Www.vendorportal.ecms.va.gov



TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS149VA248-16-Q-113208-01-2016Marie E. Smith407-646-423108-15-20161:00 PM675Department of Veterans AffairsOrlando VA Medical Center13800 Veterans WayOrlando FL 32827X100x485991$15 MillionXN/AXDepartment of Veterans AffairsOrlando VA Medical Center13800 Veterans WayOrlando FL 3282700675Department of Veterans AffairsNetwork Contracting Activity 8 (NCO 8)Orlando VA Medical Center13800 Veterans WayOrlando FL 32827 Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971See CONTINUATION PageSee CONTINUATION PagexXTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc457824311 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc457824312 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc457824313 \h 4B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc457824314 \h 4B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc457824315 \h 5B.3 Performance Work Statement PAGEREF _Toc457824316 \h 5SECTION C - CONTRACT CLAUSES PAGEREF _Toc457824317 \h 54C.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) PAGEREF _Toc457824318 \h 54C.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc457824319 \h 60C.3 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc457824320 \h 60C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc457824321 \h 61C.5 52.216-21 REQUIREMENTS (OCT 1995) PAGEREF _Toc457824322 \h 61C.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990) PAGEREF _Toc457824323 \h 62C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc457824324 \h 62C.8 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc457824325 \h 62C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc457824326 \h 63C.10 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc457824327 \h 63C.11 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) PAGEREF _Toc457824328 \h 63C.12 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc457824329 \h 64C.13 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc457824330 \h 66C.14 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) PAGEREF _Toc457824331 \h 66C.15 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc457824332 \h 66C.16 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUN 2016) PAGEREF _Toc457824333 \h 67SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc457824334 \h 74SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc457824335 \h 98E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) PAGEREF _Toc457824336 \h 98E.2 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc457824337 \h 102E.3 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc457824338 \h 102E.4 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc457824339 \h 103E.5 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc457824340 \h 104E.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc457824341 \h 104E.7 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc457824342 \h 104E.8 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) PAGEREF _Toc457824343 \h 105E.9 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc457824344 \h 105E.10 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc457824345 \h 106E.11 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) PAGEREF _Toc457824346 \h 106E.12 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc457824347 \h 122SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:BRIGHT HOUSE b. GOVERNMENT: Contracting Officer 36C248 Department of Veterans AffairsOrlando VA Medical Center13800 Veterans WayOrlando FL 32827 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] MONTHLY IN ARREARS 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATE5. BLOCK 28 - QUOTERS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN 52.212-1, INSTRUCTIONS TO QUOTERS – COMMERICAL ITEMS, PARAGRAGH B, PRIOR TO THE TIME SPECIFIED IN BLOCK 8 OF SF 1449 TO BE CONSIDERED FOR AWARD.QUOTER’S CHECKLIST (not all inclusive)___ Have you obtained a DUNS number and registered in the System for Award Management Database at ?___Have you completed the SF-1449? Have you signed your offer?___Have you completed the price schedule?___Have you initialed any changes or erasures?___Have you attached all requested/required documents such as insurance, licenses, etc?___Have you checked required blocks in FAR 52.212-3 Reps and Certs, or registered in system for award management (SAM) ?6. DUNS NUMBER: In accordance with FAR 52.204-6, quoter must provide their Data Universal Numbering Systems (DUNS) number here: DUNS# ____ ____ - ____ ____ ____ - ____ ____ ____ ____ If the DUNS number is unknown, quoters may request a number from DUN & Bradstreet, free of charge by calling 800-333-0505. [See FAR 52.212-1 Instructions…(j) Data Universal Numbering System (DUNS) Number]7. FEDERAL TAX IDENTIFICATION NUMBER _________________________8. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Regulations require all contractors conducting business with the Government to be registered in the System for Award Management (SAM) Government-wide online database for the provision of basic information relative to contract awards [refer to FAR Clause 52.212-4, paragraph (t)]. You may accomplish this registration online at the following web site: cannot be made until the contractor has registered. Quoters are encouraged to ensure that they are registered in SAM prior to submitting their offer.9. REVIEW REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS)as prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, CPARS, which is maintained by the Naval Seal Logistics Center in Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the federal awardee performance and integrity information system (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility determination information.Each contractor whose contract award is estimated to exceed $100,000 is required to register with CPARS database at the following web address: cpars.csd.disa.mil. Help in registering can be obtained by contacting Customer Support Desk @ DSN: 684-1690 or COMM: 207-438-1690. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the contractor’s registered representative. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor’s performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPARS to the contractor’s designated representative for comment. The contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. Failure to have a current registration in the CPARS database, or to re-assign the report to the VA contracting officer within those thirty days, will result in the Government’s evaluation being placed on file in the database with a statement that the contractor failed to respond. B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-11 VA Notice of Total 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 PERFORMANCE Work StatementDESCRIPTION/SPECIFICATIONS/WORK STATEMENT: The contractor shall provide non-emergency transportation for wheelchair, stretcher and ambulatory (walker, scooter) for veterans of the Orlando VA Medical Center (Orlando VAMC). The services will be furnished to beneficiaries for whom such care is specifically authorized by the Department of Veterans Affairs, Orlando VA Healthcare System. A Liaison will be appointed by the Orlando VA Healthcare System to authorize services. The following facilities shall be covered under this Statement of Work:Orlando VA Medical Center, (Lake Nona campus) 13800 Veterans Way, Orlando, FL 32827Orlando VA Medical Center, (Lake Baldwin campus) 5201 Raymond St., Orlando, FL., 32803William V. Chappell Jr. Outpatient Clinic (OPC) 551 National Health Care Dr., Daytona Beach, FL., 32114-1495Viera Outpatient Clinic (OPC) 2900 Veterans Way, Viera, FL., 32940Kissimmee Community Based Outpatient Clinic (CBOC) 2285 N. Central Ave., Kissimmee, FL., 34741Tavares CBOC, 1390 E. Burleigh Blvd., Tavares, FL 32778Orange City CBOC, 2583 S. Volusia Ave., Suite 300, Orange City, FL., 32763Clermont CBOC, 805 Oakley Seaver Dr., Clermont, FL., 34711Crossroads Annex, 925 S. Semoran Blvd., Winter Park, FL., 32792DEFINITIONS:Administrative Officer of the Day (AOD) - VA official that works in the admissions area during evenings and nights and monitors hospital activities during other than normal working hours. This person acts as the hospital administrator during off-hours.Ambulatory Patient – A non-emergency VA beneficiary who does not require the use of a handicab ambulance, wheelchair, or stretcher van, who can utilize normal forms of transportation such as taxi or hired car but have been determined as needing transportation assistance for medical reasons. A VA clinician determines if the patient requires special mode transportation based on a medical impairment or special need (to include but not limited to: blindness, mental health deficiency, amputees, etc.)Attendant/Escort – Attendant/Escort is defined as a non-medical technician, which can be a caregiver, family member paramedic, medical technician or VA employee that may accompany the patient in addition to the driver. Attendant/Escort may be required to assist with transportation, when deemed necessary by a VA physician.Base Rate – Base Rate is defined as the rate paid for one-way transportation from a designated pick-up point to a designated delivery point. This rate will be paid for all authorized one-way trips ordered under this contract action, with employees (included in Section Contract Documents, Exhibits, or Attachments) during all phases of the trip made on behalf of the Government. The attached Service Contract Act wage determination will be updated for each option when/if new revisions are issued. The Base Rate will constitute full compensation for one-way trips as shown in the Price and Cost Schedule for the medical facility.Beneficiary – Veterans and other members determined to be eligible for benefits by the VA.Beneficiary Travel Department Personnel – An individual designated by the Contracting Officer for the medical facility, who is authorized to commit and obligate the government through the life of the contract, with consent from the Contracting Officer.Beneficiary Travel Department – Department within the VA that oversees the Beneficiary Travel Program and its entitlements. This includes transportation such as the special mode transportation services. Beneficiary Travel Department Supervisor - Individual who manages the employees working within the Beneficiary Travel Department.Business Hours/Days - Business hours/days are defined as the time of 7:30AM to 4:30PM, Monday through Friday, except Federal holidays. Federal holidays include New Year’s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and other specifically designated days by the President of the United States to be a national holiday. Off Business hours/days are defined as the time of 4:31PM to 7:29AM, Monday through Friday, all day Saturday and Sunday and Federal holidays. When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by U. S. Government agencies.Cognitive Impairment - A cognitive impairment affects a person’s ability to reason, understand, and learn. Contracting Officer (CO) – VA official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officer's Representative (COR) – VA official responsible for providing contract oversight and technical guidance to the Contracting Officer. Responsibilities include certification of invoices, placing orders for service, providing technical guidance, overseeing technical aspects of the contract, and serves as a member of the vehicle inspection team. All administrative functions remain with the Contracting Officer.Contractor – The term "Contractor” as used herein refers to both the prime Contractor and his/her employees, and any sub-contractor and their employees. The Contractor shall be responsible for assuring that his/her subcontractors comply with the provisions of this contract.Disability – The term “disability means, with respect to an individual means: A physical or a mental impairment that substantially limits one or more of the major life activities of such individual; A record of such impairment Being regarded as having such impairment. (P.L. 101-336, Sec)Dry Run - A dry run is defined as a request for service by authorized Medical Center personnel whereby the Contractor arrives at the designated pick-up point and no patient is transported due to a change in the Medical Center’s needs.Durable Medical Equipment (DME) - Medical equipment that is ordered by a doctor for use in the home, such as walkers and wheelchairs.Escort/Caregiver -. An escort/caregiver is defined as an individual, not employed by the Contractor, who provides direct care to the patient being transported via Special ModeJoint Commission (JC) (Formerly Joint Commission on Accreditation of Healthcare Organizations) – A national organization dedicated to improving the care, safety and treatment of patients in a health care facility and environment.Hearing Impairment - Hearing impairments range from a mild hearing loss to total deafness. Those who are hard of hearing often use their residual hearing and lip read when communicating face-to-face. People who are deaf may use American Sign Language or lip-read, and may speak for themselves or use a sign-language interpreterMileage Rate – Mileage rate for handicab ambulance is the rate paid for each mile traveled for medical facility. This rate applies to one-way transportation only. Reimbursement for mileage will be at the mileage rate stated in the schedule, and will be based upon the miles from the pick-up point and the specified destination. Distances areas of coverage will be calculated using current maps. Mobility Impairment - Mobility impairment refers to the inability of a person to use one or more of his/her extremities, or a lack of strength to walk, grasp, or lift objects. The use of a wheelchair, crutches, or a walker may be utilized to aid in mobility.Multiple Riders - Multiple riders is defined as, more than one patient transported simultaneously in one vehicle at any given point during a trip. No Show - is defined when the beneficiary receiving services is not present at the time of transport or declines to go with the contracted service; No Show Rate-No show (“dry run”) where the beneficiary receiving services is not present at the time of transport or declines to go with the ordered service. No-Patient Transport – The Contractor shall not assess charges on scheduled pick-ups that are cancelled in advance by the VA and/or the patient cancels due to being unable to arrive for scheduled appointment in time. Quality Assurance Surveillance Plan (QASP) – an organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractors continuous performance.Quality Control – Those actions taken by the Contractor to control the production of goods or services so they will meet the requirements of the contract.Routine Services – Trips scheduled in advance by the VA, typically one day prior to travel. Beneficiary, caregiver, or significant others cannot contact the Contractor directly to schedule routine trips. Scheduled Trip(s) – The term "Scheduled Trip" refers to those trips in which the Contractor has been given advance notice (notice given by 4:30 p.m. the prior business day) of required services and a specific pick-up time.Speech Impairment - Speech impairments range from problems with articulation or voice strength to complete voiceless. People with speech impairments may have difficulty in projection, articulation and fluency. Some people with speech impairments may use assistive devices or an interpreter to communicate.Stretcher Patient – A non-emergency patient whose severe mobility impairment requires him or her to remain in a lying position, unable to sit in an upright position for prolonged periods of time. A VA clinician determines the patient’s need for stretcher transport.Visual Impairment - A visual impairment affects a person’s ability to see, and includes: (1) inability to see images clearly and distinctly; (2) loss of visual field; (3) inability to detect small changes in brightness; (4) color blindness; and (5) sensitivity to light. A cane or sight dog may be used to assist with mobility, and/or Braille may be used to readWheelchair Patient- A non-emergency VA beneficiary confined to a wheelchair or scooter, using a wheelchair or scooter for mobility or with mobility impairments, whose handicap prevents use of normal modes of transportation such as car, van or taxi. A VA clinician determines the patient needs wheelchair transport.Other power driven mobility device - “Other power driven mobility device means any of a large range of devices powered by batteries, fuel, or other engines—whether or not designed solely for use by individuals with mobility impairments—that are used by individuals with mobility impairments for the purpose of locomotion, including golf cars, bicycles, electronic personal assistance mobility devices (EPAMD’s), or any mobility aid designed to operate in areas without defined pedestrian routes.”JCAHO STANDARDSThe Contractor shall perform required services in accordance with the standards of the Joint Commission on the Accreditation of Healthcare Organization (JCAHO) and the established principles and ethics of the medical profession established by the American Medical Association (AMA) and American College of Emergency Physicians (ACEP). The Contractor shall adhere to the Department of Veteran Affairs regulations and the policies, procedures, and regulations of Medical Staff bylaws of the ORLANDO VAMC. The regulation that governs the Beneficiary Travel Program is Title 38 Code of Federal Regulations (CFR) Section 70.The Contractor shall comply with the provisions of the Privacy Act of 1974, the Health Insurance.Portability and Accountability Act (HIPAA) of 1996 and VA Directive and Handbook 0710. The Contractor shall not maintain and/or share sensitive or patient identifiable information in any form or for any purpose, other than what is needed to perform its obligation under the established business associate agreement (BAA). By entering into this contract, the Contractor certifies they comply with HIPAA as it pertains to general patient information, HIV, drug and alcohol abuse, and sickle cell anemia.PERFORMANCE AND QUALIFICATIONSUnder a firm-fixed price contract, the performance period is one Base year (12 months) plus 1 (one) six month option. The government reserves the right not to exercise an option to this contract.Transportation service shall be furnished on an “as needed” basis. Services may be required 24-hours per day, 7-day per week, including holidays. The contractor shall provide all manpower, equipment, vehicles, fuel, materials and supplies and supervision necessary to perform all tasks. Vehicles shall have appropriate fuel capacity to complete the transport without stopping for refueling, unless making a transport beyond the capability of the fuel tank of the vehicle.The Contractor shall perform required services in accordance with the standards of the Joint Commission on the Accreditation of Healthcare Organization and the established principles and ethics of the medical profession established by the American Medical Association (AMA) and American College of Emergency Physicians (ACEP). The Contractor shall adhere to the Department of Veteran Affairs regulations and the policies, procedures, and regulations of Medical Staff bylaws of the Orlando VA Medical Center. The regulation that governs the Beneficiary Travel Program is Title 38 Code of Federal Regulations (CFR) Section 70.The contractor, upon request, shall provide quality data and information related to services for participation in ORLANDO VAMC Performance Improvement Programs when requested to do so. Upon request the contractor shall also provide documentation of the competency of staff that will be providing the contracted services. The Contractor shall ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work; they will also maintain records that document competence/performance level of employees working on this contract. Upon request, the contractor shall provide a current copy of their competency assessment checklist and annual performance evaluation to the