 09090 - Furniture Refinisher Helper 15.28 09110 - Furniture Repairer, Minor 17.11 09130 - Upholsterer 17.3111000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.89 11060 - Elevator Operator 10.23 11090 - Gardener 15.14 11122 - Housekeeping Aide 10.23 11150 - Janitor 10.23 11210 - Laborer, Grounds Maintenance 12.80 11240 - Maid or Houseman 10.03 11260 - Pruner 11.64 11270 - Tractor Operator 14.51 11330 - Trail Maintenance Worker 12.60 11360 - Window Cleaner 11.0712000 - Health Occupations 12010 - Ambulance Driver 18.95 12011 - Breath Alcohol Technician 16.75 12012 - Certified Occupational Therapist Assistant 27.17 12015 - Certified Physical Therapist Assistant 23.73 12020 - Dental Assistant 18.09 12025 - Dental Hygienist 38.07 12030 - EKG Technician 30.03 12035 - Electroneurodiagnostic Technologist 30.03 12040 - Emergency Medical Technician 18.95 12071 - Licensed Practical Nurse I 18.01 12072 - Licensed Practical Nurse II 20.15 12073 - Licensed Practical Nurse III 22.47 12100 - Medical Assistant 16.51 12130 - Medical Laboratory Technician 16.92 12160 - Medical Record Clerk 15.91 12190 - Medical Record Technician 16.31 12195 - Medical Transcriptionist 20.17 12210 - Nuclear Medicine Technologist 38.38 12221 - Nursing Assistant I 10.39 12222 - Nursing Assistant II 11.68 12223 - Nursing Assistant III 12.74 12224 - Nursing Assistant IV 14.31 12235 - Optical Dispenser 18.41 12236 - Optical Technician 13.13 12250 - Pharmacy Technician 15.46 12280 - Phlebotomist 14.31 12305 - Radiologic Technologist 29.43 12311 - Registered Nurse I 27.63 12312 - Registered Nurse II 35.14 12313 - Registered Nurse II, Specialist 35.14 12314 - Registered Nurse III 40.94 12315 - Registered Nurse III, Anesthetist 40.94 12316 - Registered Nurse IV 49.04 12317 - Scheduler (Drug and Alcohol Testing) 24.8813000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.37 13012 - Exhibits Specialist II 25.68 13013 - Exhibits Specialist III 32.35 13041 - Illustrator I 21.37 13042 - Illustrator II 25.68 13043 - Illustrator III 32.35 13047 - Librarian 29.32 13050 - Library Aide/Clerk 17.58 13054 - Library Information Technology Systems 26.48 Administrator 13058 - Library Technician 18.86 13061 - Media Specialist I 18.53 13062 - Media Specialist II 20.73 13063 - Media Specialist III 23.84 13071 - Photographer I 15.87 13072 - Photographer II 17.74 13073 - Photographer III 21.98 13074 - Photographer IV 26.88 13075 - Photographer V 32.53 13110 - Video Teleconference Technician 20.9714000 - Information Technology Occupations 14041 - Computer Operator I 15.70 14042 - Computer Operator II 17.56 14043 - Computer Operator III 19.59 14044 - Computer Operator IV 21.76 14045 - Computer Operator V 24.09 14071 - Computer Programmer I (see 1) 22.61 14072 - Computer Programmer II (see 1) 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 15.70 14160 - Personal Computer Support Technician 21.7615000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 29.62 15020 - Aircrew Training Devices Instructor (Rated) 39.42 15030 - Air Crew Training Devices Instructor (Pilot) 40.72 15050 - Computer Based Training Specialist / Instructor 29.62 15060 - Educational Technologist 34.68 15070 - Flight Instructor (Pilot) 40.72 15080 - Graphic Artist 22.57 15090 - Technical Instructor 17.84 15095 - Technical Instructor/Course Developer 20.61 15110 - Test Proctor 16.24 15120 - Tutor 16.2416000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.62 16030 - Counter Attendant 9.62 16040 - Dry Cleaner 12.34 16070 - Finisher, Flatwork, Machine 9.62 16090 - Presser, Hand 9.62 16110 - Presser, Machine, Drycleaning 9.62 16130 - Presser, Machine, Shirts 9.62 16160 - Presser, Machine, Wearing Apparel, Laundry 9.62 16190 - Sewing Machine Operator 13.24 16220 - Tailor 14.02 16250 - Washer, Machine 10.5519000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.40 19040 - Tool And Die Maker 25.4721000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.40 21030 - Material Coordinator 17.92 21040 - Material Expediter 19.69 21050 - Material Handling Laborer 14.34 21071 - Order Filler 14.13 21080 - Production Line Worker (Food Processing) 18.40 21110 - Shipping Packer 16.09 21130 - Shipping/Receiving Clerk 16.09 21140 - Store Worker I 13.51 21150 - Stock Clerk 17.12 21210 - Tools And Parts Attendant 18.40 21410 - Warehouse Specialist 18.4023000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.47 23021 - Aircraft Mechanic I 25.39 23022 - Aircraft Mechanic II 26.47 23023 - Aircraft Mechanic III 27.47 23040 - Aircraft Mechanic Helper 19.61 23050 - Aircraft, Painter 25.84 23060 - Aircraft Servicer 21.97 23080 - Aircraft Worker 23.14 23110 - Appliance Mechanic 21.84 23120 - Bicycle Repairer 13.42 23125 - Cable Splicer 24.46 23130 - Carpenter, Maintenance 22.71 23140 - Carpet Layer 20.85 23160 - Electrician, Maintenance 25.61 23181 - Electronics Technician Maintenance I 20.33 23182 - Electronics Technician Maintenance II 23.14 23183 - Electronics Technician Maintenance III 28.00 23260 - Fabric Worker 19.56 23290 - Fire Alarm System Mechanic 22.68 23310 - Fire Extinguisher Repairer 18.41 23311 - Fuel Distribution System Mechanic 25.17 23312 - Fuel Distribution System Operator 21.51 23370 - General Maintenance Worker 18.24 23380 - Ground Support Equipment Mechanic 25.39 23381 - Ground Support Equipment Servicer 21.97 23382 - Ground Support Equipment Worker 23.14 23391 - Gunsmith I 18.41 23392 - Gunsmith II 20.69 23393 - Gunsmith III 23.01 23410 - Heating, Ventilation And Air-Conditioning 23.45 Mechanic 23411 - Heating, Ventilation And Air Contditioning 24.63 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 23.00 23440 - Heavy Equipment Operator 24.61 23460 - Instrument Mechanic 23.90 23465 - Laboratory/Shelter Mechanic 21.84 23470 - Laborer 11.62 23510 - Locksmith 20.89 23530 - Machinery Maintenance Mechanic 22.80 23550 - Machinist, Maintenance 20.64 23580 - Maintenance Trades Helper 16.61 23591 - Metrology Technician I 23.90 23592 - Metrology Technician II 24.97 23593 - Metrology Technician III 26.19 23640 - Millwright 23.01 23710 - Office Appliance Repairer 20.16 23760 - Painter, Maintenance 18.20 23790 - Pipefitter, Maintenance 27.67 23810 - Plumber, Maintenance 26.88 23820 - Pneudraulic Systems Mechanic 23.01 23850 - Rigger 23.01 23870 - Scale Mechanic 20.69 23890 - Sheet-Metal Worker, Maintenance 23.24 23910 - Small Engine Mechanic 16.80 23931 - Telecommunications Mechanic I 21.44 23932 - Telecommunications Mechanic II 22.62 23950 - Telephone Lineman 22.80 23960 - Welder, Combination, Maintenance 21.89 23965 - Well Driller 25.17 23970 - Woodcraft Worker 23.01 23980 - Woodworker 18.2124000 - Personal Needs Occupations 24570 - Child Care Attendant 10.95 24580 - Child Care Center Clerk 14.96 24610 - Chore Aide 10.24 24620 - Family Readiness And Support Services 15.19 Coordinator 24630 - Homemaker 16.6825000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.88 25040 - Sewage Plant Operator 26.90 25070 - Stationary Engineer 22.88 25190 - Ventilation Equipment Tender 17.28 25210 - Water Treatment Plant Operator 26.9027000 - Protective Service Occupations 27004 - Alarm Monitor 24.00 27007 - Baggage Inspector 11.95 27008 - Corrections Officer 25.60 27010 - Court Security Officer 25.60 27030 - Detection Dog Handler 18.18 27040 - Detention Officer 25.60 27070 - Firefighter 22.91 27101 - Guard I 11.95 27102 - Guard II 18.18 27131 - Police Officer I 30.96 27132 - Police Officer II 34.4228000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.60 28042 - Carnival Equipment Repairer 12.13 28043 - Carnival Equpment Worker 9.05 28210 - Gate Attendant/Gate Tender 13.43 28310 - Lifeguard 11.84 28350 - Park Attendant (Aide) 15.03 28510 - Recreation Aide/Health Facility Attendant 11.10 28515 - Recreation Specialist 18.62 28630 - Sports Official 12.42 28690 - Swimming Pool Operator 17.6829000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.53 29020 - Hatch Tender 21.53 29030 - Line Handler 21.53 29041 - Stevedore I 20.81 29042 - Stevedore II 23.2430000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 18.02 30022 - Archeological Technician II 20.17 30023 - Archeological Technician III 24.55 30030 - Cartographic Technician 24.55 30040 - Civil Engineering Technician 22.23 30061 - Drafter/CAD Operator I 18.02 30062 - Drafter/CAD Operator II 20.17 30063 - Drafter/CAD