Veterans Affairs

?

FedBizOppsAmendment to a Previous Combined SolicitationCLASSIFICATION CODE*SUBJECT*CONTRACTING OFFICE'S*ZIP-CODESOLICITATION NUMBER*BASE NOTICE TYPERESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODE*CONTRACTING OFFICE ADDRESSPOINT OF CONTACT*(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE * = Required FieldFedBizOpps Amendment to a Previous Combined SolicitationRev. March 201063SECURITY SYSTEM MONITORING - 61936109-3798VA247-17-R-060606-14-201715N561621Department of Veterans AffairsCentral Alabama Veterans Health Care215 Perry Hill RoadMontgomery AL 36109-3798SAME AS CONTRACTING OFFICE ADDRESSSAME AS CONTRACTING OFFICE ADDRESSBENFORD.BRUNDAGE@BENFORD BRUNDAGESECURITY SYSTEM INSTALLATION & MONITORINGThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and/or 8.4, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will also be attached. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals must be received prior to 1:00pm EST on June 14, 2017. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. NAICS code is 561621, Alarm, Signal & Security Systems; size standard is $20.5 million.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014.Please see attached RFQ document VA247-17-R-0606 for requirements. Potential vendors are to complete the attached RFQ document and submit an itemized quote as well as submit sufficient supporting documentation which details product specifications. This supporting documentation will be used to determine whether or not the quoted items meet the requirements of the solicitation. Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidders.Vendors must complete RFQ in order to be considered for award, A QUOTE OR ATTACHMENT WILL NOT SUFFICE. This is a brand name or equal procurement. Only one award will be made to one vendor that can provide all items/services at the LOWEST PRICE TECHNICALLY ACCEPTABLE.All questions must be addressed by email no later than 36 hours prior to the closing date.PLEASE PROVIDE PICTURES AND SPECIFICATIONS IF YOU ARE NOT OFFERING EXACTLY WHAT THE GOVERNMENT IS REQUESTING. ALL QUOTES MUST INCLUDE SHIPPING, INSTALLATION AND ALL OTHER ASSOCIATED FEES, (IF REQUIRED). SEE STATEMENT OF WORK AND OTHER ATTACHMENTS FOR MORE DETAIL IF INCLUDED.Quotes are due no later than 1:00PM EST, June 14, 2017. Telephone calls will not be accepted. All quotes are to be sent electronically to HYPERLINK "mailto:Benford.Brundage@" Benford.Brundage@.INSTRUCTIONS FOR COMPLETING RFQ / SF 14491) Please acknowledge if your firm is a SERVICE DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN OWNED SMALL BUSINESS or NON-VETERAN OWNED SMALL BUSINESS in block 17a on the first page of the SF1449/Solicitation.2) Please provide pictures and specifications if you are not offering EXACTLY what the government is requesting. If you are offering the EXACT ITEMS/SERVICE/SUPPLIES being requested by the government, please verify and/or state that fact in the on page one (1), block 19 of the SF1449/Solicitation. 3) Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidding vendors.4) Review Statement of Work and Other Attachments, (if applicable), for DETAILED INFORMATION. 5) Per the solicitation, your firm MUST COMPLETE THE ATTACHED RFQ and email completed document back to this office by the close of award CST in order to be considered for award. A standard quote will not suffice.SF 1449 sections for Vendor Completion – Section 17a – Vendor InformationSection 26 -??? Total Amount of Bid/OfferSection 30a-c – Vendor name, signature and dateSection B. (Cost/Price Schedule) section for Vendor Completion – Unit Price – Unit Price for each separate line itemAmount – Quantity multiplied by Unit price by each separate line itemGrand Total – Total aggregate amount of all line itemsI have provided a SAMPLE of how to complete Section B.3 – The Price/Cost Schedule below:B.3 PRICE/COST SCHEDULEItem Information Item No.?? Description??????????????? ???Quantity ???Unit??????? Unit Price? ??????????????????????? Amount1 Widget A1.00 EA ___$300.00_________ ___$300.00______ 2 Widget B 2.00 EA ___$500.00________ ___$1,000.00____ 3 Installation 1.00 JB ___$400.00_________ ___$400.00______ 4 Annual Service 4.00 JB ___$200.00_________ ___$800.00______ ????????????????????? ????????????????????????????????????????????????????????????????????????????????????? ?????????GRAND ??TOTAL?????????????????? $2,500. ????????????The B.3 Price/Cost Schedule above is a SAMPLE ONLYFedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201063SECURITY SYSTEM MONITORING - 61936109-3798VA247-17-R-060606-14-201715N561621Department of Veterans AffairsCentral Alabama Veterans Health Care215 Perry Hill RoadMontgomery AL 36109-3798SAME AS CONTRACTING OFFICER'S ADDRESSSAME AS CONTRACTING OFFICER'S ADDRESSBENFORD.BRUNDAGE@BENFORD BRUNDAGESECURITY SYSTEM INSTALLATION & MONITORINGThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and/or 8.4, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will also be attached. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals must be received prior to 1:00pm EST on June 14, 2017. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. NAICS code is 561621, Alarm, Signal & Security Systems; size standard is $20.5 million.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014.Please see attached RFQ document VA247-17-R-0606 for requirements. Potential vendors are to complete the attached RFQ document and submit an itemized quote as well as submit sufficient supporting documentation which details product specifications. This supporting documentation will be used to determine whether or not the quoted items meet the requirements of the solicitation. Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidders.Vendors must complete RFQ in order to be considered for award, A QUOTE OR ATTACHMENT WILL NOT SUFFICE. This is a brand name or equal procurement. Only one award will be made to one vendor that can provide all items/services at the LOWEST PRICE TECHNICALLY ACCEPTABLE.All questions must be addressed by email no later than 36 hours prior to the closing date.PLEASE PROVIDE PICTURES AND SPECIFICATIONS IF YOU ARE NOT OFFERING EXACTLY WHAT THE GOVERNMENT IS REQUESTING. ALL QUOTES MUST INCLUDE SHIPPING, INSTALLATION AND ALL OTHER ASSOCIATED FEES, (IF REQUIRED). SEE STATEMENT OF WORK AND OTHER ATTACHMENTS FOR MORE DETAIL IF INCLUDED.Quotes are due no later than 1:00PM EST, June 14, 2017. Telephone calls will not be accepted. All quotes are to be sent electronically to HYPERLINK "mailto:Benford.Brundage@" Benford.Brundage@.INSTRUCTIONS FOR COMPLETING RFQ / SF 14491) Please acknowledge if your firm is a SERVICE DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN OWNED SMALL BUSINESS or NON-VETERAN OWNED SMALL BUSINESS in block 17a on the first page of the SF1449/Solicitation.2) Please provide pictures and specifications if you are not offering EXACTLY what the government is requesting. If you are offering the EXACT ITEMS/SERVICE/SUPPLIES being requested by the government, please verify and/or state that fact in the on page one (1), block 19 of the SF1449/Solicitation. 3) Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidding vendors.4) Review Statement of Work and Other Attachments, (if applicable), for DETAILED INFORMATION. 5) Per the solicitation, your firm MUST COMPLETE THE ATTACHED RFQ and email completed document back to this office by the close of award CST in order to be considered for award. A standard quote will not suffice.SF 1449 sections for Vendor Completion – Section 17a – Vendor InformationSection 26 -??? Total Amount of Bid/OfferSection 30a-c – Vendor name, signature and dateSection B. (Cost/Price Schedule) section for Vendor Completion – Unit Price – Unit Price for each separate line itemAmount – Quantity multiplied by Unit price by each separate line itemGrand Total – Total aggregate amount of all line itemsI have provided a SAMPLE of how to complete Section B.3 – The Price/Cost Schedule below:B.3 PRICE/COST SCHEDULEItem Information Item No.?? Description??????????????? ???Quantity ???Unit??????? Unit Price? ??????????????????????? Amount1 Widget A1.00 EA ___$300.00_________ ___$300.00______ 2 Widget B 2.00 EA ___$500.00________ ___$1,000.00____ 3 Installation 1.00 JB ___$400.00_________ ___$400.00______ 4 Annual Service 4.00 JB ___$200.00_________ ___$800.00______ ????????????????????? ????????????????????????????????????????????????????????????????????????????????????? ?????????GRAND ??TOTAL?????????????????? $2,500. ????????????The B.3 Price/Cost Schedule above is a SAMPLE ONLYTC "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 ITEMS43619-17-3-841-0120VA247-17-R-060606-09-2017BENFORD BRUNDAGE334-725-283406-14-20171:00pm ESTDepartment of Veterans AffairsCentral Alabama Veterans Health CareCAVHCS215 Perry Hill RoadMontgomery AL 36109X100561621$20.5 MillionNET 30N/AXDepartment of Veterans AffairsCentral Alabama Veterans Health CareATTN: WAREHOUSE215 PERRY HILL ROADMONTGOMERY AL 36109Department of Veterans AffairsCentral Alabama Health Care SystemEast Campus2400 Hospital RoadTuskegee AL 36083-5001 Department of Veterans AffairsFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971See CONTINUATION PageSECURITY SYSTEM SERVICES FOR THECENTRAL ALABAMA VETERANS HEALTHCARE SYSTEM - CAVHCSTHIS IS AN UNRESTRICTED PROCUREMENTTHIS IS A BRAND NAME OR EQUAL PROCUREMNTNO PREFERENCE WILL BE GIVEN SPECIAL SET-ASIDESTHIS IS A BASE YEAR PLUS FOUR RENEWABLE OPTION YEARS CONTRACTONLY ONE AWARD WILL BE MADE TO ONE VENDOR THAT PROVIDE ALLITEMS/EQUIPMENT AT LOWEST PRICE TECHNICALLY ACCEPTABLE.VENDOR'S QUOTE MUST INCLUDE ALL ASSOCIATED FEESTHIS RFQ MUST BE COMPLETED BY THE VENDOR IN ORDER TO BECONSIDERED FOR AWARD. A VENDOR BID/QUOTE WILL NOT SUFFICE.SEE BID INSTRUCTIONS AND/OR PAGE BEFORE SPECIFICATIONS.See CONTINUATION PageXXX1BENFORD BRUNDAGECONTRACT OFFICERTable of Contents TOC \o "1-4" \f \h \z \u \x HYPERLINK \l "_Toc256000033" B.3 PRICE/COST SCHEDULE PAGEREF _Toc256000033 \h 3 HYPERLINK \l "_Toc256000034" B.3 PRICE/COST SCHEDULE PAGEREF _Toc256000034 \h 6 HYPERLINK \l "_Toc256000035" SECTION A PAGEREF _Toc256000035 \h 7 HYPERLINK \l "_Toc256000036" A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc256000036 \h 7 HYPERLINK \l "_Toc256000037" SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc256000037 \h 9 HYPERLINK \l "_Toc256000038" B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc256000038 \h 9 HYPERLINK \l "_Toc256000039" B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc256000039 \h 10 HYPERLINK \l "_Toc256000040" B.3 PRICE/COST SCHEDULE PAGEREF _Toc256000040 \h 13 HYPERLINK \l "_Toc256000041" ITEM INFORMATION PAGEREF _Toc256000041 \h 13 HYPERLINK \l "_Toc256000042" SECTION C - CONTRACT CLAUSES PAGEREF _Toc256000042 \h 16 HYPERLINK \l "_Toc256000043" C.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) PAGEREF _Toc256000043 \h 16 HYPERLINK \l "_Toc256000044" SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc256000044 \h 24 HYPERLINK \l "_Toc256000045" SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc256000045 \h 42 HYPERLINK \l "_Toc256000046" E.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999) PAGEREF _Toc256000046 \h 42 HYPERLINK \l "_Toc256000047" E.2 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) PAGEREF _Toc256000047 \h 42 HYPERLINK \l "_Toc256000048" E.3 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—SYSTEM FOR AWARD MANAGEMENT (JUL 2013) PAGEREF _Toc256000048 \h 44 HYPERLINK \l "_Toc256000049" E.4 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JUL 2013) PAGEREF _Toc256000049 \h 46SECTION B - CONTINUATION OF SF 1449 BLOCKSINTENTIONALLY LEFT BLANKB.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: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C247 BENFORD C. BRUNDAGEDepartment of Veterans AffairsCentral Alabama Veterans Health CareCAVHCS215 Perry Hill RoadMontgomery AL 36109 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] IN ARREARS 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans AffairsFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes . Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's 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's compliance with the limitations on subcontracting or percentage of work performance requirement.INSTRUCTIONS FOR COMPLETING RFQ / SF 14491) Please provide pictures and specifications if you are not offering EXACTLY what the government is requesting. If you are offering the EXACT ITEMS/SERVICE/SUPPLIES being requested by the government, please verify and/or state that fact in the on page one (1), block 19 of the SF1449. 2) Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidding vendors.3) Review Statement of Work and Other Attachments, (if applicable), for more DETAILED INFORMATION. 4) Per the solicitation, your firm MUST COMPLETE THE ATTACHED RFQ and email completed document back to this office by the close of award CST in order to be considered for award. A standard quote will not suffice.SF 1449 – Section 17a – Vendor InformationSection 26 -??? Total Amount of Bid/OfferSection 30a-c – Vendor name, signature and dateSection B. (Cost/Price Schedule) Unit Price – Unit Price for each separate line itemAmount – Quantity multiplied by Unit price by each separate line itemGrand Total – Total aggregate amount of all line itemsI have provided a SAMPLE below:Item Information Item No.?? Description??????????????? ???Quantity ???Unit??????? Unit Price? ??????????????????????? Amount1 Widget A1.00 EA ___$300.00_________ ___$300.00______ 2 Widget B 2.00 EA ___$500.00________ ___$1,000.00_______ 3 Installation 1.00 JB ___$400.00_________ ___$400.00______ 4 Annual Service 4.00 JB ___$200.00_________ ___$800.00________ ????????????????????? ????????????????????????????????????????????????????????????????????????????????????? ?????????GRAND ??TOTAL?????????????????? $2,500. ????????????MONTGOMERY VET CENTER (0334)FIRE & SECURITY MONITORING SERVICESSTATEMENT OF WORK619-17-3-841-0120Service provider is to connect to existing fire and electronic security system in addition to installing additional electronic security equipment and fire monitoring equipment (a one-time purchase by the Montgomery Vet Center from the provider) and provide 24-hour monitoring services through a central monitoring services for said equipment at the Montgomery Vet Center, 4405 Atlanta Highway, Montgomery, AL 36109. The approximate square footage of the building to be monitored is approximately 3,750 sq ft. When either alarm is activated, a system alert will automatically transmit notice of alarm activation to a central monitoring service who will in return contact the Vet Center Director or Office Manager prior to notifying the local authorities. If unable to contact the Vet Center Director or the Office Manager the central monitoring service is to automatically contact the local authorities.Service provider is to bill monthly for services with payment for services in the rears. All invoices are to contain the service providers business name, business address, business telephone number, purchase order number, the services provided, dates services were provided, the quantity, cost per quantity, and the total cost of services provided. A one-time purchase of equipment by the Montgomery Vet Center from the service provider to install and monitor consists of the following:2 Wireless Door Switches3 Wireless Motion Detectors7 Wireless Key Fobs2 Wireless Smoke Detectors1 Cell Communicator1 Wireless Keypad1 Power Supply For Wireless Keypad7 Wireless Panic ButtonsThere are no, “To Scale Drawings”, available for this procurementThe ceilings are loweredThe system should be wireless so plenum cable is not preferredGovernment does not plan to post any Q&A sessionsHoneywell System is preferred, but not mandatory or required. This a brand name or equal procurement. System should be secure enough that personnel cannot easily alter/disable/destroy the system or its parts/components. During non-business hours the system must respond by alerting the authorities if someone from the outside were to attempt to gain entry without a key, without a?key-fob, by raising one of the windows from the outside, breaking one of the windows, breaking the glass door from the outside, etc. During business hours the system must alert authorities when activated by the panic buttons, key-fobs, etc.B.3 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001One Time equipment purchase and Installation; 2 Wireless Door Switches 3 Wire Motion Detectors 7 Wireless Key Fobs 2 Wireless Smoke Detectors 1 Cell Communicator 1 Wireless Keypad 1 Powe Supply for Wireless Keypad 7 SEE STATEMENT OF WORK1.00UN____________________________________0002Annual Monitoring Service & Open Close Report Monthly Monitoring for the Vet Center Director & Office Manager.BASE YEAR: JULY 1, 2017 - JUNE 30, 201812.00MO____________________________________00032 Open/Close Reports are for the Vet Center Director & Office Manager.BASE YEAR: JULY 1, 2017 - JUNE 30, 201812.00MO____________________________________GRAND TOTAL__________________OPTION YEARS 1 - 41002Annual Monitoring Service & Open Close Report Monthly Monitoring for the Veteran Center Director & Office Management. OPTION YEAR 1: JULY 1, 2018 - JUNE 30, 201912.00MO____________________________________10032 Open/Close Reports Monthly Reports for the Vet Center Director & Office OPTION YEAR 1: JULY 1, 2018 - JUNE 30, 201912.00MO____________________________________2002Annual Monitoring Service & Open Close Report Monthly Monitoring for the Veteran Center Director & Office Management. OPTION YEAR 2: JULY 1, 2019 - JUNE 30, 202012.00MO____________________________________20032 Open/Close Reports Monthly Reports for the Vet Center Director & Office Manager. OPTION YEAR 2: JULY 1, 2019 - JUNE 30, 202012.00MO____________________________________3002Annual Monitoring Service & Open Close Report Monthly Monitoring for the Veteran Center Director & Office Management. OPTION YEAR 3: JULY 1, 2020 - JUNE 30, 202112.00MO____________________________________30032 Open/Close Reports Monthly Reports for the Vet Center Director & Office Manager. OPTION OPTION YEAR 3: JULY 1, 2020 - JUNE 30, 202112.00MO____________________________________4002Annual Monitoring Service & Open Close Report Monthly Monitoring for the Veteran Center Director & Office Management. OPTION YEAR 4: JULY 1, 2021 - JUNE 30, 202212.00MO____________________________________40032 Open/Close Reports Monthly Reports for the Vet Center Director & Office Manager. OPTION YEAR 4: JULY 1, 2021 - JUNE 30, 202212.00MO____________________________________GRAND TOTAL__________________SECTION C - CONTRACT CLAUSESC.