Contracting Officers’ Representative (COR) for each contractor employee working on this contract.The Contractor shall comply with the provisions of the Privacy Act of 1974, the Health Insurance Portability and Accountability Act (HIPAA) of 1996, as well as all VA Directive and Handbook 0710. The Contractor shall not maintain and/or share sensitive or patient identifiable information in any form or for any purpose, other than what is needed to perform its obligation under the established business associate agreement (BAA). By entering into this contract, the Contractor certifies they comply with HIPAA as it pertains to general patient information, HIV, drug and alcohol abuse, and sickle cell anemia.The Contractor shall provide a minimum of a toll free telephone and/or a locally dialed telephone number for accepting VA calls. It is estimated that 90% of all requests for Beneficiary/Patient Transportation Services will be placed initially by telephone - followed by a written request via secure Facsimile or email. Requests for service may also be in writing or oral from an authorized representative of the VA, and may be completed by telephone, facsimile, mail, e-mail, text message or in person.If the contractor’s place of business is located beyond the local telephone call zone of the JAHVH (813) area code, the contractor shall install and provide to the JAHVH, a toll free number for accepting the JAHVH calls. It is estimated that 90% of daily contacts regarding questions and/or problems are initially addressed by telephone. Requests for service may also be in writing or oral from an authorized representative of the VA and may be completed by telephone, facsimile, mail, e-mail, or in person (by giving a written or verbal request).The contractor shall, at all times during the contract period, have on his/her premises a functioning fax machine, email and telephone to communicate requirements with the VA (i.e., patient incidents, requests for service, special correspondence, etc.). Each contractor shall indicate if there is e-mail, fax and telephone availability for their company to complete communications with the VA (use of this communication system will be mutually agreed upon).Electronic Transmissions - The Contractor shall propose an electronic media (e.g. facsimile, e-mail), available at all times during the Contract period to communicate requirements such as patient incidents, requests for services, special correspondence, etc. with the VA. Use of this communication system will be mutually agreed upon after award but prior to contract performance.Secure/Encrypted Email - The Contractor shall acquire compatible Public Key Infrastructure (PKI) to transmit encrypted email with personally identifiable information and receive similar encrypted email from the VA.ORDERING SERVICERequest(s) for VA Beneficiary/Patient special mode transportation services will be provided to the Contractor as soon as it is known by the Beneficiary Travel Department (section) Supervisor of Transition Unit and/or AOD.Request for services will be made in writing, email or telephonically. If the contractor fails to provide emergency medical transportation (ambulance) service within a reasonable time, normally 45 minutes after receiving a request or any order, the Orlando VAMC reserves the right to obtain the service from another source and to charge the Contractor with any excess cost which may result. The Orlando VAMC will be the sole judge in determining when to order service from another source. If all required contracted vehicles are already in use by the Orlando VAMC and the VA requires additional service, the Contractor shall be contacted first to provide service. If the contractor is not able to provide additional service, the VA will contact another source at the VA's expense. The VA reserves the right to use station vehicles/drivers prior to using those of the Contractor.The Contractor shall ensure that requests for services are received from authorized medical center personnel and/or from Beneficiaries/Patients pre-approved by authorized VA staff. Services rendered in response to requests from other than authorized personnel will be at the risk of the Contractor and any cost related thereto may be borne by the Contractor.The Contractor shall submit an invoice summary to account for all requests for services. The summary will indicate the date and time of service call, name of beneficiary requiring services, type of transportation requested, designated pick-up and delivery points and actual time of arrival at the pick-up and delivery points. Copies of invoice summary will be provided along with the invoices sent for payment.The Contractor shall submit an invoice summary that includes the contract number, invoice date, invoice number, dates of service, total amount due and billable rates per the price and cost schedule. This is located in Section B of the Contract.All patient transportation requests will be placed against schedule, and will be verified against invoices and trip tickets. When ordering services, the VA medical facility will provide the following information:VA authorization numberMode of transportation required;Required date and time of arrival;Name of beneficiary;Pick-up and delivery point;Type of equipment required;Last four of the patient's Social Security Number;Any special instructions.Patients may be transported to or from any designated location within the defined service area, encompassing the state of Florida, to include county to county transports and within county transports for wheelchair and stretcher. All transports will be between VA facilities or between the VA facility and a facility that provides care under VA auspices (i.e. Contract Nursing Home, Community Outpatient Clinics,) and/or between the home of the beneficiary receiving travel services and the VA facility. The VA staff will specify the points of origin and the destination of every trip. When transporting patient(s) leaving the hospital, the Contractor shall be required, if necessary, to transport a maximum of three (3) items (boxes or luggage) of the patient’s personal effects at no additional cost to the VA. Patients may bring a reasonable amount of equipment, such as folding wheelchair, consumable medical supplies and a personal suitcase. When transporting patients to or from Medical facilities, the driver, acting for the Contractor, shall ensure that the patient's luggage, medical records, medications and prosthetic devices are properly accounted for and delivered with the patient, as required.When transporting patients to a VA or Community nursing home and/or ALF, upon arrival at the nursing home the driver will give the VA Nursing Home Packet that accompanies the patient to the responsible nursing home staff member. If there are any discrepancies between the address listed on the Nursing Home Packet and the address listed in the trip request, the driver will clarify the correct destination address with the Beneficiary Travel Department or the AOD.The contractor shall provide and respond to all special mode transportation calls in accordance with all Federal, State, and Local regulations governing dispatch of special mode/handicab transportation vehicles and medical care of on-board patients, to include measures to ensure timely arrival at the designated Veterans Administration facility. The contractor shall maintain at a minimum, a 95% compliance rate on responses to pick-up or deliver quarterly. Failure of the contractor to perform in accordance with this compliance rating may constitute sufficient cause for termination of the contract for cause [see FAR Clause 52.212-4(m)].The Contractor’s vehicles must respond within 45 minutes after receiving a request or order. If the Contractor fails to furnish service within the required response times, the VA reserves the right to obtain the service from another source and to charge the Contractor with any excess cost that may result, which will be deducted from the contactor’s monthly invoice. The VA will be the sole judge in determining when to order a transport service from another source. Response time will be calculated from the Contractor’s receipt of the telephonic/fax or email request for service.For return trips from scheduled outpatient visits, the Contractor shall ensure Veterans and other beneficiaries do not wait more than 45 minutes for pick up, no matter where patient lives.ORDERING SERVICEThe Contractor shall be courteous to VA Beneficiaries/Patients and any Authorized Escort, Family Member passenger or Significant Other passenger and “SMOKING WILL NOT BE PERMITTED” in the Contractor Vehicles. The Contractor shall immediately notify the VA of any incidents involving injury to VA patients during transport. The Contractor shall promptly complete and submit to the Contracting Officer, an Incident Report with all information felt to be necessary for any full review. The Contractor shall notify the COR, in writing or verbal, within 24 hours, of any complaints made by the patients or staff with regards to transportation services. Drivers must be courteous and considerate of all patients they are transporting. Any substantiated mistreatment of patients in the performance of this contract may be cause for immediate termination of the contract, or discontinuance of further ordering of services from the Contractor. Substantiated reports of mistreatment may be referred to appropriate law enforcement authorities as applicable. The VA reserves the right to request driver removal from transporting VA patients if mistreatment is substantiated. The Contractor shall report any patient incident initially on a signed incident report within twenty-four hours of the incident to the Supervisor of the Transition Unit or the AOD. An assessment of the incident and a signed contractor response to the incident to include training and process changes will be submitted to the Transition Unit Supervisor within five days from the date of the incident. A signed final analysis to include education, training, and process changes to prevent future incidents will be submitted within thirty days to the Transition Unit Supervisor.Drivers will return patients in the order that they are called in. Drivers will not skip departing patients to cover a longer distance versus a shorter distance. Only with the approval of the Supervisor of Transition Unit will this be authorized. Repeated instances of skipping may lead to termination of the contract or discontinuance of further order placement. The Contracting Officer may request an investigation by the Contractor and a Plan of Correction. Repeated problems may warrant a Cure Notice issued by the Contracting Officer and/or Termination for Cause. The Contractor may provide recommendations for improved services along with the patient complaints for the VA's review. No recommendation will be construed as being effective until and unless it is provided as a written modification to the contract from the Contracting Officer. The Contractor shall not employ any persons for work on this contract if such employee is considered by the VA contracting officer to be a potential threat to the health, safety, security, or operations of the VA its facilities or its staff. Contractor's employees will understand, speak, read, and write the English Language. No employee of the contractor can be a Federal employee nor can they have any conflict of interest either real or perceived.The contractor shall display a visible means of a medium (comment card with the Contractor’s address pre-printed) that allows the patient to provide feedback, positive and negative to the Contractor. Contractor shall provide a quarterly report of patient feedback to the COR.For the purpose of equal rights, wherever the masculine gender is used in this solicitation, and the resulting contract, it will be considered to include both masculine and feminine gender.PATIENT ESCORT/CAREGIVERThe VA reserves the right to have an escort, such as a relative, or care provider of beneficiary or VA staff accompany beneficiary when the VA determines that such an escort is in the best interest of the beneficiary. The VA will also be the sole judge in determining when an escort is required. There will be no additional charge to the VA when escorts are authorized to travel with beneficiary. Contractor shall only be required to transport escort with patient and will not be required to return the escort back to point of origin (unless the escort is a VA attendant). There shall be no additional charge for escorts/caregivers. The Contractor shall on be required to transport the escort/caregiver that accompanies a patient and shall not be required to return the escort/caregiver that does not accompany a patient to the point of origin, except when specifically authorized.Orlando VAMC reserves the right to send an authorized official (registered nurse, Licensed Practical Nurse, Nursing Assistant, or Physician) to attend the patient in a transfer from our facility when in the opinion or our medical staff such as trained attendant is necessary to the patient's welfare. Contractor is required to return VA attendant to the point of origin. Reimbursement will be limited to mileage rates as stated in the Price/Cost Schedule. The furnishing of the VA attendant does not relieve the Contractor from furnishing a qualified attendant in accordance with this contract.The Contractor shall provide an attendant upon request of the VA. The VA will provide the Contractor with the medical diagnosis, medical condition, and special needs of the patient to determine the specific training and qualifications of the attendant. RATESThe web-based application at maps, using the shortest time driving option, will determine trip mileage. For all one-way trips ordered under this Contract, the Contractor shall receive Special Mode Transportation base rate quoted. The Special Mode Transportation Base Rate will constitute full compensation for one-way trips as defined herein. The same rates will apply 24 hours per day. Payment for mileage traveled will be limited to “one way only”, the distance over which the patient is transported. Such mileage costs will be paid in addition to the applicable special mode rate per trip for any trip. Allowable charges for mileage outside the contract service area (Florida) will not exceed +5% of the web-based application at .maps using the shortest time driving option will determine trip mileage.WAIT TIMES/TOLLS/DRY RUNS/NO SHOWS“Waiting time” is billable for special trips approved by the COR or authorized personnel. This will be approved prior to trip. If vendor invoice wait time that is not approved, payment will be denied. If the pickup is other than that at the Orlando VAMC locations, the contractor shall call the Beneficiary Travel Office, during normal working hours, or the AOD, after-hours, as soon as the contractor anticipates that a delay may develop for which he/she expects to claim reimbursement. This call is only for the purpose of verifying his arrival at the pickup point and is not necessary if the contractor anticipates no delay for which he/will claim pickup point and is not necessary if the contractor anticipated no delay for which he/she will claim reimbursement.Transportation services listed in this Performance Work Statement do not include ferry, bridge, or road toll charges. The Contractor shall be entitled to the applicable base rate when dry runs or no shows are encountered due to no fault or negligence of the Contractor. Order of services must have been requested by authorized VA Medical Center personnel. Contractor shall not charge dry run or no shows for trips if driver arrives too late to allow patients to keep scheduled clinic appointment. Driver will take the most direct route from pick up location to destination unless legitimately unavoidable.Should the VA make a determination that a previously scheduled trip may be cancelled, and a vehicle has already been dispatched to the designated pick-up point, the VA may notify the Contractor to cancel such order; for orders that are cancelled while the Contractor is already enroute before being notified, the Contractor shall be entitled to receive reimbursement based upon the following criteria:Distance variablesUnit Price0-10 miles$25.0011-50 miles$50.00>51 miles$75.00This charge will not be allowed if authorized VA personnel cancelled the trip within two (2) hours of the scheduled pickup time.Should the Contractor arrive at the destination before the VA cancels the order, or if the Contractor is unable to perform a scheduled pick-up for reasons beyond the Contractor control, e.g., patient absence, or patient refusal, then the Contractor shall receive 100% of the special mode reimbursement cost for a one-way trip as provided in the schedule. Contractor shall not be entitled to mileage reimbursement.Contractor must report all dry runs or no shows at time of occurrence and verify with Beneficiary or Administrative Officer of the Day staff before driver is allowed to depart location.CONTRACTOR PERFORMANCEIn the event, the Contractor is unable to perform services or have services performed as required, the Contractor shall immediately notify the Beneficiary Travel Department Transportation Clerks (contact information will be provided to contractor prior to start of contract) and provide a justification for non-performance. The VA will re-procure services that cannot be performed by the Contractor. The Contractor shall indemnify the VA for excess re-procurement cost, which may result from the Contractor's inability to perform the required service or for non-response during off business hours. Payment of re-procurement costs will not relieve the Contractor from any other provision in this contract. The VA will be the sole judge in determining when services will be re-procuredThe Contractor shall be given “First-Right-of-Refusal” to travel to distant locations to pick-up “in-bound” VA Beneficiaries/Patients, on a “Request by Request” Basis; Or, for the Contractor to contact and sub-contract with another (appropriate) Patient Transportation (level of care) Provider to fulfill the Request pending for a VA Beneficiary/Patient Transport, under the Supervision of the Contractor and at its’ Contract Rates (and, the Contractor then being responsible for payment to the sub-contract provider; and for obtaining all of the paperwork from the sub-contractor for the VA).At the time of the request, the Contractor shall acknowledge their ability to provide the service within the requested response time. If the Contractor cannot provide the services for any reason, they must notify the VA personnel requesting the service of their inability to provide the service. (All companies utilized as subcontractors are subject to the approval of the VA and the Contractor must provide a list of such subcontractors to the VA). In the case when a subcontractor is utilized, they must meet all response times and all other requirements of this contract. The Contractor shall not charge the VA a cancellation fee when cancellations are made prior to the special mode transportation dispatch.The VA reserves the right to substitute the beneficiary requiring services at any time during the performance of this contract, to prevent delays, cancellations, or no-shows. There will be no additional charge to the VA when such changes occur.The contractor employee will determine upon arrival at the Beneficiary/Patient pick-up point, if the condition of the Beneficiary/Patient scheduled for pick-up is different than what was stated on the travel request, the contractor shall immediately notify the VA Travel Section and/or Administrative Officer of the Day (AOD) for further instruction in Patient Transport mode. If a Beneficiary/Patient being transported declines to be properly seat-belted he/she should not be transported. The Transportation Clerk should be notified promptly who may discuss such safety requirement with the Beneficiary/Patient via Telephone and/or in person. If the patient removes the securing devices during the trip, the transportation office should be notified of this upon contractor