A.1 BACKGROUND - Veterans Affairs



TC "PART I - THE SCHEDULE" \l 1TC "SECTION A - SOLICITATION/CONTRACT FORM" \l 1TC "SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)" \l 2 1. SOLICITATION NUMBER2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NUMBER5. REQUISITION/PURCHASE REQUEST NUMBER6. PROJECT NUMBER7. ISSUED BYCODE8. ADDRESS OFFER TOa. NAMEb. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)12b. CALENDAR DAYS13. ADDITIONAL SOLICITATION REQUIREMENTS:STANDARD FORM 1442 (REV. 8/2014)STANDARD FORM 1442Prescribed by GSA-FAR (48 CFR) 52.236-1(d)SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)SOLICITATIONSOLICITATIONIMPORTANT - The "offer" section on the reverse must be fully completed by Offeror.9. FOR INFORMATION CALL:NOTE: In sealed bid solicitations "offer" and "Offeror" mean "bid" and "bidder".SEALED BID (IFB)NEGOTIATED (RFP)11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receivingaward,notice to proceed. This performance period ismandatorynegotiable. (See _____________________________).YESNOa.Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due.b.An offer guarantee is,is not required.c.All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. .d.Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.190VA786-16-R-0111X43C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Henry C. Dukes540-658-7222Inspect Irrigation Water Well and Pump at Biloxi National Cemetery, Biloxi, Mississippi 39531. This procurement will be set aside using a Cascading Set-Aside Procedure. The Government will award at the highestpossible tier. The tiers will be as follows: 1st tier- SDVOSB; 2nd tier- VOSB, 3rd tier- All other SBFurther information regarding this procedure is contained within the solicitation. NAICS CODE: 237110 Size Standard: $36.5M Magnitude of Construction: between $25,000 and $50,000. Contractor shall begin performance within 5 calendar days of Notice to Proceed.Contractor shall complete work within 30 calendar days after receiving the Notice to Proceed. Site visit: There are 2 scheduled site visits: 2/25/16 and 3/3/2016 at 11:00 AM call to schedule, see information in RFP.COR: Mr. James Coffell, Phone: 228-388-6668, E-mail: james.coffell@ No Bid Bonds are required. Payment and Performance Bonds are required as Contractor chooses in 52.228-13. Send proposals through Vendor Portal at Proposals Due: 3/11/2016 by 2:00 PM EST Questions shall be emailed to: henry.dukes@ by Close of Business EST 3/4/16. VENDOR DUNS #: VENDOR TAX ID #: VENDOR POC: VENDOR PHONE:VENDOR EMAIL: 5 30XX52.211-10X2:00 PM ESTX90 14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NUMBER16. REMITTANCE ADDRESSCODEFACILITY CODE17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.AMOUNTS18. The Offeror agrees to furnish any required performance and payment bonds.19. ACKNOWLEDGMENT OF AMENDMENTSAMENDMENTNUMBERDATE.20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER20b. SIGNATURE20c. OFFER DATE21. ITEMS ACCEPTED:22. AMOUNT23. ACCOUNTING AND APPROPRIATION DATA24. SUBMIT INVOICES TO ADDRESS SHOWN INITEM25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY27. PAYMENT WILL BE MADE BYPHONE:FAX:28. NEGOTIATED AGREEMENT29. AWARDYourContractor agreesoffer on this solicitation is hereby accepted as to the items listed. Thisto furnish and deliver all items or perform all work requirements identifiedaward consummates the contract, which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated insolicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contractractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED31a. NAME OF CONTRACTING OFFICERTO SIGN30b. SIGNATURE30c. DATE31b. UNITED STATES OF AMERICA31c. AWARD DATEBYOFFERAWARDSTANDARD FORM 1442 (REV. 8/2014) BACK (Include ZIP Code)(Include area code)(Include only if different than Item 14.)(Insert any number equal to or greater thanthe minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)(The Offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)(Type or print)(4 copies unless otherwise specified)(Type or print)(Type or print)(Contractor is required to sign thisdocument and return _______ copies to issuing office.)(Contractor is not required to sign this document.)(Must be fully completed by Offeror)(To be completed by Government)CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 43C1Department of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556Department of Veterans Affairs FSCAustin TX Henry C. Dukes Table of Contents TOC \o "1-4" \f \h \z \u \x PART I - THE SCHEDULE PAGEREF _Toc443920797 \h 1SECTION A - SOLICITATION/CONTRACT FORM PAGEREF _Toc443920798 \h 1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc443920799 \h 1A.1 BACKGROUND PAGEREF _Toc443920800 \h 5A.2 PRE-BID SITE VISIT PAGEREF _Toc443920801 \h 5SECTION B.1 CONTRACT ADMINISTRATION DATA ……………………………………………6 B.2 LIMITATION OF SUBCONTRACTING - MONITORING AND COMPLIANCE (JUNE 2011)………………………………………………………………………………………7 B.3 PRICE SCHEDULE…………………………………………………………………………..8 B.4 DESCRIPTION/SPECIFICATIONS/SCOPE OF WORK……………………………………9 SECTION C - CONTRACT CLAUSES………………………………………………………………..15INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS PAGEREF _Toc443920803 \h 15C.1.1 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) PAGEREF _Toc443920804 \h 15INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS PAGEREF _Toc443920805 \h 16EVALUATION FACTORS FOR AWARD PAGEREF _Toc443920807 \h 16TECHNICAL EVALUATIONS PAGEREF _Toc443920808 \h 16METHOD OF AWARD – CASCADE PROCEDURES PAGEREF _Toc443920809 \h 18C.2.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc443920810 \h 18C.2.3 52.211-4 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (JUN 1988) PAGEREF _Toc443920811 \h 19C.2.4 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) PAGEREF _Toc443920812 \h 19C.2.5 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc443920813 \h 20C.2.6 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) PAGEREF _Toc443920814 \h 21REPRESENTATIONS AND CERTIFICATIONS PAGEREF _Toc443920815 \h 22C.3.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc443920816 \h 22C.3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2016) PAGEREF _Toc443920817 \h 22GENERAL CONDITIONS PAGEREF _Toc443920818 \h 26SBA ACT 8(d)(13)(B) PAGEREF _Toc443920819 \h 26DIGNITY CLAUSE PAGEREF _Toc443920820 \h 26C.4.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc443920821 \h 26C.4.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc443920822 \h 28C.4.3 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) PAGEREF _Toc443920823 \h 29C.4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) PAGEREF _Toc443920824 \h 29C.4.5 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc443920825 \h 30C.4.6 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc443920826 \h 33C.4.7 SUPPLEMENTAL INSURANCE REQUIREMENTS PAGEREF _Toc443920827 \h 33C.4.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc443920828 \h 34SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc443920829 \h 35 Attachment 1 Wage Determination……………………………………………………………….36Attachment 2 Contract Discrepancy Report49 Attachment 3 Contractor Production Report……………………………………………………..51 Attachment 4 Contractor Quality Control Report………………………………………………...54 Attachment 5 Past Performance Questionnaire…………………………………………………..56SECTION E SOLICITATION PROVISIONS PAGEREF _Toc443920838 \h 58E. SUBMISSION INFORMATION PAGEREF _Toc443920840 \h 59E.1 VENDOR PORTAL USAGE INFORMATION60How to Use the VAeCMS Vendor Portal PAGEREF _Toc443920842 \h 62A.1 BACKGROUNDProject Title: INSPECT IRRIGATION WATER WELL AND PUMPProject Location: BILOXI NATIONAL CemeteryThe Contractor shall furnish all labor, material, equipment, and supervision necessary to remove the motor, column assembly, pump shaft, and turbine pump; inspect all system components and provide repair recommendations; inspect the irrigation well via camera survey and provide a well inspection report and video; and reinstall the irrigation system turbine pump, column, tube, shaft, and motor at Biloxi National Cemetery in accordance with the contract requirements specified in the Scope of Work (below) and per applicable industry standards and codes. A.2 PRE-BID SITE VISITBidders are urged and expected to inspect, site investigate by observation, and Request for Information (RFI) and responses through the Contracting Office to satisfy their understanding of the work to be done, all general, local and technical conditions that may affect the cost and the feasibility of their proposal. In no event shall failure to inspect the site constitute grounds for a claim after award. There are only two (2) organized site visit: 2/25/16 and 3/3/2016 at 11:00am. Please call Mr. James Coffell to schedule your site visit. Cemetery POC(s):Biloxi National Cemetery (Station # 832) – Graham Wright, Cemetery Director............................................................. (228) 388-6688James Coffell, Contracting Officer Representative……………………… (228) 388-6688Technical POC:Charles Christensen, NCA Continental District, General Engineer....... (303) 914-5705 (ext. 4054)SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(Continuation from Standard Form 1442) 1. CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Henry DukesDepartment of Veterans AffairsNCA Contracting Service75 Barrett Heights Rd. Suite 309Stafford VA 22556 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Monthly4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. 5. CONTRACTOR’S FOREMAN/SUPERVISORContractor shall provide an English speaking Foreman/Supervisor at all times while performing the duties of this contract. This is to ensure proper communication between parties.On-site Contractors shall sign in daily, for security reasons, at location identified by the Contracting Officer’s Representative (COR) or cemetery personnel.6. GOVERNMENT HOLIDAYSHolidays observed by the Federal Government:New Year's Day1 JanuaryMartin Luther King's Birthday Third Monday in JanuaryPresident's Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day4 JulyLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberVeterans Day11 NovemberThanksgiving Day4th Thursday in NovemberChristmas Day 25 DecemberIf a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a national holiday.B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)This solicitation includes 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.B.3 PRICE SCHEDULEDescriptionQtyUnitTotal PriceContractor shall provide all labor, tools, equipment, materials and supervision necessary to pull, inspect, repair and replace 75HP Electrical driven well motor, well casing, and multi-stage pump. In accordance with the contract requirements specified in the Scope of Work (below) and per applicable industry standards and codes.1JOB$ _____________Duration: Term of the contract shall be thirty days (30 days) from date of award. The Contractor shall complete all work within 30 calendar days after receipt of Notice of Award, subject to all terms, conditions, provisions and schedules of the contract.