Operator III 22.50 30064 - Drafter/CAD Operator IV 27.19 30081 - Engineering Technician I 16.00 30082 - Engineering Technician II 17.96 30083 - Engineering Technician III 20.10 30084 - Engineering Technician IV 24.88 30085 - Engineering Technician V 30.45 30086 - Engineering Technician VI 36.85 30090 - Environmental Technician 27.01 30210 - Laboratory Technician 17.03 30240 - Mathematical Technician 26.12 30361 - Paralegal/Legal Assistant I 20.22 30362 - Paralegal/Legal Assistant II 25.06 30363 - Paralegal/Legal Assistant III 30.36 30364 - Paralegal/Legal Assistant IV 37.09 30390 - Photo-Optics Technician 24.55 30461 - Technical Writer I 25.32 30462 - Technical Writer II 30.65 30463 - Technical Writer III 32.80 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 3) 22.50 Surface Programs 30621 - Weather Observer, Senior (see 3) 24.5531000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 13.07 31030 - Bus Driver 17.04 31043 - Driver Courier 15.81 31260 - Parking and Lot Attendant 9.63 31290 - Shuttle Bus Driver 16.04 31310 - Taxi Driver 11.80 31361 - Truckdriver, Light 16.04 31362 - Truckdriver, Medium 17.68 31363 - Truckdriver, Heavy 22.69 31364 - Truckdriver, Tractor-Trailer 22.6999000 - Miscellaneous Occupations 99030 - Cashier 10.48 99050 - Desk Clerk 10.44 99095 - Embalmer 22.74 99251 - Laboratory Animal Caretaker I 10.53 99252 - Laboratory Animal Caretaker II 11.22 99310 - Mortician 20.20 99410 - Pest Controller 16.43 99510 - Photofinishing Worker 12.53 99710 - Recycling Laborer 12.46 99711 - Recycling Specialist 14.37 99730 - Refuse Collector 14.50 99810 - Sales Clerk 14.32 99820 - School Crossing Guard 14.70 99830 - Survey Party Chief 29.98 99831 - Surveying Aide 20.22 99832 - Surveying Technician 21.98 99840 - Vending Machine Attendant 13.60 99841 - Vending Machine Repairer 16.29 99842 - Vending Machine Repairer Helper 13.60____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a Contractor orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present Contractor orsuccessor, wherever employed, and with the predecessor Contractors in theperformance 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 LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (AContractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot 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. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) 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 occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations 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 theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee isentitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M.at the rate of basic pay plus a night pay differential amounting to 10 percent ofthe rate of basic pay.3) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand 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 yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium 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 consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, 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 orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The Contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all Contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the Contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)}Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the Contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe Contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the Contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the Contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the Contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour decision to the Contractor.6) The Contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.San Diego WD 05-2057 (Rev.-18) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057Daniel W. Simms Division of | Revision No.: 18Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the Contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe 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 EOminimum wage rate will be adjusted annually. Additional information onContractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________State: CaliforniaArea: California Counties of Imperial, San Diego____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.61 01012 - Accounting Clerk II 17.52 01013 - Accounting Clerk III 19.61 01020 - Administrative Assistant 25.04 01040 - Court Reporter 19.16 01051 - Data Entry Operator I 15.00 01052 - Data Entry Operator II 16.37 01060 - Dispatcher, Motor Vehicle 19.16 01070 - Document Preparation Clerk 14.63 01090 - Duplicating Machine Operator 14.63 01111 - General Clerk I 13.54 01112 - General Clerk II 15.34 01113 - General Clerk III 17.22 01120 - Housing Referral Assistant 20.30 01141 - Messenger Courier 12.23 01191 - Order Clerk I 14.73 01192 - Order Clerk II 16.08 01261 - Personnel Assistant (Employment) I 18.29 01262 - Personnel Assistant (Employment) II 20.67 01263 - Personnel Assistant (Employment) III 23.10 01270 - Production Control Clerk 22.89 01280 - Receptionist 13.16 01290 - Rental Clerk 16.09 01300 - Scheduler, Maintenance 17.28 01311 - Secretary I 17.28 01312 - Secretary II 18.08 01313 - Secretary III 20.30 01320 - Service Order Dispatcher 17.60 01410 - Supply Technician 24.51 01420 - Survey Worker 19.16 01531 - Travel Clerk I 13.51 01532 - Travel Clerk II 14.76 01533 - Travel Clerk III 16.21 01611 - Word Processor I 16.07 01612 - Word Processor II 18.04 01613 - Word Processor III 20.1805000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.21 05010 - Automotive Electrician 22.37 05040 - Automotive Glass Installer 21.55 05070 - Automotive Worker 21.55 05110 - Mobile Equipment Servicer 19.83 05130 - Motor Equipment Metal Mechanic 23.16 05160 - Motor Equipment Metal Worker 21.55 05190 - Motor Vehicle Mechanic 22.75 05220 - Motor Vehicle Mechanic Helper 18.60 05250 - Motor Vehicle Upholstery Worker 20.75 05280 - Motor Vehicle Wrecker 21.55 05310 - Painter, Automotive 22.79 05340 - Radiator Repair Specialist 21.55 05370 - Tire Repairer 15.52 05400 - Transmission Repair Specialist 23.1607000 - Food Preparation And Service Occupations 07010 - Baker 12.40 07041 - Cook I 12.84 07042 - Cook II 13.58 07070 - Dishwasher 9.46 07130 - Food Service Worker 10.31 07210 - Meat Cutter 15.71 07260 - Waiter/Waitress 9.7109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.94 09040 - Furniture Handler 14.32 09080 - Furniture Refinisher 19.94 09090 - Furniture Refinisher Helper 16.57 09110 - Furniture Repairer, Minor 18.49 09130 - Upholsterer 19.9411000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.96 11060 - Elevator Operator 12.96 11090 - Gardener 17.18 11122 - Housekeeping Aide 12.96 11150 - Janitor 12.96 11210 - Laborer, Grounds Maintenance 13.92 11240 - Maid or Houseman 9.85 11260 - Pruner 13.45 11270 - Tractor Operator 14.90 11330 - Trail Maintenance Worker 13.92 11360 - Window Cleaner 14.2012000 - Health Occupations 12010 - Ambulance Driver 18.34 12011 - Breath Alcohol Technician 20.17 12012 - Certified Occupational Therapist Assistant 25.81 12015 - Certified Physical Therapist Assistant 27.54 12020 - Dental Assistant 17.68 12025 - Dental Hygienist 40.91 12030 - EKG Technician 26.42 12035 - Electroneurodiagnostic Technologist 26.42 12040 - Emergency Medical Technician 18.34 12071 - Licensed Practical Nurse I 19.25 12072 - Licensed Practical Nurse II 21.53 12073 - Licensed Practical Nurse III 24.01 12100 - Medical Assistant 14.37 12130 - Medical Laboratory Technician 20.67 12160 - Medical Record Clerk 15.16 12190 - Medical Record Technician 16.54 12195 - Medical Transcriptionist 19.21 12210 - Nuclear Medicine Technologist 36.75 12221 - Nursing Assistant I 10.38 12222 - Nursing Assistant II 11.67 12223 - Nursing Assistant III 12.74 12224 - Nursing Assistant IV 14.30 12235 - Optical Dispenser 21.24 12236 - Optical Technician 16.53 12250 - Pharmacy Technician 17.36 12280 - Phlebotomist 14.34 12305 - Radiologic Technologist 30.68 12311 - Registered Nurse I 29.75 12312 - Registered Nurse II 35.92 12313 - Registered Nurse II, Specialist 35.92 12314 - Registered Nurse III 42.67 12315 - Registered Nurse III, Anesthetist 42.67 12316 - Registered Nurse IV 51.14 12317 - Scheduler (Drug and