Www.vendorportal.ecms.va.gov



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 ITEMS44512-19-1-506-000136C24519Q001410-24-2018Teiana Poullard410-642-2411 ex 548111-01-201805:00pmDepartment of Veterans AffairsVA Maryland Health Care SystemContracting Officer (90C)P.O. Box 1000, Bldg. 101, Room 26Perry Point MD 21902X100X512110$32.5 MillionN/AXDepartment of Veterans AffairsVA Maryland Health Care SystemContracting Officer (90C)P.O. Box 1000, Bldg. 101, Room 26Perry Point MD 21902Department of Veterans AffairsVA Maryland Health Care SystemContracting Officer (90C)P.O. Box 1000, Bldg. 101, Room 26Perry Point MD 21902 PAYMENT WILL BE MADE BYFSC e-Invoice PaymentInvoice must be submitted electronically Setup Information 1-877-489-6135 See CONTINUATION PageThe Contractor shall provide the following for the BaltimoreVA Full production of six (6) half-hour epsisodes of theVeterans HealthWatch cable show per year per the SOWTotal production of seven (7) public service announcementFive (5) 30 second PBA and two (2) fifteen (15) secondversion of the public service announcment (PBA).Period of PerformanceBase Year: 12 monthsOption Year 1: 12 MonthsOption Year 2: 12 MonthsOption Year 3: 12 MonthsOption Year 4: 12 MonthsAll Questions are due by 2:00pm EST on Oct 26, 2018All proposals are due November 1, 2018 via email.***** NO PHONE CALLS WILL BE ACCEPTED**********This is a VOSB set aside LPTA Please see Page 40 ****POC: Teiana PoullardEmail: teiana.poullard@$0.00See CONTINUATION Page512-3690152-506-740500-2580 010040195XX1Teiana PoullardContracting OfficerTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc528161451 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc528161452 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc528161453 \h 3B.1 SOW PAGEREF _Toc528161454 \h 4B.2 PRICE/COST SCHEDULE PAGEREF _Toc528161455 \h 7ITEM INFORMATION PAGEREF _Toc528161456 \h 7SECTION C - CONTRACT CLAUSES PAGEREF _Toc528161457 \h 11C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc528161458 \h 11C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc528161459 \h 11C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc528161460 \h 11C.4 52.227-14 RIGHTS IN DATA—GENERAL (MAY 2014) PAGEREF _Toc528161461 \h 12C.5 52.227-16 ADDITIONAL DATA REQUIREMENTS (JUN 1987) PAGEREF _Toc528161462 \h 16C.6 52.227-18 RIGHTS IN DATA—EXISTING WORKS (DEC 2007) PAGEREF _Toc528161463 \h 17C.7 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc528161464 \h 17C.8 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) PAGEREF _Toc528161465 \h 18C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) PAGEREF _Toc528161466 \h 19C.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc528161467 \h 19C.11 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc528161468 \h 21C.12 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2018) PAGEREF _Toc528161469 \h 21SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc528161470 \h 29SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc528161471 \h 38E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JAN 2017) PAGEREF _Toc528161472 \h 38E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc528161473 \h 42SECTION B - CONTINUATION OF SF 1449 BLOCKS 36C24519Q0014Contract Administration: All contract administration matters will be handled by the following individuals: CONTRACTOR:Phone: POC: Email: GOVERNMENT:Department of Veterans AffairsVA Maryland Health Care SystemP.O. Box 1000Bldg. No. 101B, Room #3Perry Point, MD 21902POC: Teiana PoullardPhone: 410-642-2411 x 5481Email: Teiana.poullard@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 Central Contractor Registration; or[ ]52.232.36, Payment by Third PartyINVOICES: Invoices shall be submitted: Quarterly[ ]Semi-Annually[ ]Other[ X ] Per accepted videoGOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with VAAR 852.232-72 Electronic Submission of Payment Requests.PAYMENT WILL BE MADE BYFSC e-Invoice PaymentInvoice must be submitted electronically Setup Information 1-877-489-6135B.1 SOWOverview: Veterans throughout Maryland and Delaware can receive valuable information about the various health care benefits and services available to them by tuning in to Veterans’ HealthWatch, an award-winning bi-monthly cable show that is produced by the VA Maryland Health Care System. The half-hour program, which is broadcast each week on public access channels throughout Maryland and Delaware, provides a viewer-friendly format for veterans and their family members to learn more about the programs and services offered by the VA Maryland Health Care System and the Department of Veterans Affairs, provided by dedicated VA health care professionals for the benefit of veterans and community residents. With new programs and topics being broadcast every two months, Veterans’ HealthWatch serves as a reliable resource for Veterans to keep abreast of new programs, health tips, benefit changes and special events.Purpose: To produce a high-quality Veterans HealthWatch Cable Show.General Description: The Contractor shall provide the following:Full production of six (6) half-hour episodes of the Veterans’ HealthWatch cable show per year;Guidance on best methods of producing a quality, visually appealing and engaging cable show (VAMHCS to provide topic(s), scripting, host, and guests for each episode);Production crew and equipment to include: three (3) cameras, two (2) camerapersons, director, audio engineer, four (4) lavalier microphones, and makeup artist skilled in TV makeup application;Videotaping of in-studio or remote segments, six (6) times per year; Videotaping of show teaser to be prepared in WMV, MP4 and MOV format for placement on electronic bulletin boards, six (6) times per year;Travel to VAMHCS sites or other local locations with production crew and equipment to gather b-roll footage and for taping remote segments, six (6) times per year;Studio space in which to record the show, located in Baltimore, no more than fifteen (15) minutes in proximity to the Baltimore VA Medical Center on 10 North Greene Street, six (6) times per year;Assembly and disassembly of set and lighting for cable show taping, six (6) times per year;Adjustments?and maintenance to cable show set as necessary;Total production of seven (7) videos. Five (5), thirty (30) second public service announcements and two (2) should 15 second version of the public service announcement, including filming b-roll, interviews, editing, dubbing for various outlets, encoding for web use and closed captioning with smi files, and master DVD of final PSAs and one additional copy. TV production experience required;Timing device for each cable show videotaping to ensure timeliness;Use of teleprompter, when requested; Ability to use health care commercial PSAs and VAMHCS- produced PSAs in each episode;Post production editing;Rough cut of each bi-monthly show to be posted on YouTube for review by VAMHCS producer within ten (10) workdays following videotaping;Editing, closed captioning, and distribution of DVDs?for each bi-monthly episode to be completed within ten (10) workdays following review and comments from VAMHCS producer;Closed captioning of cable show episodes to be compliant with VA web posting policy;File conversion capabilities to suit the needs of the VAMHCS in WMV, MOV and MPEG-4 formats;Duplication of up to?