(END OF PRICE SCHEDULE)B.4 SCOPE OF WORKINSPECT IRRIGATION WATER WELL AND PUMPBILOXI NATIONAL CEMETERY, BILOXI, MISSISSIPPIThe Contractor: Shall furnish all labor, material, equipment, and supervision necessary to remove the motor, column assembly, pump shaft, and turbine pump; inspect all system components and provide repair recommendations; inspect the irrigation well via camera survey and provide a well inspection report and video; and reinstall the irrigation system turbine pump, column, tube, shaft, and motor at Biloxi National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes.Well Description: The well was drilled in 1995 and has a maximum design capacity of 600 gallons per minute (gpm). The well Total Depth (TD) is 965 feet (unknown pump setting depth). The casing diameter is 10 inches to the pump. The casing alternates between perforated screens and blank liners (at unknown intervals) below pump setting. The well is gravel packed the entire length from pump setting to TD.The Work shall include, but shall not be limited to the following (not necessarily in the order indicated):Contractor shall remove the 75 HP motor and discharge piping, and pull the pump, column tube and shaft. Hoisting and rigging access shall be through the existing roof hatch. Contractor may stage the removed piping, tube, and shaft next to the unsecure parking lot; however, the Contractor is responsible for securing anything left overnight.Transport the tubes, shaft and pump to the Contractor’s shop for inspection; inspect the shafts, tubes, bearings, and pump. Provide the COR an itemized, detailed list of repair items with estimated costs.Contractor’s proposal shall include the following new materials to replace the worst of the inspected materials. If the inspection determines more sections require replacement because they would be unsuitable for reuse, then those will be handled with the change order process.Five (5) new 20-foot length sections of threaded 10-inch Schedule 40 steel column pipe and couplings. Five (5) new 20-foot length sections of carbon steel tube and lineshaft assembly (with enclosed bronze bearings).All fifteen (15) tube-centering “spiders”, 10 x 2-1/2 inches.Perform video and camera survey (provide copy to COR); determine locations of screened sections of well casing and make recommendations on follow-on rehabilitation method. There are an estimated 60 feet of screened sections.Connect, reinstall, and/or reset equipment including but not limited to:Mechanical and electrical disconnection the new pump, existing motor, and tube and shaft assembly. Existing suction strainer to be reused and reinstalled.Hoisting/rigging for the installation of the new pump, existing pump motor, and associated piping.All labor, material, and equipment associated with testing the completed assembly and providing documented test results. After completion of all equipment, component, and material installations, perform a full system functional test and demonstrate to the COR the full operation/functionality of the well, irrigation pump, pump motor, and the irrigation motor/pump unit has been fully coordinated with the existing irrigation control system. Haul away & dispose of all debris and waste to an approved disposal site.Thoroughly clean up the work area at the end of each day’s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor’s personnel.Temporary protection against damage for portions of existing structures and grounds where work is to be done, materials handled and equipment moved and/or relocated.The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer.The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.Materials and equipment accruing from work removed, or parts thereof, shall be disposed of as follows:Items which are to remain property of the Government are to be turned over to the COR. Items that remain property of the Government shall be removed or dislodged from present locations in such a manner as to prevent damage which would be detrimental to re-installation and reuse.Items not reserved shall become property of the Contractor and be removed by Contractor from the cemetery and disposed of in an approved landfill.Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COTR before it is disturbed. Materials and workmanship used in restoring work, shall conform in type and quality to that of original existing construction, except as otherwise shown or specified.Upon completion of contract, deliver work complete and undamaged. Existing work (mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work.At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are indicated on drawings and which are not scheduled for discontinuance or abandonment.EXPERIENCE REQUIREMENTSOffers will be considered only from contractors who are regularly established in water well installation and/or repairs and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor must demonstrate with their technical proposal, using persons directly employed by the Contractor, experience with the installation or repair of at least five (5) water wells of similar depth and size over the past three (3) years. Each contract submitted must have been satisfactorily completed, or if not yet completed, must be marked by satisfactory progress. The Government will not consider a contract that is less than 50% complete or an effort that concluded more than 3 years ago. NOTE: Water intake wells in oil and gas fields will NOT be considered.Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed - other than trash and debris pick-up. The Contractor Supervisor must have not less than three (3) years of experience as a direct supervisor of well installation or repair projects. Offeror’s shall submit a resume for the Contractor Supervisor as part of the technical proposal. All permanent substitutions, whether of prime supervisors or sub-contractors, will be identified and reported to the COR and Contracting Officer, if not prior to, as soon as possible after occurrence.The Contractor Supervisor shall review and approve submittals, ensure all specifications are being met, inspect the quality of work performed, ensure contract work does not conflict with ceremonies and funerals, ensure employees are is adequately supervised and proper conduct maintained, and certify the completed work for payment and other purposes.STANDARDS OF EMPLOYEE CONDUCT:The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work, appearance, and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times.Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901.Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements.Behavior and language must be appropriate, reverent, and respectful at all times.Eating and drinking (except water) is prohibited in the work areas and within sight of a committal shelter during a service.Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited.Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments.The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer.Time of Completion: The project shall be completed within 30 calendar days after contract award. Contractor shall submit a detailed project schedule to the COR at most five (5) business days after Notice to Proceed. Work outside of the Cemetery’s normal operating hours of 8:00 am to 4:30 pm shall be permitted only by approval of the COR and only in order to meet the Period of Performance.Code Compliance: It shall be the Contractor's responsibility to comply with all the applicable local, state and federal laws and regulations. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations and requirements.Contractor Quality Control: The Contractor shall guarantee that all work done under this contract shall be free from defaults and no faulty materials or workmanship with one (1) year warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the CO at Contractor's own expense and shall be corrected to the satisfaction of the Government.Submittals After Award: Submit manufacture’s literature and specifications for the all components, equipment, and materials used to perform the work to the COR for review and approval. Plans/details: (1) Attachment A, Site Location(2) Attachment B, PicturesPOC: The Contracting Officer’s Representative (COR) for this project is Mr. James Coffell, Biloxi National Cemetery.Project completion: The project site shall be protected and/or restored to a condition equal to that existing prior to the commencement of work. Upon completion of contract, deliver work complete and undamaged. Existing work disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work.END OF SCOPE OF WORKATTACHMENT APROJECT LOCATIONATTACHMENT BPICTURES Figure 1: Well head and pump motorFigure 2: Roof hatchFigure 3: Pump houseSECTION C –CONTRACT CLAUSESINFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDSC.1.1 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) (a) The Contractor shall submit one of the following payment protections: (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement.(End of Clause)INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORSC.2.1 EVALUATION FACTORS FOR AWARDSELECTION CRITERIAProposals will be evaluated and award will be made to the responsible Offeror with the best value technically acceptable proposal as per FAR Part 13.All proposals will be evaluated for responsiveness. Failure to submit all documentation required as required so may result in the submission being determined non-responsive and removed from further consideration.Proposals will be evaluated for acceptability, but not ranked using non-cost/price factors. Factors that will be evaluated to determine technical acceptability are technical approach, personnel, past performance/responsibility and price. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Price will be evaluated on the basis of its realism and acceptability to the Government.A business decision to submit a low-priced quotation may be considered as reflecting on the understanding or lack thereof of the contract requirements or the risk associated with their approach.TECHNICAL EVALUATIONS Evaluations will be based on the following technical criteria:TECHNICAL APPROACHThis approach will be scored by how contractor shows understanding of the issue as represented by schedule, staffing, materials and methods. Points to consider:Approach is complete and adequate.Method is presented in clear, concise, and easily understandable terms.Schedule is tight enough to meet the deadline, but includes an acknowledgement of issues in staffing and weather.PERSONNEL:A.Range of proposed staff is appropriateB.Project Manager is qualified and available at all timesC.Senior level professionals committed at level required by clientD.Qualifications experience of technical experts is adequate for the taskE.Provide the specific number of individuals assigned to each task and the labor category for each.F.Provide the number of hours assigned to perform each task.PAST PERFORMANCE/RESPONSIBILITYThis factor will be evaluated on the basis of corporate project experience with projects of similar size, scope and complexity and based on each offeror’s past performance record of recent and relevant work efforts in comparison to the solicitation requirements. Offeror’s which lack any recent or relevant past performance will be assigned a neutral rating. Unreachable references will result in disqualification of that client reference.?Project Experience- Using the Past Performance Questionnaire from Section D – The Offeror shall demonstrate experience with three relevant projects within the last 5 years. Offeror must describe corporate project experience for each project.Provide references for proposed subcontractors and consultants that have direct knowledge of the subcontractor’s or consultant’s experience and outcomes of past initiatives of similar nature, as in (a), above. Use the Past Performance Questionnaire provided. A supplier is not a sub, but all subs need 3 references.Responsibility- Government will contact references to verify information and may ask the following questions:How would you rate the offeror’s compliance with the contract requirements?How would you rate the effectiveness of the offeror’s on-site management?How would you rate the offeror’s use of appropriate personnel for contract requirements?How would you rate the offeror’s timeliness in submission of schedule? Reports? Submittals?How would you rate the offeror’s adherence to the schedule?How would you rate the offeror’s responsiveness towards safety issues?How would you rate the offeror’s ability to effectively deal with the customer and other Government personnel?How would you rate the offeror’s cooperativeness in solving problems and negotiating changes?How would you rate the offeror’s abilities to address any financial difficulties (i.e., payment of subcontractors and/or vendors, labor disputes, etc.)? How would you rate the offeror’s responsiveness to cure notices, show cause letters, suspension of payment, or termination notices?As the end user/customer, how would you rate your satisfaction with the end product?How would you rate the offeror’s overall performance on this project?PRICEPrice will be evaluated for completeness, realism and reasonableness. Standard deviation calculations may be used to determine whether proposed cost is unreasonably high or unrealistically low. Price realism analysis is for the purpose of assessing whether a vendor’s low price reflects a lack of understanding of the contract requirements and may pose performance and schedule risk. Price reasonableness is determined by one or more methods listed below: 1) Comparison of proposed prices received in response to the solicitation.2) Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items.3) Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry.4) Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements 5) Comparison of proposed prices with independent Government cost estimates.6) Comparison of proposed prices with prices obtained through market research for the same or similar items.7) Analysis of pricing information provided by the offeror.METHOD OF AWARD – CASCADE PROCEDURESAll proposals will be evaluated for responsiveness. Failure to submit all documentation required as required so may result in the submission being determined non-responsive and removed from further consideration.Remaining proposals/quotes will be reviewed using cascade procedures.This a competitive Request for Proposal (RFP) using a Three (3)-Tier cascading set-aside procedure. The set-aside requirement will be as follows:1st tier- SDVOSB2nd tier- VOSB3rd tier- All Other Small BusinessesCascading process will be used in conjunction with FAR Part 13Simplified Acquisition Procedures source selection process. Award will be made in the lowest tier, on the basis of the best value of the proposals meeting or exceeding the acceptability standards for non-cost factors only where adequate/sufficient competition is received at a given tier.Adequate competition exists if; (1) proposals are received from at least two responsible Offeror’s; (2) each of whom can satisfy the contract's requirements independently; (3) both contend for a contract which will be won by the Offeror who submits the lowest evaluated price meeting or exceeding technical requirement and; (4) price is reasonable.If adequate competition is met as described in above and also meets the adequate competition requirement , the award procedure will be initiated. If adequate competition is not met, or prices are not reasonable, competition will proceed at the next lower tier. The process through the tiers will be executed as needed. C.2.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)FAR NumberTitleDate52.204-6DATA UNIVERSAL NUMBERING SYSTEM NUMBERJUL 201352.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201552.204-17OWNERSHIP OR CONTROL OF OFFERORNOV 201452.215-1INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITIONJAN 200452.215-20REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA ALTERNATE IV (OCT 2010)OCT 201052.222-22PREVIOUS CONTRACTS AND COMPLIANCE REPORTSFEB 199952.236-28PREPARATION OF PROPOSALS—CONSTRUCTIONOCT 1997852.270-1REPRESENTATIVES OF CONTRACTING OFFICERSJAN 2008C.2.3 52.211-4 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (JUN 1988) The specifications cited in this solicitation are not available for distribution. However, they may be examined at the following location(s): Activity: Complete Address: Telephone Number: Person to be Contact: Times(s) for Viewing: (End of Provision)C.2.4 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:Goals for minority participation for each tradeGoals for female participation for each trade3.1 %6.9 % These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the— (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is017 Harrisburg - York - Lancaster, PA: Non-SMSA-CountiesPA Lebanon;(End of Provision)C.2.5 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American—Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested— (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations.(End of Provision)C.2.6 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, Offeror’s or Quoter’s are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: James Coffell Address: Biloxi National Cemetery 400 Veterans Avenue Bldg. 1001 Biloxi, MS 39531 Telephone: 228-388-6668(End of Provision)REPRESENTATIONS AND CERTIFICATIONSC.3.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)C.3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 237110. (2) The small business size standard is $36.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies. (D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [](i) 52.204-17, Ownership or Control of Offeror. [](ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](iii) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification. [](iv) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification. [](v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](vi) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.FAR Clause #TitleDateChange Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(End of Provision)GENERAL CONDITIONSSBA ACT 8(d)(13)(B)(B) NOTICE.— (i) IN GENERAL.—A prime contractor for a covered contract shall notify in writing the contracting officer for the covered contract if the prime contractor pays a reduced price to a subcontractor for goods and services upon completion of the responsibilities of the subcontractor or the payment to a subcontractor is more than 90 days past due for goods or services provided for the covered contract for which the Federal agency has paid the prime contractor. (ii) CONTENTS.—A prime contractor shall include the reason for the reduction in a payment to or failure to pay a subcontractor in any notice made under clause (i). DIGNITY CLAUSE"Every action by contractor personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Contractor employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals."C.4.1 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): (End of Clause)FAR NumberTitleDate52.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201552.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTOCT 201552.209-10PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONSNOV 201552.211-10COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK ALTERNATE I (APR 1984)APR 198452.219-6NOTICE OF TOTAL SMALL BUSINESS SET-ASIDENOV 201152.222-3CONVICT LABORJUN 200352.222-6CONSTRUCTION WAGE RATE REQUIREMENTSMAY 201452.222-7WITHHOLDING OF FUNDSMAY 201452.222-8PAYROLLS AND BASIC RECORDSMAY 201452.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACT REQUIREMENTSFEB 198852.222-11SUBCONTRACTS (LABOR STANDARDS)MAY 201452.222-12CONTRACT TERMINATION—DEBARMENTMAY 201452.222-13COMPLIANCE WITH CONSTRUCTION WAGE RATE REQUIREMENTS AND RELATED REGULATIONSMAY 201452.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYMAY 201452.222-21PROHIBITION OF SEGREGATED FACILITIESAPR 201552.222-26EQUAL OPPORTUNITYAPR 201552.222-27AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTIONAPR 201552.222-36EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIESJUL 201452.222-37EMPLOYMENT REPORTS ON VETERANSOCT 201552.222-50COMBATING TRAFFICKING IN PERSONSMAR 201552.222-55MINIMUM WAGES UNDER EXECUTIVE ORDER 13658DEC 201552.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATIONMAY 201152.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAUG 201152.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJUN 200852.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSOCT 201552.228-11PLEDGES OF ASSETSJAN 201252.228-14IRREVOCABLE LETTER OF CREDITNOV 201452.