Alcohol Testing) 24.5513000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.91 13012 - Exhibits Specialist II 25.91 13013 - Exhibits Specialist III 31.68 13041 - Illustrator I 21.12 13042 - Illustrator II 26.16 13043 - Illustrator III 32.00 13047 - Librarian 28.91 13050 - Library Aide/Clerk 13.29 13054 - Library Information Technology Systems 26.11 Administrator 13058 - Library Technician 17.77 13061 - Media Specialist I 18.84 13062 - Media Specialist II 21.07 13063 - Media Specialist III 23.50 13071 - Photographer I 16.33 13072 - Photographer II 18.44 13073 - Photographer III 22.63 13074 - Photographer IV 27.68 13075 - Photographer V 33.49 13110 - Video Teleconference Technician 17.7114000 - Information Technology Occupations 14041 - Computer Operator I 17.02 14042 - Computer Operator II 19.04 14043 - Computer Operator III 21.22 14044 - Computer Operator IV 23.58 14045 - Computer Operator V 26.11 14071 - Computer Programmer I (see 1) 27.62 14072 - Computer Programmer II (see 1) 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 17.02 14160 - Personal Computer Support Technician 23.5815000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 30.51 15020 - Aircrew Training Devices Instructor (Rated) 36.91 15030 - Air Crew Training Devices Instructor (Pilot) 44.25 15050 - Computer Based Training Specialist / Instructor 30.51 15060 - Educational Technologist 30.67 15070 - Flight Instructor (Pilot) 44.25 15080 - Graphic Artist 23.93 15090 - Technical Instructor 26.13 15095 - Technical Instructor/Course Developer 31.96 15110 - Test Proctor 21.83 15120 - Tutor 21.8316000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.79 16030 - Counter Attendant 9.79 16040 - Dry Cleaner 12.02 16070 - Finisher, Flatwork, Machine 9.79 16090 - Presser, Hand 9.79 16110 - Presser, Machine, Drycleaning 9.79 16130 - Presser, Machine, Shirts 9.79 16160 - Presser, Machine, Wearing Apparel, Laundry 9.79 16190 - Sewing Machine Operator 12.81 16220 - Tailor 13.55 16250 - Washer, Machine 10.4919000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.94 19040 - Tool And Die Maker 23.8021000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 18.88 21030 - Material Coordinator 22.89 21040 - Material Expediter 22.89 21050 - Material Handling Laborer 13.07 21071 - Order Filler 15.33 21080 - Production Line Worker (Food Processing) 18.88 21110 - Shipping Packer 14.04 21130 - Shipping/Receiving Clerk 14.04 21140 - Store Worker I 12.48 21150 - Stock Clerk 16.40 21210 - Tools And Parts Attendant 18.88 21410 - Warehouse Specialist 18.8823000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.52 23021 - Aircraft Mechanic I 25.55 23022 - Aircraft Mechanic II 26.52 23023 - Aircraft Mechanic III 27.54 23040 - Aircraft Mechanic Helper 18.88 23050 - Aircraft, Painter 22.46 23060 - Aircraft Servicer 21.08 23080 - Aircraft Worker 21.88 23110 - Appliance Mechanic 20.66 23120 - Bicycle Repairer 15.52 23125 - Cable Splicer 26.10 23130 - Carpenter, Maintenance 22.28 23140 - Carpet Layer 18.15 23160 - Electrician, Maintenance 23.07 23181 - Electronics Technician Maintenance I 22.59 23182 - Electronics Technician Maintenance II 23.97 23183 - Electronics Technician Maintenance III 27.60 23260 - Fabric Worker 20.80 23290 - Fire Alarm System Mechanic 23.50 23310 - Fire Extinguisher Repairer 19.48 23311 - Fuel Distribution System Mechanic 27.67 23312 - Fuel Distribution System Operator 21.35 23370 - General Maintenance Worker 19.20 23380 - Ground Support Equipment Mechanic 25.55 23381 - Ground Support Equipment Servicer 21.08 23382 - Ground Support Equipment Worker 21.88 23391 - Gunsmith I 19.48 23392 - Gunsmith II 22.16 23393 - Gunsmith III 24.85 23410 - Heating, Ventilation And Air-Conditioning 23.57 Mechanic 23411 - Heating, Ventilation And Air Contditioning 24.46 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 28.70 23440 - Heavy Equipment Operator 28.86 23460 - Instrument Mechanic 24.17 23465 - Laboratory/Shelter Mechanic 23.51 23470 - Laborer 12.27 23510 - Locksmith 20.96 23530 - Machinery Maintenance Mechanic 24.66 23550 - Machinist, Maintenance 20.86 23580 - Maintenance Trades Helper 16.57 23591 - Metrology Technician I 24.17 23592 - Metrology Technician II 25.25 23593 - Metrology Technician III 30.26 23640 - Millwright 29.26 23710 - Office Appliance Repairer 21.74 23760 - Painter, Maintenance 21.93 23790 - Pipefitter, Maintenance 24.76 23810 - Plumber, Maintenance 23.93 23820 - Pneudraulic Systems Mechanic 24.85 23850 - Rigger 23.07 23870 - Scale Mechanic 21.03 23890 - Sheet-Metal Worker, Maintenance 23.06 23910 - Small Engine Mechanic 21.12 23931 - Telecommunications Mechanic I 26.33 23932 - Telecommunications Mechanic II 27.33 23950 - Telephone Lineman 26.11 23960 - Welder, Combination, Maintenance 23.82 23965 - Well Driller 24.96 23970 - Woodcraft Worker 24.85 23980 - Woodworker 18.6024000 - Personal Needs Occupations 24570 - Child Care Attendant 11.87 24580 - Child Care Center Clerk 19.94 24610 - Chore Aide 10.20 24620 - Family Readiness And Support Services 17.12 Coordinator 24630 - Homemaker 20.7725000 - Plant And System Operations Occupations 25010 - Boiler Tender 27.02 25040 - Sewage Plant Operator 26.45 25070 - Stationary Engineer 27.02 25190 - Ventilation Equipment Tender 19.72 25210 - Water Treatment Plant Operator 26.4527000 - Protective Service Occupations 27004 - Alarm Monitor 24.53 27007 - Baggage Inspector 13.86 27008 - Corrections Officer 29.73 27010 - Court Security Officer 31.17 27030 - Detection Dog Handler 23.51 27040 - Detention Officer 29.73 27070 - Firefighter 27.18 27101 - Guard I 13.86 27102 - Guard II 23.51 27131 - Police Officer I 35.16 27132 - Police Officer II 39.0628000 - Recreation Occupations 28041 - Carnival Equipment Operator 15.20 28042 - Carnival Equipment Repairer 16.19 28043 - Carnival Equpment Worker 10.89 28210 - Gate Attendant/Gate Tender 15.62 28310 - Lifeguard 13.53 28350 - Park Attendant (Aide) 17.38 28510 - Recreation Aide/Health Facility Attendant 12.67 28515 - Recreation Specialist 21.52 28630 - Sports Official 13.84 28690 - Swimming Pool Operator 17.1129000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 28.99 29020 - Hatch Tender 28.99 29030 - Line Handler 28.99 29041 - Stevedore I 27.21 29042 - Stevedore II 30.7630000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.91 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.84 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.55 30021 - Archeological Technician I 20.59 30022 - Archeological Technician II 22.84 30023 - Archeological Technician III 28.30 30030 - Cartographic Technician 28.30 30040 - Civil Engineering Technician 25.89 30061 - Drafter/CAD Operator I 20.42 30062 - Drafter/CAD Operator II 22.84 30063 - Drafter/CAD Operator III 25.47 30064 - Drafter/CAD Operator IV 31.34 30081 - Engineering Technician I 18.88 30082 - Engineering Technician II 21.19 30083 - Engineering Technician III 23.70 30084 - Engineering Technician IV 29.36 30085 - Engineering Technician V 35.91 30086 - Engineering Technician VI 43.45 30090 - Environmental Technician 22.65 30210 - Laboratory Technician 21.62 30240 - Mathematical Technician 27.79 30361 - Paralegal/Legal Assistant I 21.72 30362 - Paralegal/Legal Assistant II 26.91 30363 - Paralegal/Legal Assistant III 32.91 30364 - Paralegal/Legal Assistant IV 39.82 30390 - Photo-Optics Technician 28.30 30461 - Technical Writer I 23.46 30462 - Technical Writer II 28.69 30463 - Technical Writer III 34.71 30491 - Unexploded Ordnance (UXO) Technician I 24.73 30492 - Unexploded Ordnance (UXO) Technician II 29.92 30493 - Unexploded Ordnance (UXO) Technician III 35.87 30494 - Unexploded (UXO) Safety Escort 24.73 30495 - Unexploded (UXO) Sweep Personnel 24.73 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.47 Surface Programs 30621 - Weather Observer, Senior (see 2) 28.3031000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 14.37 31030 - Bus Driver 17.56 31043 - Driver Courier 13.59 31260 - Parking and Lot Attendant 10.07 31290 - Shuttle Bus Driver 14.66 31310 - Taxi Driver 12.33 31361 - Truckdriver, Light 14.66 31362 - Truckdriver, Medium 18.11 31363 - Truckdriver, Heavy 20.85 31364 - Truckdriver, Tractor-Trailer 20.8599000 - Miscellaneous Occupations 99030 - Cashier 12.02 99050 - Desk Clerk 10.60 99095 - Embalmer 21.58 99251 - Laboratory Animal Caretaker I 13.87 99252 - Laboratory Animal Caretaker II 14.55 99310 - Mortician 23.74 99410 - Pest Controller 14.26 99510 - Photofinishing Worker 16.54 99710 - Recycling Laborer 19.84 99711 - Recycling Specialist 24.10 99730 - Refuse Collector 18.98 99810 - Sales Clerk 13.18 99820 - School Crossing Guard 11.77 99830 - Survey Party Chief 28.85 99831 - Surveying Aide 18.84 99832 - Surveying Technician 26.23 99840 - Vending Machine Attendant 14.19 99841 - Vending Machine Repairer 16.89 99842 - Vending Machine Repairer Helper 14.09____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a Contractor orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present Contractor orsuccessor, wherever employed, and with the predecessor Contractors in theperformance 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 LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (AContractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot 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. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) 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 occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations 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 theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand 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 yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium 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 consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, 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 orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The Contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all Contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the Contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)}Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the Contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe Contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the Contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the Contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the Contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour decision to the Contractor.6) The Contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.Loma LindaWD 15-5629 (Rev.-2) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5629Daniel W. Simms Division of | Revision No.: 2Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the Contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe 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 EOminimum wage rate will be adjusted annually. Additional information onContractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________State: CaliforniaArea: California Counties of Riverside, San Bernardino____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.83 01012 - Accounting Clerk II 17.77 01013 - Accounting Clerk III 20.27 01020 - Administrative Assistant 28.08 01035 - Court Reporter 21.92 01041 - Customer Service Representative I 13.45 01042 - Customer Service Representative II 15.12 01043 - Customer Service Representative III 16.49 01051 - Data Entry Operator I 13.10 01052 - Data Entry Operator II 14.29 01060 - Dispatcher, Motor Vehicle 22.41 01070 - Document Preparation Clerk 15.13 01090 - Duplicating Machine Operator 15.13 01111 - General Clerk I 12.61 01112 - General Clerk II 14.92 01113 - General Clerk III 17.43 01120 - Housing Referral Assistant 21.90 01141 - Messenger Courier 12.13 01191 - Order Clerk I 16.98 01192 - Order Clerk II 18.53 01261 - Personnel Assistant (Employment) I 18.07 01262 - Personnel Assistant (Employment) II 20.20 01263 - Personnel Assistant (Employment) III 22.53 01270 - Production Control Clerk 23.51 01290 - Rental Clerk 16.61 01300 - Scheduler, Maintenance 17.39 01311 - Secretary I 17.39 01312 - Secretary II 19.45 01313 - Secretary III 21.90 01320 - Service Order Dispatcher 19.54 01410 - Supply Technician 28.08 01420 - Survey Worker 19.93 01460 - Switchboard Operator/Receptionist 14.51 01531 - Travel Clerk I 13.19 01532 - Travel Clerk II 13.98 01533 - Travel Clerk III 14.85 01611 - Word Processor I 15.62 01612 - Word Processor II 17.54 01613 - Word Processor III 19.6205000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.65 05010 - Automotive Electrician 22.18 05040 - Automotive Glass Installer 20.84 05070 - Automotive Worker 20.84 05110 - Mobile Equipment Servicer 19.16 05130 - Motor Equipment Metal Mechanic 23.56 05160 - Motor Equipment Metal Worker 20.84 05190 - Motor Vehicle Mechanic 23.56 05220 - Motor Vehicle Mechanic Helper 18.38 05250 - Motor Vehicle Upholstery Worker 20.40 05280 - Motor Vehicle Wrecker 20.84 05310 - Painter, Automotive 22.18 05340 - Radiator Repair Specialist 20.84 05370 - Tire Repairer 13.98 05400 - Transmission Repair Specialist 23.5607000 - Food Preparation And Service Occupations 07010 - Baker 14.36 07041 - Cook I 13.42 07042 - Cook II 15.72 07070 - Dishwasher 10.29 07130 - Food Service Worker 11.20 07210 - Meat Cutter 17.59 07260 - Waiter/Waitress 10.2609000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.84 09040 - Furniture Handler 12.46 09080 - Furniture Refinisher 18.16 09090 - Furniture Refinisher Helper 14.86 09110 - Furniture Repairer, Minor 17.40 09130 - Upholsterer 18.1611000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.76 11060 - Elevator Operator 12.94 11090 - Gardener 19.21 11122 - Housekeeping Aide 13.84 11150 - Janitor 14.04 11210 - Laborer, Grounds Maintenance 14.40 11240 - Maid or Houseman 10.38 11260 - Pruner 13.27 11270 - Tractor Operator 18.21 11330 - Trail Maintenance Worker 14.40 11360 - Window Cleaner 16.1712000 - Health Occupations 12010 - Ambulance Driver 17.85 12011 - Breath Alcohol Technician 17.85 12012 - Certified Occupational Therapist Assistant 31.60 12015 - Certified Physical Therapist Assistant 29.58 12020 - Dental Assistant 17.27 12025 - Dental Hygienist 44.13 12030 - EKG Technician 25.07 12035 - Electroneurodiagnostic Technologist 25.07 12040 - Emergency Medical Technician 17.85 12071 - Licensed Practical Nurse I 18.38 12072 - Licensed Practical Nurse II 20.68 12073 - Licensed Practical Nurse III 23.72 12100 - Medical Assistant 14.26 12130 - Medical Laboratory Technician 19.73 12160 - Medical Record Clerk 17.52 12190 - Medical Record Technician 19.99 12195 - Medical Transcriptionist 19.89 12210 - Nuclear Medicine Technologist 43.60 12221 - Nursing Assistant I 11.21 12222 - Nursing Assistant II 12.61 12223 - Nursing Assistant III 13.75 12224 - Nursing Assistant IV 15.43 12235 - Optical Dispenser 16.02 12236 - Optical Technician 16.36 12250 - Pharmacy Technician 17.83 12280 - Phlebotomist 15.43 12305 - Radiologic Technologist 27.76 12311 - Registered Nurse I 31.47 12312 - Registered Nurse II 38.49 12313 - Registered Nurse II, Specialist 38.49 12314 - Registered Nurse III 48.20 12315 - Registered Nurse III, Anesthetist 48.20 12316 - Registered Nurse IV 57.77 12317 - Scheduler (Drug and Alcohol Testing) 25.31 12320 - Substance Abuse Treatment Counselor 25.3113000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.72 13012 - Exhibits Specialist II 26.91 13013 - Exhibits Specialist III 35.57 13041 - Illustrator I 23.89 13042 - Illustrator II 29.60 13043 - Illustrator III 38.09 13047 - Librarian 29.81 13050 - Library Aide/Clerk 16.49 13054 - Library Information Technology Systems 26.91 Administrator 13058 - Library Technician 22.40 13061 - Media Specialist I 19.42 13062 - Media Specialist II 21.72 13063 - Media Specialist III 24.22 13071 - Photographer I 16.93 13072 - Photographer II 18.94 13073 - Photographer III 24.13 13074 - Photographer IV 32.91 13075 - Photographer V 39.80 13090 - Technical Order Library Clerk 15.20 13110 - Video Teleconference Technician 18.2514000 - Information Technology Occupations 14041 - Computer Operator I 17.82 14042 - Computer Operator II 19.93 14043 - Computer Operator III 22.89 14044 - Computer Operator IV 25.73 14045 - Computer Operator V 28.50 14071 - Computer Programmer I (see 1) 27.07 14072 - Computer Programmer II (see 1) 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 17.82 14160 - Personal Computer Support Technician 25.73 14170 - System Support Specialist 29.6915000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.73 15020 - Aircrew Training Devices Instructor (Rated) 42.03 15030 - Air Crew Training Devices