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 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: [] (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). [] (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.) [] (4) 52.204–10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109–282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204–14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111–117, section 743 of Div. C). [] (7) 52.204–15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111–117, section 743 of Div. C). [] (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). [] (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. [] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (NOV 2016) of 52.219-9. [] (iii) Alternate II (NOV 2016) of 52.219-9. [] (iv) Alternate III (NOV 2016) of 52.219-9. [] (v) Alternate IV (NOV 2016) of 52.219-9. [] (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 (JAN 2017) (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). [] (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 (OCT 2016) (E.O. 13126). [] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [] (28) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). [] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [] (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). [] (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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. [] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). [] (37)(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.) [] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (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.) [] (40)(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. [] (41)(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. [] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (43)(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] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [] (48) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (49)(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. [] (50) 52.225–5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (51) 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). [] (52) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (56) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). [] (62)(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). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (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). [] (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). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). [] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (11) 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vi) 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xii)(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). (xiii) 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). (xiv) 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). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xxi) 52.225–26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 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. (xxiii) 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)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSINTENTIONALLY LEFT BLANKSubject to the availability of FY 2017 Appropriations.Payments shall be made in arrears by invoice. All invoices must include both contract and purchase order number.? If funds are not presently available for this contract, The Government's obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability.? Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and offeror(s) is/are encouraged to coordinate with Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor’s determination of the appropriate classification.WD 15-4607 (Rev.-1) was first posted on on 02/07/2017************************************************************************************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.: 2015-4607Daniel W. Simms Division of | Revision No.: 1Director Wage Determinations| Date Of Revision: 01/31/2017_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 forcalendar year 2017 applies to all contracts subject to the Service ContractAct for which the contract is awarded (and any solicitation was issued) on orafter January 1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wage determinationat least $10.20 per hour (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performing on the contractin calendar year 2017. The EO minimum wage rate will be adjusted annually.Additional information on contractor requirements and worker protections underthe EO is available at whd/govcontracts.____________________________________________________________________________________State: AlabamaArea: Alabama Counties of Autauga, Elmore, Lowndes, Montgomery____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.38 01012 - Accounting Clerk II 15.38 01013 - Accounting Clerk III 16.87 01020 - Administrative Assistant 22.76 01035 - Court Reporter 19.67 01041 - Customer Service Representative I 11.37 01042 - Customer Service Representative II 12.78 01043 - Customer Service Representative III 13.95 01051 - Data Entry Operator I 12.03 01052 - Data Entry Operator II 13.13 01060 - Dispatcher, Motor Vehicle 17.89 01070 - Document Preparation Clerk 11.65 01090 - Duplicating Machine Operator 11.65 01111 - General Clerk I 11.36 01112 - General Clerk II 12.67 01113 - General Clerk III 13.92 01120 - Housing Referral Assistant 17.99 01141 - Messenger Courier 11.13 01191 - Order Clerk I 11.31 01192 - Order Clerk II 12.34 01261 - Personnel Assistant (Employment) I 16.90 01262 - Personnel Assistant (Employment) II 20.67 01263 - Personnel Assistant (Employment) III 24.58 01270 - Production Control Clerk 21.53 01290 - Rental Clerk 11.08 01300 - Scheduler, Maintenance 14.43 01311 - Secretary I 14.43 01312 - Secretary II 16.14 01313 - Secretary III 17.99 01320 - Service Order Dispatcher 15.99 01410 - Supply Technician 22.76 01420 - Survey Worker 15.86 01460 - Switchboard Operator/Receptionist 11.52 01531 - Travel Clerk I 11.62 01532 - Travel Clerk II 12.40 01533 - Travel Clerk III 13.07 01611 - Word Processor I 12.85 01612 - Word Processor II 14.43 01613 - Word Processor III 16.1405000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 19.23 05010 - Automotive Electrician 17.42 05040 - Automotive Glass Installer 18.24 05070 - Automotive Worker 16.43 05110 - Mobile Equipment Servicer 14.39 05130 - Motor Equipment Metal Mechanic 18.44 05160 - Motor Equipment Metal Worker 16.43 05190 - Motor Vehicle