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTSMAY 201452.232-23ASSIGNMENT OF CLAIMSMAY 201452.232-27PROMPT PAYMENT FOR CONSTRUCTION CONTRACTSMAY 201452.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN SYSTEM FOR AWARD MANAGEMENTJUL 201352.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 201352.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.233-1DISPUTESMAY 201452.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 200452.236-2DIFFERING SITE CONDITIONSAPR 198452.236-3SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORKAPR 198452.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-6SUPERINTENDENCE BY THE CONTRACTORAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-8OTHER CONTRACTSAPR 198452.236-9PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTSAPR 198452.236-10OPERATIONS AND STORAGE AREASAPR 198452.236-12CLEANING UPAPR 198452.236-14AVAILABILITY AND USE OF UTILITY SERVICESAPR 198452.236-26PRECONSTRUCTION CONFERENCEFEB 199552.236-27SITE VISIT (CONSTRUCTION) ALTERNATE I (FEB 1995)FEB 199552.242-14SUSPENSION OF WORKAPR 198452.243-5CHANGES AND CHANGED CONDITIONSAPR 198452.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSDEC 201552.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTIONMAR 199452.249-2TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) ALTERNATE I (SEPT 1996)APR 201252.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 1991FAR NumberTitleDate852.211-72TECHNICAL INDUSTRY STANDARDSJAN 2008FAR NumberTitleDate852.219-10VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDEDEC 2009852.219-11VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDEDEC 2009852.228-70BOND PREMIUM ADJUSTMENTJAN 2008852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTSNOV 2012FAR NumberTitleDate852.236-74INSPECTION OF CONSTRUCTIONJUL 2002852.236-76CORRESPONDENCEAPR 1984852.236-77REFERENCE TO "STANDARDS"JUL 2002852.236-78GOVERNMENT SUPERVISIONAPR 1984852.236-79DAILY REPORT OF WORKERS AND MATERIALAPR 1984852.236-80SUBCONTRACTS AND WORK COORDINATIONAPR 1984852.236-82PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS)APR 1984852.236-84SCHEDULE OF WORK PROGRESSNOV 1984852.236-85SUPPLEMENTARY LABOR STANDARDS PROVISIONSAPR 1984852.236-86WORKERS' COMPENSATIONJAN 2008852.236-88CONTRACT CHANGES--SUPPLEMENTJUL 2002852.236-89BUY AMERICAN ACTJAN 2008852.236-91SPECIAL NOTESJUL 2002852.246-74SPECIAL WARRANTIESJAN 2008C.4.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)C.4.3 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)C.4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 237110 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)C.4.5 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. As used in this clause— "Commercially available off-the-shelf (COTS) item"— (1) Means any item of supply (including construction material) that is— (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means any article, material, or supply incorporated directly into construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means— (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means— (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if— (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:NONE (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that— (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American statute. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including— (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISONConstruction Material DescriptionUnit of MeasureQuantityPrice (Dollars)*Item 1:Foreign Construction MaterialDomestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).](End of Clause)C.4.6 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective— (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)C.4.7 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.(End of Clause)C.4.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or Offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSAttachment 1 through Attachment 5Attachment 1Wage DeterminationAttachment 2Contract Discrepancy Report (CDR)Attachment 3Contractor Production ReportAttachment 4Contractor Quality Control ReportAttachment 5Past Performance QuestionnaireWD 05-2301 (Rev.-17) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2301Daniel W. Simms Division of | Revision No.: 17Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2016. The EOminimum wage rate will be adjusted annually. Additional information oncontractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________State: MississippiArea: Mississippi Counties of George, Hancock, Harrison, Jackson, Pearl River,Stone____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.39 01012 - Accounting Clerk II 15.08 01013 - Accounting Clerk III 16.77 01020 - Administrative Assistant 18.76 01040 - Court Reporter 14.61 01051 - Data Entry Operator I 10.76 01052 - Data Entry Operator II 12.08 01060 - Dispatcher, Motor Vehicle 15.59 01070 - Document Preparation Clerk 11.31 01090 - Duplicating Machine Operator 11.31 01111 - General Clerk I 11.03 01112 - General Clerk II 12.04 01113 - General Clerk III 13.67 01120 - Housing Referral Assistant 16.29 01141 - Messenger Courier 9.56 01191 - Order Clerk I 12.09 01192 - Order Clerk II 14.67 01261 - Personnel Assistant (Employment) I 13.54 01262 - Personnel Assistant (Employment) II 15.14 01263 - Personnel Assistant (Employment) III 16.89 01270 - Production Control Clerk 18.74 01280 - Receptionist 11.19 01290 - Rental Clerk 10.82 01300 - Scheduler, Maintenance 13.06 01311 - Secretary I 13.06 01312 - Secretary II 14.61 01313 - Secretary III 16.29 01320 - Service Order Dispatcher 12.47 01410 - Supply Technician 18.10 01420 - Survey Worker 13.80 01531 - Travel Clerk I 11.65 01532 - Travel Clerk II 12.37 01533 - Travel Clerk III 12.97 01611 - Word Processor I 13.29 01612 - Word Processor II 14.92 01613 - Word Processor III 16.6905000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 21.73 05010 - Automotive Electrician 17.59 05040 - Automotive Glass Installer 16.90 05070 - Automotive Worker 16.90 05110 - Mobile Equipment Servicer 15.49 05130 - Motor Equipment Metal Mechanic 18.27 05160 - Motor Equipment Metal Worker 16.90 05190 - Motor Vehicle Mechanic 19.39 05220 - Motor Vehicle Mechanic Helper 14.84 05250 - Motor Vehicle Upholstery Worker 16.20 05280 - Motor Vehicle Wrecker 16.90 05310 - Painter, Automotive 17.59 05340 - Radiator Repair Specialist 16.90 05370 - Tire Repairer 12.36 05400 - Transmission Repair Specialist 18.2707000 - Food Preparation And Service Occupations 07010 - Baker 11.15 07041 - Cook I 10.34 07042 - Cook II 11.28 07070 - Dishwasher 8.77 07130 - Food Service Worker 8.41 07210 - Meat Cutter 13.16 07260 - Waiter/Waitress 8.8309000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 16.50 09040 - Furniture Handler 13.10 09080 - Furniture Refinisher 16.50 09090 - Furniture Refinisher Helper 13.94 09110 - Furniture Repairer, Minor 15.20 09130 - Upholsterer 16.5011000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.14 11060 - Elevator Operator 9.14 11090 - Gardener 12.62 11122 - Housekeeping Aide 10.53 11150 - Janitor 10.53 11210 - Laborer, Grounds Maintenance 10.96 11240 - Maid or Houseman 8.89 11260 - Pruner 10.35 11270 - Tractor Operator 12.20 11330 - Trail Maintenance Worker 10.96 11360 - Window Cleaner 11.1112000 - Health Occupations 12010 - Ambulance Driver 14.53 12011 - Breath Alcohol Technician 15.99 12012 - Certified Occupational Therapist Assistant 18.30 12015 - Certified Physical Therapist Assistant 16.64 12020 - Dental Assistant 13.64 12025 - Dental Hygienist 26.82 12030 - EKG Technician 24.24 12035 - Electroneurodiagnostic Technologist 24.24 12040 - Emergency Medical Technician 14.53 12071 - Licensed Practical Nurse I 14.30 12072 - Licensed Practical Nurse II 15.99 12073 - Licensed Practical Nurse III 17.83 12100 - Medical Assistant 13.23 12130 - Medical Laboratory Technician 13.98 12160 - Medical Record Clerk 12.63 12190 - Medical Record Technician 14.22 12195 - Medical Transcriptionist 13.85 12210 - Nuclear Medicine Technologist 30.24 12221 - Nursing Assistant I 9.73 12222 - Nursing Assistant II 10.94 12223 - Nursing Assistant III 11.94 12224 - Nursing Assistant IV 13.40 12235 - Optical Dispenser 15.66 12236 - Optical Technician 12.82 12250 - Pharmacy Technician 13.17 12280 - Phlebotomist 13.52 12305 - Radiologic Technologist 21.02 12311 - Registered Nurse I 22.23 12312 - Registered Nurse II 25.94 12313 - Registered Nurse II, Specialist 27.19 12314 - Registered Nurse III 32.89 12315 - Registered Nurse III, Anesthetist 32.89 12316 - Registered Nurse IV 39.42 12317 - Scheduler (Drug and Alcohol Testing) 19.8213000 - Information And Arts Occupations 13011 - Exhibits Specialist I 16.83 13012 - Exhibits Specialist II 20.86 13013 - Exhibits Specialist III 25.61 13041 - Illustrator I 16.83 13042 - Illustrator II 20.86 13043 - Illustrator III 25.61 13047 - Librarian 23.09 13050 - Library Aide/Clerk 9.77 13054 - Library Information Technology Systems 20.86 Administrator 13058 - Library Technician 12.78 13061 - Media Specialist I 15.05 13062 - Media Specialist II 16.83 13063 - Media Specialist III 18.77 13071 - Photographer I 12.74 13072 - Photographer II 14.25 13073 - Photographer III 17.66 13074 - Photographer IV 21.74 13075 - Photographer V 26.13 13110 - Video Teleconference Technician 14.6214000 - Information Technology Occupations 14041 - Computer Operator I 14.48 14042 - Computer Operator II 16.20 14043 - Computer Operator III 18.76 14044 - Computer Operator IV 20.07 14045 - Computer Operator V 22.22 14071 - Computer Programmer I (see 1) 20.43 14072 - Computer Programmer II (see 1) 25.30 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 14.48 14160 - Personal Computer Support Technician 20.0715000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.76 15020 - Aircrew Training Devices Instructor (Rated) 33.59 15030 - Air Crew Training Devices Instructor (Pilot) 40.14 15050 - Computer Based Training Specialist / Instructor 27.76 15060 - Educational Technologist 34.22 15070 - Flight Instructor (Pilot) 40.14 15080 - Graphic Artist 19.42 15090 - Technical Instructor 19.73 15095 - Technical Instructor/Course Developer 22.52 15110 - Test Proctor 15.92 15120 - Tutor 15.9216000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.97 16030 - Counter Attendant 8.97 16040 - Dry Cleaner 10.38 16070 - Finisher, Flatwork, Machine 8.97 16090 - Presser, Hand 8.97 16110 - Presser, Machine, Drycleaning 8.97 16130 - Presser, Machine, Shirts 8.97 16160 - Presser, Machine, Wearing Apparel, Laundry 8.97 16190 - Sewing Machine Operator 11.00 16220 - Tailor 11.65 16250 - Washer, Machine 9.3619000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.58 