employee’s arrival at destination. The Contractor is not required to transport any Beneficiary/Patient who refuses to be properly secured while being transported.Contractor employee will ensure proper loading/unloading techniques are followed at all times. Patients in wheelchairs will be loaded onto ramps, ensuring all safety systems are working properly, e.g. roll back stops, and the driver must ride the lift with the patient during loading/unloading. Patients in motorized scooters MUST transfer to a vehicle seat. NO patient will be allowed to ride a motorized cart (scooter) on to the vehicle lift at ANY time. The contractor shall ensure that drivers receive appropriate safety training on loading/unloading techniques and such training will be documented and made available to the COR or designee annually and/or prior to contract submission or renewal. Failure to comply with this provision may be grounds for Termination for Cause in accordance with FAR 52.212-4(m)Contractor AttendantThe Contractor shall provide an attendant upon request of the VA. The Contractor shall provide an attendant for all mental health transfers. The Contractor shall invoice for attendants at the rates specified in the pricing section, rounded upwards to the nearest ? hour. An attendant is defined as a Contractor employee other than the driver on a given trip that meets qualifications needed for medical transport. The VA will put the Contractor on notice with medical diagnosis, medical condition, and special needs to determine the training and qualifications that the attendant needed. The Contractor shall ensure that each person employed is trained, qualified and certified to perform the duties required, including CPR certification and appropriate training for handling dementia patients, or other mental health problems.Identification badges: All Contractor employees shall wear appropriate identification that clearly identifies them name, title and job performed.BADGESPersonal Identity Verification (PIV) Badges are required to be worn at all times. Contractors are required to notify the Contracting Officer Representative (COR) if a badge gets lost or stolen. Badges are required to be turned in upon completion of the performance period unless working on multiple contracts or within multiple facilities.CONTRACTOR QUALIFICATIONSThe Contractor shall meet all requirements of Federal, State, and City code regarding operation of this type of business. The contractor shall ensure that drivers hold current Cardiopulmonary Resuscitation (CPR) certifications. The Contractor shall maintain licensure/certification with the state of Florida throughout the life of the contract. In the event the license/certification lapses or expires, this could be cause for termination of the contract or discontinuance of further ordering of services from the Contractor.Contractors must have established the relevant experience with providing special mode transportation services and are financially responsible and capable of providing the services. The contractor shall maintain documentation demonstrating they meet all requirements of Federal, State, County, and City codes regarding operation of this type of service. Documentation will be made available to the VA immediately upon request by the Contracting Officer for the duration of this contract, and applies to any sub-contractors employed by the contractor.The successful contractor or must submit a letter in duplicate, prior to award, fully describing the make of vehicle(s), model and year which he agrees to furnish under this quote including the location and telephone numbers of the establishment where calls are received and vehicles are immediately available for dispatch. This letter must contain information as the metering devices or methods the offeror proposes to use in determining mileage. The Contracting Officer will be notified in writing of any vehicle equipment adds/subtracts after award of contract.Offers will be considered from offerors who are regularly established in the business called for and who are financially responsible and have the necessary equipment and personnel to furnish service in the volume required for all items under this contract. Successful offeror will meet all applicable Federal, State licensure/certification requirements regarding operations of this type of service. Upon request of the Government, the offeror must be able to show evidence of his/her reliability, ability and experience by furnishing (1) a list of personnel who will perform under the contract showing the length and type of experience of such personnel (All drivers will be annotated and their drivers licenses listed), and (2) the names and addresses of other concerns and/or Government agencies for which this type of services were rendered by the offeror.Within fourteen (14) days after receipt of award notification, the Contractor shall provide evidence of required training, certifications, licensing and any other qualifications of any personnel performing services under this contract. The initial documentation will be provided to the Contracting Officer.Within fourteen (14) days after receipt of award notification, the Contractor shall provide the COR with a list of all employees authorized to provide special mode transportation services under this contract. These individuals must complete a VA issued security check within thirty (30) days from the Government’s receipt of the list of names. The background check will be conducted by the Orlando VAMC Human Resource Department and will include the Contractor’s employees to have their fingerprints captured. Within fourteen (14) business days after contract award the Contractor shall provide the following employee information:Name:Position:Title and Work assignment area:Thereafter, any personnel changes will be submitted within two (2) business days after the changes occur.Drug Testing Policy - The Contractor shall have internal policies and procedures for identifying and preventing employee drug and alcohol abuse.Contractor employees will conduct themselves in a business-like manner at all times while on VA premises and or at other affiliated healthcare facilities. Contractor shall furnish an identifying badge with name, function, and name of Contractor and a photograph of the employee. Contractor personnel will wear an appropriate and professional uniform.Contractor personnel performing contract services will meet at all times the qualifications specified in this contract, as well as any qualifications required by Federal, State, County and local government entities from the place in which they operate. The appearance of Contractor drivers and attendants will adhere to the latest updated edition of Section 6, “Rules of The Public Transportation Commission”. Contractor employees will conduct themselves in a professional manner at all times while on VA premises. Contractor employees will be clearly identified by a company uniform and badge/logo. Contractor vehicles will also be clearly marked with the company badge/log. The veteran beneficiary receiving the transportation services will have the VA authorization number associated with the trip request and can confirm that the contractor employees are authorized and proper to transport.The Contractor shall ensure the following personnel requirements are met:Ensure and certify personnel performing the services required under this contract are properly licensed and fully trained in the use of the vehicle and equipment that will be used in carrying out contracted services.The Contactor will ensure minimum staffing requirement as mandated by the State of Florida are met. Each vehicle will be operated with sufficient personnel for adequate patient care.Records and certifications shall be maintained by the contractor and shall be available to VA for inspection upon request.All drivers shall meet Florida Department of Transportation (FDOT), CDL and other appropriate requirements for licensing and certification stipulations through the appropriate Florida County they are operating in. Contractor employees shall be trained on the appropriate handling of disabled patients. The contracting entity will ensure that all services provided by Contracted individuals who are LIPs (Licensed Independent Practitioner) will be within the scope of his or her privileges.The Contractor shall provide an attendant upon request of the VA. . Evidence of the “equivalent” training program successfully completed by the driver with a copy of State of Florida Certification Certificate will be submitted to the Contracting Officer or COR. The COR will submit a copy of this document to the Chief, Health Information Management Systems. Drivers will have a valid operator's license in accordance with State of Florida for the operation of services they perform, and, will be in reasonably good health, with a record of current immunizations/vaccinations present in their employee file. Drivers providing service under this contract will have a valid handicab ambulance personnel license with a driver designation as required by Federal, State, and local law.All contractor employees will be enrolled periodically in “refresher” continuing education or advanced training programs as approved and required by the State of Florida, Department of Health Bureau of Emergency Medical Services. Such refresher training will be submitted to the Contracting Officer or COR upon request for verification of compliance. In no instance may this continuing education training be less frequent than every two years.The Contractors’ drivers/attendants must have a record of current/recurrent training completed in their employee file, for:Blood Borne Pathogens and Hazardous Materials Training.Life Safety Management - Fire preparedness procedures.Familiarization with the various Alert/Emergency Code Names used by the VA Medical Center.Basic First Aid and CPR. Attendant/driver will have successfully completed standard and advanced first aid courses including use of cardiopulmonary resuscitation techniques (CPR) of the American Red Cross, U.S. Bureau of Mines or equivalent; be able to safely use all associated equipment, such as a wheelchair lifts, and fire extinguishers; and been fully briefed and trained in passenger assistance techniques. Proof in the form of a current certificate that first aid training has been successfully completed will be available upon request.Sensitivity (medical needs of patient)Awareness (PTSD, Psychosis, Geriatrics (Dementia, Alzheimer’s) All contractor personnel shall have continuous training to maintain their appropriate levels of competency, including HIPPA, Infectious and CPR training to ensure that they know how to deal with veterans in various health situations. Drivers shall be trained in the correct use of securing patients, to include patents confined to wheel chairs and stretchers. Drivers are prohibited from transporting veterans in scooters. Veterans traveling with scooters must be transferred to and secured in a passenger seat. Divers are allowed to transport the scooter securely in the vehicle; however, patients are forbidden to be transported on the scooter. Failure to adhere will result in contract termination.Proper operation of safety features of a Wheelchair and Patient Transport Stretcher and the various vehicle devices, including any lift mechanism and any locking/securing devices for such Patient and/or their Wheelchair and Transport Stretcher. The Privacy Act of 1974.The Health Insurance Portability and Accountability Act (HIPAA) of 1996.Handling and Disposal of Bio-Hazardous Waste.During the period of performance, if the Contractor proposes to add-on or replace personnel to perform contract services, the Contractor shall submit the required evidence of training, certifications, licensing and any other qualifications to the Contracting Officer. At no time will the Contractor utilize add-on or replacement personnel to perform contract services who do not meet the personnel qualifications of this contract.VEHICLE AND INSURANCEContractor shall provide VIN numbers of all vehicles that will be used for patient transport. Additionally, the contractor shall submit all additions/deletions to the list. This report will be submitted to the Contracting Officer and Contracting Officer Representative in a timely manner.Vehicles provided for service shall meet the following criteria:Equipment shall be clean to meet customer expectations.All internal and external lights shall function properly.All vehicles shall contain functioning air conditioning and heating systems.All equipment in the patient area shall be adequately secured.All vehicles shall contain seatbelts, rear view and side view mirrors.A no smoking policy shall be applied with visible signage posted.Vehicles shall be inspected for cleanliness prior to each pick-up and be kept clean and in good mechanical and body condition.All vehicles shall contain functioning, primary and back-up, two-way communication between the transport vehicle and the contractor’s dispatch location.Vehicles shall display appropriate company logo or insignia.The Contractor shall obtain all necessary licenses and/or permits required to perform this work. He will take all precautions necessary to protect persons and property from injury or damage during the performance of this contract and be responsible for any injury to himself, his employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his or her employees' fault or negligence.The Contractor shall maintain personal liability, automobile liability, and property damage insurance, as prescribed by the laws of the State of Florida and in accordance with VAAR 852.237-7. Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without thirty calendar days prior written notice to the Contracting Officer. The following minimum insurance coverage will apply to this contract:Worker’s Compensation and Employer’s Liability Insurance in accordance with the Office of Workers’ Compensation Programs (OWCP): Contractors are required to comply with applicable Federal and State worker’s compensation and occupational disease statutes. If occupational diseases are not commensurable under those statues, they are 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. The Contractor must hold Employer’s liability coverage of at least a minimum of $100,000. General Liability: Covers liability exposures, such as lawsuits, and property or personal injury on the premises of a business): at least a minimum of $500,000 per occurrence.Automobile Liability: at least a minimum $200,000 per person, at least a minimum $500,000 per occurrence for bodily injury and at least a minimum $20,000 per occurrence for property damage. The Contractor shall provide proof of liability insurance, as listed above, prior to commencement of work.The VA reserves the right to inspect the Contractor Team equipment and vehicles or require documentation of compliance with contract specifications, and State laws, rules, regulations and guidelines governing transportation vehicles. VA inspections of Contractor equipment will not constitute a warranty that the Contractor’s vehicles and equipment are properly maintained.The VA reserves the right to restrict the Contractor use of equipment and vehicles that are not in compliance with contract requirements. The restriction of such equipment and vehicles will not relieve the Contractor from performing in accordance with the strict intent and meaning of the contract and without additional cost to the VA.Vehicles will meet all current applicable Federal, State and local specifications and regulations including, but not limited to, licensing, registration, and safety standards.Vehicles will be clean (no blood, saliva, urine, any patient discharges) and maintained in good repair in accordance with manufacturer's instructions and specifications, at all times during the performance of this contract.Unless established by a separate written agreement between the Contractor and the VA Medical Center, the Contractor shall not be permitted to borrow medical equipment from the Medical facilities. Contractor shall at no time and under any circumstances exchange equipment with VA. At no time will the Contractor leave vehicles on VA premises unless a pick-up or delivery is in process.The Government reserves the right to restrict the Contractor's use of equipment and vehicles which are in need of repair, unclean, unsafe, damaged on the interior or exterior body, and are not in compliance with contract requirements. The restriction of such equipment and vehicles will not relieve the contractor from performing in accordance with the strict intent and meaning of the contract without additional cost to the Government. Each stretcher vehicle shall be equipped with the following:A crash stable side or center mounting style litter fastener of the quick release type.At least two(s) strap-type restraining devices per stretcher, cot and litter to prevent longitudinal and transverse dislodgment of the patient during transit.Air conditioning and heating system.An inside rear-vision mirror which will enable the driver to view the entire passenger compartment, at the level at which the passengers ride, in addition to the rear vision mirrors.Floor covering material that can be easily maintained in a safe, sanitary, and odor free manner that shall extend the full length and width of the patient compartment.A fully operational 1A:10B: C fire extinguisher, in an easily accessible location as a minimum.A minimum of 5 feet in height, measured from the finished floor to the finished ceiling, for the patient compartment.Operable two-way radio communications capability with the services base station.Each wheelchair vehicle shall be equipped with the following:A lift facility, operated electrically, hydraulically or mechanically, with sufficient capacity to safely and smoothly lift passengers into the vehicle.A secure latching apparatus for locking the wheelchair to the vehicle for each passenger transported a positive means of securely latching or locking to the vehicle the wheelchair, in which the passenger will ride. The latching device shall be designed to prevent any lateral, longitudinal or vertical motion of the passenger conveyance within the vehicle inconsistent with the motion of the vehicle itself.Restraining belts or straps, designed to securely confine passengers to wheelchairs in which they are transported.Air conditioning and heating system.An inside rear-vision mirror which will enable the driver to view the entire passenger compartment, at the level at which the passengers ride, in addition to the rear vision mirrors.Floor covering material that can be easily maintained in a safe, sanitary, and odor free manner that shall extend the full length and width of the patient compartment.A fully operational 1A:10B: C fire extinguisher, in an easily accessible location as a minimum.A minimum of 5 feet in height, measured from the finished floor to the finished ceiling, for the patient compartment.Operable two-way radio communications capability with the services base station.In order to protect the lives and health of patients, the Contractor shall take such safety precautions as the Contracting Officer, or his designate, may determine to be reasonably necessary. The Contracting Officer, or his designate, will notify the Contractor of any safety non-compliance and the action to be taken.The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order, stopping all or any part of the work.The Contractor personnel are required to interrupt their work at any time so as not to interfere with the normal functioning of the medical facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and emergency and/or service carts. These interruptions should only be occasional. Any interruptions considered to be excessive should be brought to the attention of the Contracting Officer.Contractor shall be responsible for using appropriate driver screening and selection criteria when employing drivers. Such screening will include but not be limited to testing drivers for prohibited drug use and alcohol misuse; a