(8) DVDs of each show provided to VA Maryland Health Care System;Distribution of DVDs of each episode to up to 14 local cable stations and contacts;Special file conversion and duplication for Anne Arundel County Cable Station (MPEG-4 and others, as needed.Create a new introduction to the show and graphics including lower thirds. VAMHCS to provide photos to be used in the introduction. Performance Standard: 100% compliance is required for customer satisfaction, performance and utility. Monitoring Method: Government shall review bi-monthly cable show to ensure that required functionality is provided which entails File conversion capabilities to suit the needs of the VAMHCS in WMV, MOV and MPEG-4 formats; closed captioning; Editing, closed captioning, and distribution of DVDs?for each bi-monthly episode to be completed within ten (10) workdays following review and comments from VAMHCS producer; provide six (6) half-hour episodes of the Veterans’ HealthWatch cable show per year. User complaints/trouble tracking will be reviewed, noting any production delays. Period of Performance: Twelve (12) months from the Date of Award (DOA) and four (4) one (1) year options. B.2 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00016.00EA____________________________________Full production of six (6) half hour episodes of the Veteran Healthwatch cable show per Statement of Work (SOW) attached. Contract Period: BasePOP Begin: 11-01-2018POP End: 10-31-201900025.00EA____________________________________Production of five (5) 30 Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: BasePOP Begin: 11-01-2018POP End: 10-31-201900032.00EA____________________________________Production of two (2) fifteen (15) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: BasePOP Begin: 11-01-2018POP End: 10-31-201910016.00EA____________________________________Full production of six (6) half hour episodes of the Veteran Healthwatch cable show per Statement of Work (SOW) attached. Contract Period: Option 1POP Begin: 11-01-2019POP End: 10-31-202010025.00EA____________________________________Production of five (5) thirty (30) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 1POP Begin: 11-01-2019POP End: 10-31-202010032.00EA____________________________________Production of two (2) fifteen (15) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 1POP Begin: 11-01-2019POP End: 10-31-202020016.00EA____________________________________Full production of six (6) half hour episodes of the Veteran Healthwatch cable show Contract Period: Option 2POP Begin: 11-01-2020POP End: 10-31-202120025.00EA____________________________________Production of five (5) thirty (30) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 2POP Begin: 11-01-2020POP End: 10-31-202120032.00EA____________________________________Production of two (2) fifteen (15) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 2POP Begin: 11-01-2020POP End: 10-31-202130016.00EA____________________________________Full production of six (6) half hour episodes of the Veteran Healthwatch cable show Contract Period: Option 3POP Begin: 11-01-2021POP End: 10-31-202230025.00EA____________________________________Production of five (5) thirty (30) second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 3POP Begin: 11-01-2021POP End: 10-31-202230032.00EA____________________________________Production of two (2) fifteen (15) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 3POP Begin: 11-01-2021POP End: 10-31-202240016.00EA____________________________________Full production of six (6) half hour episodes of the Veteran Healthwatch cable show.Contract Period: Option 4POP Begin: 11-01-2022POP End: 10-31-202340025.00EA____________________________________Production of five (5) thirty (30) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 4POP Begin: 11-01-2022POP End: 10-31-202340032.00EA____________________________________Production of two (2) fifteen (15) Second public service announcements including filming b-roll, interviews, editing , dubbing for various outlets, encoding for web use and closed captioning with smi files, and mater DVD of final PSAs and one additional copy. Contract Period: Option 4POP Begin: 11-01-2022POP End: 10-31-2023GRAND TOTAL__________________SECTION C - CONTRACT CLAUSESFAR NumberTitleDate52.212-4CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMSJAN 2017C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): browsefar (End of Clause)FAR NumberTitleDate52.203-16PREVENTING PERSONAL CONFLICTS OF INTERESTDEC 201152.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 2011ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract:C.2 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..(End of Clause)C.3 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 30 days.; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years.(End of Clause)C.4 52.227-14 RIGHTS IN DATA—GENERAL (MAY 2014) (a) Definitions. As used in this clause— "Computer database" or "database" means a collection of recorded information in a form capable of, and for the purpose of, being stored in, processed, and operated on by a computer. The term does not include computer software. "Computer software"— (1) Means (i) Computer programs that comprise a series of instructions, rules, routines, or statements, regardless of the media in which recorded, that allow or cause a computer to perform a specific operation or series of operations; and (ii) Recorded information comprising source code listings, design details, algorithms, processes, flow charts, formulas, and related material that would enable the computer program to be produced, created, or compiled. (2) Does not include computer databases or computer software documentation. "Computer software documentation" means owner's manuals, user's manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software. "Data" means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information. "Form, fit, and