Mechanic 18.44 05220 - Motor Vehicle Mechanic Helper 13.76 05250 - Motor Vehicle Upholstery Worker 15.46 05280 - Motor Vehicle Wrecker 16.43 05310 - Painter, Automotive 17.42 05340 - Radiator Repair Specialist 16.43 05370 - Tire Repairer 10.52 05400 - Transmission Repair Specialist 18.4407000 - Food Preparation And Service Occupations 07010 - Baker 12.41 07041 - Cook I 8.76 07042 - Cook II 10.06 07070 - Dishwasher 8.67 07130 - Food Service Worker 8.78 07210 - Meat Cutter 13.84 07260 - Waiter/Waitress 8.7109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 13.82 09040 - Furniture Handler 9.80 09080 - Furniture Refinisher 13.82 09090 - Furniture Refinisher Helper 11.14 09110 - Furniture Repairer, Minor 12.40 09130 - Upholsterer 13.8211000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.04 11060 - Elevator Operator 9.04 11090 - Gardener 12.80 11122 - Housekeeping Aide 9.21 11150 - Janitor 9.21 11210 - Laborer, Grounds Maintenance 10.87 11240 - Maid or Houseman 8.39 11260 - Pruner 9.94 11270 - Tractor Operator 12.39 11330 - Trail Maintenance Worker 10.87 11360 - Window Cleaner 10.0712000 - Health Occupations 12010 - Ambulance Driver 14.75 12011 - Breath Alcohol Technician 16.23 12012 - Certified Occupational Therapist Assistant 22.26 12015 - Certified Physical Therapist Assistant 23.65 12020 - Dental Assistant 12.51 12025 - Dental Hygienist 27.88 12030 - EKG Technician 21.64 12035 - Electroneurodiagnostic Technologist 21.64 12040 - Emergency Medical Technician 14.75 12071 - Licensed Practical Nurse I 14.51 12072 - Licensed Practical Nurse II 16.23 12073 - Licensed Practical Nurse III 18.10 12100 - Medical Assistant 12.79 12130 - Medical Laboratory Technician 14.33 12160 - Medical Record Clerk 12.07 12190 - Medical Record Technician 13.54 12195 - Medical Transcriptionist 14.26 12210 - Nuclear Medicine Technologist 34.52 12221 - Nursing Assistant I 10.42 12222 - Nursing Assistant II 11.72 12223 - Nursing Assistant III 12.79 12224 - Nursing Assistant IV 14.36 12235 - Optical Dispenser 17.08 12236 - Optical Technician 14.53 12250 - Pharmacy Technician 14.06 12280 - Phlebotomist 13.42 12305 - Radiologic Technologist 22.09 12311 - Registered Nurse I 23.18 12312 - Registered Nurse II 28.35 12313 - Registered Nurse II, Specialist 28.35 12314 - Registered Nurse III 34.30 12315 - Registered Nurse III, Anesthetist 34.30 12316 - Registered Nurse IV 41.10 12317 - Scheduler (Drug and Alcohol Testing) 20.11 12320 - Substance Abuse Treatment Counselor 20.0013000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.85 13012 - Exhibits Specialist II 23.34 13013 - Exhibits Specialist III 28.56 13041 - Illustrator I 18.85 13042 - Illustrator II 23.34 13043 - Illustrator III 28.56 13047 - Librarian 25.85 13050 - Library Aide/Clerk 9.20 13054 - Library Information Technology Systems 23.34 Administrator 13058 - Library Technician 14.14 13061 - Media Specialist I 16.59 13062 - Media Specialist II 18.55 13063 - Media Specialist III 20.70 13071 - Photographer I 14.18 13072 - Photographer II 17.35 13073 - Photographer III 20.59 13074 - Photographer IV 25.19 13075 - Photographer V 30.48 13090 - Technical Order Library Clerk 15.74 13110 - Video Teleconference Technician 15.9514000 - Information Technology Occupations 14041 - Computer Operator I 15.63 14042 - Computer Operator II 16.97 14043 - Computer Operator III 18.92 14044 - Computer Operator IV 21.02 14045 - Computer Operator V 23.28 14071 - Computer Programmer I (see 1) 21.65 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 15.63 14160 - Personal Computer Support Technician 21.80 14170 - System Support Specialist 25.6015000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.18 15020 - Aircrew Training Devices Instructor (Rated) 34.10 15030 - Air Crew Training Devices Instructor (Pilot) 40.44 15050 - Computer Based Training Specialist / Instructor 28.18 15060 - Educational Technologist 34.25 15070 - Flight Instructor (Pilot) 40.44 15080 - Graphic Artist 20.72 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 38.87 15086 - Maintenance Test Pilot, Rotary Wing 38.87 15088 - Non-Maintenance Test/Co-Pilot 38.87 15090 - Technical Instructor 20.83 15095 - Technical Instructor/Course Developer 27.67 15110 - Test Proctor 16.82 15120 - Tutor 16.8216000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.77 16030 - Counter Attendant 8.77 16040 - Dry Cleaner 10.64 16070 - Finisher, Flatwork, Machine 8.77 16090 - Presser, Hand 8.77 16110 - Presser, Machine, Drycleaning 8.77 16130 - Presser, Machine, Shirts 8.77 16160 - Presser, Machine, Wearing Apparel, Laundry 8.77 16190 - Sewing Machine Operator 11.25 16220 - Tailor 11.90 16250 - Washer, Machine 9.4019000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 17.54 19040 - Tool And Die Maker 21.6021000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.53 21030 - Material Coordinator 21.13 21040 - Material Expediter 21.13 21050 - Material Handling Laborer 11.22 21071 - Order Filler 11.98 21080 - Production Line Worker (Food Processing) 13.53 21110 - Shipping Packer 12.91 21130 - Shipping/Receiving Clerk 12.91 21140 - Store Worker I 12.34 21150 - Stock Clerk 15.26 21210 - Tools And Parts Attendant 13.53 21410 - Warehouse Specialist 13.5323000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.15 23019 - Aircraft Logs and Records Technician 20.54 23021 - Aircraft Mechanic I 24.07 23022 - Aircraft Mechanic II 25.15 23023 - Aircraft Mechanic III 26.19 23040 - Aircraft Mechanic Helper 18.38 23050 - Aircraft, Painter 22.67 23060 - Aircraft Servicer 20.54 23070 - Aircraft Survival Flight Equipment Technician 22.67 23080 - Aircraft Worker 21.60 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 21.60 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 24.07 II 23110 - Appliance Mechanic 19.07 23120 - Bicycle Repairer 11.22 23125 - Cable Splicer 27.71 23130 - Carpenter, Maintenance 15.15 23140 - Carpet Layer 18.21 23160 - Electrician, Maintenance 17.71 23181 - Electronics Technician Maintenance I 22.44 23182 - Electronics Technician Maintenance II 23.50 23183 - Electronics Technician Maintenance III 24.75 23260 - Fabric Worker 17.31 23290 - Fire Alarm System Mechanic 16.83 23310 - Fire Extinguisher Repairer 16.35 23311 - Fuel Distribution System Mechanic 19.62 23312 - Fuel Distribution System Operator 15.26 23370 - General Maintenance Worker 17.04 