criminal background check, to the maximum extent permitted by State of Florida law, and, their motor vehicle drivers/operators’ license history and driving ernment reserves the right to thoroughly inspect and investigate the contractor's establishment, facilities, business reputation, equipment and vehicles or require documentation of compliance with contract specifications and State laws, rules, regulations, and guidelines governing medical transport vehicles (handicab ambulances), after contract award. Also, the Government can reject any offer, irrespective of price, that will be administratively determines lacking in any of the essentials necessary to assure acceptable standards of performance. The Government inspections of contractor facilities will in no way constitute a warranty by the Government that the contractor's vehicles and equipment are properly maintained. Contractor attests that assigned personnel have fulfilled all testing and screening requirements as described below prior to first duty shift. Evaluations and tests will be current within the past year, except as noted. At VA's request, Contractor shall provide proof that all requirements are current and fully met as described, within 2 days of request.Contractor Vehicles will contain at a minimum, the following:Loading platform will be integral to the vehicle and made of a least thirteen (13)-gauge steel. Platforms will have raised edges, be counter balanced, self-adjusting to curbs and sidewalks, and self-storing. When not in use platform will be securely stored so as not to block the vision if the driver or inconvenience the patient.Side and rear loading doors will be operational from both inside and outside vehicle.Vehicle will have clamp cleats or belts to firmly anchor wheelchair/scooters and prevent movement in any direction. Steps will be treated with non-skid material.Vehicle will have safety belts for all occupants.Vehicle will have working heating, air conditioning, and adjustable temperature controls.Vehicle will contain four (4) emergency flares and warning lights, and one (1) five (5) pound ABC rated fire extinguisher with fire extinguisher tag showing record of inspections.Vehicle will contain a First Aid Kit and band aids, gauze, elastic bandages, sterile gauze pads, triangular bandages, cleansing wipes, tape, scissors, eye pads, and ammonia inhalants. All items will be packed in sterile containers.Vehicle will have two (2) blankets.Vehicle will have on board supplies to provide infections control precaution procedures.6531610944626000A two-way radio that will be fully operational at all times during contract performance and map/directional device.The Contractor shall provide sheets, blankets, other equipment and supplies required for use while in transport.Every driver under this subchapter will post their driver’s permit in such a manner as to be continually visible and readable at all times by any and all passengers as required by Florida State Law.Each medical transportation vehicle (handicab ambulance) will have patient compartment facilities, oxygen and suction systems and equipment, environment climatic equipment, communications and additional systems, equipment, accessories and supplies as required by the applicable Federal SpecificationsAny and all government equipment, linens, etc., taken with patients must be returned. The Contractor shall furnish all linens, blankets, and supplies. The Orlando VAMC Medical Center will not participate in a linen exchange program or any supply exchange program. The Contractor shall not be permitted to borrow medical equipment from the Medical facilities. The Contractor shall provide all sheets, and blankets and other equipment and supplies required for use while in transport, for direct patient care. Contractor shall at no time and under any circumstances exchange supplies, equipment, and/or medications with the Orlando VAMC.Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-American or which advocates the use of illegal drugs or other unlawful conduct. All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition. Contractor vehicles will be clearly and legibly marked with the Company Name so as to be distinguished from Government Equipment. It is the responsibility of the contractor to ensure that their vehicle is parked in the appropriate designated parking areas. INFECTION CONTROL/EBOLAContractor employees shall receive ongoing training on standard precautions and infection control as appropriate to their duties. Contractor drivers and attendants shall use precautionary measures at all times for the prevention and control of the spread of infectious agents to all persons. The Contractor shall provide at no additional charge any needed supplies for infection control, such as gloves, mask, and alcohol hand gel.The Contractor shall delay using driver’s and/or attendants who have the cold, flu, chickenpox, measles, or have been around someone who is sick on trips until well or no longer symptomatic.For those with previous documented positive Purified Protein Derivative (PPD) test results: All Contractor personnel will provide a note from their physician, dated within the past three months stating they are free of any signs and symptoms of tuberculosis. This evaluation will be renewed annually.For those with previously negative PPD skin test results: All Contractor personnel will provide proof of a negative reaction to PPD testing, performed in accordance with the latest CDC standards and CDHC/California Tuberculosis Controllers Association guidelines, within the past 6 months. This test will be renewed annually. Contractor is responsible for providing this annual document to the COR.For PPD skin converters (a change from a previously negative skin test to positive; defined as an increase in duration of 10mm or more than 2 years). An evaluation from their physician within 30 days of the positive test stating they are free from signs/symptoms of TB and indicating whether prophylactic treatment is indicated. If treatment is indicated, a note from the physician stating it was satisfactorily completed.All Contractor personnel will provide proof of immunization for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1/8, a rubella immunization will be administered with a follow-up documentation provided to the COR. Provide a history of varicella or, if unknown, resultsContractor employees shall be trained on how to handle bio-hazardous waste during transport and to properly dispose of bio-hazardous waste in designated containers (“red containers”), in designated containers when onsite at the Orlando VA Medical Center. The Contractor shall not dispose of any bio-hazardous materials at any location on the medical facility premises that are not designated for bio-hazardous waste.The Contractor shall wipe down the VA owned stretchers and wheelchairs after each use, using the VA provided wipes and disposing of the wipes in the VA provided receptacle.PATIENTS RECORDS AND PRIVACYTo ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the HHS/OIG List of Excluded Individuals/Entities on the OIG website (oig) for each person providing services under this contract. Further the Contractor is required to certify in its proposal that all persons listed in the contractor's proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.The Contractor is a VA contractor and will assist in the provision of health will patients seeking such care from or through VA. As such, the Contractor is considered as being part of the Department health care activity. Contractor is considered to be a VA contractor for purposes of the Privacy Act, Title 5 U.S.C. 552a. Further, for the purpose of VA records access and patient confidentiality, the Contractor is considered to be a VA contractor for the following provisions: Title 38 U.S.C. 5701, 5705, and 7362. Therefore, Contractor may have access, as would other appropriate components of VA, to patient medical records including patient treatment records pertaining to drug and alcohol abuse, HIV, and sickle cell anemia, to the extent necessary to perform its contractual responsibilities. However, like other components of the Department, and not withstanding any other provisions of the contract, the Contractor is restricted from making disclosures of VA records, or information contained in such records, to which it may have access, except to the extent that explicit disclosure authority from VA has been received. The Contractor is subject to the same penalties and liabilities for unauthorized disclosures of such records as VA.The records referred to above will be and remain the property of VA and will not be removed or transferred from VA except in accordance with U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of claimants records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of certain medical records) and federal laws, rules and regulations. Subject to applicable federal confidentiality or privacy laws, the Contractor, or their designated representatives, and designated representatives of federal regulatory agencies having jurisdiction over Contractor, may have access to VA ‘s records, at VA’s place of business on request during normal business hours, to inspect and review and make copies of such records.The VA (and therefore the Contractor) must comply with all applicable privacy and confidentiality statues and regulations. Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPPA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs. In accordance with HIPPA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with the VA.QUALITY CONTROLThe Contractor shall establish and maintain a complete Quality Control Program (QCP) to assure the requirements of this contract are provided as specified, during the life of the contract. The Contractor’s QCP will include the following inspection plan covering all services required by this contract.The inspection plan must specify the type of inspections (i.e. scheduled, unscheduled), areas for inspection, frequency of inspections, and who will conduct the inspections, with his/her title specified.The inspection records must note findings and necessary corrective action taken, the timeframe, and follow-up responsibility/issues. The VA reserves the right to request copies of any inspection.The Contractor must have established internal procedures for updating medical service protocols that have been revised, requires changes, and/or incorporation of new protocols since licensing. The changes to processes, equipment, and/or protocol that may affect performance of contract must be communicated in writing to the Contracting Office.The Contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified. An original and one (1) copy of this QCP will be forwarded to the CO along with the requested initial proposal. The Contracting Officer will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary. The Contractor Team’s QCP will include the following or have incorporated into during performance of contract, at a minimum:An inspection plan covering all services required by this contract. The inspection plan must specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished and documented, or the title of the individual(s) who will perform the inspections.Records of all inspections conducted by the Contractor noting necessary corrective action taken. The Government reserves the right to request copies of any and/or each inspection.The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring total acceptable performance.Records of all vehicle maintenance and repairs performed, on vehicles used in the performance of this contract. The methods of identifying and preventing vehicle breakdowns, and detailed procedure for alternative transportation of patients in the event of mechanical breakdown of vehicle.Records identifying the character, physical capabilities, certifications and ongoing training of each employee performing services under this contract.The methods of identifying and preventing radio communication breakdowns. A detailed procedure for alternative communications in the event of electronic and mechanical breakdown of vehicle two-way radios or communication device.Records of any complaints or problems, with procedures taken to allow for corrections and/or elimination before effects caused interruption of performance of contract.The Contractor must have quality improvement mechanisms in place that allows their company to evaluate the quality of services performed by using established methods for identifying and preventing deficiencies before the level of performance becomes unacceptable. Specific organizational monitoring functions and areas must be identified with levels of responsibility associated, noting intermediate supervisory responsibility and overall management responsibility for ensuring total acceptable performance.The Contractor must have employee records available on-site that identifies the character, physical capabilities, certifications, and ongoing training records of each employee performing services under this contract.A log or tip ticket to account for all requests for service - The Contractor must use a log or trip ticket to account for all requests for services. The log will indicate the date and time of service call, name of beneficiary requiring service, type of transportation requested, designated pick-up and delivery points, actual time of arrival a pick-up and delivery points and actual waiting time at pick-up and delivery points, if waiting charges are claimed. The trip ticket will also contain a patient trip evaluation section, which should be completed for ongoing monitoring of customer comments.On site records for tracking of customer complaints and actions taken - The Contractor shall keep onsite records for tracking customer complaints or problems with the procedures or initiatives implemented for correction and/or elimination of the problem before negative effects caused interruption of performance on contract. The VA reserves the right to request copies of any complaints received by the Contractor. GOVERNMENT TERMSUse of Sub-Contractors: The Contractor is free to subcontract service in order to satisfy the service request. However, the prime contractor must ensure that their employees are providing 51% of more of the effort at all times under the contract. All companies utilized as subcontractors will be subject to the approval of the VA and will meet all requirements of this contract. The Contractor shall disclose use of any subcontractors and ensure all certification and training requirements are in compliance with federal, state, and county regulations governing handicab transport services. The Contractor shall complete Subcontracting Plan Model (attachment k) for government review and approval. The Contractor shall be responsible for all subcontracting services provided under this contract. Subcontractor’s invoices will not be submitted directly to the VA, but rather will be incorporated as part of the prime contractor’s regular monthly invoicing.Business Associate Agreement (BAA): Contractor shall complete a Business Associate Agreement (BAA) (attachment A) and return the agreement with proposal on due date listed on SF1449. The purpose of this Business Associate Agreement (Agreement) is to establish requirements for the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and in accordance with the Health Insurance Portability and Accountability Act (HIPAA), the Health Information Technology for Economic and Clinical Health Act (HITECH) Act, and the HIPAA Privacy, Security, Breach Notification, and Enforcement Rules (“HIPAA Rules”), 45 C.F.R. Parts 160 and 164, for the Use and Disclosure of Protected Health Information (PHI).Quality Assurance Surveillance Plan (QASP): Contractor shall complete a Quality Assurance Surveillance Plan (QASP (attachment A) and return the agreement on the due date listed on SF1449. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract.Veterans Affairs National Rules of Behavior: The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior (attachment H) for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are completed.Contract Modifications: This contract will be Firm Fixed Price (FFP) Requirements with economic price adjustment based on fixed prices for the line items associated with the base and option years listed in the contract. Any adjustment to the line item pricing or other terms and conditions of the contract is only accomplished through a modification signed by the Contracting Officer. If an extraordinary and persistent situation occurs that drastically affects the contract pricing, such as a prolonged gas price increase or fuel shortage, then the Government may consider a reasonable price adjustment through modification. However, the Government will be the sole and final authority on what conditions warrant such consideration and how much the contract pricing will be adjusted. INVOICE PROCEDURES The contractor shall be paid monthly in arrears upon receipt of a properly executed invoice. Each invoice will represent charges covering the first day of the month to the last day of the month. Invoices for payment will include a copy of the trip ticket and the VA authorization number to ensure payments. Invoices should be submitted to the COR via email monthly for review prior to submission to Financial Service Center in Austin, Texas. Each invoice will include:Authorization numberThe contract numberPurchase order numberPatient's namePatient's last four Social Security NumberDate of ServiceOrigination/Destination of TripMileage charged, if applicableTotal number of miles traveledTotal cost, according to contract pricingAll charges incurred in the use of supplies and/or equipment is to be included in the unit prices quoted. The Orlando VA Medical Center reserves the right to reject payment for additional supplies and/or equipment used in the performance of this contract unless specifically ordered or required for patient care and it is not a common item customarily furnished.BACKGROUND INVESTIGATION and SPECIAL AGREEMENT CHECKSAll contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. The level of background investigation commensurate with the level of access needed to perform the statement of work is: NACI (National Agency Check). This requirement is applicable to all subcontractor personnel requiring the same access. The position sensitivity has been designated as LOW risk. The level of background investigation commensurate with the required level of access is NACI with written inquiries.Within five (5) business days of receiving the “Notice of Award” letter, the contractor shall submit a completed Contract Security Services Request Form (attachment E) to the Contracting Officer Representative. Upon receipt of the Contract Security Services Request Form the Contracting Officer Representative shall immediately review, sign and forward it to the Veteran Security Center (VSC) via encrypted e-mail at VSCSecurity@ or fax to 216-447-8025 or Orlando VAMC Security Manager.Within five business days of receiving the “Notice of Award” letter, each contract employee listed on the Contract Security Services Request Form (attachment E) must be fingerprinted and complete a Contractor/Employee Fingerprinting Request (attachment F). The “Notice of Award” letter instructs the contractor to contact the COR at the Orlando VAMC facility with assistance in scheduling an appointment to be fingerprinted. Once a contract employee has submitted the required paperwork and has been fingerprinted, the VSC conducts the background screening. The VSC may request an applicant to complete and send an OPM Optional Form 306, Declaration of Federal Employment, if issues are identified. Upon completion of a background screening, the VSC shall forward a “Fingerprint Check - National Criminal History Check Completion Notice” (NCHC) to the Contracting Officer, which shall indicate a favorable or unfavorable screening decision for each contract employee listed on the form. Notice to Proceed Letter: Upon receipt of the NCHC notice from the VSC, and verification of