19040 - Tool And Die Maker 21.0121000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.50 21030 - Material Coordinator 18.74 21040 - Material Expediter 18.74 21050 - Material Handling Laborer 11.36 21071 - Order Filler 11.80 21080 - Production Line Worker (Food Processing) 15.50 21110 - Shipping Packer 12.52 21130 - Shipping/Receiving Clerk 12.52 21140 - Store Worker I 14.79 21150 - Stock Clerk 16.50 21210 - Tools And Parts Attendant 15.50 21410 - Warehouse Specialist 15.5023000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 24.47 23021 - Aircraft Mechanic I 23.29 23022 - Aircraft Mechanic II 24.47 23023 - Aircraft Mechanic III 25.68 23040 - Aircraft Mechanic Helper 18.92 23050 - Aircraft, Painter 22.06 23060 - Aircraft Servicer 20.66 23080 - Aircraft Worker 21.56 23110 - Appliance Mechanic 18.58 23120 - Bicycle Repairer 12.36 23125 - Cable Splicer 22.88 23130 - Carpenter, Maintenance 17.95 23140 - Carpet Layer 14.76 23160 - Electrician, Maintenance 19.75 23181 - Electronics Technician Maintenance I 20.75 23182 - Electronics Technician Maintenance II 21.51 23183 - Electronics Technician Maintenance III 22.25 23260 - Fabric Worker 17.20 23290 - Fire Alarm System Mechanic 20.09 23310 - Fire Extinguisher Repairer 16.49 23311 - Fuel Distribution System Mechanic 21.51 23312 - Fuel Distribution System Operator 16.76 23370 - General Maintenance Worker 14.91 23380 - Ground Support Equipment Mechanic 23.29 23381 - Ground Support Equipment Servicer 20.66 23382 - Ground Support Equipment Worker 21.56 23391 - Gunsmith I 16.49 23392 - Gunsmith II 17.92 23393 - Gunsmith III 19.91 23410 - Heating, Ventilation And Air-Conditioning 18.90 Mechanic 23411 - Heating, Ventilation And Air Contditioning 19.16 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 18.79 23440 - Heavy Equipment Operator 16.03 23460 - Instrument Mechanic 19.91 23465 - Laboratory/Shelter Mechanic 18.58 23470 - Laborer 11.36 23510 - Locksmith 18.22 23530 - Machinery Maintenance Mechanic 20.21 23550 - Machinist, Maintenance 18.65 23580 - Maintenance Trades Helper 15.22 23591 - Metrology Technician I 19.91 23592 - Metrology Technician II 20.59 23593 - Metrology Technician III 21.20 23640 - Millwright 19.82 23710 - Office Appliance Repairer 16.72 23760 - Painter, Maintenance 15.08 23790 - Pipefitter, Maintenance 18.47 23810 - Plumber, Maintenance 17.40 23820 - Pneudraulic Systems Mechanic 19.91 23850 - Rigger 19.91 23870 - Scale Mechanic 17.92 23890 - Sheet-Metal Worker, Maintenance 18.08 23910 - Small Engine Mechanic 13.96 23931 - Telecommunications Mechanic I 24.20 23932 - Telecommunications Mechanic II 27.78 23950 - Telephone Lineman 20.70 23960 - Welder, Combination, Maintenance 17.57 23965 - Well Driller 18.90 23970 - Woodcraft Worker 19.91 23980 - Woodworker 17.0724000 - Personal Needs Occupations 24570 - Child Care Attendant 8.61 24580 - Child Care Center Clerk 11.40 24610 - Chore Aide 11.01 24620 - Family Readiness And Support Services 15.82 Coordinator 24630 - Homemaker 12.1925000 - Plant And System Operations Occupations 25010 - Boiler Tender 19.60 25040 - Sewage Plant Operator 16.13 25070 - Stationary Engineer 19.60 25190 - Ventilation Equipment Tender 15.23 25210 - Water Treatment Plant Operator 15.9727000 - Protective Service Occupations 27004 - Alarm Monitor 13.21 27007 - Baggage Inspector 11.23 27008 - Corrections Officer 12.80 27010 - Court Security Officer 15.40 27030 - Detection Dog Handler 15.38 27040 - Detention Officer 12.80 27070 - Firefighter 17.64 27101 - Guard I 11.23 27102 - Guard II 15.38 27131 - Police Officer I 15.75 27132 - Police Officer II 17.5028000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.14 28042 - Carnival Equipment Repairer 12.75 28043 - Carnival Equpment Worker 9.60 28210 - Gate Attendant/Gate Tender 14.28 28310 - Lifeguard 12.19 28350 - Park Attendant (Aide) 15.97 28510 - Recreation Aide/Health Facility Attendant 11.66 28515 - Recreation Specialist 19.61 28630 - Sports Official 12.72 28690 - Swimming Pool Operator 17.3229000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.56 29020 - Hatch Tender 19.81 29030 - Line Handler 19.81 29041 - Stevedore I 19.70 29042 - Stevedore II 21.3630000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.91 30022 - Archeological Technician II 20.08 30023 - Archeological Technician III 24.82 30030 - Cartographic Technician 26.10 30040 - Civil Engineering Technician 18.35 30061 - Drafter/CAD Operator I 18.63 30062 - Drafter/CAD Operator II 21.06 30063 - Drafter/CAD Operator III 23.45 30064 - Drafter/CAD Operator IV 28.86 30081 - Engineering Technician I 16.25 30082 - Engineering Technician II 18.24 30083 - Engineering Technician III 20.44 30084 - Engineering Technician IV 25.28 30085 - Engineering Technician V 31.68 30086 - Engineering Technician VI 37.41 30090 - Environmental Technician 23.70 30210 - Laboratory Technician 18.70 30240 - Mathematical Technician 25.12 30361 - Paralegal/Legal Assistant I 15.77 30362 - Paralegal/Legal Assistant II 19.54 30363 - Paralegal/Legal Assistant III 23.91 30364 - Paralegal/Legal Assistant IV 28.92 30390 - Photo-Optics Technician 25.12 30461 - Technical Writer I 24.33 30462 - Technical Writer II 27.26 30463 - Technical Writer III 32.98 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 2) 23.45 Surface Programs 30621 - Weather Observer, Senior (see 2) 25.1231000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 9.59 31030 - Bus Driver 14.48 31043 - Driver Courier 12.79 31260 - Parking and Lot Attendant 8.66 31290 - Shuttle Bus Driver 13.37 31310 - Taxi Driver 10.09 31361 - Truckdriver, Light 13.37 31362 - Truckdriver, Medium 15.35 31363 - Truckdriver, Heavy 18.33 31364 - Truckdriver, Tractor-Trailer 18.3399000 - Miscellaneous Occupations 99030 - Cashier 8.64 99050 - Desk Clerk 9.43 99095 - Embalmer 22.74 99251 - Laboratory Animal Caretaker I 13.56 99252 - Laboratory Animal Caretaker II 13.95 99310 - Mortician 22.74 99410 - Pest Controller 12.79 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 14.77 99711 - Recycling Specialist 16.34 99730 - Refuse Collector 13.46 99810 - Sales Clerk 11.54 99820 - School Crossing Guard 13.99 99830 - Survey Party Chief 16.49 99831 - Surveying Aide 10.91 99832 - Surveying Technician 14.98 99840 - Vending Machine Attendant 13.25 99841 - Vending Machine Repairer 15.07 99842 - Vending Machine Repairer Helper 12.35____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 1 week paid vacation after 1 year of service with a contractor orsuccessor; 2 weeks after 2 years; 3 weeks after 5 years; and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the presentcontractor or successor, wherever employed, and with the predecessor contractors inthe performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, explosives, and incendiary material differential pay.** UNIFORM ALLOWANCE **If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)}Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour decision to the contractor.6) The contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.General Decision Number: MS160119 01/08/2016 MS119Superseded General Decision Number: MS20150119State: MississippiConstruction Type: BuildingCounty: Harrison County in Mississippi.BUILDING CONSTRUCTION PROJECTS (Does not include residentialconstruction consisting of single family homes and apartmentsup to and including 4 stories)Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.15 for calendar year 2016 applies to all contractssubject to the Davis-Bacon Act for which the solicitation wasissued on or after January 1, 2015. If this contract is coveredby the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performingon the contract in calendar year 2016. The EO minimum wage ratewill be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is availableat whd/govcontracts.Modification Number Publication Date 0 01/08/2016* ELEC0903-002 06/01/2014 Rates FringesElectrician (Includes Low Voltage Wiring and Installation of HVAC/Temperature Controls).......$ 23.80 12.5%+4.40---------------------------------------------------------------- IRON0058-009 10/01/2013 Rates FringesIRONWORKER, STRUCTURAL AND ORNAMENTAL, Excludes Metal Building Erection................$ 20.40 7.24---------------------------------------------------------------- PLUM0568-001 12/01/2013 Rates FringesPLUMBER (including HVAC pipe)....$ 24.41 8.57---------------------------------------------------------------- SHEE0214-008 07/01/2013 Rates FringesSHEET METAL WORKER (including HVAC Duct).......................$ 25.65 9.49---------------------------------------------------------------- SUMS2008-046 07/07/2008 Rates FringesBRICKLAYER.......................$ 22.00 0.02 CARPENTER, Includes Acoustical Ceiling Installation, Cabinet Installation, Drywall Hanging, and Form Work...........$ 13.41 0.00 CEMENT MASON/CONCRETE FINISHER...$ 10.91 0.00 GLAZIER..........................$ 10.00 0.00 IRONWORKER STRUCTURAL (Metal Building Erection Only)..........$ 11.90 0.00 LABORER: Common or General......$ 8.64 0.00 LABORER: Mason Tender - Brick...$ 10.00 0.00 OPERATOR: Backhoe...............$ 15.58 1.62 OPERATOR: Bulldozer.............$ 13.50 0.00 OPERATOR: Crane.................$ 16.73 0.92 OPERATOR: Excavator.............$ 11.33 0.00 OPERATOR: Forklift..............$ 11.75 1.61 OPERATOR: Grader/Blade, Includes Finishing...............$ 12.50 1.57 OPERATOR: Trackhoe..............$ 14.50 0.00 PAINTER: Brush, Roller and Spray............................$ 12.75 0.00 PIPEFITTER, Excludes HVAC Pipe Installation................$ 21.83 0.00 ROOFER...........................$ 14.50 0.00 TRUCK DRIVER.....................$ 11.00 0.00----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).----------------------------------------------------------------The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).Union Rate IdentifiersA four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.Survey Rate IdentifiersClassifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.Survey wage rates are not updated and remain in effect until anew survey is conducted.Union Average Rate IdentifiersClassification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================ END OF GENERAL DECISION?CONTRACT DISCREPANCY REPORTContract Number:Report No. for this Discrepancy:To: (Contractor/Manager’s Name)From: (Name of COR)5. Dates5a. Prepared:5b. Returned by Contractor:5c. Action Complete:Discrepancy or Problem: (Describe in detail. Include reference to PWS Directive; attach additional sheet if necessary.)