23380 - Ground Support Equipment Mechanic 24.07 23381 - Ground Support Equipment Servicer 20.54 23382 - Ground Support Equipment Worker 21.60 23391 - Gunsmith I 16.46 23392 - Gunsmith II 18.21 23393 - Gunsmith III 19.97 23410 - Heating, Ventilation And Air-Conditioning 19.24 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.08 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.90 23440 - Heavy Equipment Operator 16.15 23460 - Instrument Mechanic 21.43 23465 - Laboratory/Shelter Mechanic 19.07 23470 - Laborer 10.59 23510 - Locksmith 17.34 23530 - Machinery Maintenance Mechanic 20.22 23550 - Machinist, Maintenance 17.05 23580 - Maintenance Trades Helper 11.10 23591 - Metrology Technician I 21.43 23592 - Metrology Technician II 22.66 23593 - Metrology Technician III 23.80 23640 - Millwright 19.97 23710 - Office Appliance Repairer 20.48 23760 - Painter, Maintenance 14.61 23790 - Pipefitter, Maintenance 18.82 23810 - Plumber, Maintenance 17.30 23820 - Pneudraulic Systems Mechanic 19.97 23850 - Rigger 19.97 23870 - Scale Mechanic 18.21 23890 - Sheet-Metal Worker, Maintenance 18.13 23910 - Small Engine Mechanic 16.61 23931 - Telecommunications Mechanic I 20.41 23932 - Telecommunications Mechanic II 22.58 23950 - Telephone Lineman 20.69 23960 - Welder, Combination, Maintenance 15.12 23965 - Well Driller 19.97 23970 - Woodcraft Worker 19.97 23980 - Woodworker 12.5024000 - Personal Needs Occupations 24550 - Case Manager 14.27 24570 - Child Care Attendant 10.31 24580 - Child Care Center Clerk 13.33 24610 - Chore Aide 9.03 24620 - Family Readiness And Support Services 14.27 Coordinator 24630 - Homemaker 16.5025000 - Plant And System Operations Occupations 25010 - Boiler Tender 19.18 25040 - Sewage Plant Operator 18.33 25070 - Stationary Engineer 19.18 25190 - Ventilation Equipment Tender 14.95 25210 - Water Treatment Plant Operator 18.3327000 - Protective Service Occupations 27004 - Alarm Monitor 15.07 27007 - Baggage Inspector 9.80 27008 - Corrections Officer 17.18 27010 - Court Security Officer 19.09 27030 - Detection Dog Handler 11.61 27040 - Detention Officer 17.18 27070 - Firefighter 17.70 27101 - Guard I 9.80 27102 - Guard II 11.61 27131 - Police Officer I 18.95 27132 - Police Officer II 21.0628000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.20 28042 - Carnival Equipment Repairer 11.47 28043 - Carnival Worker 8.45 28210 - Gate Attendant/Gate Tender 14.46 28310 - Lifeguard 11.64 28350 - Park Attendant (Aide) 16.18 28510 - Recreation Aide/Health Facility Attendant 11.81 28515 - Recreation Specialist 17.73 28630 - Sports Official 12.89 28690 - Swimming Pool Operator 12.7729000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.21 29020 - Hatch Tender 18.21 29030 - Line Handler 18.21 29041 - Stevedore I 17.31 29042 - Stevedore II 19.0730000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.52 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.87 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.49 30021 - Archeological Technician I 16.61 30022 - Archeological Technician II 18.32 30023 - Archeological Technician III 24.92 30030 - Cartographic Technician 24.92 30040 - Civil Engineering Technician 19.05 30051 - Cryogenic Technician I 25.48 30052 - Cryogenic Technician II 28.15 30061 - Drafter/CAD Operator I 16.61 30062 - Drafter/CAD Operator II 18.32 30063 - Drafter/CAD Operator III 22.44 30064 - Drafter/CAD Operator IV 27.61 30081 - Engineering Technician I 15.18 30082 - Engineering Technician II 17.04 30083 - Engineering Technician III 20.74 30084 - Engineering Technician IV 23.61 30085 - Engineering Technician V 28.89 30086 - Engineering Technician VI 34.95 30090 - Environmental Technician 23.33 30095 - Evidence Control Specialist 23.00 30210 - Laboratory Technician 21.46 30221 - Latent Fingerprint Technician I 25.48 30222 - Latent Fingerprint Technician II 28.15 30240 - Mathematical Technician 24.92 30361 - Paralegal/Legal Assistant I 17.89 30362 - Paralegal/Legal Assistant II 23.06 30363 - Paralegal/Legal Assistant III 28.20 30364 - Paralegal/Legal Assistant IV 34.12 30375 - Petroleum Supply Specialist 28.15 30390 - Photo-Optics Technician 24.92 30395 - Radiation Control Technician 28.15 30461 - Technical Writer I 20.47 30462 - Technical Writer II 25.05 30463 - Technical Writer III 30.30 30491 - Unexploded Ordnance (UXO) Technician I 23.85 30492 - Unexploded Ordnance (UXO) Technician II 28.85 30493 - Unexploded Ordnance (UXO) Technician III 34.58 30494 - Unexploded (UXO) Safety Escort 23.85 30495 - Unexploded (UXO) Sweep Personnel 23.85 30501 - Weather Forecaster I 25.48 30502 - Weather Forecaster II 30.99 30620 - Weather Observer, Combined Upper Air Or (see 2) 22.44 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.9631000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 28.85 31020 - Bus Aide 11.78 31030 - Bus Driver 14.78 31043 - Driver Courier 12.25 31260 - Parking and Lot Attendant 11.01 31290 - Shuttle Bus Driver 12.95 31310 - Taxi Driver 9.90 31361 - Truckdriver, Light 12.95 31362 - Truckdriver, Medium 15.42 31363 - Truckdriver, Heavy 18.91 31364 - Truckdriver, Tractor-Trailer 18.9199000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.07 99030 - Cashier 8.44 99050 - Desk Clerk 9.36 99095 - Embalmer 24.48 99130 - Flight Follower 23.85 99251 - Laboratory Animal Caretaker I 10.56 99252 - Laboratory Animal Caretaker II 11.17 99260 - Marketing Analyst 28.36 99310 - Mortician 24.48 99410 - Pest Controller 14.11 99510 - Photofinishing Worker 12.53 99710 - Recycling Laborer 13.21 99711 - Recycling Specialist 15.48 99730 - Refuse Collector 12.39 99810 - Sales Clerk 12.37 99820 - School Crossing Guard 11.45 99830 - Survey Party Chief 15.82 99831 - Surveying Aide 10.52 99832 - Surveying Technician 14.39 99840 - Vending Machine Attendant 11.73 99841 - Vending Machine Repairer 14.36 99842 - Vending Machine Repairer Helper 11.29____________________________________________________________________________________Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for FederalContractors, applies to all contracts subject to the Service Contract Act for whichthe contract is awarded (and any solicitation was issued) on or after January 1,2017. If this contract is covered by the EO, the contractor must provide employeeswith 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paidsick leave each year. Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, including preventive care; toassist a family member (or person who is like family to the employee) who is ill,injured, or has other health-related needs, including preventive care; or forreasons resulting from, or to assist a family member (or person who is like familyto the employee) who is the victim of, domestic violence, sexual assault, orstalking. Additional information on contractor requirements and worker protectionsunder the EO is available at whd/govcontracts.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 10 years, and 4 after 20 years. Length of service includesthe whole span of continuous service with the present contractor or successor,wherever employed, and with the predecessor contractors in the performance ofsimilar 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 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.(End of Provision)FAR NumberTitleDate852.246-70GUARANTEEJAN 2008852.246-71INSPECTIONJAN 2008E.2 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) (a) Definitions. As used in this provision— Electronic Funds Transfer (EFT) indicator means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. Registered in the System for Award Management (SAM) database means that— (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record “Active”. Unique entity identifier means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See HYPERLINK "" for the designated entity for establishing unique entity identifiers. (b)(1) 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, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ‘‘Unique Entity Identifier’’ followed by the unique entity identifier that identifies the Offeror’s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at HYPERLINK "" for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company physical street address, city, state, and Zip Code. (4) Company mailing address, city, state and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. (9) Line of business (industry). (10) Company headquarters name and address (reporting relationship within your entity). (d) 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. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at HYPERLINK "" .(End of Provision)E.3 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (a) Method of payment. (1) All payments by the Government under this contract shall be made by electronic funds transfer (EFT), except as provided in paragraph (a)(2) of this clause. As used in this clause, the term "EFT" refers to the funds transfer and may also include the payment information transfer. (2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either— (i) Accept payment by check or some other mutually agreeable method of payment; or (ii) Request the Government to extend the payment due date until such time as the Government can make payment by EFT (but see paragraph (d) of this clause). (b) Contractor's EFT information. The Government shall make payment to the Contractor using the EFT information contained in the System for Award Management (SAM) database. In the event that the EFT information changes, the Contractor shall be responsible for providing the updated information to the SAM database. (c) Mechanisms for EFT payment. The Government may make payment by EFT through either the Automated Clearing House (ACH) network, subject to the rules of the National Automated Clearing House Association, or the Fedwire Transfer System. The rules governing Federal payments through the ACH are contained in 31 CFR part 210. (d) Suspension of payment. If the Contractor's EFT information in the SAM database is incorrect, then the Government need not make payment to the Contractor under this contract until correct EFT information is entered into the SAM database; and any invoice or contract financing request shall be deemed not to be a proper invoice for the purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties apply. (e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the Government used the Contractor's EFT information incorrectly, the Government remains responsible for— (i) Making a correct payment; (ii) Paying any prompt payment penalty due; and (iii) Recovering any erroneously directed funds. (2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and— (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Contractor is responsible for recovery of any erroneously directed funds; or (ii) If the funds remain under the control of the payment office, the Government shall not make payment, and the provisions of paragraph (d) of this clause shall apply. (f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date, provided the specified payment date is a valid date under the rules of the Federal Reserve System. (g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall register separately in the SAM database and shall be paid by EFT in accordance with the terms of this clause. Notwithstanding any other requirement of this contract, payment to an ultimate recipient other than the Contractor, or a financial institution properly recognized under an assignment of claims pursuant to subpart 32.8, is not permitted. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is incorrect EFT information within the meaning of paragraph (d) of this clause. (h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting from changes to EFT information made by the Contractor's financial agent. (i) Payment information. The payment or disbursing office shall forward to the Contractor available payment information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve System. The Government may request the Contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the payment office is capable of executing. However, the Government does not guarantee that any particular format or method of delivery is available at any particular payment office and retains the latitude to use the format and delivery method most convenient to the Government. If the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall mail the payment information to the remittance address contained in the SAM database.