a fully executed local or National Business Associate Agreement if required, the Contracting Officer shall send the contractor a “Notice to Proceed” letter with a copy of the NCHC notice, which shall instruct those contract employees who have favorable screening decisions to begin working and fulfill remaining security requirements.Background Investigations: If the contractor is required to have a background investigation, the VSC enters the request in the VA Security and Investigation Center (SIC) database. Once the VA SIC processes the request, the contractor POC, contract employee, CO, COR and VSC receive an e-mail with instructions for completing the Electronic Questionnaire for Investigations Processing (e-QIP). The contract employee must complete the e-QIP within five (5) business days of receiving the e-mail from the VA SIC. If the e-QIP is not completed within the required timeframe, the CO shall notify the contractor that the individual is prohibited from working on the contract (or delivery/task order) until the e-QIP is completed. SANITIZATION AND CERTIFICATION OF STORAGE DEVICESContractor Security Control Assessment: The contractor shall complete a Contractor Security Control Assessment (CSCA) (attachment G) for the certification to safeguard, store, access, maintain or transmit Veterans sensitive information. The CSCA shall be completed and returned to the COR/ISO within thirty days after contract award. The CSCA is a checklist built around the framework of the National Institute of Standards and Technology (NIST). Physical destruction: The vendor shall utilize an approved VA physical destruction method for destruction/sanitation of storage devices with Veterans sensitive information. The method shall include disintegrate, shred, pulverize, and incinerate. Incinerate hard disk drives by burning the hard disk drives in a licensed incinerator. USB Removable Media (Pen Drives, Thumb Drives, Flash Drives, and Memory Sticks) with Hard Drives Overwrite media by using agency approved and validated overwriting technologies/methods/tools. The contractor can contact the COR for information on a VA approved software program for the sanitation of hard drives. Multiple Riders: Multiple riders is defined as, more than one patient transported simultaneously in one vehicle at any given point during a trip. When more than one patient is transported on a trip, payment will be made at the single patient loaded mileage rate (from pick up to final destination), or single patient pickup charge, as applicable. VA maintains the right to require multiple patient transports.When more than one patient is transported simultaneously from the same point of pick up to the same destination, the contractor shall receive payment based on the single patient loaded mileage rate from the initial pick-up point to the final drop-off point, plus pick-up charges for both patients. Total mileage billed for multiple riders shall equal the actual vehicle mileage rat. In other words, mileage cannot be “double-billed” when both patients are on-board.When more than one patient is picked up from different locations, but transported simultaneously to the same destination, the contractor shall receive payment based on the pickup charges, plus the single patient loaded mileage rate of the first pick-up to the final ultimate destination.When more than one patient is picked up from the same pick-up point to different destination, the contractor shall receive payment based on the pick-up charges, plus total mileage. In other words, mileage cannot be “double-billed” when both patients are on-board.The Contractor shall note the number of riders on all trip tickets. Non-VA patients shall not be allowed on a VA trip, with the exception of escorts/caregivers.CONDUCT OF PERSONNEL/Mistreatment of VETERANS: The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this PWS or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this PWS any person whose employment would result in a conflict of interest with the Government's standards of conduct. Drivers shall be courteous and considerate of all patients they are transporting. Mistreatment of veterans will not be tolerated. Mistreatment may be any of the following: Yelling, dropping, rudeness, extended waiting of the veteran, profanity, or placing veterans in unsafe environment. The VA reserves the right to request driver’s removal from transporting veterans if mistreatment is substantiated. Any substantiated mistreatment of patients may be cause for discontinuance of further placement of orders or termination of the contract. Orders: Request for services will be made from authorized personnel by Email or Fax. A list of authorized personnel will be provided to the contractor. Telephonic requests will be followed with either email/fax or admission/discharge packets. When transporting patient(s) leaving the medical facility, the Contractor shall be required, if necessary to transport a maximum of three items (boxes or luggage) of the patient’s personal effects at no additional cost to the VA. Weight and size of these items will be limited to that which one person can reasonably pick up and load into the vehicle. All patients (including mental health) shall have belongings inventoried and maintained separately while being transported. Drivers shall return patients in the order that they are called in. Drivers shall not skip departing patients to cover a longer distance versus a shorter distance. Only with the approval of the Travel section Supervisor with this be authorized. Repeated instances of skipping may lead to termination of the contract or discontinuance of further order placement. Invoices for payment shall include a copy of the trip ticket and the name of the trip requester to ensure payments.Origin and Destination: Patients may be transported to or from any designated location within the defined service area, encompassing the State of Florida. All transports will be between VA facilities or between the VA facilities that provides care under VA auspices (i.e. Contract Community Living Center, Contract Nursing Home, local hospitals, dialysis centers and community clinics) and/or between the home of the beneficiary receiving travel services and the VA facility. The VA staff will specify the points of origin and the destination of every trip. There shall be no unauthorized stops or delays between the origin and destination of a transport. Examples of unauthorized stops are as follows: Stopping for fuel on a trip shorter in miles than the estimated number of miles per tank of fuel in the vehicle being driven. Stopping for food or a smoke break. If a stop or delay is unavoidable, the Travel staff shall be notified and the incident shall be documented and submitted to the VA. Normally the shortest distance route shall be selected. However the VA does recognize invoiced trips where a longer route was taken, with reasonable documented justification, such as; to avoid time delays due to traffic congestion, road closures, or other patient safety and comfort consideration.Substitution of Beneficiary: The VA reserves the right to, from the same location; substitute the beneficiary requiring services at any time during the performance of this contract, to prevent delays, cancellations, or no-shows. There shall be no additional charge to the VA when such changes occur. No show rates will be in accordance with the price schedule. These rates will only apply when there is no substitution of beneficiary.Cancellation: The Contractor shall acknowledge their ability to provide the service within the requested response time at the time of the trip request. If the Contractor cannot provide the service for any reason, they must notify the VA staff person requesting the service of their inability to provide the service. The Contractor shall not charge the VA a cancellation fee when cancellations are made prior to the transportation dispatch. If there is another veteran to be transported at the same location, the VA reserves the right to transfer the requirement to them.Trip Documentation: The Contractor shall document each transport with an appropriate document that specifies the date, patient full name, time of pick-up, destination, time of drop-off, address, map quest and any other notes regarding issues particular to the specific transport such as recording oxygen, etc. This will be known as the “Trip ticket”. The trip ticket will have a special control number assigned. The Contractor shall include a summary of the trip ticket with all invoices and also provide the trip documentation form upon request by the VA. These forms shall serve as documentation of the transport and shall be a source document for reconciliation of the Contractor’s request for payment. Special documentation of any abnormal circumstances shall be documented in writing and the Contractor shall immediately notify the Contracting Officer Representative, Travel Section Supervisor or any designated personnel for direction and instruction on the handling of the situation. It is the responsibility of the Contractor to have any and all appropriate phone numbers available during the transport in the event that VA must be contacted.Response Time: Between the hours of 6:00 a.m. and 6: p.m., the Contractor’s vehicles must respond within thirty (30) minutes after receiving a trip request/order. After hours the Contractor’s vehicle must respond within forty-five (45) minutes after receiving a trip request/order. If the Contractor fails to furnish service within the required response time, the VA reserves the right to obtain this service from another source, and such action shall not constitute a breach of this contract. The VA will be the sole judge in determining when to order service from another source. Repeated failure to meet the required response time may result in termination of the contract or discontinuance of further orders. Response time will be calculated from the contractor’s receipt of the telephonic, electronic or fax trip request.Contractor is responsible for transporting patients to their appointments 24 hours, 7 days a week regardless of the below Federal holidays.National holidays observed by the Federal Government: New Year's Day I JanuaryMartin Luther King's Birthday Third Monday in JanuaryPresident's Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day 4 JulyLabor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day 11 NovemberThanksgiving Day 4th Thursday in NovemberChristmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the 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. Patient Condition upon Arrival: Upon arrival at the patient pick-up point, if the Contractor determines the condition of the patient scheduled for pick-up is different than what was stated on the travel request, the Contractor shall notify the trip requester for further instruction.Contractor’s Quality Control Program (QCP):The Contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified, during the life of the contract. The Contractor’s QCP shall include the following:An inspection plan covering all services required by this contract. The inspection plan must specify the type of inspection (i.e. scheduled or unscheduled), areas for inspection, frequency of inspections and documentation of inspections, and who will conduct the inspections, with his or her title specified.On-site records of all inspections conducted by the Contractor. The inspection records must note findings and necessary corrective action taken, the timeframe, and follow-up responsibility/issues. The VA reserves the right to request copies of any and/or each inspection.Internal procedures for updating medical service protocols. The Contractor must have established internal procedures for updating medical service protocols that have been revised, requires changes and/or incorporation of new protocols since licensing. The changes to processes, equipment, and/or protocol that may affect performance of contract must be communicated in writing to the CO.Methods for identifying and preventing deficiencies. The Contractor must have quality improvement mechanisms in place that allows the business to evaluate the quality of services performed by using established methods for identifying and preventing deficiencies the level of performance becomes unacceptable. Specific organizational monitoring functions and areas must be identified with levels of responsibility associated, noting intermediate supervisory responsibility and overall management responsibility for ensuring total acceptable performance.On-site competency records of each employee. The Contractor must have employee records available at their facility that identifies the character, physical capabilities, certifications, and ongoing training records of each employee performing services under this contract. A log or trip ticket to account for all requests for service. The Contractor must use a log or trip ticket to account for all requests for services. The log shall indicate the date and time of service call, name of beneficiary requiring service, type of transportation requested, designated pick-up and delivery points, and actual time of arrival at pick-up and delivery points. The trip ticket shall also contain a “Notes” section, to list any pertinent comments, incidents, etc.On site records for tracking of customer complaints and actions taken. The Contractor shall keep onsite records for tracking customer complaints or problems with the procedures or initiatives implemented for correction and/or elimination of the problem before negative effects caused interruption of performance on contractDrug Testing Policy: The Contractor shall have internal policies and procedures for addressing drug and alcohol munity Living Center Packet: When transporting patients to a VA Community Nursing from the Orlando VA Community Living Center, upon arrival at the community nursing home, the driver shall give the VA Community Living Center packet that accompanies the patient to the responsible community nursing home staff member. The driver shall sign and date the packet’s signature form. If there are any discrepancies between the address listed on the packet and the address listed in the trip request, the driver shall clarify the correct destination address with the trip requester. Changes to perfromace work statement (PWS): Any changes to this (PWS) shall be authorized and approved only through written correspondence from the Contracting Officer (CO). A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. Confidentiality and Nondisclosure: It is agreed that:The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response.Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Contract award and Administration Date: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the Contractor effects any such changes at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. No contract will be awarded nor payment made to any individual or entity that appears on the Health and Human Services Office of Inspector General's (HSS/OIG) List of Excluded Individuals/Entities, or any other Government sponsored list that identifies Contractors as being ineligible for contract award(s). Reviews: The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the CO or other designated representatives of the VA. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or inappropriate. Such determinations shall be made by the CO or COR, whichever is appropriate. Non-Personal Services Status: Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the VA. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. The Contractor shall not be subject to Government supervision, but its efforts will be monitored for quality assurance. Wage Determination: If this contract is subject to any wage determinations as set forth by the Department of Labor, the applicable wage determination is attached.Confidentiality: The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request. Alcohol and Illegal Drug Use: Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this PWS. The Contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Employees found to be under the influence of alcohol or illegal drugs during working hours will be immediately removed from duty. For purposes of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the methods by which employees will be determined to be under the influence of alcohol or illegal drugs. Pre and Post Disaster Service:This requirement is intended to ensure transport and retrieval of Community Living center and domiciliary resident’s pre and post a disaster event. During hurricanes and other natural or man-made disasters, the Contractor shall provide a commitment of vehicles and drivers to the Orlando VA Medical or other VA properties owned or operated by the Orlando VA Medical Center pre and post a disaster event, dedicating at least four vehicles with drivers that have the capability to transport stretcher and wheelchair patients. If attendants are required, they will be provided by the VA. The VA will provide notification for activating the commitment of vehicles and drivers for a pre event situation within forty-eight (48) hours of the projected event and twelve (12) hours for a post event. These vehicles and drivers shall be committed throughout the duration of the evacuation. If multiple patients are transported together in a single vehicle, pricing shall be in accordance with the Statement of Work, paragraph 8 as applicable. The drivers shall adhere to any requirements imposed by the Emergency Operation Center at the Orlando VA Medical Center during the disaster. The VA will provide emergency phone numbers at that time.Non-Emergency Wheelchair and Stretcher TransportQuality Assurance Surveillance Plan (QASP)1. PURPOSE: This QASP is a Government developed document used to ensure that the Government receives quality services, and pays only for services actually provided. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish.2. SCOPE: The role of Government Quality Assurance is to ensure contract standards are achieved. The QASP provides guidelines and methods for the Government's oversight of the Contractor's quality control efforts to assure timely, effective services are provided IAW the contract order. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract.3. ROLES AND RESPONSIBILITIES:Contracting Officer (CO) - A person duly appointed with the authority to enter into, administer and terminate contracts on behalf of the Government. The CO is the only person who can legally commit the Government and only the CO, as the Government's agent, can modify the contract/order. The CO is the final authority for determining the adequacy of the Contractor's performance. CO decisions arising under or relating to the contact are final.Contracting Officer's Representative (COR) — an individual designated in writing by the CO to perform specific technical and administrative functions within the scope and limitations of their written appointment (e.g., surveillance of Contractor's performance, accept services). The COR is not empowered to make any contractual commitments or authorize any changes to the order/contract or in any way obligate additional funds by the Government; such authority' rests solely with the CO.Quality Assurance Evaluator (QAE) — an individual designated by the requiring, activity to assist the COR and provide technical oversight of the Contractor's performance. The QAE's primary duty is to monitor the Contractor's performance by physically checking to see that tasks are completed. Reports are submitted, and desired outcomes are achieved. When a surveillance observation results in an unacceptable evaluation, the QAE will report the unacceptable performance to the COR. The QAE is not authorized to direct work, offer advice on how the work should be performed, change the contract, or in any way obligate payment of funds by the Government.4. METHOD OF SURVEILLANCE: Simplified methods of surveillance will be used by the Government to evaluate contractor performance. The primary methods of surveillance are periodic assessments of service and customer feedback.Periodic Assessment of Services — for services that occur over a number of months, the COR will evaluate Contractor performance on a quarterly basis and upon completion of services. Generally, the Government will rely on the Contractor's Quality Control system to ensure that services conform to contract quality requirements before they are tendered to the Government for acceptance.Customer Feedback — Customer feedback is typically obtained via telephone or email. Telephonic customer complaints must be followed up in writing/email. To be considered valid, the customer complaint must clearly articulate the nature of the complaint, time, date, etc. The COR will investigate the complaint; if determined valid, the COR will advise the CO and the Contractor of the deficiency. Copies of valid complaints and the resolution must be retained in the official contract file.5. SURVEILLANCE PROCEDURES:The COR/QAE will evaluate the Contractor's performance quarterly against Performance Standards established in the contract/order. Evaluations will be to the extent practical to assure the contractor provides quality services IAW the requirements of the contract. Evaluations could be evaluation, /validation of contractor supplied performance data, as well as analysis of Customer feedback, for performance trends and to ensure valid customer concerns are resolved timely.If at any time the COR/QAE receives indicators (e.g. valid customer complaints or notes Performance Standards are not being met) that the Contractor's performance is less than acceptable, the COR/QAE will investigate to determine if this is a onetime issue that has been promptly corrected, or if the discrepancy is systemic in nature. If the issue is determined to be an isolated occurrence, the COR will continue with Quarterly Evaluations. If the issue is recurring and systemic in nature, the COR/QAE will perform more frequent evaluations.The COR/QAE will notify the Contractor each time an unacceptable observation has been recorded and ask the Contractor to correct the problem. The COR will record the contract requirement, the specific deficiency to the requirement, the date and time it was discovered, and have the Contractor initial the entry. The Contractor shall be given two working days after notification to correct the deficiency in accordance with requirements of the contract. Deficiencies that cannot be corrected within two working days will be reported to the Contracting Officer.The COR/QAE will re-examine services that are found deficient. Failure to complete corrective actions will be reported immediately to the CO for further action.Upon satisfactory completion of the work, the COR/QAE will accept the services provided and authorize payment, by approving the Contractor's invoice in Wide Area Workflow.6. SURVEILLANCE STANDARD:The Performance Standard set forth in the SOW and Line items is the standard the Contractor must meet for services to be deemed acceptable. Generally, under commercial services contracts, the Government is relying on the Contractor's assurances that the services conform to contract requirements. Consistent with FAR 52.212-4, Contract Terms and Conditions, (a) Inspection and Acceptance, the Contractor shall only tender for acceptance those services that conform to the requirements of the contract/order. The Government may require re-performance of nonconforming services at no increase in contract price. The Government reserves the right to refuse acceptance of nonconforming services. In no case shall the Government's right to inspect services under the inspection provisions of the contract be prejudiced.7. QUALITY ASSURANCE SURVEILLANCE FILE. The COR/QAE file should contain: Copy of the COR appointment letter from the CO, any changes to that letter, and any termination lettersTraining Certifications for COR Copy of the contract and all contract modifications Copy of the applicable Quality Assurance Surveillance Plan (QASP) Copy of the contractor's Quality Control Plan (QCP)All correspondence initiated by authorized representatives (Contractor or Government) concerning performance of the contract Names, position titles and contact information of all key personnel assigned to this contract both Government and Contractor Surveillance schedules Surveillance Checklists Records of all inspections performed and the results Customer Feedback Memoranda for record of minutes of any meeting, telephone conversations and discussions with the contractor or others pertaining to the contract or contract performance; Documentation pertaining to acceptance of services, reports or data8. RECORDS: All records will be retained for the life of this contract. The COR/QAE will forward these records to the CO upon completion of the contract/order.9. CHANGES: The QASP is a living document and, as such, may be changed as needed. However, the CO must approve changes. The COR will submit recommended changes to the CO for approval.TasksPerformance MeasuresAcceptable Quality Level (AQL)Remedies / Deductions / IncentivesProvide pickup within one hour after notification for unscheduled trips and 30 minutes for scheduled transports.Daily95%25% reduction of trip price for failure to meet one hour and 30 minutes timeframes. / Favorable Past Performance RatingEnsure a sufficient number of vehicles are available during normal duty hours to meet the wheelchair and stretcher transport needsDaily100%If an alternate transport vendor is required to be used due to failure of Contractor to provide timely transportation any excess charges will be charged to the Contractor. / Favorable Past Performance RatingEnsure all vehicles are in proper condition and fit for public safety.Annually100%Provide documentation to Contracting Officer Representative (COR). / Review for determining Option Year Renewals.Ensure drivers and attendants are properly licensed, trained and competent to provide the services in this contract.Annually100%Provide documentation to Contracting Officer Representative. / Review for determining Option Year Renewals.See attached document: Price Cost Schedule_.SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (MAY 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights— (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer—System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.— (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall— (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if— (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on— (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through . (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an “I agree” click box or other comparable mechanism (e.g., “click-wrap” or “browse-wrap” agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.(v) Incorporation by reference. The Contractor’s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract:C.2 52.203-99 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.3 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through the end of the effective period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of 50 Veterans per day; (2) Any order for a combination of items in excess of 60 Veterans per day; or (3) A series of orders from the same ordering office within 0 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 0 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause)C.5 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after January 31, 2018.(End of Clause)C.6 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).(End of Provision)C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) years.(End of Clause)C.8 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 7/31/2017. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 7/31/2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)C.9 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)C.10 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.11 VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)C.12 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.13 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Florida. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)C.14 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) The contractor agrees to provide all services specified in this contract for any person determined eligible by the Department of Veterans Affairs, regardless of the race, color, religion, sex, or national origin of the person for whom such services are ordered. The contractor further warrants that he/she will not resort to subcontracting as a means of circumventing this provision.(End of Provision)C.15 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 NumberTitleDate52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201552.232-18AVAILABILITY OF FUNDSAPR 198452.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013(End of Addendum to 52.212-4)C.16 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUN 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2015) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38)(i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (39)(i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (41)(i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (45) 52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (46)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (47) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (48) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (54) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (55) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (56) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [X] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSWD 05-2124 (Rev.-21) 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.: 2005-2124Daniel W. Simms Division of | Revision No.: 21Director 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: FloridaArea: Florida Counties of Orange, Osceola, Seminole____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.83 01012 - Accounting Clerk II 14.39 01013 - Accounting Clerk III 16.10 01020 - Administrative Assistant 20.26 01040 - Court Reporter 19.01 01051 - Data Entry Operator I 11.67 01052 - Data Entry Operator II 13.25 01060 - Dispatcher, Motor Vehicle 17.17 01070 - Document Preparation Clerk 12.27 01090 - Duplicating Machine Operator 12.00 01111 - General Clerk I 11.78 01112 - General Clerk II 12.86 01113 - General Clerk III 14.43 01120 - Housing Referral Assistant 18.23 01141 - Messenger Courier 11.28 01191 - Order Clerk I 11.88 01192 - Order Clerk II 12.96 01261 - Personnel Assistant (Employment) I 13.74 01262 - Personnel Assistant (Employment) II 15.77 01263 - Personnel Assistant (Employment) III 17.14 01270 - Production Control Clerk 18.85 01280 - Receptionist 12.05 01290 - Rental Clerk 13.74 01300 - Scheduler, Maintenance 14.16 01311 - Secretary I 14.16 01312 - Secretary II 16.35 01313 - Secretary III 18.23 01320 - Service Order Dispatcher 14.87 01410 - Supply Technician 21.79 01420 - Survey Worker 15.33 01531 - Travel Clerk I 12.32 01532 - Travel Clerk II 12.86 01533 - Travel Clerk III 13.44 01611 - Word Processor I 14.54 01612 - Word Processor II 16.32 01613 - Word Processor III 18.2505000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 19.45 05010 - Automotive Electrician 17.28 05040 - Automotive Glass Installer 16.36 05070 - Automotive Worker 16.36 05110 - Mobile Equipment Servicer 13.56 05130 - Motor Equipment Metal Mechanic 18.18 05160 - Motor Equipment Metal Worker 16.36 05190 - Motor Vehicle Mechanic 18.18 05220 - Motor Vehicle Mechanic Helper 13.10 05250 - Motor Vehicle Upholstery Worker 15.80 05280 - Motor Vehicle Wrecker 16.37 05310 - Painter, Automotive 17.92 05340 - Radiator Repair Specialist 16.36 05370 - Tire Repairer 10.83 05400 - Transmission Repair Specialist 18.1807000 - Food Preparation And Service Occupations 07010 - Baker 11.42 07041 - Cook I 10.88 07042 - Cook II 12.39 07070 - Dishwasher 8.71 07130 - Food Service Worker 9.24 07210 - Meat Cutter 12.62 07260 - Waiter/Waitress 9.6109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 14.18 09040 - Furniture Handler 9.40 09080 - Furniture Refinisher 14.18 09090 - Furniture Refinisher Helper 11.04 09110 - Furniture Repairer, Minor 12.53 09130 - Upholsterer 14.7211000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.22 11060 - Elevator Operator 10.13 11090 - Gardener 13.71 11122 - Housekeeping Aide 10.49 11150 - Janitor 10.71 11210 - Laborer, Grounds Maintenance 11.17 11240 - Maid or Houseman 9.70 11260 - Pruner 9.83 11270 - Tractor Operator 12.62 11330 - Trail Maintenance Worker 10.53 11360 - Window Cleaner 13.1412000 - Health Occupations 12010 - Ambulance Driver 15.90 12011 - Breath Alcohol Technician 16.12 12012 - Certified Occupational Therapist Assistant 26.19 12015 - Certified Physical Therapist Assistant 25.00 12020 - Dental Assistant 16.71 12025 - Dental Hygienist 30.66 12030 - EKG Technician 20.11 12035 - Electroneurodiagnostic Technologist 20.11 12040 - Emergency Medical Technician 15.90 12071 - Licensed Practical Nurse I 14.95 12072 - Licensed Practical Nurse II 16.72 12073 - Licensed Practical Nurse III 18.65 12100 - Medical Assistant 13.32 12130 - Medical Laboratory Technician 17.14 12160 - Medical Record Clerk 14.88 12190 - Medical Record Technician 14.89 12195 - Medical Transcriptionist 15.03 12210 - Nuclear Medicine Technologist 30.76 12221 - Nursing Assistant I 9.39 12222 - Nursing Assistant II 10.56 12223 - Nursing Assistant III 11.12 12224 - Nursing Assistant IV 12.46 12235 - Optical Dispenser 19.70 12236 - Optical Technician 16.81 12250 - Pharmacy Technician 15.85 12280 - Phlebotomist 12.46 12305 - Radiologic Technologist 22.22 12311 - Registered Nurse I 22.12 12312 - Registered Nurse II 27.06 12313 - Registered Nurse II, Specialist 27.06 12314 - Registered Nurse III 32.74 12315 - Registered Nurse III, Anesthetist 32.74 12316 - Registered Nurse IV 39.23 12317 - Scheduler (Drug and Alcohol Testing) 22.1213000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.37 13012 - Exhibits Specialist II 22.76 13013 - Exhibits Specialist III 27.81 13041 - Illustrator I 21.64 13042 - Illustrator II 25.12 13043 - Illustrator III 31.42 13047 - Librarian 27.87 13050 - Library Aide/Clerk 12.77 13054 - Library Information Technology Systems 25.12 Administrator 13058 - Library Technician 13.93 13061 - Media Specialist I 16.23 13062 - Media Specialist II 17.11 13063 - Media Specialist III 19.07 13071 - Photographer I 13.91 13072 - Photographer II 15.91 13073 - Photographer III 19.29 13074 - Photographer IV 23.54 13075 - Photographer V 28.55 13110 - Video Teleconference Technician 17.8514000 - Information Technology Occupations 14041 - Computer Operator I 17.38 14042 - Computer Operator II 19.58 14043 - Computer Operator III 22.42 14044 - Computer Operator IV 24.72 14045 - Computer Operator V 27.37 14071 - Computer Programmer I (see 1) 22.24 14072 - Computer Programmer II (see 1) 27.56 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 17.38 14160 - Personal Computer Support Technician 24.7215000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.67 15020 - Aircrew Training Devices Instructor (Rated) 39.50 15030 - Air Crew Training Devices Instructor (Pilot) 41.13 15050 - Computer Based Training Specialist / Instructor 30.03 15060 - Educational Technologist 28.24 15070 - Flight Instructor (Pilot) 41.13 15080 - Graphic Artist 22.58 15090 - Technical Instructor 20.56 15095 - Technical Instructor/Course Developer 25.15 15110 - Test Proctor 16.59 15120 - Tutor 16.5916000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.54 16030 - Counter Attendant 9.54 16040 - Dry Cleaner 11.46 16070 - Finisher, Flatwork, Machine 9.54 16090 - Presser, Hand 9.54 16110 - Presser, Machine, Drycleaning 9.54 16130 - Presser, Machine, Shirts 9.54 16160 - Presser, Machine, Wearing Apparel, Laundry 9.54 16190 - Sewing Machine Operator 12.20 16220 - Tailor 12.84 16250 - Washer, Machine 10.1319000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 15.60 19040 - Tool And Die Maker 19.6721000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.44 21030 - Material Coordinator 18.74 21040 - Material Expediter 18.74 21050 - Material Handling Laborer 10.95 21071 - Order Filler 11.41 21080 - Production Line Worker (Food Processing) 13.44 21110 - Shipping Packer 12.46 21130 - Shipping/Receiving Clerk 12.46 21140 - Store Worker I 9.67 21150 - Stock Clerk 13.77 21210 - Tools And Parts Attendant 13.48 21410 - Warehouse Specialist 13.7523000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.23 23021 - Aircraft Mechanic I 23.79 23022 - Aircraft Mechanic II 25.23 23023 - Aircraft Mechanic III 32.17 23040 - Aircraft Mechanic Helper 17.62 23050 - Aircraft, Painter 22.20 23060 - Aircraft Servicer 19.97 23080 - Aircraft Worker 21.39 23110 - Appliance Mechanic 18.09 23120 - Bicycle Repairer 12.47 23125 - Cable Splicer 24.89 23130 - Carpenter, Maintenance 17.26 23140 - Carpet Layer 17.76 23160 - Electrician, Maintenance 18.03 23181 - Electronics Technician Maintenance I 18.27 23182 - Electronics Technician Maintenance II 19.57 23183 - Electronics Technician Maintenance III 20.85 23260 - Fabric Worker 15.74 23290 - Fire Alarm System Mechanic 18.68 23310 - Fire Extinguisher Repairer 14.55 23311 - Fuel Distribution System Mechanic 19.15 23312 - Fuel Distribution System Operator 16.65 23370 - General Maintenance Worker 15.66 23380 - Ground Support Equipment Mechanic 23.76 23381 - Ground Support Equipment Servicer 19.95 23382 - Ground Support Equipment Worker 21.37 23391 - Gunsmith I 14.55 23392 - Gunsmith II 16.89 23393 - Gunsmith III 19.27 23410 - Heating, Ventilation And Air-Conditioning 16.94 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.33 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 18.96 23440 - Heavy Equipment Operator 16.93 23460 - Instrument Mechanic 18.69 23465 - Laboratory/Shelter Mechanic 18.09 23470 - Laborer 12.73 23510 - Locksmith 17.34 23530 - Machinery Maintenance Mechanic 19.66 23550 - Machinist, Maintenance 17.28 23580 - Maintenance Trades Helper 12.84 23591 - Metrology Technician I 18.69 23592 - Metrology Technician II 19.82 23593 - Metrology Technician III 20.97 23640 - Millwright 20.77 23710 - Office Appliance Repairer 18.26 23760 - Painter, Maintenance 14.70 23790 - Pipefitter, Maintenance 16.69 23810 - Plumber, Maintenance 15.86 23820 - Pneudraulic Systems Mechanic 19.27 23850 - Rigger 20.99 23870 - Scale Mechanic 16.89 23890 - Sheet-Metal Worker, Maintenance 17.37 23910 - Small Engine Mechanic 15.35 23931 - Telecommunications Mechanic I 20.77 23932 - Telecommunications Mechanic II 22.02 23950 - Telephone Lineman 20.19 23960 - Welder, Combination, Maintenance 17.45 23965 - Well Driller 19.27 23970 - Woodcraft Worker 19.27 23980 - Woodworker 13.9424000 - Personal Needs Occupations 24570 - Child Care Attendant 11.67 24580 - Child Care Center Clerk 14.56 24610 - Chore Aide 9.22 24620 - Family Readiness And Support Services 14.56 Coordinator 24630 - Homemaker 17.5325000 - Plant And System Operations Occupations 25010 - Boiler Tender 23.83 25040 - Sewage Plant Operator 19.63 25070 - Stationary Engineer 23.83 25190 - Ventilation Equipment Tender 13.45 25210 - Water Treatment Plant Operator 19.6327000 - Protective Service Occupations 27004 - Alarm Monitor 16.54 27007 - Baggage Inspector 11.12 27008 - Corrections Officer 20.09 27010 - Court Security Officer 20.47 27030 - Detection Dog Handler 16.11 27040 - Detention Officer 20.09 27070 - Firefighter 17.72 27101 - Guard I 11.12 27102 - Guard II 16.05 27131 - Police Officer I 23.56 27132 - Police Officer II 26.1828000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.86 28042 - Carnival Equipment Repairer 13.66 28043 - Carnival Equpment Worker 10.52 28210 - Gate Attendant/Gate Tender 12.08 28310 - Lifeguard 11.34 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 9.56 28515 - Recreation Specialist 13.01 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 17.8529000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.61 29020 - Hatch Tender 20.61 29030 - Line Handler 20.61 29041 - Stevedore I 18.19 29042 - Stevedore II 22.0730000 - 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 17.87 30022 - Archeological Technician II 19.99 30023 - Archeological Technician III 25.89 30030 - Cartographic Technician 25.56 30040 - Civil Engineering Technician 21.23 30061 - Drafter/CAD Operator I 17.87 30062 - Drafter/CAD Operator II 19.99 30063 - Drafter/CAD Operator III 22.30 30064 - Drafter/CAD Operator IV 27.43 30081 - Engineering Technician I 15.95 30082 - Engineering Technician II 17.87 30083 - Engineering Technician III 20.85 30084 - Engineering Technician IV 24.77 30085 - Engineering Technician V 30.30 30086 - Engineering Technician VI 36.66 30090 - Environmental Technician 17.42 30210 - Laboratory Technician 18.95 30240 - Mathematical Technician 24.18 30361 - Paralegal/Legal Assistant I 19.15 30362 - Paralegal/Legal Assistant II 22.65 30363 - Paralegal/Legal Assistant III 27.70 30364 - Paralegal/Legal Assistant IV 33.61 30390 - Photo-Optics Technician 24.77 30461 - Technical Writer I 19.45 30462 - Technical Writer II 23.79 30463 - Technical Writer III 27.41 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) 22.30 Surface Programs 30621 - Weather Observer, Senior (see 2) 24.7731000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 9.19 31030 - Bus Driver 15.24 31043 - Driver Courier 13.30 31260 - Parking and Lot Attendant 9.04 31290 - Shuttle Bus Driver 15.10 31310 - Taxi Driver 10.99 31361 - Truckdriver, Light 15.10 31362 - Truckdriver, Medium 16.10 31363 - Truckdriver, Heavy 18.56 31364 - Truckdriver, Tractor-Trailer 18.5699000 - Miscellaneous Occupations 99030 - Cashier 9.94 99050 - Desk Clerk 12.38 99095 - Embalmer 22.06 99251 - Laboratory Animal Caretaker I 9.98 99252 - Laboratory Animal Caretaker II 10.48 99310 - Mortician 24.41 99410 - Pest Controller 15.51 99510 - Photofinishing Worker 12.51 99710 - Recycling Laborer 16.26 99711 - Recycling Specialist 19.07 99730 - Refuse Collector 14.43 99810 - Sales Clerk 13.66 99820 - School Crossing Guard 9.24 99830 - Survey Party Chief 18.23 99831 - Surveying Aide 12.51 99832 - Surveying Technician 17.15 99840 - Vending Machine Attendant 12.90 99841 - Vending Machine Repairer 16.51 99842 - Vending Machine Repairer Helper 13.05____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pensionplans, civic and personal leave, severance pay, and savings and thrift plans.Minimum employer contributions costing an average of $4.27 per hour computed on thebasis of all hours worked by service employees employed on the contract.VACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; and 3 weeks after 5 years. Length of service includes the whole span ofcontinuous service with the present contractor or successor, wherever employed, andwith the predecessor contractors in the performance of similar work at the sameFederal 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.WD 05-2110 (Rev.