Instructor (Pilot) 50.37 15050 - Computer Based Training Specialist / Instructor 34.73 15060 - Educational Technologist 39.97 15070 - Flight Instructor (Pilot) 50.37 15080 - Graphic Artist 22.59 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 44.05 15086 - Maintenance Test Pilot, Rotary Wing 44.05 15088 - Non-Maintenance Test/Co-Pilot 44.05 15090 - Technical Instructor 21.90 15095 - Technical Instructor/Course Developer 26.79 15110 - Test Proctor 18.40 15120 - Tutor 18.4016000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.95 16030 - Counter Attendant 9.95 16040 - Dry Cleaner 12.66 16070 - Finisher, Flatwork, Machine 9.95 16090 - Presser, Hand 9.95 16110 - Presser, Machine, Drycleaning 9.95 16130 - Presser, Machine, Shirts 9.95 16160 - Presser, Machine, Wearing Apparel, Laundry 9.95 16190 - Sewing Machine Operator 13.61 16220 - Tailor 14.54 16250 - Washer, Machine 10.7119000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.68 19040 - Tool And Die Maker 23.5021000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.02 21030 - Material Coordinator 22.14 21040 - Material Expediter 22.14 21050 - Material Handling Laborer 16.24 21071 - Order Filler 14.17 21080 - Production Line Worker (Food Processing) 15.02 21110 - Shipping Packer 15.08 21130 - Shipping/Receiving Clerk 15.08 21140 - Store Worker I 10.96 21150 - Stock Clerk 16.23 21210 - Tools And Parts Attendant 15.02 21410 - Warehouse Specialist 15.0223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 30.20 23019 - Aircraft Logs and Records Technician 23.60 23021 - Aircraft Mechanic I 28.77 23022 - Aircraft Mechanic II 30.20 23023 - Aircraft Mechanic III 31.35 23040 - Aircraft Mechanic Helper 19.78 23050 - Aircraft, Painter 26.40 23060 - Aircraft Servicer 23.60 23070 - Aircraft Survival Flight Equipment Technician 26.40 23080 - Aircraft Worker 24.96 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 24.96 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 28.77 II 23110 - Appliance Mechanic 21.78 23120 - Bicycle Repairer 13.98 23125 - Cable Splicer 35.01 23130 - Carpenter, Maintenance 27.67 23140 - Carpet Layer 23.38 23160 - Electrician, Maintenance 29.81 23181 - Electronics Technician Maintenance I 25.49 23182 - Electronics Technician Maintenance II 27.44 23183 - Electronics Technician Maintenance III 28.89 23260 - Fabric Worker 21.45 23290 - Fire Alarm System Mechanic 23.19 23310 - Fire Extinguisher Repairer 20.35 23311 - Fuel Distribution System Mechanic 30.64 23312 - Fuel Distribution System Operator 23.08 23370 - General Maintenance Worker 21.13 23380 - Ground Support Equipment Mechanic 28.77 23381 - Ground Support Equipment Servicer 23.60 23382 - Ground Support Equipment Worker 24.96 23391 - Gunsmith I 20.35 23392 - Gunsmith II 23.94 23393 - Gunsmith III 27.10 23410 - Heating, Ventilation And Air-Conditioning 24.62 Mechanic 23411 - Heating, Ventilation And Air Conditioning 25.84 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 26.33 23440 - Heavy Equipment Operator 29.54 23460 - Instrument Mechanic 27.77 23465 - Laboratory/Shelter Mechanic 25.63 23470 - Laborer 12.83 23510 - Locksmith 21.82 23530 - Machinery Maintenance Mechanic 27.12 23550 - Machinist, Maintenance 24.78 23580 - Maintenance Trades Helper 13.87 23591 - Metrology Technician I 27.77 23592 - Metrology Technician II 29.15 23593 - Metrology Technician III 30.26 23640 - Millwright 22.51 23710 - Office Appliance Repairer 20.06 23760 - Painter, Maintenance 21.05 23790 - Pipefitter, Maintenance 25.18 23810 - Plumber, Maintenance 23.72 23820 - Pneudraulic Systems Mechanic 27.10 23850 - Rigger 27.10 23870 - Scale Mechanic 23.94 23890 - Sheet-Metal Worker, Maintenance 22.86 23910 - Small Engine Mechanic 17.79 23931 - Telecommunications Mechanic I 26.92 23932 - Telecommunications Mechanic II 28.45 23950 - Telephone Lineman 25.88 23960 - Welder, Combination, Maintenance 19.51 23965 - Well Driller 30.99 23970 - Woodcraft Worker 27.10 23980 - Woodworker 18.6524000 - Personal Needs Occupations 24550 - Case Manager 14.49 24570 - Child Care Attendant 13.05 24580 - Child Care Center Clerk 16.40 24610 - Chore Aide 9.75 24620 - Family Readiness And Support Services 14.49 Coordinator 24630 - Homemaker 17.7725000 - Plant And System Operations Occupations 25010 - Boiler Tender 28.40 25040 - Sewage Plant Operator 28.84 25070 - Stationary Engineer 28.40 25190 - Ventilation Equipment Tender 19.89 25210 - Water Treatment Plant Operator 28.8427000 - Protective Service Occupations 27004 - Alarm Monitor 21.24 27007 - Baggage Inspector 13.15 27008 - Corrections Officer 34.11 27010 - Court Security Officer 31.23 27030 - Detection Dog Handler 15.95 27040 - Detention Officer 34.11 27070 - Firefighter 26.04 27101 - Guard I 13.15 27102 - Guard II 15.95 27131 - Police Officer I 37.18 27132 - Police Officer II 41.3128000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.81 28042 - Carnival Equipment Repairer 14.05 28043 - Carnival Worker 9.48 28210 - Gate Attendant/Gate Tender 14.46 28310 - Lifeguard 12.86 28350 - Park Attendant (Aide) 16.18 28510 - Recreation Aide/Health Facility Attendant 11.81 28515 - Recreation Specialist 19.86 28630 - Sports Official 12.86 28690 - Swimming Pool Operator 18.3229000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 24.19 29020 - Hatch Tender 24.19 29030 - Line Handler 24.19 29041 - Stevedore I 22.57 29042 - Stevedore II 26.0230000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 40.65 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 28.02 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 30.87 30021 - Archeological Technician I 24.64 30022 - Archeological Technician II 26.40 30023 - Archeological Technician III 34.21 30030 - Cartographic Technician 34.35 30040 - Civil Engineering Technician 30.51 30051 - Cryogenic Technician I 26.81 30052 - Cryogenic Technician II 29.61 30061 - Drafter/CAD Operator I 24.64 30062 - Drafter/CAD Operator II 27.72 30063 - Drafter/CAD Operator III 30.79 30064 - Drafter/CAD Operator IV 37.88 30081 - Engineering Technician I 19.68 30082 - Engineering Technician II 22.09 30083 - Engineering Technician III 24.70 30084 - Engineering Technician IV 30.60 30085 - Engineering Technician V 37.43 30086 - Engineering Technician VI 45.29 30090 - Environmental Technician 26.89 30095 - Evidence Control Specialist 24.21 30210 - Laboratory Technician 23.13 30221 - Latent Fingerprint Technician I 26.81 30222 - Latent Fingerprint Technician II 29.61 30240 - Mathematical Technician 33.92 30361 - Paralegal/Legal Assistant I 21.25 30362 - Paralegal/Legal Assistant II 26.32 30363 - Paralegal/Legal Assistant III 32.20 30364 - Paralegal/Legal Assistant IV 38.69 30375 - Petroleum Supply Specialist 29.61 30390 - Photo-Optics Technician 33.63 30395 - Radiation Control Technician 29.61 30461 - Technical Writer I 24.26 30462 - Technical Writer II 29.67 30463 - Technical Writer III 35.91 30491 - Unexploded Ordnance (UXO) Technician I 25.83 30492 - Unexploded Ordnance (UXO) Technician II 31.26 30493 - Unexploded Ordnance (UXO) Technician III 37.46 30494 - Unexploded (UXO) Safety Escort 25.83 30495 - Unexploded (UXO) Sweep Personnel 25.83 30501 - Weather Forecaster I 26.81 30502 - Weather Forecaster II 32.61 30620 - Weather Observer, Combined Upper Air Or (see 2) 30.79 Surface Programs 30621 - Weather Observer, Senior (see 2) 32.2331000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.26 31020 - Bus Aide 13.30 31030 - Bus Driver 19.85 31043 - Driver Courier 14.41 31260 - Parking and Lot Attendant 10.20 31290 - Shuttle Bus Driver 15.93 31310 - Taxi Driver 11.90 31361 - Truckdriver, Light 15.93 31362 - Truckdriver, Medium 21.82 31363 - Truckdriver, Heavy 21.78 31364 - Truckdriver, Tractor-Trailer 21.7899000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.24 99030 - Cashier 12.13 99050 - Desk Clerk 11.25 99095 - Embalmer 24.23 99130 - Flight Follower 25.83 99251 - Laboratory Animal Caretaker I 14.00 99252 - Laboratory Animal Caretaker II 15.19 99260 - Marketing Analyst 24.59 99310 - Mortician 28.06 99410 - Pest Controller 16.58 99510 - Photofinishing Worker 15.19 99710 - Recycling Laborer 22.75 99711 - Recycling Specialist 28.30 99730 - Refuse Collector 19.76 99810 - Sales Clerk 17.13 99820 - School Crossing Guard 10.19 99830 - Survey Party Chief 38.64 99831 - Surveying Aide 20.42 99832 - Surveying Technician 27.93 99840 - Vending Machine Attendant 14.10 99841 - Vending Machine Repairer 17.91 99842 - Vending Machine Repairer Helper 14.10____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a Contractor orsuccessor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present Contractor orsuccessor, wherever employed, and with the predecessor Contractors in theperformance 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 LutherKing Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (AContractor may substitute for any of the named holidays another day off with pay inaccordance 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 doesnot 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. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) 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 occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations 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 theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand 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 yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium 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 consideredovertime work).** HAZARDOUS PAY DIFFERENTIAL **An 8 percent differential is applicable to employees employed in a position thatrepresents a high degree of hazard when working with or in close proximity toordnance, explosives, and incendiary materials. This includes work such asscreening, 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 sensitiveordnance, explosives and incendiary materials. All operations involving re-gradingand cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordnance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee 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. Alloperations involving, unloading, storage, and hauling of ordnance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordnance, 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 orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The Contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all Contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof 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, StandardForm 1444 (SF-1444) **Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the Contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination (See 29 CFR4.6(b)(2)(i)). Such conforming procedures shall be initiated by the Contractorprior 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 finaldetermination of conformed classification, wage rate, and/or fringe benefits whichshall be paid to all employees performing in the classification from the first dayof work on which contract work is performed by them in the classification. Failureto pay such unlisted employees the compensation agreed upon by the interestedparties and/or fully determined by the Wage and Hour Division retroactive to thedate such class of employees commenced contract work shall be a violation of the Actand this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations areincluded in a contract, a separate SF-1444 should be prepared for each wagedetermination 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 conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the Contractor prepares a written report listing in orderthe proposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation 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, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour Division's decision to theContractor.6) Each affected employee shall be furnished by the Contractor with a written copyof such determination or it shall be posted as a part of the wage determination (See29 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 ofOccupations" should be used to compare job definitions to ensure that dutiesrequested are not performed by a classification already listed in the wagedetermination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination (See 29 CFR 4.152(c)(1)).SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the Offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an Offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the Offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the Offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (); (ii) Quick Search (); (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) NonGovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the Offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An Offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An Offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The Offeror should indicate that it is an Offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through . (l) Debriefing. If a post-award debriefing is given to requesting Offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed Offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into FAR Part 52.212-1 as an addendum to this solicitation:E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014)1. BASIS FOR AWARD.a. Award will be made to Offeror(s) on the basis of the best value tradeoffs, in accordance with FAR Part 15.101-1. The evaluation shall consider the Offeror’s technical capabilities to provide the services listed in the PWS (Factor 1), their Past Performance (Factor 2), Veteran Involvement (Factor 3) and the proposed cost/price (Factor 4). Factors 1 and 2 are equally important and combined are more important than Factor 3. Factor 3 is more important than Factor 4. When combined, non-price factors 1, 2, and 3 are significantly more important than Factor 4, Price.Factor 1 – Technical Capability and Management ApproachFactor 2 – Past PerformanceFactor 3 – Veteran InvolvementFactor 4 – Priceb. The Government intends to award without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Furthermore, if discussions are to be conducted the Government shall establish a competitive range. The competitive range shall be comprised of the most highly rated proposals, unless the range is further reduced for purposes of efficiency pursuant to FAR Part 15.306(c)(2). Resulting Contract(s) shall be based on the Contractor’s ability provide the services listed in the PWS (Factors 1), their Past Performance (Factor 2), Veteran Involvement (Factor 3), and the proposed Price (Factor 4). c. Options. The Government will consider offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).d. The Government reserves the right to award multiple contracts for this requirement. 2. GENERAL INSTRUCTIONS FOR PROPOSAL SUBMISSIONS a. Period of Acceptance of Offers. The Offeror agrees to hold prices in its offer firm for a period of one-hundred and twenty (120) calendar days from the date specified for the receipt of offers.b. Requirements for Technical Proposal Submittal (Factors 1, 2 and 4).(1) Offerors’ proposals are to be submitted in hard copy, clearly marked with the Request for Proposal (RFP) number. Contractors will provide six (6) copies of the proposal and a compact disk (CD) with an electronic version of the proposal in either a Microsoft Word (DOC/DOCX) or Adobe readable format (PDF).(2) Offerors shall include a table of contents and ensure that each factor is separated within the technical proposal by tab or section such that the proposal can easily be separated by factor.