___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Signature of Contracting Officer or COR:8a. To: (Contracting Officer and/or COR)8b. From: (Contractor)9. Contractor Response as to Cause, Corrective Action and Actions to Prevent Recurrence: (attach additional sheet if necessary.)____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________10a. Signature of Contractor Representative:10b. Date:11. Government Evaluation: (Acceptance, partial acceptance, reflection; attach additional sheet if necessary.)_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________12. Government Actions: (Reduced payment, cure notice, show cause, other)_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________13. Close OutNameTitleSignatureDateContractorNotifiedb. CORc. COAttachment 2 Contract Discrepancy ReportCONTRACTOR PRODUCTION REPORT(ATTACH ADDITIONAL SHEETS IF NECESSARY)DATECONTRACT NO:TITLE AND LOCATIONREPORT NOCONTRACTORSUPERINTENDENTAM WEATHERPM WEATHERMAX TEMP (F)MIN TEMP (F)WORK PERFORMED TODAYSchedule Activity No.WORK LOCATION AND DESCRIPTIONEMPLOYERNUMBER TRADEHRS CODE COMPLIANTIs the installation of equipment and material code complaint? If it is code compliant what specific requirement (section, number) does it meet? JOBSAFETYWAS A JOB SAFETY MEETING HELD THIS DATE?(If YES attach copy of the meeting minutes) FORMCHECKBOX YES FORMCHECKBOX NOTOTAL WORK HOURS ON JOB SITE,THIS DATE, INCL CON'T SHEETSWERE THERE ANY LOST TIME ACCIDENTS THIS DATE?(If YES attach copy of completed OSHA report) FORMCHECKBOX YES FORMCHECKBOX NOCUMULATIVE TOTAL OF WORKHOURS FROM PREVIOUS REPORTWAS CRANE/MANLIFT/TRENCHING/SCAFFOLD/HV ELEC/HIGH WORK/ HAZMAT WORK DONE?(If YES attach statement or checklist showing inspection performed.) FORMCHECKBOX YES FORMCHECKBOX NOTOTAL WORK HOURS FROM START OF CONSTRUCTIONWAS HAZARDOUS MATERIAL/WASTE RELEASED INTO THE ENVIRONMENT?(If YES attach description of incident and proposed action.) FORMCHECKBOX YES FORMCHECKBOX NOScheduleActivity No.LIST SAFETY ACTIONS TAKEN TODAY/SAFETY INSPECTIONS CONDUCTED FORMCHECKBOX SAFETY REQUIREMENTS HAVE BEEN MET.EQUIPMENT/MATERIAL RECEIVED TODAY TO BE INCORPORATED IN JOB (INDICATE SCHEDULE ACTIVITY NUMBER)ScheduleActivity No.Submittal #Description of Equipment/Material ReceivedCONSTRUCTION AND PLANT EQUIPMENT ON JOB SITE TODAY. INDICATE HOURS USED AND SCHEDULE ACTIVITY NUMBER.ScheduleActivity No.OwnerDescription of Construction Equipment Used Today (incl Make and Model)Hours UsedScheduleActivity No.REMARKSBy signing this report the signee is in agreement that the installations and information in this report are accurate, have been inspected and are compliant with the contract documents, specific code requirements and SpecificationSection 01-40-01 1.5CONTRACTOR/SUPERINTENDENTDATECONTRACTOR QUALITY CONTROL REPORT(ATTACH ADDITIONAL SHEETS IF NECESSARY)DATEREPORT NO PHASECONTRACT NOCONTRACT TITLEPREPARATORYWAS PREPARATORY PHASE WORK PREFORMED TODAY?YES FORMCHECKBOX NO FORMCHECKBOX IF YES, FILL OUT AND ATTACH SUPPLEMENTAL PREPARATORY PHASE CHECKLIST.ScheduleActivity No.Definable Feature of WorkIndex #INITIALWAS INITIAL PHASE WORK PREFORMED TODAY?YES FORMCHECKBOX NO FORMCHECKBOX IF YES, FILL OUT AND ATTACH SUPPLEMENTAL INITIAL PHASE CHECKLIST.ScheduleActivity No.Definable Feature of WorkIndex #FOLLOW-UPWORK COMPLIES WITH CONTRACT AS APPROVED DURING INITIAL PHASE?YES FORMCHECKBOX NO FORMCHECKBOX WORK COMPLIES WITH SAFETY REQUIREMENTS?YES FORMCHECKBOX NO FORMCHECKBOX ScheduleActivity No.Description of Work, Testing Performed & By Whom, Definable Feature of Work, SpecificationSection, Location and List of Personnel PresentREWORK ITEMS IDENTIFIED TODAY (NOT CORRECTED BY CLOSE OF BUSINESS)REWORK ITEMS CORRECTED TODAY (FROM REWORK ITEMS LIST)ScheduleActivity No.DescriptionScheduleActivity No.Description REMARKS (Also Explain Any Follow-Up Phase Checklist Item From Above That Was Answered "NO"), Manuf. Rep On-Site, etc.ScheduleActivity No.DescriptionOn behalf of the contractor, I certify that this report is complete and correct and equipment and material used and work performed during this reporting period is incompliance with the contract drawings and specifications to the best of my knowledgeexcept as noted in this report.AUTHORIZED QC MANAGER AT SITEDATEGOVERNMENT QUALITY ASSURANCE REPORTDATEQUALITY ASSURANCE REPRESENTATIVE'S REMARKS AND/OR EXCEPTIONS TO THE REPORTScheduleActivity No.DescriptionGOVERNMENT QUALITY ASSURANCE MANAGERDATEAttachment 4 Contractor Quality Control ReportAttachment 5 Past Performance QuestionnairePAST PERFORMANCE QUESTIONNAIREINSTRUCTIONS: Offeror’s must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List at least three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. (One contract reference per form, Form may be duplicated)NOTE: If you have performed any National Cemetery Administration contracts list them first.Contractor (you) Information:Name: _____________________________________________________________________Address: ___________________________________________________________________Telephone Number: ___________________________________________________________E-mail: ______________________________________________________________________Contract Information:Name of company/agency you provided service for: ___________________________________Contract Number: _____________________________________________________________Type of Contract: _______________________________________________________________Contract Dollar Value: ___________________________________________________________Date of Award: _________________________________________________________________Status: Completed, Yes____ No____ If not completed, projected completion date____________If not completed, why?___________________________________________________________Were you the Prime? ________ were you the Sub? _______Point of Contact Information for the company/agency you serviced:Name of the Contract Person & their position: ________________________________________Address: ______________________________________________________________________Telephone Number: _____________________________________________________________E-mail: ________________________________________________________________________Description of Supply/Service(s) provided, location & relevancy of work:Complexity of Product/Service, if any:Percentage of Work completed by your company/by subcontractor:If you did less than 100% please explain the tasks you performed. (End of Section)SECTION E SOLICITATION PROVISIONS SUBMISSION INSTRUCTIONS TO OFFERORSDo not send a copy of this solicitation. Only send the required documentation in the Volumes as shown below. Photos of past work are not needed unless to demonstrate a special requirement of the work done at other sites that is relevant to this contract or is a special piece of equipment.Submission through email is not accepted at this time.Lastly, to address potential lost, delayed, or mis-delivered offers, please call or email me by the due date to ensure your offer was received and is with the Contracting Officer. While a timely submitted offer will always be considered, a lost or misplace offer does not have to be considered. Giving the Contract Officer or Specialist an early notice provides time to properly address this situation by researching and locating all timely offers.PROPOSAL FILESFormat: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer except as instructed in Volume I.B. The information regarding the key personnel in Volumes I.A and I.B shall be in narrative form. Actual resumes of Key Personnel are to be in Volume III.Proposal page limitations are applicable to this procurement. The table below indicates the applicable maximum page count for each volume of the Offeror’s proposal. All files shall be submitted as either Microsoft Excel (.xls) file, Acrobat Portable Document Format (.pdf) file, Word (.doc), or as compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left, and right margins shall be a minimum of one (1) inch each. Font size shall be no smaller than 11-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins only and are not bound by the 11-point font requirement. Technical/Management Approach Volume I.B shall be anonymous; it shall not have any names, logos or any other information that would allow a reader to discern the firm’s name. This volume shall be anonymous in order to remove any potential bias from the evaluators. All identify features will be removed or marked over.Footnotes to text shall not be added. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror’s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. The page count will be determined by counting the pages in the order they appear in the print layout view.Content Requirements: All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal, and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limit requirements for each file are shown in the table below: Volume FactorFile NamePage LimitationsVolume I.ATechnical/Management ApproachCompany Name Tech.doc10Volume I.BTechnical/Management Approach- anonymous: no logos, names, colors, clip art, photosAnon Tech.doc10Volume IIPersonnel: no resumes, give information required in the Evaluation section of the RFPCompany Name Tech.doc2Volume IIIPast PerformanceCompany Name Past Perf.doc/pdfOnly use Past Performance form, 3 references each for prime and any subsVolume IVPrice, Certifications, Drawings, Resumes, Other requirementsCompany Name Price.xls/pdf/docNo LimitsA cover page and/or table of contents which are not required, will be included in the page count of the Technical Volume if included in the Volume.A glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume.SUBMISSION INFORMATIONE.1 VENDOR PORTAL USAGE INFORMATIONThe Vendor Portal is a module of the Electronic Contract Management System (eCMS) that serves as a central location that allows for communication between VA Acquisition Staff and potential vendors. Vendors will need to visit the Vendor Portal () to register.In the event an Offeror is unable to register for a user account and/or submit a proposal through the Vendor Portal prior to the proposal closing date, the vendor is to contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@. If the deadline hits as you are uploading your documents, the portal will shut without giving notice it is doing so. The upload appears to be happening however, it never finishes.Once registered, vendors will be able to access/edit their profile, view solicitations/awards and submit bids/proposals as instructed.Vendors can submit questions via the Vendor Portal which can be answered directly within the Vendor Portal. When applicable, do remember that a formal