-18) was first posted on on 01/05/2016************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2110Daniel W. Simms Division of | Revision No.: 18Director Wage Determinations| Date Of Revision: 12/29/2015_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 forcalendar year 2016 applies to all contracts subject to the Service ContractAct for which the solicitation was issued on or after January 1, 2015. If thiscontract is covered by the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 per hour (orthe applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2016. The EOminimum wage rate will be adjusted annually. Additional information oncontractor requirements and worker protections under the EO is available atwhd/govcontracts.____________________________________________________________________________________State: FloridaArea: Florida Counties of Flagler, Volusia____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 11.68 01012 - Accounting Clerk II 13.31 01013 - Accounting Clerk III 14.96 01020 - Administrative Assistant 17.20 01040 - Court Reporter 18.19 01051 - Data Entry Operator I 10.73 01052 - Data Entry Operator II 11.92 01060 - Dispatcher, Motor Vehicle 14.49 01070 - Document Preparation Clerk 11.78 01090 - Duplicating Machine Operator 11.78 01111 - General Clerk I 10.72 01112 - General Clerk II 11.70 01113 - General Clerk III 13.13 01120 - Housing Referral Assistant 15.48 01141 - Messenger Courier 11.59 01191 - Order Clerk I 10.98 01192 - Order Clerk II 11.98 01261 - Personnel Assistant (Employment) I 13.77 01262 - Personnel Assistant (Employment) II 15.40 01263 - Personnel Assistant (Employment) III 17.18 01270 - Production Control Clerk 16.86 01280 - Receptionist 11.11 01290 - Rental Clerk 11.01 01300 - Scheduler, Maintenance 12.41 01311 - Secretary I 12.41 01312 - Secretary II 13.88 01313 - Secretary III 15.48 01320 - Service Order Dispatcher 11.94 01410 - Supply Technician 17.20 01420 - Survey Worker 13.15 01531 - Travel Clerk I 12.32 01532 - Travel Clerk II 12.86 01533 - Travel Clerk III 13.44 01611 - Word Processor I 11.09 01612 - Word Processor II 12.44 01613 - Word Processor III 13.9105000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.04 05010 - Automotive Electrician 15.68 05040 - Automotive Glass Installer 14.87 05070 - Automotive Worker 14.87 05110 - Mobile Equipment Servicer 12.78 05130 - Motor Equipment Metal Mechanic 16.51 05160 - Motor Equipment Metal Worker 14.87 05190 - Motor Vehicle Mechanic 16.51 05220 - Motor Vehicle Mechanic Helper 12.22 05250 - Motor Vehicle Upholstery Worker 14.04 05280 - Motor Vehicle Wrecker 14.87 05310 - Painter, Automotive 15.68 05340 - Radiator Repair Specialist 14.87 05370 - Tire Repairer 11.11 05400 - Transmission Repair Specialist 16.5107000 - Food Preparation And Service Occupations 07010 - Baker 12.30 07041 - Cook I 11.46 07042 - Cook II 13.04 07070 - Dishwasher 8.14 07130 - Food Service Worker 8.73 07210 - Meat Cutter 15.26 07260 - Waiter/Waitress 9.6009000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 13.72 09040 - Furniture Handler 11.92 09080 - Furniture Refinisher 15.36 09090 - Furniture Refinisher Helper 11.94 09110 - Furniture Repairer, Minor 13.63 09130 - Upholsterer 15.3611000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.98 11060 - Elevator Operator 9.31 11090 - Gardener 13.56 11122 - Housekeeping Aide 10.44 11150 - Janitor 10.44 11210 - Laborer, Grounds Maintenance 10.48 11240 - Maid or Houseman 9.15 11260 - Pruner 9.31 11270 - Tractor Operator 12.24 11330 - Trail Maintenance Worker 10.48 11360 - Window Cleaner 11.4512000 - Health Occupations 12010 - Ambulance Driver 17.46 12011 - Breath Alcohol Technician 17.46 12012 - Certified Occupational Therapist Assistant 22.96 12015 - Certified Physical Therapist Assistant 23.64 12020 - Dental Assistant 15.48 12025 - Dental Hygienist 26.35 12030 - EKG Technician 17.37 12035 - Electroneurodiagnostic Technologist 17.37 12040 - Emergency Medical Technician 17.46 12071 - Licensed Practical Nurse I 14.96 12072 - Licensed Practical Nurse II 16.73 12073 - Licensed Practical Nurse III 18.66 12100 - Medical Assistant 12.75 12130 - Medical Laboratory Technician 16.25 12160 - Medical Record Clerk 13.47 12190 - Medical Record Technician 15.02 12195 - Medical Transcriptionist 14.58 12210 - Nuclear Medicine Technologist 36.12 12221 - Nursing Assistant I 10.39 12222 - Nursing Assistant II 11.68 12223 - Nursing Assistant III 12.75 12224 - Nursing Assistant IV 14.30 12235 - Optical Dispenser 16.18 12236 - Optical Technician 14.49 12250 - Pharmacy Technician 12.39 12280 - Phlebotomist 14.30 12305 - Radiologic Technologist 23.26 12311 - Registered Nurse I 21.74 12312 - Registered Nurse II 26.59 12313 - Registered Nurse II, Specialist 26.59 12314 - Registered Nurse III 32.18 12315 - Registered Nurse III, Anesthetist 32.18 12316 - Registered Nurse IV 38.54 12317 - Scheduler (Drug and Alcohol Testing) 20.7313000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.78 13012 - Exhibits Specialist II 24.57 13013 - Exhibits Specialist III 30.06 13041 - Illustrator I 19.78 13042 - Illustrator II 24.57 13043 - Illustrator III 30.06 13047 - Librarian 27.69 13050 - Library Aide/Clerk 12.47 13054 - Library Information Technology Systems 24.57 Administrator 13058 - Library Technician 14.28 13061 - Media Specialist I 14.87 13062 - Media Specialist II 16.62 13063 - Media Specialist III 18.52 13071 - Photographer I 15.57 13072 - Photographer II 17.66 13073 - Photographer III 22.17 13074 - Photographer IV 27.06 13075 - Photographer V 32.84 13110 - Video Teleconference Technician 14.2614000 - Information Technology Occupations 14041 - Computer Operator I 14.84 14042 - Computer Operator II 17.02 14043 - Computer Operator III 19.46 14044 - Computer Operator IV 21.57 14045 - Computer Operator V 23.93 14071 - Computer Programmer I (see 1) 18.74 14072 - Computer Programmer II (see 1) 23.63 14073 - Computer Programmer III (see 1) 26.35 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 25.38 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14.84 14160 - Personal Computer Support Technician 21.5715000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 25.38 15020 - Aircrew Training Devices Instructor (Rated) 31.25 15030 - Air Crew Training Devices Instructor (Pilot) 37.46 15050 - Computer Based Training Specialist / Instructor 25.38 15060 - Educational Technologist 27.29 15070 - Flight Instructor (Pilot) 37.46 15080 - Graphic Artist 18.60 15090 - Technical Instructor 17.77 15095 - Technical Instructor/Course Developer 21.74 15110 - Test Proctor 14.34 15120 - Tutor 14.3416000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.54 16030 - Counter Attendant 9.54 16040 - Dry Cleaner 11.46 16070 - Finisher, Flatwork, Machine 9.54 16090 - Presser, Hand 9.54 16110 - Presser, Machine, Drycleaning 9.54 16130 - Presser, Machine, Shirts 9.54 16160 - Presser, Machine, Wearing Apparel, Laundry 9.54 16190 - Sewing Machine Operator 12.20 16220 - Tailor 12.84 16250 - Washer, Machine 10.1319000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 15.51 19040 - Tool And Die Maker 20.8421000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.28 21030 - Material Coordinator 16.86 21040 - Material Expediter 16.86 21050 - Material Handling Laborer 10.53 21071 - Order Filler 11.52 21080 - Production Line Worker (Food Processing) 13.28 21110 - Shipping Packer 13.04 21130 - Shipping/Receiving Clerk 13.04 21140 - Store Worker I 9.67 21150 - Stock Clerk 13.77 21210 - Tools And Parts Attendant 13.28 21410 - Warehouse Specialist 13.2823000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 20.78 23021 - Aircraft Mechanic I 19.59 23022 - Aircraft Mechanic II 20.78 23023 - Aircraft Mechanic III 21.98 23040 - Aircraft Mechanic Helper 13.90 23050 - Aircraft, Painter 18.05 23060 - Aircraft Servicer 16.00 23080 - Aircraft Worker 17.19 23110 - Appliance Mechanic 15.92 23120 - Bicycle Repairer 10.18 23125 - Cable Splicer 20.65 23130 - Carpenter, Maintenance 17.22 23140 - Carpet Layer 16.47 23160 - Electrician, Maintenance 16.55 23181 - Electronics Technician Maintenance I 18.90 23182 - Electronics Technician Maintenance II 19.89 23183 - Electronics Technician Maintenance III 21.10 23260 - Fabric Worker 14.66 23290 - Fire Alarm System Mechanic 17.18 23310 - Fire Extinguisher Repairer 13.56 23311 - Fuel Distribution System Mechanic 15.78 23312 - Fuel Distribution System Operator 15.32 23370 - General Maintenance Worker 14.46 23380 - Ground Support Equipment Mechanic 19.59 23381 - Ground Support Equipment Servicer 15.99 23382 - Ground Support Equipment Worker 17.18 23391 - Gunsmith I 13.56 23392 - Gunsmith II 15.74 23393 - Gunsmith III 17.96 23410 - Heating, Ventilation And Air-Conditioning 17.22 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.26 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 16.70 23440 - Heavy Equipment Operator 17.42 23460 - Instrument Mechanic 17.96 23465 - Laboratory/Shelter Mechanic 16.86 23470 - Laborer 10.53 23510 - Locksmith 15.36 23530 - Machinery Maintenance Mechanic 18.63 23550 - Machinist, Maintenance 16.19 23580 - Maintenance Trades Helper 10.99 23591 - Metrology Technician I 17.96 23592 - Metrology Technician II 19.05 23593 - Metrology Technician III 20.15 23640 - Millwright 17.96 23710 - Office Appliance Repairer 16.49 23760 - Painter, Maintenance 13.96 23790 - Pipefitter, Maintenance 15.97 23810 - Plumber, Maintenance 15.49 23820 - Pneudraulic Systems Mechanic 17.96 23850 - Rigger 17.96 23870 - Scale Mechanic 15.74 23890 - Sheet-Metal Worker, Maintenance 15.55 23910 - Small Engine Mechanic 14.73 23931 - Telecommunications Mechanic I 20.47 23932 - Telecommunications Mechanic II 21.71 23950 - Telephone Lineman 20.03 23960 - Welder, Combination, Maintenance 14.88 23965 - Well Driller 17.96 23970 - Woodcraft Worker 17.96 23980 - Woodworker 15.3524000 - Personal Needs Occupations 24570 - Child Care Attendant 9.82 24580 - Child Care Center Clerk 12.49 24610 - Chore Aide 9.67 24620 - Family Readiness And Support Services 12.90 Coordinator 24630 - Homemaker 14.9925000 - Plant And System Operations Occupations 25010 - Boiler Tender 20.38 25040 - Sewage Plant Operator 19.13 25070 - Stationary Engineer 20.38 25190 - Ventilation Equipment Tender 14.16 25210 - Water Treatment Plant Operator 19.1327000 - Protective Service Occupations 27004 - Alarm Monitor 15.19 27007 - Baggage Inspector 10.77 27008 - Corrections Officer 17.40 27010 - Court Security Officer 17.40 27030 - Detection Dog Handler 13.11 27040 - Detention Officer 17.40 27070 - Firefighter 17.65 27101 - Guard I 10.22 27102 - Guard II 13.11 27131 - Police Officer I 17.10 27132 - Police Officer II 19.0028000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.54 28042 - Carnival Equipment Repairer 12.76 28043 - Carnival Equpment Worker 8.99 28210 - Gate Attendant/Gate Tender 12.74 28310 - Lifeguard 11.35 28350 - Park Attendant (Aide) 14.25 28510 - Recreation Aide/Health Facility Attendant 10.40 28515 - Recreation Specialist 15.46 28630 - Sports Official 11.35 28690 - Swimming Pool Operator 15.5429000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.29 29020 - Hatch Tender 18.29 29030 - Line Handler 18.29 29041 - Stevedore I 16.89 29042 - Stevedore II 19.5830000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 18.06 30022 - Archeological Technician II 20.72 30023 - Archeological Technician III 25.08 30030 - Cartographic Technician 25.08 30040 - Civil Engineering Technician 20.19 30061 - Drafter/CAD Operator I 16.48 30062 - Drafter/CAD Operator II 20.55 30063 - Drafter/CAD Operator III 22.84 30064 - Drafter/CAD Operator IV 25.29 30081 - Engineering Technician I 14.18 30082 - Engineering Technician II 17.62 30083 - Engineering Technician III 20.31 30084 - Engineering Technician IV 24.79 30085 - Engineering Technician V 30.21 30086 - Engineering Technician VI 36.60 30090 - Environmental Technician 20.36 30210 - Laboratory Technician 17.85 30240 - Mathematical Technician 25.08 30361 - Paralegal/Legal Assistant I 17.29 30362 - Paralegal/Legal Assistant II 20.89 30363 - Paralegal/Legal Assistant III 25.55 30364 - Paralegal/Legal Assistant IV 30.90 30390 - Photo-Optics Technician 25.08 30461 - Technical Writer I 24.79 30462 - Technical Writer II 30.21 30463 - Technical Writer III 35.56 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) 22.22 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.8431000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.35 31030 - Bus Driver 14.23 31043 - Driver Courier 11.98 31260 - Parking and Lot Attendant 8.80 31290 - Shuttle Bus Driver 13.02 31310 - Taxi Driver 11.29 31361 - Truckdriver, Light 13.02 31362 - Truckdriver, Medium 14.23 31363 - Truckdriver, Heavy 18.14 31364 - Truckdriver, Tractor-Trailer 18.1499000 - Miscellaneous Occupations 99030 - Cashier 8.69 99050 - Desk Clerk 9.95 99095 - Embalmer 25.34 99251 - Laboratory Animal Caretaker I 10.23 99252 - Laboratory Animal Caretaker II 10.75 99310 - Mortician 25.34 99410 - Pest Controller 15.05 99510 - Photofinishing Worker 12.91 99710 - Recycling Laborer 12.45 99711 - Recycling Specialist 15.08 99730 - Refuse Collector 11.05 99810 - Sales Clerk 13.44 99820 - School Crossing Guard 11.05 99830 - Survey Party Chief 16.32 99831 - Surveying Aide 10.69 99832 - Surveying Technician 14.64 99840 - Vending Machine Attendant 14.77 99841 - Vending Machine Repairer 16.29 99842 - Vending Machine Repairer Helper 14.77____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pensionplans, civic and personal leave, severance pay, and savings and thrift plans.Minimum employer contributions costing an average of $4.27 per hour computed on thebasis of all hours worked by service employees employed on the contract.VACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 10 years, and 4 after 20 years. Length of service includesthe whole span of continuous service with the present contractor or successor,wherever employed, and with the predecessor contractors in the performance ofsimilar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, 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.WD 05-2118 (Rev.-21) 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.: 2005-2118Daniel W. Simms Division of | Revision No.: 21Director 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: FloridaArea: Florida Counties of Brevard, Indian River____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.56 01012 - Accounting Clerk II 15.22 01013 - Accounting Clerk III 18.43 01020 - Administrative Assistant 19.20 01040 - Court Reporter 16.31 01051 - Data Entry Operator I 11.69 01052 - Data Entry Operator II 13.31 01060 - Dispatcher, Motor Vehicle 16.31 01070 - Document Preparation Clerk 13.60 01090 - Duplicating Machine Operator 13.60 01111 - General Clerk I 12.38 01112 - General Clerk II 13.39 01113 - General Clerk III 14.93 01120 - Housing Referral Assistant 17.64 01141 - Messenger Courier 12.16 01191 - Order Clerk I 11.55 01192 - Order Clerk II 13.60 01261 - Personnel Assistant (Employment) I 14.66 01262 - Personnel Assistant (Employment) II 16.40 01263 - Personnel Assistant (Employment) III 18.29 01270 - Production Control Clerk 19.41 01280 - Receptionist 11.39 01290 - Rental Clerk 12.83 01300 - Scheduler, Maintenance 14.20 01311 - Secretary I 14.20 01312 - Secretary II 15.82 01313 - Secretary III 17.64 01320 - Service Order Dispatcher 14.82 01410 - Supply Technician 19.60 01420 - Survey Worker 16.31 01531 - Travel Clerk I 11.33 01532 - Travel Clerk II 12.24 01533 - Travel Clerk III 13.11 01611 - Word Processor I 12.21 01612 - Word Processor II 13.16 01613 - Word Processor III 16.2305000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 19.32 05010 - Automotive Electrician 18.15 05040 - Automotive Glass Installer 17.17 05070 - Automotive Worker 17.17 05110 - Mobile Equipment Servicer 15.50 05130 - Motor Equipment Metal Mechanic 18.88 05160 - Motor Equipment Metal Worker 17.17 05190 - Motor Vehicle Mechanic 18.80 05220 - Motor Vehicle Mechanic Helper 14.58 05250 - Motor Vehicle Upholstery Worker 16.58 05280 - Motor Vehicle Wrecker 17.17 05310 - Painter, Automotive 18.04 05340 - Radiator Repair Specialist 17.17 05370 - Tire Repairer 13.08 05400 - Transmission Repair Specialist 18.8807000 - Food Preparation And Service Occupations 07010 - Baker 12.08 07041 - Cook I 11.12 07042 - Cook II 12.08 07070 - Dishwasher 8.13 07130 - Food Service Worker 10.11 07210 - Meat Cutter 14.83 07260 - Waiter/Waitress 9.6409000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.93 09040 - Furniture Handler 13.01 09080 - Furniture Refinisher 16.55 09090 - Furniture Refinisher Helper 13.38 09110 - Furniture Repairer, Minor 14.99 09130 - Upholsterer 16.5511000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.09 11060 - Elevator Operator 10.09 11090 - Gardener 13.52 11122 - Housekeeping Aide 11.47 11150 - Janitor 11.47 11210 - Laborer, Grounds Maintenance 11.33 11240 - Maid or Houseman 9.03 11260 - Pruner 10.31 11270 - Tractor Operator 13.20 11330 - Trail Maintenance Worker 11.33 11360 - Window Cleaner 12.6112000 - Health Occupations 12010 - Ambulance Driver 15.51 12011 - Breath Alcohol Technician 17.75 12012 - Certified Occupational Therapist Assistant 27.42 12015 - Certified Physical Therapist Assistant 24.67 12020 - Dental Assistant 15.36 12025 - Dental Hygienist 28.81 12030 - EKG Technician 17.76 12035 - Electroneurodiagnostic Technologist 17.76 12040 - Emergency Medical Technician 15.51 12071 - Licensed Practical Nurse I 16.45 12072 - Licensed Practical Nurse II 18.40 12073 - Licensed Practical Nurse III 20.52 12100 - Medical Assistant 12.83 12130 - Medical Laboratory Technician 18.67 12160 - Medical Record Clerk 14.62 12190 - Medical Record Technician 15.17 12195 - Medical Transcriptionist 14.93 12210 - Nuclear Medicine Technologist 30.91 12221 - Nursing Assistant I 11.00 12222 - Nursing Assistant II 12.37 12223 - Nursing Assistant III 13.50 12224 - Nursing Assistant IV 15.14 12235 - Optical Dispenser 17.68 12236 - Optical Technician 13.58 12250 - Pharmacy Technician 12.47 12280 - Phlebotomist 15.14 12305 - Radiologic Technologist 24.10 12311 - Registered Nurse I 22.67 12312 - Registered Nurse II 27.73 12313 - Registered Nurse II, Specialist 27.73 12314 - Registered Nurse III 33.55 12315 - Registered Nurse III, Anesthetist 33.55 12316 - Registered Nurse IV 40.22 12317 - Scheduler (Drug and Alcohol Testing) 22.8013000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.52 13012 - Exhibits Specialist II 20.85 13013 - Exhibits Specialist III 23.88 13041 - Illustrator I 16.29 13042 - Illustrator II 19.52 13043 - Illustrator III 23.31 13047 - Librarian 22.41 13050 - Library Aide/Clerk 11.99 13054 - Library Information Technology Systems 20.85 Administrator 13058 - Library Technician 15.75 13061 - Media Specialist I 15.05 13062 - Media Specialist II 16.55 13063 - Media Specialist III 17.57 13071 - Photographer I 15.22 13072 - Photographer II 17.02 13073 - Photographer III 21.09 13074 - Photographer IV 24.68 13075 - Photographer V 27.29 13110 - Video Teleconference Technician 15.7414000 - Information Technology Occupations 14041 - Computer Operator I 16.15 14042 - Computer Operator II 18.06 14043 - Computer Operator III 20.14 14044 - Computer Operator IV 22.37 14045 - Computer Operator V 24.79 14071 - Computer Programmer I (see 1) 23.18 14072 - Computer Programmer II (see 1) 27.62 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 16.15 14160 - Personal Computer Support Technician 22.3715000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 29.98 15020 - Aircrew Training Devices Instructor (Rated) 33.63 15030 - Air Crew Training Devices Instructor (Pilot) 35.42 15050 - Computer Based Training Specialist / Instructor 29.98 15060 - Educational Technologist 25.26 15070 - Flight Instructor (Pilot) 35.42 15080 - Graphic Artist 20.58 15090 - Technical Instructor 21.82 15095 - Technical Instructor/Course Developer 25.91 15110 - Test Proctor 17.90 15120 - Tutor 17.9016000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.37 16030 - Counter Attendant 8.37 16040 - Dry Cleaner 10.44 16070 - Finisher, Flatwork, Machine 8.37 16090 - Presser, Hand 8.37 16110 - Presser, Machine, Drycleaning 8.37 16130 - Presser, Machine, Shirts 8.37 16160 - Presser, Machine, Wearing Apparel, Laundry 8.37 16190 - Sewing Machine Operator 11.12 16220 - Tailor 11.82 16250 - Washer, Machine 9.0619000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 17.55 19040 - Tool And Die Maker 20.8621000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.08 21030 - Material Coordinator 19.41 21040 - Material Expediter 19.41 21050 - Material Handling Laborer 11.56 21071 - Order Filler 11.67 21080 - Production Line Worker (Food Processing) 13.84 21110 - Shipping Packer 13.52 21130 - Shipping/Receiving Clerk 13.52 21140 - Store Worker I 11.88 21150 - Stock Clerk 15.84 21210 - Tools And Parts Attendant 14.66 21410 - Warehouse Specialist 14.5823000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 23.29 23021 - Aircraft Mechanic I 22.18 23022 - Aircraft Mechanic II 23.29 23023 - Aircraft Mechanic III 24.46 23040 - Aircraft Mechanic Helper 15.59 23050 - Aircraft, Painter 19.14 23060 - Aircraft Servicer 17.47 23080 - Aircraft Worker 18.35 23110 - Appliance Mechanic 18.95 23120 - Bicycle Repairer 13.08 23125 - Cable Splicer 24.84 23130 - Carpenter, Maintenance 18.77 23140 - Carpet Layer 17.82 23160 - Electrician, Maintenance 22.10 23181 - Electronics Technician Maintenance I 22.65 23182 - Electronics Technician Maintenance II 24.25 23183 - Electronics Technician Maintenance III 25.73 23260 - Fabric Worker 16.67 23290 - Fire Alarm System Mechanic 17.54 23310 - Fire Extinguisher Repairer 15.49 23311 - Fuel Distribution System Mechanic 20.11 23312 - Fuel Distribution System Operator 16.75 23370 - General Maintenance Worker 17.61 23380 - Ground Support Equipment Mechanic 22.18 23381 - Ground Support Equipment Servicer 17.47 23382 - Ground Support Equipment Worker 18.35 23391 - Gunsmith I 17.56 23392 - Gunsmith II 20.20 23393 - Gunsmith III 22.75 23410 - Heating, Ventilation And Air-Conditioning 18.49 Mechanic 23411 - Heating, Ventilation And Air Contditioning 19.55 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.74 23440 - Heavy Equipment Operator 16.89 23460 - Instrument Mechanic 20.11 23465 - Laboratory/Shelter Mechanic 20.21 23470 - Laborer 12.14 23510 - Locksmith 16.96 23530 - Machinery Maintenance Mechanic 23.76 23550 - Machinist, Maintenance 20.27 23580 - Maintenance Trades Helper 15.08 23591 - Metrology Technician I 20.11 23592 - Metrology Technician II 21.26 23593 - Metrology Technician III 22.06 23640 - Millwright 20.21 23710 - Office Appliance Repairer 18.22 23760 - Painter, Maintenance 17.34 23790 - Pipefitter, Maintenance 19.44 23810 - Plumber, Maintenance 18.59 23820 - Pneudraulic Systems Mechanic 20.11 23850 - Rigger 19.60 23870 - Scale Mechanic 17.82 23890 - Sheet-Metal Worker, Maintenance 19.20 23910 - Small Engine Mechanic 16.50 23931 - Telecommunications Mechanic I 24.15 23932 - Telecommunications Mechanic II 25.23 23950 - Telephone Lineman 21.31 23960 - Welder, Combination, Maintenance 18.14 23965 - Well Driller 20.11 23970 - Woodcraft Worker 20.11 23980 - Woodworker 14.5824000 - Personal Needs Occupations 24570 - Child Care Attendant 10.25 24580 - Child Care Center Clerk 13.34 24610 - Chore Aide 10.53 24620 - Family Readiness And Support Services 13.26 Coordinator 24630 - Homemaker 16.3225000 - Plant And System Operations Occupations 25010 - Boiler Tender 19.20 25040 - Sewage Plant Operator 18.79 25070 - Stationary Engineer 19.20 25190 - Ventilation Equipment Tender 14.23 25210 - Water Treatment Plant Operator 18.7927000 - Protective Service Occupations 27004 - Alarm Monitor 14.87 27007 - Baggage Inspector 12.42 27008 - Corrections Officer 18.77 27010 - Court Security Officer 18.77 27030 - Detection Dog Handler 17.09 27040 - Detention Officer 18.77 27070 - Firefighter 19.22 27101 - Guard I 12.42 27102 - Guard II 17.09 27131 - Police Officer I 20.43 27132 - Police Officer II 22.7028000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.12 28042 - Carnival Equipment Repairer 13.43 28043 - Carnival Equpment Worker 9.04 28210 - Gate Attendant/Gate Tender 13.56 28310 - Lifeguard 12.08 28350 - Park Attendant (Aide) 15.16 28510 - Recreation Aide/Health Facility Attendant 11.07 28515 - Recreation Specialist 18.79 28630 - Sports Official 12.08 28690 - Swimming Pool Operator 14.7929000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 17.91 29020 - Hatch Tender 17.91 29030 - Line Handler 17.91 29041 - Stevedore I 17.02 29042 - Stevedore II 20.1130000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37.80 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 14.56 30022 - Archeological Technician II 16.54 30023 - Archeological Technician III 20.23 30030 - Cartographic Technician 19.71 30040 - Civil Engineering Technician 20.89 30061 - Drafter/CAD Operator I 13.92 30062 - Drafter/CAD Operator II 15.57 30063 - Drafter/CAD Operator III 18.21 30064 - Drafter/CAD Operator IV 21.36 30081 - Engineering Technician I 15.41 30082 - Engineering Technician II 17.30 30083 - Engineering Technician III 19.35 30084 - Engineering Technician IV 23.98 30085 - Engineering Technician V 29.33 30086 - Engineering Technician VI 35.49 30090 - Environmental Technician 18.78 30210 - Laboratory Technician 22.77 30240 - Mathematical Technician 19.29 30361 - Paralegal/Legal Assistant I 15.19 30362 - Paralegal/Legal Assistant II 20.55 30363 - Paralegal/Legal Assistant III 25.12 30364 - Paralegal/Legal Assistant IV 30.43 30390 - Photo-Optics Technician 19.71 30461 - Technical Writer I 19.86 30462 - Technical Writer II 24.29 30463 - Technical Writer III 29.39 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) 18.21 Surface Programs 30621 - Weather Observer, Senior (see 2) 19.5931000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 11.22 31030 - Bus Driver 12.82 31043 - Driver Courier 15.56 31260 - Parking and Lot Attendant 11.35 31290 - Shuttle Bus Driver 13.22 31310 - Taxi Driver 13.42 31361 - Truckdriver, Light 14.77 31362 - Truckdriver, Medium 15.11 31363 - Truckdriver, Heavy 15.38 31364 - Truckdriver, Tractor-Trailer 15.3899000 - Miscellaneous Occupations 99030 - Cashier 9.59 99050 - Desk Clerk 10.15 99095 - Embalmer 23.84 99251 - Laboratory Animal Caretaker I 10.25 99252 - Laboratory Animal Caretaker II 11.13 99310 - Mortician 23.84 99410 - Pest Controller 14.24 99510 - Photofinishing Worker 10.82 99710 - Recycling Laborer 13.25 99711 - Recycling Specialist 15.71 99730 - Refuse Collector 12.05 99810 - Sales Clerk 11.66 99820 - School Crossing Guard 10.86 99830 - Survey Party Chief 17.08 99831 - Surveying Aide 11.32 99832 - Surveying Technician 15.53 99840 - Vending Machine Attendant 13.23 99841 - Vending Machine Repairer 15.49 99842 - Vending Machine Repairer Helper 13.23____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pensionplans, civic and personal leave, severance pay, and savings and thrift plans.Minimum employer contributions costing an average of $4.27 per hour computed on thebasis of all hours worked by service employees employed on the contract.VACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 5 years, 4 weeks after 15 years, and 5 weeks after 20 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,Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to 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.SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (OCT 2015) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (); (ii) Quick Search (); (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through . (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision)ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:E.2 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)E.3 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.(End of Provision)E.4 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).(End of Provision)E.5 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Requirements contract resulting from this solicitation.(End of Provision)E.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.(End of Clause)E.7 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision)E.8 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420FAR NumberTitleDate52.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 2015E.9 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 NumberTitleDate52.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFERJUL 2013(End of Addendum to 52.212-1)E.10 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014)1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capabilities 2. Price 3. Past Performance Technical and past performance, when combined, is equal. The government reserves the right to reject without further consideration, any Quote package that is received incomplete as of the RFQ closing date and time. All Quoters shall submit their Quote in three separate and distinct volumes using the format specified below. a. Volume I – Technical ApproachThis volume will contain the technical capabilities of the Quoter as well as the functions and features of the services being offered. A cover letter shall accompany the Technical Approach to set forth any information that the Quoter wishes to bring to the attention of the government. Volume I is expected to contain the following: (1) Technical Approach (Volume I, Part 1)Tab A: Technical Approach Outline (TAO)In this part, the Quoter shall provide its proposed solution to meeting the requirements outlined in the Statement of Work (PWS). The Technical Approach Outline shall clearly demonstrate the quoter’s understanding of the requirement and that the contractor is capable of meeting the specific tasks listed in the PWS. This document shall describe the activities and measurable outcomes required to implement and perform its proposed solution. The TAO shall include a level of detail sufficient to manage the work performed as well as producing the associated deliverables. In addition, the Quoter shall provide a milestone schedule for the completion of the work required to transition to the new, fully operational outcome. The Quoter shall describe how the proposed solution meets the VA’s Green Initiative by specifying the technical approach to conserving power throughout the OVAMC. b. Volume II - PriceTab A: Price Quote for Services This price Quote shall be inclusive of any additional price reductions offered in accordance with Federal Acquisition Regulation 8.405-4. The Quoter shall clearly identify and separately price all service offerings, detailing labor categories, labor hours proposed by category. Optional service offerings shall not be included in the price for the base requirements. Tab B: Total Price Confirmation The Quoter shall provide documentation reflecting the total price of all services, equipment, and components combined to make up the complete requirement as depicted in the PWS. This confirmation shall be signed by representatives of the Quoter authorized to commit the company to contractual obligations. Evaluation Criteria for awardThe government shall award a firm fixed price contract to the Quoter whose Quote is the Lowest Price Technically Acceptable (LPTA) to the Government. Price Quotes will be evaluated in accordance with the criteria below. Evaluation Criteria 1 - Technical Approach The government will evaluate the Quoter’s Technical Approach to determine the manner and extent to which the Quoter’s proposed technical design will meet the government’s objectives as described in the Performance Work Statement (PWS) and the requirements in the RFQ. The government will evaluate the Quoter’s Technical Approach Outline (TAO) based on its feasibility and appropriateness in accomplishing the objectives of the PWS and this RFQ. The government will evaluate the manner and extent to which Quoters applied industry standards and benchmarks in the development of the offered services. Additionally, the government will evaluate the feasibility and appropriateness applied in the TAO, effectiveness of the schedule, defined milestones and work approach. The government will also evaluate the Quoters on the clarity of their approach and their ability to convey to the government their capability to perform the requirements of the PWS and this RFQ with minimal risk and cost effective ideas.This evaluation criteria will be rated using the following adjectival rating scheme:ADJECTIVALDEFINITIONAcceptableQuote meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths outweigh any weaknesses. Risk of unsuccessful performance is low.UnacceptableQuote does not meet requirements and contains one or more deficiencies. Proposal is not awardable.Evaluation Criteria 2- Price Total price will be evaluated by the Government by abstracting the initial cost quotes and comparing them against the Independent Government Cost Estimate. In evaluating the offer’s proposed cost for this project, the Government concern includes determining whether: It reflects the prospective contractor’s understanding of the service and ability to successfully organize and perform the contract; It is based on adequate estimating procedures, supported by backup documentation, and is realistic in terms of the offer’s proposed technical approach; It is reasonable when compared to any other similar services; and It reflects affordability when compared to the IGCE. BASIS FOR AWARDAward will be made to the technically acceptable quote with the lowest total evaluated price, which is deemed responsible in accordance with Federal Acquisition Regulation (FAR), and which has submitted a quote conforming to the solicitation requirements. Quotes will be evaluated in accordance with the evaluation factors for award in paragraph 6 above and in accordance with the evaluation process in paragraph 8 below. For a quote to be considered technically acceptable, the quote shall meet the minimum requirements as defined within the PWS and this solicitation.EVALUATION PROCESSEvaluations will be determined based on Lowest Priced Technically Acceptable (LPTA) to the Government based on the approach listed in #1 of this section. The Government reserves the right to make award without discussions. The evaluation commences serially with the lowest total evaluated priced quote and concludes with the first quote found to be technically acceptable. An unacceptable rating for any evaluation criteria will render the quote ineligible for award. Consequently, the evaluation may result in one or more proposals not being evaluated. However, where an evaluation has commenced for a proposal, it will be completed in its entirety for that quote. No facsimile copies will be accepted. Please do not use plastic wire-bound binders which makes it difficult to scan and to file. Loose leaf volumes are preferred. Department of Veterans AffairsNetwork Contracting Office 8 (NCO 8)Orlando VA Medical CenterContracting Officer: Marie SmithAttn: Lakemont Room 21013800 Veterans WayOrlando Florida 32827Proposed pricing shall be fully burdened to include all applicable management, labor, equipment, and travel costs for the base and all option years. The quoter agrees to hold the prices in their offer firm for 120 calendar days from the due date specified in the solicitation. This solicitation does not commit the Government to pay any costs incurred in the submission of a quote. Quoters shall review the solicitation carefully and submit any questions in writing by 1:00 PM Eastern August 3, 2016. No phone inquiries will be accepted and late questions may not be answered. If timely questions are received, an amendment to this solicitation may be posted publically with answers and clarification. Questions shall be sent electronically to marie.smith4.@. Offers are due by the date and time (EST) indicated in block 8 of the SF1449. 2. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).3. A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quoter’s specified expiration time, the Government may accept a quote (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)E.11 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (APR 2016) The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision— “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. “Inverted domestic corporation” means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). “Manufactured end product” means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. “Predecessor” means an entity that is replaced by a successor and includes any predecessors of the predecessor. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Small disadvantaged business concern”, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Subsidiary” means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. “Successor” means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. “Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation). (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____. Immediate owner legal name: ____. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ____. Highest-level owner legal name: ____. (Do not use a “doing business as” name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that— (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name).(End of Provision)E.12 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs Orlando VA Medical Center 5201 Raymond Street Orlando FL 32803 Mailing Address: Department of Veterans Affairs Orlando VA Medical Center 5201 Raymond Street Orlando FL 32803 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision) ................
................

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

Google Online Preview   Download