function data" means data relating to items, components, or processes that are sufficient to enable physical and functional interchangeability, and data identifying source, size, configuration, mating and attachment characteristics, functional characteristics, and performance requirements. For computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithms, processes, formulas, and flow charts of the software. "Limited rights" means the rights of the Government in limited rights data as set forth in the Limited Rights Notice of paragraph (g)(3) if included in this clause. "Limited rights data" means data, other than computer software, that embody trade secrets or are commercial or financial and confidential or privileged, to the extent that such data pertain to items, components, or processes developed at private expense, including minor modifications. "Restricted computer software" means computer software developed at private expense and that is a trade secret, is commercial or financial and confidential or privileged, or is copyrighted computer software, including minor modifications of the computer software. "Restricted rights", as used in this clause, means the rights of the Government in restricted computer software, as set forth in a Restricted Rights Notice of paragraph (g) if included in this clause, or as otherwise may be provided in a collateral agreement incorporated in and made part of this contract, including minor modifications of such computer software. "Technical data", means recorded information (regardless of the form or method of the recording) of a scientific or technical nature (including computer databases and computer software documentation). This term does not include computer software or financial, administrative, cost or pricing, or management data or other information incidental to contract administration. The term includes recorded information of a scientific or technical nature that is included in computer databases. (See 41 U.S.C. 116). "Unlimited rights" means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so. (b) Allocation of rights. (1) Except as provided in paragraph (c) of this clause, the Government shall have unlimited rights in— (i) Data first produced in the performance of this contract; (ii) Form, fit, and function data delivered under this contract; (iii) Data delivered under this contract (except for restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use under this contract; and (iv) All other data delivered under this contract unless provided otherwise for limited rights data or restricted computer software in accordance with paragraph (g) of this clause. (2) The Contractor shall have the right to— (i) Assert copyright in data first produced in the performance of this contract to the extent provided in paragraph (c)(1) of this clause; (ii) Use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, unless provided otherwise in paragraph (d) of this clause; (iii) Substantiate the use of, add, or correct limited rights, restricted rights, or copyright notices and to take other appropriate action, in accordance with paragraphs (e) and (f) of this clause; and (iv) Protect from unauthorized disclosure and use those data that are limited rights data or restricted computer software to the extent provided in paragraph (g) of this clause. (c) Copyright— (1) Data first produced in the performance of this contract. (i) Unless provided otherwise in paragraph (d) of this clause, the Contractor may, without prior approval of the Contracting Officer, assert copyright in scientific and technical articles based on or containing data first produced in the performance of this contract and published in academic, technical or professional journals, symposia proceedings, or similar works. The prior, express written permission of the Contracting Officer is required to assert copyright in all other data first produced in the performance of this contract. (ii) When authorized to assert copyright to the data, the Contractor shall affix the applicable copyright notices of 17 U.S.C. 401 or 402, and an acknowledgment of Government sponsorship (including contract number). (iii) For data other than computer software, the Contractor grants to the Government, and others acting on its behalf, a paid- up, nonexclusive, irrevocable, worldwide license in such copyrighted data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly by or on behalf of the Government. For computer software, the Contractor grants to the Government, and others acting on its behalf, a paid- up, nonexclusive, irrevocable, worldwide license in such copyrighted computer software to reproduce, prepare derivative works, and perform publicly and display publicly (but not to distribute copies to the public) by or on behalf of the Government. (2) Data not first produced in the performance of this contract. The Contractor shall not, without the prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract unless the Contractor— (i) Identifies the data; and (ii) Grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause or, if such data are restricted computer software, the Government shall acquire a copyright license as set forth in paragraph (g)(4) of this clause (if included in this contract) or as otherwise provided in a collateral agreement incorporated in or made part of this contract. (3) Removal of copyright notices. The Government will not remove any authorized copyright notices placed on data pursuant to this paragraph (c), and will include such notices on all reproductions of the data. (d) Release, publication, and use of data. The Contractor shall have the right to use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, except— (1) As prohibited by Federal law or regulation (e.g., export control or national security laws or regulations); (2) As expressly set forth in this contract; or (3) If the Contractor receives or is given access to data necessary for the performance of this contract that contain restrictive markings, the Contractor shall treat the data in accordance with such markings unless specifically authorized otherwise in writing by the Contracting Officer. (e) Unauthorized marking of data. (1) Notwithstanding any other provisions of this contract concerning inspection or acceptance, if any data delivered under this contract are marked with the notices specified in paragraph (g)(3) or (g) (4) if included in this clause, and use of the notices is not authorized by this clause, or if the data bears any other restrictive or limiting markings not authorized by this contract, the Contracting