(End of Clause)E.4 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (a) Method of payment. (1) All payments by the Government under this contract shall be made by electronic funds transfer (EFT) except as provided in paragraph (a)(2) of this clause. As used in this clause, the term "EFT" refers to the funds transfer and may also include the payment information transfer. (2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either— (i) Accept payment by check or some other mutually agreeable method of payment; or (ii) Request the Government to extend payment due dates until such time as the Government makes payment by EFT (but see paragraph (d) of this clause). (b) Mandatory submission of Contractor's EFT information. (1) The Contractor is required to provide the Government with the information required to make payment by EFT (see paragraph (j) of this clause). The Contractor shall provide this information directly to the office designated in this contract to receive that information (hereafter: "designated office") by . If not otherwise specified in this contract, the payment office is the designated office for receipt of the Contractor's EFT information. If more than one designated office is named for the contract, the Contractor shall provide a separate notice to each office. In the event that the EFT information changes, the Contractor shall be responsible for providing the updated information to the designated office(s). (2) If the Contractor provides EFT information applicable to multiple contracts, the Contractor shall specifically state the applicability of this EFT information in terms acceptable to the designated office. However, EFT information supplied to a designated office shall be applicable only to contracts that identify that designated office as the office to receive EFT information for that contract. (c) Mechanisms for EFT payment. The Government may make payment by EFT through either the Automated Clearing House (ACH) network, subject to the rules of the National Automated Clearing House Association, or the Fedwire Transfer System. The rules governing Federal payments through the ACH are contained in 31 CFR part 210. (d) Suspension of payment. (1) The Government is not required to make any payment under this contract until after receipt, by the designated office, of the correct EFT payment information from the Contractor. Until receipt of the correct EFT information, any invoice or contract financing request shall be deemed not to be a proper invoice for the purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties apply. (2) If the EFT information changes after submission of correct EFT information, the Government shall begin using the changed EFT information no later than 30 days after its receipt by the designated office to the extent payment is made by EFT. However, the Contractor may request that no further payments be made until the updated EFT information is implemented by the payment office. If such suspension would result in a late payment under the prompt payment terms of this contract, the Contractor's request for suspension shall extend the due date for payment by the number of days of the suspension. (e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the Government used the Contractor's EFT information incorrectly, the Government remains responsible for— (i) Making a correct payment; (ii) Paying any prompt payment penalty due; and (iii) Recovering any erroneously directed funds. (2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and— (i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Contractor is responsible for recovery of any erroneously directed funds; or (ii) If the funds remain under the control of the payment office, the Government shall not make payment and the provisions of paragraph (d) shall apply. (f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date, provided the specified payment date is a valid date under the rules of the Federal Reserve System. (g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall provide the EFT information required by paragraph (j) of this clause to the designated office, and shall be paid by EFT in accordance with the terms of this clause. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is incorrect EFT information within the meaning of paragraph (d) of this clause. (h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting from changes to EFT information provided by the Contractor's financial agent. (i) Payment information. The payment or disbursing office shall forward to the Contractor available payment information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve System. The Government may request the Contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the payment office is capable of executing. However, the Government does not guarantee that any particular format or method of delivery is available at any particular payment office and retains the latitude to use the format and delivery method most convenient to the Government. If the Government makes payment by check in accordance with paragraph (a) of this clause, the Government shall mail the payment information to the remittance address in the contract. (j) EFT information. The Contractor shall provide the following information to the designated office. The Contractor may supply this data for this or multiple contracts (see paragraph (b) of this clause). The Contractor shall designate a single financial agent per contract capable of receiving and processing the EFT information using the EFT methods described in paragraph (c) of this clause. (1) The contract number (or other procurement identification number). (2) The Contractor's name and remittance address, as stated in the contract(s). (3) The signature (manual or electronic, as appropriate), title, and telephone number of the Contractor official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the Contractor's financial agent. (5) The Contractor's account number and the type of account (checking, saving, or lockbox). (6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the Contractor's financial agent. (7) If applicable, the Contractor shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the Contractor's financial agent is not directly on-line to the Fedwire Transfer System; and, therefore, not the receiver of the wire transfer payment.(End of Clause) ................
................

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

Google Online Preview   Download