amendment needs to be executed in eCMs.Submission of Quotes: All quotes must be submitted through the Department of Veterans Affairs – Electronic Management System (eCMS) Vendor Portal website to be considered for Award.Quote transmission/uploads must be completed by the deadline for submission of Quotes.Offerors unable to submit a quote through VA eCMS Vendor Portal, may submit their quotes via email to: Katherine.iacovelli@, provided the VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quote submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contracting Officer, Katherine Iacovelli, at Katherine.iacovelli@ as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror’s ability to submit a quote prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. This document shall be submitted with the Offeror’s quote. In the event an Offeror has not requested quote submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered technically non responsive and the quote, if late, will not be accepted.FYI: If after documents have been submitted, the Offeror decided to revise a document and resubmit it, the instructions in the VENDOR PORTAL GUIDE must be followed or risk all original documents being deleted.Guide for VendorsonHow to Use the VAeCMS Vendor PortalVAeCMS Vendor Portal (the production version): document includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than its intended purpose. ?This restriction does not limit the Government’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets herein.The VA Electronic Contract Management System (VAeCMS) is a comprehensive tool used by VA Acquisition staff to create and manage VA acquisitions. VAeCMS is used to manage the full acquisition lifecycle, including the announcement of solicitations to vendors and the receipt of vendor responses. There are three announcement mechanisms in VAeCMS: 1) VA Acquisition staff will continue to announce solicitations for full and open competition to FedBizOpps; 2) Solicitations against Federal Supply Schedule contracts and GWAC contracts can be posted through e-Buy; and 3) Solicitations against Multi-Agency Contracts (MAC), IDIQ contracts and other limited competition situations can be announced via the new VAeCMS Vendor Portal. Vendors can respond to solicitations posted through any of these means via the VAeCMS Vendor Portal, with the exception of solicitations posted via e-BUY. e-BUY postings do not appear in the Vendor Portal for vendor viewing. This guide provides vendors with instructions on how to view and respond to solicitations and amendments via the VAeCMS Vendor Portal. Additionally, this guide includes instructions for viewing the Forecast of Contracting Opportunities reports. If you have any questions or need further assistance using the VAeCMS Vendor Portal, please do the following:017589500Contact the VA Acquisition Systems Helpdesk via email at VA.Acquisition.Systems@ or via phone at (877) 634-3739Access the New User Help Documents link on the Login Page Access the tab after logging into the Vendor PortalPageEditing Your Account Profile1Password Reset2Viewing Solicitations4Web-Based Q and A7Submitting Responses9Responding to Amendments14Viewing FCO Reports16Frequently Asked Questions18As a user of the VAeCMS Vendor Portal, you have the ability to update certain information in your user account profile. It is suggested that you access your account profile to at least confirm that the email address is correct, as this is the address to which notifications about solicitations will be sent. This process steps you through how to access and update your VAeCMS Vendor Portal user account profile.Log on to the VAeCMS Vendor Portal (via ); Click on the tab.Confirm/Update the information. NOTE: The red asterisks denote required fields; Click on to save any changes or back out of the user profile screen by hitting the to close without saving changes.NOTE: Be sure to confirm your email address. VAeCMS will use the email address in your account profile to send notifications of solicitations to which your company has been invited to respond.190501905000 Congratulations! You have successfully updated your VAeCMS Vendor Portal account profile.In the event that you have forgotten your Vendor Portal password, you have the ability to reset your on password, by selecting the Forgot your Password link.27438351905000From the Vendor Portal login screen, Click on the “Forgot your Password?” link.Enter your Vendor Portal User Name and click the “Submit”.2900680-84836000 30918153556000Enter the answer to the selected security question below, and then click the “Submit” button.28168604889500Once you have entered your answer to the selected security question, click “Done” to continue.An email will be sent to your email address with instruction.Within the email that you have received, there will be a link for you to click on to reset your password. 2419357493000Enter your New Password, which must be between 8 and 16 characters and contains at least one upper-case letter, one lower-case letter, and one number. No parts of your login ID can be in your password.2591435-155702000Click Submit Congratulations! You have successfully submitted a request for a password reset.Once a solicitation has been posted to the VAeCMS Vendor Portal, you can view the solicitation if your company has been invited to respond. This process steps you through how to access and view a solicitation via the VAeCMS Vendor Portal.Log on to the VAeCMS Vendor portal (via ), you will enter at the Solicitation Listing Page.(Optional) If desired, you can filter the list of solicitations by status, using the following steps: Select a solicitation status from the dropdown list. NOTE : Please refer to the FAQs section of this guide for an explanation of each solicitation status; Click on . NOTE: To clear a filter, click on .From the Solicitation Listing Page, you can see summary level information about the solicitation, including: 3689355905500Solicitation Name – name/subject of solicitationStatus – status of the solicitationStart Time – date and time at which vendors can begin to submit responsesStop Time – date and time after which responses cannot be submitted Response Submitted – indication of whether or not a response has been submitted by your companyQ&A – indication of how many questions and answers available about the solicitationInterested – indication of whether or not you have requested to receive updates about the solicitation Needs Attention – A “yes” indicates that there was an amendment issued since your last response was submitted. See the “Responding to an Amendment” section of this guideLeading Response – in a Reverse Auction, this column will display the lowest response submitted by any vendor thus far. See the “FAQs” section of this guide for additional information on Reverse Auctions.Total Responses – in a Reverse Auction, this column will list the total number of vendors that have submitted a response thus far. See the “FAQs” section of this guide for additional information on Reverse Auctions.Click on the button.On the Solicitation Details page, under the Solicitation Documents section, click on the link for the associated file to open the solicitation document or any listed attachments. NOTE: After clicking on the file link, you may receive a File Download prompt. Click on “Open” to open the file or “Save” to save the file. Once opened, you can print the file(s), if desired; If you would like to be notified of any changes made to the soliciation, such as an amendment, click on the link next to the “Interested” label. On the next screen click on to be added to the list of interested vendors. 26670016764000NOTE: The “Interested” vendor link only shows for Full and Open solicitations. Congratulations! You have successfully viewed the solicitation including any attachments. Once the solicitation period begins (i.e. the solicitation has a status of “Current”), you can submit a response. See the Submitting Responses section of this guide for assistance with submitting a solicitation response.Often times, as vendors, you may have questions regarding a solicitation that you are responding to via the Vendor Portal. Questions and answers can now be submitted via the Vendor Portal. Once you access the solicitation, you have the ability to submit your questions for which the VA will provide a response. Below are the steps to submitting question(s) within the Vendor Portal.Log on to the Vendor Portal (via ); 2438405651500Locate the prerequisite solicitation and click on the Link located under the Q&A column. 23749058102500On the Question and Answer Listing Page, click on the button to access the Questions and Answers Detail Screen to submit a new question.From the Questions and Answers Detail Page, enter a Question Title, a Question, and click .6235707302500 Congratulations! You have successfully conducted a web-based Q & A session. Once the solicitation period begins, you can submit a response for the solicitation to which your company has been invited to respond. You can submit as many responses as desired; however, the VA Contracting Officer will only see the last finalized response submitted by your company. This process steps you through how to respond to a solicitation via the VAeCMS Vendor Portal.Step 1:Log on to the VAeCMS Vendor portal (via ), you will enter at the Solicitation Listing Page. Step 2: 398208524130000(Optional) If desired, you can filter the list of solicitations by status, using the following steps: Select a solicitation status from the dropdown list. NOTE: Please refer to the FAQs section of this guide for an explanation of each solicitation status; Click on . NOTE: To clear a filter click on .Step 3: 485140254000From the Solicitation Listing Page, you can see summary level information about the solicitation, including Solicitation Name – name/subject of solicitationStatus – status of the solicitation Start Time – date and time at which vendors can begin to submit responsesStop Time – date and time after which responses cannot be submitted Response Submitted – indication of whether or not a response has been submitted by your companyNeeds Attention – A “yes” indicates that there was an amendment issued since your last response was submitted. See the “Responding to an Amendment” section of this guideLeading Response – in a Reverse Auction, this column will display the lowest response submitted by any vendor thus far. See the “FAQs” section of this guide for additional information on Reverse Auctions.Total Responses – in a Reverse Auction, this column will list the total number