(3) Format. Offerors will present their written proposals on 8.5” by 11” paper, using Times New Roman font, size eleven (11) pitch, single spaced, with one (1)” margins all around. The proposal will not be more than two-hundred (200) pages, one sided, and will be bound with a black paper clip or similar to allow for ease of disassembling sections of the proposal.c.Requirements for Past Performance Submittals (Factor 2). Offerors shall identify three (3) current or recently completed (within the past three (3) years) contracts that are similar in size, scope and complexity to the contract being offered herein, to include contract name, dates of performance, point of contact, telephone number and e-mail address. Contracts listed may include those entered into with the Federal Government, State or local agencies, or commercial customers. Each Offeror shall provide their three references with a copy of the Past Performance Questionnaire, attached in section D, and have them returned to André Jeanpierre by the response date listed on the questionnaire.? Questionnaires can be scanned and emailed from the references only to andre.jeanpierre@.d. Requirements for Price Proposals (Factor 4). Price Proposals will be submitted in a separate envelope and will be evaluated on the basis of reasonableness to the Government. They may also be analyzed to determine whether they are realistic for the work to be performed, reflect a clear understanding of requirements, and are consistent with the corresponding Technical Proposal. They will also be analyzed for balanced pricing.3. EVALUATION FACTORS AND CRITERIA.a. Offerors should address in detail their Technical Capabilities by describing their proposed approach to each factor. All factors will be considered based solely on the offer provided, to the extent in which the offer demonstrates a clear understanding of the requirements, and the Contractor’s ability to meet those requirements. Factor 1 - Technical Capabilities and Management Approach: Compliance with The Joint Commission (TJC) accreditation or meeting Joint Commission standards: The Contractor shall provide supporting documentation that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. This shall include the following:Ability to provide dental laboratory services in accordance with the terms, conditions, specifications and requirements of the resulting contract. The narrative summary must describe and demonstrate the Contractor’s capability, stability and strengths to provide dental laboratory services. State the number of years (experience) the firm has performed this type of services.Offerors shall provide documentation indicating a minimum of three (3) years’ experience in Dental Laboratory Service. Offerors must meet the minimum number of years’ experience; no additional weight shall be given to this sub-factor for years in excess of the minimum. Offeror shall provide documentation (i.e. copy of certificate) of at least two (2) Dental Lab Technician’s that have successfully passed a written and practical exam from an accredited institution. Offerors shall provide proof that a minimum of two (2) qualified Certified Dental Technicians are employed on a full-time basis. Furnish a listing of staff to be assigned to this contract, along with qualifications and/or certifications with a record of each employee as to character and physical capabilities of performing the required duties. Staff shall include all technicians who shall perform the services. Offeror must have the ability to support VA Dental Laboratory requests within the dental laboratory standards (i.e., dentist satisfaction, customer satisfaction, turn-around time and cost-effectiveness of the laboratory). Offeror must state the rate of ability to meet delivery deadlines. Offeror must provide evidence and/or documentation to show/demonstrate that all materials used must be manufactured in the United States. Offeror must state or provide evidence and/or documentation that shows the Dental Lab is located in the United States. Offerors shall submit a QAP, the plan shall contain at a minimum:Overview of the programTraining/continuing educationQuality improvement processDocumentation of past problems and corrective action Work process/inspectionManagement involvement in quality assurance. This sub-factor shall demonstrate to the Government that the Offeror’s QAP provides a process that clearly indicates a successful product shall be produced.Factor 2 – Past Performance: This factor will be used to assess an Offeror’s likelihood of performing successfully on this contract. Past performance will be assessed for relevancy and success. For this factor:(a) The Government shall review available past performance data in the FAPIIS found in the PPIRS found at .(b) Offerors shall identify three (3) current or recently completed (within the past three (3) years) contracts that are similar in size, scope and complexity to the contract being offered herein, to include contract name, dates of performance, point of contact, telephone number and e-mail address. Contracts listed may include those entered into with the Federal Government, State or local agencies, or commercial customers and shall include the following information:Name and Address of the Contracting Activity (Medical Center or Company)Name and Telephone Number of Point of Contact (Contracting Officer, COTR or Manager) who would have firsthand knowledge on contract performance and/or satisfaction. Contract Number and Dates of Contract PerformanceList of Subcontracts if applicable. (c) The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance.(d) In accordance with FAR Part 15.305(a)(2)(iv), if an Offeror has no record of relevant past performance or for whom information is not available, they will not be rated favorably or unfavorably.Factor 3 – Veteran Involvement:(a) In accordance with VAAR Part 852.215-70 included herein, this factor will take into consideration an Offerors status as an Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) and/or its proposed use of eligible SDVOSB and VOSB as subcontractors. This factor will give credit in the following order of descending importance: (i) SDVOSB performing work as the prime Contractor.(ii) VOSB performing as a prime Contractor. (iii) Non-SDVOSB or VOSB committing to subcontracting with either SDVOSB or VOSB in the performance of the contract. (b) In order for SDVOSB or VOSB to receive credit under this factor, the Offeror must be registered and verified in the Vendor Information Pages (VIP) database at per VAAR Part 804.1102. (c) In order for an Offeror who is not a SDVOSB or VOSB to receive credit under this factor, the Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB subcontractors must be registered and verified in VIP database at per VAAR Part 804.1102 in order for the Offeror to receive consideration under the Veterans Involvement Factor.Factor 4 – PriceOfferors shall submit their Price using the SCHEDULE OF SERVICES AND PRICE from section B of this RFP. The price proposal shall be specific, complete in every detail, and separate from the technical proposal.? Each line item for each Option-Year listed in the Schedule must be completed.(End of Provision)E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The Offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the Offeror checked "has" in paragraph (b) of this provision, the Offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the Offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the Offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the Offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the Offeror has provided the requested information with regard to each occurrence. (d) The Offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).(End of Provision)E.4 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate Offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned Offerors will receive full credit, and Offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an Offeror must be registered and verified in Vendor Information Pages (VIP) database. (). (c) Non-veteran Offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database ().(End of Provision)E.5 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Multiple Award Indefinite Delivery Indefinite Quantity Contract.(End of Provision)E.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:? The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract.??The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.? The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.?This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.(End of Provision)E.7 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directlywith an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: André Jeanpierre Hand-Carried Address: Department of Veterans AffairsService Area Office – West (SAO-W) Network Contracting Office 22 (NCO-22) 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Mailing Address: Department of Veterans Affairs Service Area Office – West (SAO-W)Network Contracting Office 22 (NCO-22) 4811 Airport Plaza Drive Suite 600 Long Beach Long Beach 90815 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)E.8 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/Offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420E.9 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that— (i) The Offeror and/or any of its Principals— (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if Offeror checks "have," the Offeror shall also see 52.209-7, if included in this solicitation); (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a Governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision; and (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.