Officer may at any time either return the data to the Contractor, or cancel or ignore the markings. However, pursuant to 41 U.S.C. 4703, the following procedures shall apply prior to canceling or ignoring the markings. (i) The Contracting Officer will make written inquiry to the Contractor affording the Contractor 60 days from receipt of the inquiry to provide written justification to substantiate the propriety of the markings; (ii) If the Contractor fails to respond or fails to provide written justification to substantiate the propriety of the markings within the 60-day period (or a longer time approved in writing by the Contracting Officer for good cause shown), the Government shall have the right to cancel or ignore the markings at any time after said period and the data will no longer be made subject to any disclosure prohibitions. (iii) If the Contractor provides written justification to substantiate the propriety of the markings within the period set in paragraph (e)(1)(i) of this clause, the Contracting Officer will consider such written justification and determine whether or not the markings are to be cancelled or ignored. If the Contracting Officer determines that the markings are authorized, the Contractor will be so notified in writing. If the Contracting Officer determines, with concurrence of the head of the contracting activity, that the markings are not authorized, the Contracting Officer will furnish the Contractor a written determination, which determination will become the final agency decision regarding the appropriateness of the markings unless the Contractor files suit in a court of competent jurisdiction within 90 days of receipt of the Contracting Officer's decision. The Government will continue to abide by the markings under this paragraph (e)(1)(iii) until final resolution of the matter either by the Contracting Officer's determination becoming final (in which instance the Government will thereafter have the right to cancel or ignore the markings at any time and the data will no longer be made subject to any disclosure prohibitions), or by final disposition of the matter by court decision if suit is filed. (2) The time limits in the procedures set forth in paragraph (e)(1) of this clause may be modified in accordance with agency regulations implementing the Freedom of Information Act (5 U.S.C. 552) if necessary to respond to a request thereunder. (3) Except to the extent the Government's action occurs as the result of final disposition of the matter by a court of competent jurisdiction, the Contractor is not precluded by paragraph (e) of the clause from bringing a claim, in accordance with the Disputes clause of this contract, that may arise as the result of the Government removing or ignoring authorized markings on data delivered under this contract. (f) Omitted or incorrect markings. (1) Data delivered to the Government without any restrictive markings shall be deemed to have been furnished with unlimited rights. The Government is not liable for the disclosure, use, or reproduction of such data. (2) If the unmarked data has not been disclosed without restriction outside the Government, the Contractor may request, within 6 months (or a longer time approved by the Contracting Officer in writing for good cause shown) after delivery of the data, permission to have authorized notices placed on the data at the Contractor's expense. The Contracting Officer may agree to do so if the Contractor— (i) Identifies the data to which the omitted notice is to be applied; (ii) Demonstrates that the omission of the notice was inadvertent; (iii) Establishes that the proposed notice is authorized; and (iv) Acknowledges that the Government has no liability for the disclosure, use, or reproduction of any data made prior to the addition of the notice or resulting from the omission of the notice. (3) If data has been marked with an incorrect notice, the Contracting Officer may— (i) Permit correction of the notice at the Contractor's expense if the Contractor identifies the data and demonstrates that the correct notice is authorized; or (ii) Correct any incorrect notices. (g) Protection of limited rights data and restricted computer software. (1) The Contractor may withhold from delivery qualifying limited rights data or restricted computer software that are not data identified in paragraphs (b)(1)(i), (ii), and (iii) of this clause. As a condition to this withholding, the Contractor shall— (i) Identify the data being withheld; and (ii) Furnish form, fit, and function data instead. (2) Limited rights data that are formatted as a computer database for delivery to the Government shall be treated as limited rights data and not restricted computer software. (3) [Reserved] (h) Subcontracting. The Contractor shall obtain from its subcontractors all data and rights therein necessary to fulfill the Contractor's obligations to the Government under this contract. If a subcontractor refuses to accept terms affording the Government those rights, the Contractor shall promptly notify the Contracting Officer of the refusal and shall not proceed with the subcontract award without authorization in writing from the Contracting Officer. (i) Relationship to patents or other rights. Nothing contained in this clause shall imply a license to the Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Government.(End of Clause)C.5 52.227-16 ADDITIONAL DATA REQUIREMENTS (JUN 1987) (a) In addition to the data (as defined in the clause at 52.227-14, Rights in Data—General clause or other equivalent included in this contract) specified elsewhere in this contract to be delivered, the Contracting Officer may, at any time during contract performance or within a period of 3 years after acceptance of all items to be delivered under this contract, order any data first produced or specifically used in the performance of this contract. (b) The Rights in Data—General clause or other equivalent included in this contract is applicable to all data ordered under this Additional Data Requirements clause. Nothing contained in this clause shall require the Contractor to deliver any data the withholding of which is authorized by the Rights in Data—General or other equivalent clause of this contract, or data which are specifically identified in this contract as not subject to this clause. (c) When data are to be delivered under this clause, the Contractor will be compensated for converting the data into the prescribed form, for reproduction, and for delivery. (d) The Contracting Officer may release the Contractor from the requirements of this clause for specifically identified data items at any time during the 3-year period set forth in paragraph (a) of this clause.