of vendors that have submitted a response thus far. See the “FAQs” section of this guide for additional information on Reverse Auctions; Click on the button.Step 4:Follow steps 5a - 7a to submit a new response;Follow Step 5a – 7a to submit a revised response from scratch;Follow steps 5b – 7b to submit a revised response by copying the previously submitted response; orFollow step 5c to submit a No Offer response.Step 4a:Optional: If you want to ask the soliciation owner a question about the soliciation prior to placing your response:Click on the link next to the “Questions” label On the Question and Answer listing page you may ask a question by clicking Enter a title and the details of your question and click To see answers to questions submitted, you can click on the link from the solicitation listing page under Q&A or you may click either the question or answers link on the solicitation details page.Step 5a:To submit a new response or a revised response from scratch: On the Solicitation Details Page, click on . Step 6a:17100557493000To enter pricing and comments:Enter a Response Name;Enter Vendor Comments, if desired;Enter the unit price for each line item NOTE: If you are responding to a solicitation posted to FBO, the Line Items will not be displayed on the screen. You will need to include your pricing in your attachments;Enter Vendor Comments at the Line Item level, if desired. Step 7a:To add attachments:Under the Response Attachments section, click ;For each attachment, browse to locate the file, double-click on it and click ;To submit the finalized response:Click ; andClick on the alert window. NOTE: To save the response as a draft without submitting it, click on instead.Step 5b: To submit a revised response by copying a previously submitted response: -7302546799500On the Solicitation Details Page, click on the link next to the previously submitted response; Step 6b: Edit the Response Name, if desired;Edit the Vendor Comments, if desired;Edit the unit pricing for the line Item(s), if desired; andEdit the Item Level Vendor Comments, if desired NOTE: When copying a previous response, the attachments to the response are also copied, so be sure to update them as necessary by following step 7b.109855outside00Step 7b:249491531559500To remove attachments:106489554610000Under the Response Attachments section, check the box under Remove; andClick on the link;To add attachments:Under the Response Attachments section, click ;For each attachment, browse to locate the file, double-click on it and click ;Step 5c:To submit a No Offer response (NOTE: Submitting “No Offer” informs VA that your company has made an intentional decision not to submit a response to the solicitation.): 1267460-63500On the Solicitation Details Page, click on ; Enter Vendor Comments, if desired. NOTE: You may wish to indicate why you are submitting a “No Offer” (e.g. you are unable to supply the product or service being requested);Click ; Congratulations! You have successfully submitted a solicitation response(s). Once the solicitation period closes, the VA Contracting Officer will see the last finalized response submitted by your company. Should a VA Contracting Officer submit an amendment to a solicitation that is still current, you will receive an email notification alerting you to the fact that an amendment has been released. You will want to logon to the VAeCMS Vendor Portal, view the amendment and submit a revised response if appropriate. This process steps you through how to respond to a solicitation amendment via the VAeCMS Vendor Portal.Step 1:From the Solicitation Listings Page, locate the solicitation; andClick on the link.348424538417500NOTE: If a solicitation is amended after your company has submitted a response, the “Needs Attention” column with indicate “Yes”, which means you need to view the amendment and respond.101605207000Step 2: Any amendments will be listed under the Associated Files column on the Solicitation Details Page. Each amendment and any attachments should be closely inspected to determine the exact modifications that it includes. 66040444500Submitting a revised response based on the amendment(s) automatically ackowledges the amendment(s) released since your last response was submitted. If a new amendment modifies the line items of the solicitation, any previously submitted responses will no longer be line item compliant. Thus a new response will need to be submitted that matches the updated cost structure of the solicitation.Step 3: To view the amendment(s) and any attachment(s):Click on the link for the associated file to open it; andClick on “Open” or “Save” when prompted.Step 4:To submit a revised response (NOTE: If the amendment impacts the line items, you need to submit a revised response. ):Follow steps 5a & 7a in the “Submit a Response” section of this guide to submit a revised quote from scratch; -or-Follow steps 5b & 6b in the “Submit a Response” section of this guide to copy the last submitted response. Congratulations! You have successfully responded to a solicitation amendment(s) via the VAeCMS Vendor Portal.You will be able to review the current fiscal year’s Forecast of Contracting Opportunities reports by clicking on the FCO Reports Link. The FCO Reports are filterable in a variety of different ways. This process steps you through how to view the FCO Reports via the VAeCMS Vendor Portal. Note: These are the same reports viewable to the general public via the Office of Small Disadvantaged Business Utilization (OSDBU) website.Go to the VAeCMS Vendor Portal Login screen (via ); Click the link under Other Applications on the lower left hand corner of the Vendor Portal homepage.299720101600036937953111500Select the desired query from the links on the left Navigation Pane. Based on the Query selected in22345659588500 step 3, enter additional filtering details. Click on . Note: Once it generates You may save the report in a variety of file formats and/or print the report. Congratulations! You have successfully executed a VA Forecast of Contracting Opportunities report.We have provided responses to some of the questions frequently asked with respect to using the VAeCMS Vendor Portal. How do I obtain a VAeCMS Vendor Portal account?Contact the VA Acquisition Systems Helpdesk at VA.Acquisition.Systems@ or (877) 634-3739.What do the different solicitation statuses mean?There are four possible solicitation statuses. Current – means that the solicitation period has started and vendor responses can be submited. Future – means that the solicitation has been released by the Contracting Officer but the solicitation period has not yet started and responses cannot yet be entered. Past – means that the solicitation period has ended and responses can no longer be submitted.Cancelled – means that the solicitation has been cancelled by the Contracting Officer and responses cannot be submitted.Awarded – means that at least one award has been made from the solicitation.Can more that one person from my company submit responses? Yes. Anyone from your compnay with a VAeCMS Vendor Portal account may submit responses on behalf of your company. So, it is important to coordinate the submission of solicitation responses, so that the appropriate person is submitting the final response.Are all solicitations submitted via the VAeCMS Vendor Portal?No. The VAeCMS Vendor Portal is only used for solicitations for limited competitions (e.g. against Multiagency Contracts (MAC) and IDIQ Contracts). Solicitations posted to FedBizOpps are available in the VAeCMS Vendor Portal for viewing and response submittal. Can I respond to any solicitation that I can view via the VAeCMS Vendor Portal?No. You can only respond to those solicitations with a “Current” status.On the Solicitation Listing Page, under “Response Submitted” it indicates “Yes” but I have not yet submitted a response. Is this a mistake?No. Remember that anyone in your company with a VAeCMS Vendor Portal account can submit responses on behalf of your company. So check with the other users to determine who has already submitted a response. Also, clicking “View Details” will allow you to view the details of the response that has already been submitted.Can I see how my response compares to other vendors’ responses?It depends. In VAeCMS, VA Contracting Officers can choose between two different types of postings: a “Standard Solicitation” or a “Reverse Auction”. With a “Reverse Auction”, you will be able to see the amount of the lowest response submitted by any vendor thus far under the “Leading Quote” column. You cannot see which vendor supplied the lowest amount but you can see what the amout is. You will also be able to see how many vendors have submitted a response thus far under the “Total Quotes” column. For a “Standard Solicitation”, you will not be able to see the lowest response submitted nor the number of vendors who have responded. What is the purpose of a “No Offer” response?Submitting a “No Offer” informs VA that your company has decided not to submit a response to the solicitation. In the comments section, you have the ability to supply information that will go back to the VA Contracting Officer, for example an explanation for why you are submitting a “No Offer” response (e.g. your company cannot provide the product or service being requested.)How do I acknowledge an amendment?Submitting a revised response after an amendment has been posted automatically acknowledges the amendment.NOTE: If a new amendment modifies the line items of the solicitation, any previously submitted responses will no longer be line item compliant. In this case a revised response must be submitted that matches the updated cost structure of the solicitation.Who will see my question once I submit it?Once you submit a question, the Contracting Officer has visbility of your question and may submit a response. Any vendor who has access to the solicitation will be able to see the list of questions and answers; however, the author of each question will remain anonymous.VAeCMS Vendor Guide prepared by:Department of Veterans AffairsOffice of Acquisition, Logistics and ConstructionEnterprise Acquisition Systems Service (001AI-E)Please send comments to VA.Acquisition.Systems@See attached document: 100_ Construction Documents_20150915.See attached document: 100_ CD set 1a.See attached document: 100_ CD set 1b.See attached document: 100_ CD set 1c1.See attached document: 100_ CD set 1c2.See attached document: 100_ CD set 1c3. ................
................

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

Google Online Preview   Download