(End of Provision)E.10 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) ALTERNATE I (OCT 2014) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically via . If an Offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the Offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision— “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Highest-level owner” means the entity that owns or controls an immediate owner of the Offeror, or that owns or controls one or more entities that control an immediate owner of the Offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the Offeror, that has direct control of the Offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. “Inverted domestic corporation” means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional Government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Small disadvantaged business concern”, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Subsidiary” means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. “Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The Offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The Offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the Offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The Offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the Offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The Offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the Offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The Offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the Offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The Offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the Offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The Offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The Offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the Offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The Offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The Offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the Offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The Offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business Offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by Offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the Offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The Offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The Offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (11) (Complete if the Offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)[The Offeror shall check the category in which its ownership falls]: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The Offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The Offeror represents that— (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the Offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the Offeror with respect to this contract, the Offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The Offeror need not report regularly employed officers or employees of the Offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The Offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the Offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The Offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the Offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The Offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The Offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The Offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The Offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The Offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The Offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The Offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The Offeror certifies, to the best of its knowledge and belief, that the Offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local Government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the Offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The Offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The Offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The Offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the Offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the Offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the Offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The Offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the Offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The Offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the Offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the Offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the Offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the Offeror if the Offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the Offeror is required to provide this information to the SAM database to be eligible for award.) (1) All Offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the Offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the Offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign Government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign Government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the Offeror certifies that the Offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The Offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the Offeror— (i) Represents, to the best of its knowledge and belief, that the Offeror does not export any sensitive technology to the Government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the Government of Iran; (ii) Certifies that the Offeror, or any person owned or controlled by the Offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the Offeror, and any person owned or controlled by the Offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The Offeror has certified that all the offered products to be supplied are designated country end products. (p) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name).(End of Provision)E.11 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the Offeror or prospective Contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the Offeror or prospective Contractor and submitted with the quotation or offer.](End of Provision)E.12 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the Contractor.(End of Provision)E.13 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008)The Contractor agrees to provide all services specified in this contract for any person determined eligible by the Department of Veterans Affairs, regardless of the race, color, religion, sex, or national origin of the person for whom such services are ordered. The Contractor further warrants that he/she will not resort to subcontracting as a means of circumventing this provision.(End of Provision)E.14 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): (End of Provision)FAR NumberTitleDate52.216-27SINGLE OR MULTIPLE AWARDSOCT 199552.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONSDEC 2012(End of Addendum to 52.212-1)E.15 VAAR 852.273-70 LATE OFFERS (JAN 2003)This provision replaces paragraph (f) of FAR provision 52.212-1. Offers or modifications of offers received after the time set forth in a request for quotations or request for proposals may be considered, at the discretion of the contracting officer, if determined to be in the best interest of the Government. Late bids submitted in response to an invitation for bid (IFB) will not be considered.(End of Provision)E.16 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003)The Government intends to evaluate proposals and award a contract without exchanges with Offerors. Therefore, each initial offer should contain the Offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of Provision) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download