(End of Clause)C.6 52.227-18 RIGHTS IN DATA—EXISTING WORKS (DEC 2007) (a) Except as otherwise provided in this contract, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license to reproduce, prepare derivative works, and perform publicly and display publicly, by or on behalf of the Government, for all the material or subject matter called for under this contract, or for which this clause is specifically made applicable. (b) The Contractor shall indemnify the Government and its officers, agents, and employees acting for the Government against any liability, including costs and expenses, incurred as the result of (1) the violation of trade secrets, copyrights, or right of privacy or publicity, arising out of the creation, delivery, publication or use of any data furnished under this contract; or (2) any libelous or other unlawful matter contained in such data. The provisions of this paragraph do not apply unless the Government provides notice to the Contractor as soon as practicable of any claim or suit, affords the Contractor an opportunity under applicable laws, rules, or regulations to participate in the defense of the claim or suit, and obtains the Contractor's consent to the settlement of any claim or suit other than as required by final decree of a court of competent jurisdiction; and do not apply to material furnished to the Contractor by the Government and incorporated in data to which this clause applies.(End of Clause)C.7 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 10/31/2019. 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 10/31/2019, 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.8 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, “Veteran-owned small business or VOSB.”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (): and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) “Veteran” is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from verified veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a veteran-owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB and/or VOSB as appropriate. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)852.219-74 Limitations on Subcontracting?Monitoring and Compliance.(JUL 2018)LIMITATIONS ON SUBCONTRACTING?MONITORING AND COMPLIANCE(a) This solicitation includes __________________________________________________ [Fill-in clause/provision] [Note: Contracting Officers must fill-in the applicable clause required to be included in sole- source and/or set-aside acquisitions (e.g., VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside).](b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of clause)C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor’s products or services or considers the Contractor’s products or services superior to other products or services.(End of Clause)FAR NumberTitleDate52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013C.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.11 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Maryland. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)FAR NumberTitleDateEND OF ADDENDUM TO 52.212-4C.12 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2018) (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: [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). [] (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 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). [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). [] (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 (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). [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 (JAN 2018) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222–26, Equal Opportunity (SEP 2016) (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (38)(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. [] (39)(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. [] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (41)(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] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (45) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [] (46) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (47)(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. [] (48) 52.225–5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (49) 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). [] (50) 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). [] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). [] (60)(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 BenefitsGS 10-100128.83 [] (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). [X] (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). [X] (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) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 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). (xx) 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. (xxi) 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 ATTACHMENTSWD 15-4265 (Rev.-8) was first posted on on 07/10/2018************************************************************************************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.: 2015-4265Daniel W. Simms Division of | Revision No.: 8Director Wage Determinations| Date Of Revision: 07/03/2018_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 forcalendar year 2018 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 $10.35 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 2018. 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: MarylandArea: Maryland Counties of Anne Arundel, Baltimore, Baltimore City, Carroll,Harford, Howard____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 16.99 01012 - Accounting Clerk II 19.06 01013 - Accounting Clerk III 22.30 01020 - Administrative Assistant 31.41 01035 - Court Reporter 21.84 01041 - Customer Service Representative I 13.98 01042 - Customer Service Representative II 15.73 01043 - Customer Service Representative III 17.16 01051 - Data Entry Operator I 15.59 01052 - Data Entry Operator II 17.01 01060 - Dispatcher, Motor Vehicle 18.61 01070 - Document Preparation Clerk 15.63 01090 - Duplicating Machine Operator 15.63 01111 - General Clerk I 14.88 01112 - General Clerk II 16.24 01113 - General Clerk III 18.23 01120 - Housing Referral Assistant 25.29 01141 - Messenger Courier 15.68 01191 - Order Clerk I 15.74 01192 - Order Clerk II 17.17 01261 - Personnel Assistant (Employment) I 18.15 01262 - Personnel Assistant (Employment) II 20.32 01263 - Personnel Assistant (Employment) III 22.65 01270 - Production Control Clerk 23.53 01290 - Rental Clerk 16.55 01300 - Scheduler, Maintenance 18.07 01311 - Secretary I 18.07 01312 - Secretary II 20.18 01313 - Secretary III 25.29 01320 - Service Order Dispatcher 16.63 01410 - Supply Technician 31.41 01420 - Survey Worker 20.03 01460 - Switchboard Operator/Receptionist 14.43 01531 - Travel Clerk I 14.62 01532 - Travel Clerk II 15.80 01533 - Travel Clerk III 17.04 01611 - Word Processor I 15.63 01612 - Word Processor II 17.67 01613 - Word Processor III 19.9505000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 25.56 05010 - Automotive Electrician 23.51 05040 - Automotive Glass Installer 22.15 05070 - Automotive Worker 22.15 05110 - Mobile Equipment Servicer 19.89 05130 - Motor Equipment Metal Mechanic 24.10 05160 - Motor Equipment Metal Worker 22.15 05190 - Motor Vehicle Mechanic 24.10 05220 - Motor Vehicle Mechanic Helper 18.92 05250 - Motor Vehicle Upholstery Worker 21.81 05280 - Motor Vehicle Wrecker 22.15 05310 - Painter, Automotive 23.51 05340 - Radiator Repair Specialist 22.15 05370 - Tire Repairer 13.77 05400 - Transmission Repair Specialist 24.1007000 - Food Preparation And Service Occupations 07010 - Baker 13.85 07041 - Cook I 15.78 07042 - Cook II 17.20 07070 - Dishwasher 10.11 07130 - Food Service Worker 10.66 07210 - Meat Cutter 20.82 07260 - Waiter/Waitress 9.4909000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 21.93 09040 - Furniture Handler 14.06 09080 - Furniture Refinisher 17.69 09090 - Furniture Refinisher Helper 15.15 09110 - Furniture Repairer, Minor 16.42 09130 - Upholsterer 18.6311000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.06 11060 - Elevator Operator 12.06 11090 - Gardener 17.52 11122 - Housekeeping Aide 12.16 11150 - Janitor 12.16 11210 - Laborer, Grounds Maintenance 14.14 11240 - Maid or Houseman 11.39 11260 - Pruner 13.34 11270 - Tractor Operator 16.04 11330 - Trail Maintenance Worker 14.14 11360 - Window Cleaner 12.8912000 - Health Occupations 12010 - Ambulance Driver 21.16 12011 - Breath Alcohol Technician 23.17 12012 - Certified Occupational Therapist Assistant 30.01 12015 - Certified Physical Therapist Assistant 28.40 12020 - Dental Assistant 19.54 12025 - Dental Hygienist 43.68 12030 - EKG Technician 32.40 12035 - Electroneurodiagnostic Technologist 32.40 12040 - Emergency Medical Technician 21.16 12071 - Licensed Practical Nurse I 20.71 12072 - Licensed Practical Nurse II 23.17 12073 - Licensed Practical Nurse III 25.83 12100 - Medical Assistant 16.62 12130 - Medical Laboratory Technician 19.84 12160 - Medical Record Clerk 21.18 12190 - Medical Record Technician 23.70 12195 - Medical Transcriptionist 19.72 12210 - Nuclear Medicine Technologist 38.63 12221 - Nursing Assistant I 11.88 12222 - Nursing Assistant II 13.35 12223 - Nursing Assistant III 14.79 12224 - Nursing Assistant IV 16.61 12235 - Optical Dispenser 18.03 12236 - Optical Technician 16.19 12250 - Pharmacy Technician 18.12 12280 - Phlebotomist 18.21 12305 - Radiologic Technologist 31.61 12311 - Registered Nurse I 27.64 12312 - Registered Nurse II 33.44 12313 - Registered Nurse II, Specialist 33.44 12314 - Registered Nurse III 40.13 12315 - Registered Nurse III, Anesthetist 40.13 12316 - Registered Nurse IV 48.10 12317 - Scheduler (Drug and Alcohol Testing) 26.22 12320 - Substance Abuse Treatment Counselor 20.9613000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.08 13012 - Exhibits Specialist II 23.63 13013 - Exhibits Specialist III 28.91 13041 - Illustrator I 21.05 13042 - Illustrator II 26.08 13043 - Illustrator III 31.90 13047 - Librarian 33.88 13050 - Library Aide/Clerk 14.21 13054 - Library Information Technology Systems 30.60 Administrator 13058 - Library Technician 19.89 13061 - Media Specialist I 19.46 13062 - Media Specialist II 21.77 13063 - Media Specialist III 24.27 13071 - Photographer I 15.59 13072 - Photographer II 18.64 13073 - Photographer III 23.09 13074 - Photographer IV 25.14 13075 - Photographer V 30.39 13090 - Technical Order Library Clerk 17.38 13110 - Video Teleconference Technician 20.5314000 - Information Technology Occupations 14041 - Computer Operator I 18.92 14042 - Computer Operator II 21.18 14043 - Computer Operator III 23.60 14044 - Computer Operator IV 26.22 14045 - Computer Operator V 29.05 14071 - Computer Programmer I (see 1) 26.36 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 18.92 14160 - Personal Computer Support Technician 26.22 14170 - System Support Specialist 33.1615000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 36.47 15020 - Aircrew Training Devices Instructor (Rated) 44.06 15030 - Air Crew Training Devices Instructor (Pilot) 52.81 15050 - Computer Based Training Specialist / Instructor 36.47 15060 - Educational Technologist 32.42 15070 - Flight Instructor (Pilot) 52.81 15080 - Graphic Artist 26.73 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 45.72 15086 - Maintenance Test Pilot, Rotary Wing 45.72 15088 - Non-Maintenance Test/Co-Pilot 45.72 15090 - Technical Instructor 24.77 15095 - Technical Instructor/Course Developer 30.29 15110 - Test Proctor 19.99 15120 - Tutor 19.9916000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 10.74 16030 - Counter Attendant 10.74 16040 - Dry Cleaner 14.54 16070 - Finisher, Flatwork, Machine 10.74 16090 - Presser, Hand 10.74 16110 - Presser, Machine, Dry cleaning 10.74 16130 - Presser, Machine, Shirts 10.74 16160 - Presser, Machine, Wearing Apparel, Laundry 10.74 16190 - Sewing Machine Operator 15.69 16220 - Tailor 16.81 16250 - Washer, Machine 12.1019000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.45 19040 - Tool And Die Maker 24.5421000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.34 21030 - Material Coordinator 23.53 21040 - Material Expediter 23.53 21050 - Material Handling Laborer 13.83 21071 - Order Filler 14.44 21080 - Production Line Worker (Food Processing) 19.34 21110 - Shipping Packer 16.18 21130 - Shipping/Receiving Clerk 16.18 21140 - Store Worker I 17.44 21150 - Stock Clerk 20.82 21210 - Tools And Parts Attendant 19.34 21410 - Warehouse Specialist 19.3423000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 34.05 23019 - Aircraft Logs and Records Technician 26.30 23021 - Aircraft Mechanic I 32.88 23022 - Aircraft Mechanic II 34.05 23023 - Aircraft Mechanic III 35.04 23040 - Aircraft Mechanic Helper 23.99 23050 - Aircraft, Painter 29.26 23060 - Aircraft Servicer 26.30 23070 - Aircraft Survival Flight Equipment Technician 29.26 23080 - Aircraft Worker 27.96 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 27.96 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 32.88 II 23110 - Appliance Mechanic 23.55 23120 - Bicycle Repairer 15.40 23125 - Cable Splicer 28.60 23130 - Carpenter, Maintenance 22.55 23140 - Carpet Layer 24.62 23160 - Electrician, Maintenance 27.98 23181 - Electronics Technician Maintenance I 31.98 23182 - Electronics Technician Maintenance II 33.17 23183 - Electronics Technician Maintenance III 34.40 23260 - Fabric Worker 23.67 23290 - Fire Alarm System Mechanic 25.26 23310 - Fire Extinguisher Repairer 22.60 23311 - Fuel Distribution System Mechanic 26.05 23312 - Fuel Distribution System Operator 22.23 23370 - General Maintenance Worker 21.43 23380 - Ground Support Equipment Mechanic 32.88 23381 - Ground Support Equipment Servicer 26.30 23382 - Ground Support Equipment Worker 27.96 23391 - Gunsmith I 22.60 23392 - Gunsmith II 24.62 23393 - Gunsmith III 26.48 23410 - Heating, Ventilation And Air-Conditioning 27.68 Mechanic 23411 - Heating, Ventilation And Air Conditioning 28.66 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 25.45 23440 - Heavy Equipment Operator 23.61 23460 - Instrument Mechanic 30.39 23465 - Laboratory/Shelter Mechanic 25.53 23470 - Laborer 14.98 23510 - Locksmith 23.72 23530 - Machinery Maintenance Mechanic 25.90 23550 - Machinist, Maintenance 24.63 23580 - Maintenance Trades Helper 18.27 23591 - Metrology Technician I 30.39 23592 - Metrology Technician II 31.47 23593 - Metrology Technician III 32.38 23640 - Millwright 30.74 23710 - Office Appliance Repairer 21.24 23760 - Painter, Maintenance 21.91 23790 - Pipefitter, Maintenance 26.93 23810 - Plumber, Maintenance 25.96 23820 - Pneudraulic Systems Mechanic 26.48 23850 - Rigger 26.81 23870 - Scale Mechanic 24.62 23890 - Sheet-Metal Worker, Maintenance 24.27 23910 - Small Engine Mechanic 21.13 23931 - Telecommunications Mechanic I 28.17 23932 - Telecommunications Mechanic II 31.26 23950 - Telephone Lineman 33.66 23960 - Welder, Combination, Maintenance 23.24 23965 - Well Driller 25.20 23970 - Woodcraft Worker 26.48 23980 - Woodworker 22.6024000 - Personal Needs Occupations 24550 - Case Manager 16.77 24570 - Child Care Attendant 12.73 24580 - Child Care Center Clerk 15.95 24610 - Chore Aide 11.78 24620 - Family Readiness And Support Services 16.77 Coordinator 24630 - Homemaker 17.2425000 - Plant And System Operations Occupations 25010 - Boiler Tender 28.01 25040 - Sewage Plant Operator 21.03 25070 - Stationary Engineer 28.01 25190 - Ventilation Equipment Tender 22.74 25210 - Water Treatment Plant Operator 21.0327000 - Protective Service Occupations 27004 - Alarm Monitor 22.86 27007 - Baggage Inspector 12.97 27008 - Corrections Officer 22.80 27010 - Court Security Officer 25.14 27030 - Detection Dog Handler 17.85 27040 - Detention Officer 22.80 27070 - Firefighter 28.07 27101 - Guard I 12.97 27102 - Guard II 17.85 27131 - Police Officer I 28.20 27132 - Police Officer II 31.3428000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.84 28042 - Carnival Equipment Repairer 12.31 28043 - Carnival Worker 9.50 28210 - Gate Attendant/Gate Tender 14.31 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 16.02 28510 - Recreation Aide/Health Facility Attendant 11.68 28515 - Recreation Specialist 19.84 28630 - Sports Official 12.50 28690 - Swimming Pool Operator 15.8729000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 27.53 29020 - Hatch Tender 27.53 29030 - Line Handler 27.53 29041 - Stevedore I 25.70 29042 - Stevedore II 28.9930000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 42.40 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 29.23 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 32.19 30021 - Archeological Technician I 20.19 30022 - Archeological Technician II 22.60 30023 - Archeological Technician III 27.98 30030 - Cartographic Technician 27.98 30040 - Civil Engineering Technician 27.18 30051 - Cryogenic Technician I 29.05 30052 - Cryogenic Technician II 32.09 30061 - Drafter/CAD Operator I 20.19 30062 - Drafter/CAD Operator II 22.60 30063 - Drafter/CAD Operator III 25.19 30064 - Drafter/CAD Operator IV 31.00 30081 - Engineering Technician I 22.92 30082 - Engineering Technician II 25.72 30083 - Engineering Technician III 28.79 30084 - Engineering Technician IV 35.64 30085 - Engineering Technician V 43.61 30086 - Engineering Technician VI 52.76 30090 - Environmental Technician 28.74 30095 - Evidence Control Specialist 26.24 30210 - Laboratory Technician 23.38 30221 - Latent Fingerprint Technician I 27.71 30222 - Latent Fingerprint Technician II 30.60 30240 - Mathematical Technician 27.98 30361 - Paralegal/Legal Assistant I 21.32 30362 - Paralegal/Legal Assistant II 26.42 30363 - Paralegal/Legal Assistant III 32.31 30364 - Paralegal/Legal Assistant IV 39.10 30375 - Petroleum Supply Specialist 32.09 30390 - Photo-Optics Technician 27.98 30395 - Radiation Control Technician 32.09 30461 - Technical Writer I 25.31 30462 - Technical Writer II 30.95 30463 - Technical Writer III 37.45 30491 - Unexploded Ordnance (UXO) Technician I 26.94 30492 - Unexploded Ordnance (UXO) Technician II 32.60 30493 - Unexploded Ordnance (UXO) Technician III 39.07 30494 - Unexploded (UXO) Safety Escort 26.94 30495 - Unexploded (UXO) Sweep Personnel 26.94 30501 - Weather Forecaster I 31.00 30502 - Weather Forecaster II 37.71 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.9831000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 32.60 31020 - Bus Aide 15.46 31030 - Bus Driver 20.85 31043 - Driver Courier 15.76 31260 - Parking and Lot Attendant 10.80 31290 - Shuttle Bus Driver 16.90 31310 - Taxi Driver 12.25 31361 - Truckdriver, Light 16.90 31362 - Truckdriver, Medium 17.90 31363 - Truckdriver, Heavy 22.22 31364 - Truckdriver, Tractor-Trailer 22.2299000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.89 99030 - Cashier 10.03 99050 - Desk Clerk 12.77 99095 - Embalmer 30.25 99130 - Flight Follower 26.94 99251 - Laboratory Animal Caretaker I 12.02 99252 - Laboratory Animal Caretaker II 12.63 99260 - Marketing Analyst 27.72 99310 - Mortician 30.25 99410 - Pest Controller 20.98 99510 - Photofinishing Worker 13.20 99710 - Recycling Laborer 16.17 99711 - Recycling Specialist 18.01 99730 - Refuse Collector 15.26 99810 - Sales Clerk 12.09 99820 - School Crossing Guard 14.00 99830 - Survey Party Chief 25.23 99831 - Surveying Aide 13.75 99832 - Surveying Technician 20.96 99840 - Vending Machine Attendant 14.42 99841 - Vending Machine Repairer 17.79 99842 - Vending Machine Repairer Helper 14.42____________________________________________________________________________________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: $4.48 per hour or $179.20 per week or $776.53 per monthHEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 permonth**This rate is to be used only when compensating employees for performance on an SCA-covered contract also covered by EO 13706, Establishing Paid Sick Leave for FederalContractors. A contractor may not receive credit toward its SCA obligations for anypaid sick leave provided pursuant to EO 13706.VACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor, 3 weeks after 8 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. (See 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 (JAN 2017) (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, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative 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) Unique entity identifier. (Applies to all offers exceeding $10,000, and offers of $10,000 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 ‘‘Unique Entity Identifier’’ followed by the unique entity identifier that identifies the Offeror’s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at for establishing the unique entity identifier. (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 52.212-1 as an addendum to this solicitation:(End of Addendum to 52.212-1)E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: See addendum Lowest Price Technically Acceptable (LPTA) (b) Options. The Government will evaluate 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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO 52.212-2, EVALUATION--COMMERCIAL ITEMS 1. GENERAL. The Government anticipates awarding a Firm Fixed Price contract, using a Lowest-Price Technically Acceptable (LPTA) source selection approach, using price and non-price factors. The basis for award is expected to result from the selection of technically acceptable proposals, at the lowest evaluated price. Proposals will be evaluated for contract award in accordance with FAR 12 procedures, the solicitation terms and conditions, associated Statement of Work (SOW), and FAR Provisions 52.212-1, Instructions to Offeror's - Commercial Items and 52.212-2, Evaluation - Commercial Items. 2. BASIS OF AWARD. Proposals will be evaluated as to how well the Offeror’s proposal meets the solicitation requirements. The Government will conduct an independent technical evaluation, and proposals will be evaluated for “acceptability or unacceptability” but not ranked using the non-cost/price factors. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for all factors and sub-factors. In determining the LPTA to the Government, the non-price factors (Technical Capability) are signifyingly less importance than price. Tradeoffs are not permitted. The Government reserves the right to make awards without discussions, however exchanges may occur. 3. EVALUATION FACTORS & SIGNIFICANT SUBFACTORS. The purpose of the technical factor and significant sub-factors are to represent key areas of importance, and are used to assess whether the offeror’s proposal will satisfy the Government’s minimum requirements in making a source selection decision. Once the minimum requirements and conformity to the solicitation are met, a technical evaluation will be conducted using the following evaluation factors and sub-factors listed below, where a determination rating of "acceptable or unacceptable" will be established for each conforming offeror accordingly.Factor 1 - Technical Capability Statement Factor 2 – Past Performance Factor 3 - Price Below are the factors and significant sub-factors, and their associated evaluation criteria used in determining contract award: TECHNICAL - The Offeror's Cover Letter and Technical proposal will be evaluated to ensure that it complies with solicitation requirements, and addresses the Offeror’s capability of meeting and performing in all pertinent key areas of importance. The Offeror’s proposal must clearly demonstrate that there is an adequate, appropriate, and successful approach to meeting the Government’s needs in accordance with the solicitation terms and conditions, and associated Statement of Work (SOW). Factor 1 - Technical Capability Statement -The Offeror’s Technical Capability Statement will be evaluated to ensure that it provides a technical approach that clearly demonstrates the Offeror’s capability to execute Services per the associated SOW. Film and produce videos that are technically accurate, correct to customer’s specifications and in compliance with applicable broadcast standards within scheduled deadlines. Provide courteous, prompt customer service. Factor2- Past Performance- List 3 references for federal or local government contracts of similar scope, size, complexity that have been completed within the last three (3) years. Past performance factors will be rated on an “Acceptable/Unacceptable/ Neutral” basis. The VA may use any available data for past performance; to include the Past Performance Information Retrieval System. ? Company Name and Address ? Description of services performed ? Name, telephone number and email address of responsible individuals who first-hand knowledge of performance relative to the same type of services ? Dates of contract performance The offeror should also provide commercial samples of their work that can be viewed on Youtube. FACTOR 3 - PRICE – Offeror shall provide quoted prices based on their current schedule prices. The VA may determine that a quote is unacceptable if prices are more than available funding. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner.? Specifically, the Government may first evaluate the total proposed price of all Offerors.? Thereafter, the Government will evaluate the technical and past performance of the lowest priced Offeror only.? If the lowest priced Offeror's technical and past performance is determined to be rated as Acceptable, the Government may make award to that Offeror without further evaluation of the remaining Offerors' technical and past performance.? If the lowest priced Offeror's technical and past performance is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical and past performance, and so forth and so on, until the Government reaches the lowest priced technical and past performance that is determined to be?rated as Acceptable.? However, the Government reserves the right to evaluate all Offerors' technical and past performance should it desire to conduct discussions, or otherwise determine it to be in the Government's best interest. Failure to submit a complete quote may result in the submission being deemed technically unacceptable. ................
................

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

Google Online Preview   Download