PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD ...



PAGE 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 ARATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TOCODE16. 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 ANDDATED ________________________________. YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL 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 ITEMS589-14-2-3634-1295134VA255-14-R-026207/22/2014Edzards, Mark mark.edzards@913-946-1971 8/15/14 13:00 ccc 13:00 CDT00255Department of Veterans AffairsNetwork Contracting Office (NCO) 153450 S 4th StreetLeavenworth KS 66048X100X339115500 Employees N/AXYDepartment of Veterans AffairsNetwork Contracting Office (NCO) 153450 S 4th Street TrafficwayLeavenworth KS 6604800255Department of Veterans AffairsNetwork Contracting Office (NCO) 153450 S 4th StreetLeavenworth KS 6604800255Department of Veterans AffairsFinancial Services Center TX 877-353-9791512-460-5429See CONTINUATION PageProvide Eyeglass Contract Services to all beneficiariesserviced by VISN 15. The contractor shall provide allEyeglasses, supplies, materials, equipment, transportationof equipment, equipment services, labor, supervision,patient education, safety management and infection control,as necessary for veterans being treated. Services shall berequired Monday – Friday, 8:00am – 5:00pm with the exceptionof Federal holidays. The contractor shall be staffed andstocked to render services provided in accordance with allterms and conditions of the awarded contract. The contractormust be able to support the large catchment required underthis requirement.$0.00See CONTINUATION PageXX 2Arnold J. PayneContracting OfficerSECTION AA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc393798186 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc393798187 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc393798188 \h 4B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc393798189 \h 4B.2 IT CONTRACT SECURITY PAGEREF _Toc393798190 \h 5B.3 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc393798191 \h 15B.4 PRICE SCHEDULE PAGEREF _Toc393798192 \h 16B.5 STATEMENT OF WORK PAGEREF _Toc393798193 \h 25SECTION C - CONTRACT CLAUSES PAGEREF _Toc393798194 \h 40C.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (SEP 2013) PAGEREF _Toc393798195 \h 40C.2 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc393798196 \h 44C.3 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc393798197 \h 44C.4 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984) PAGEREF _Toc393798198 \h 45C.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc393798199 \h 45C.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc393798200 \h 45C.7 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc393798201 \h 45C.8 SUPPLEMENTAL INSURANCE REQUIREMENTS PAGEREF _Toc393798202 \h 46C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc393798203 \h 46C.10 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc393798204 \h 46C.11 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) PAGEREF _Toc393798205 \h 46C.12 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) PAGEREF _Toc393798206 \h 47C.13 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc393798207 \h 48C.14 52.237-3 CONTINUITY OF SERVICES (JAN 1991) PAGEREF _Toc393798208 \h 49C.15 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc393798209 \h 49C.16 VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008) PAGEREF _Toc393798210 \h 49C.17 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc393798211 \h 49C.18 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2014) PAGEREF _Toc393798212 \h 50C.19 MANDATORY WRITTEN DISCLOSURES PAGEREF _Toc393798213 \h 54SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc393798214 \h 55D1. ATTACHMENT A – PAST PERFORMANCE QUESTIONAIRE PAGEREF _Toc393798215 \h 55D2. ATTACHMENT B – SERVICE CONTRACT ACT WAGE DECISIONS PAGEREF _Toc393798216 \h 59D3. ATTACHMENT C – SECURITY BACKGROUND CHECK FORMS PAGEREF _Toc393798217 \h 105D4. ATTACHMENT D – BUSINESS ASSOCIATE AGREEMENT PAGEREF _Toc393798218 \h 110SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc393798219 \h 114E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JUL 2013) PAGEREF _Toc393798220 \h 114E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (JAN 1999) PAGEREF _Toc393798221 \h 116E.3 52.212-1 Addendum to this solicitation PAGEREF _Toc393798222 \h 117E.4 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc393798223 \h 122E.5 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc393798224 \h 122E.6 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc393798225 \h 123E.7 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc393798226 \h 123E.8 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc393798227 \h 123E.9 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) PAGEREF _Toc393798228 \h 124E.10 52.252-1 -- Solicitation Provisions Incorporated by Reference. PAGEREF _Toc393798229 \h 124E.11 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 2013) PAGEREF _Toc393798230 \h 125SECTION 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: b. GOVERNMENT: Contracting Officer 00255 Mark A. EdzardsDepartment of Veterans AffairsNetwork Contracting Office (NCO) 153450 S 4th StreetLeavenworth KS 66048 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[]52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration, or[X]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Within 10 days after completion of each order. 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 Center TX ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 IT CONTRACT SECURITY VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMSA contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor.The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 3. VA INFORMATION CUSTODIAL LANGUAGEInformation made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.Prior to termination or completion of this contract, contractor/ subcontractor must not destroy information received from VA, or gathered/ created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract.The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed.If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12.If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship.The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request.Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response.Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response.For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR 4. INFORMATION SYSTEM DESIGN AND DEVELOPMENTInformation systems that are designed or developed for or on behalf of VA at non-VA facilities shall comply with all VA directives developed in accordance with FISMA, HIPAA, NIST, and related VA security and privacy control requirements for Federal information systems. This includes standards for the protection of electronic PHI, outlined in 45 C.F.R. Part 164, Subpart C, information and system security categorization level designations in accordance with FIPS 199 and FIPS 200 with implementation of all baseline security controls commensurate with the FIPS 199 system security categorization (reference Appendix D of VA Handbook 6500, VA Information Security Program). During the development cycle a Privacy Impact Assessment (PIA) must be completed, provided to the COR, and approved by the VA Privacy Service in accordance with Directive 6507, VA Privacy Impact Assessment.The contractor/subcontractor shall certify to the COR that applications are fully functional and operate correctly as intended on systems using the VA Federal Desktop Core Configuration (FDCC), and the common security configuration guidelines provided by NIST or the VA. This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista) and future versions, as required.The standard installation, operation, maintenance, updating, and patching of software shall not alter the configuration settings from the VA approved and FDCC configuration. Information technology staff must also use the Windows Installer Service for installation to the default "program files" directory and silently install and uninstall.Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.The security controls must be designed, developed, approved by VA, and implemented in accordance with the provisions of VA security system development life cycle as outlined in NIST Special Publication 800-37, Guide for Applying the Risk Management Framework to Federal Information Systems, VA Handbook 6500, Information Security Program and VA Handbook 6500.5, Incorporating Security and Privacy in System Development Lifecycle.The contractor/subcontractor is required to design, develop, or operate a System of Records Notice (SOR) on individuals to accomplish an agency function subject to the Privacy Act of 1974, (as amended), Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Privacy Act may involve the imposition of criminal and civil penalties.The contractor/subcontractor agrees to: (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies: (a) The Systems of Records (SOR); and (b) The design, development, or operation work that the contractor/ subcontractor is to perform;Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a SOR on individuals that is subject to the Privacy Act; andInclude this Privacy Act clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a SOR.In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a SOR on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an agency function, the contractor/subcontractor is considered to be an employee of the agency."Operation of a System of Records" means performance of any of the activities associated with maintaining the SOR, including the collection, use, maintenance, and dissemination of records."Record" means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and contains the person's name, or identifying number, symbol, or any other identifying particular assigned to the individual, such as a fingerprint or voiceprint, or a photograph."System of Records" means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.The vendor shall ensure the security of all procured or developed systems and technologies, including their subcomponents (hereinafter referred to as "Systems"), throughout the life of this contract and any extension, warranty, or maintenance periods. This includes, but is not limited to workarounds, patches, hotfixes, upgrades, and any physical components (hereafter referred to as Security Fixes) which may be necessary to fix all security vulnerabilities published or known to the vendor anywhere in the Systems, including Operating Systems and firmware. The vendor shall ensure that Security Fixes shall not negatively impact the Systems.The vendor shall notify VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as is practical, but in no event longer than 2 days.When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to the VA that the patch has been validated as not affecting the Systems within 10 working days. When the vendor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes within 10 days.All other vulnerabilities shall be remediated as specified in this paragraph in a timely manner based on risk, but within 60 days of discovery or disclosure. Exceptions to this paragraph (e.g. for the convenience of VA) shall only be granted with approval of the contracting officer and the VA Assistant Secretary for Office of Information and Technology. 5. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USEFor information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation.Adequate security controls for collecting, processing, transmitting, and storing of Personally Identifiable Information (PII), as determined by the VA Privacy Service, must be in place, tested, and approved by VA prior to hosting, operation, maintenance, or use of the information system, or systems by or on behalf of VA. These security controls are to be assessed and stated within the PIA and if these controls are determined not to be in place, or inadequate, a Plan of Action and Milestones (POA&M) must be submitted and approved prior to the collection of PII.Outsourcing (contractor facility, contractor equipment or contractor staff) of systems or network operations, telecommunications services, or other managed services requires certification and accreditation (authorization) (C&A) of the contractor's systems in accordance with VA Handbook 6500.3, Certification and Accreditation and/or the VA OCS Certification Program Office. Government- owned (government facility or government equipment) contractor-operated systems, third party or business partner networks require memorandums of understanding and interconnection agreements (MOU-ISA) which detail what data types are shared, who has access, and the appropriate level of security controls for all systems connected to VA networks.The contractor/subcontractor's system must adhere to all FISMA, FIPS, and NIST standards related to the annual FISMA security controls assessment and review and update the PIA. Any deficiencies noted during this assessment must be provided to the VA contracting officer and the ISO for entry into VA's POA&M management process. The contractor/subcontractor must use VA's POA&M process to document planned remedial actions to address any deficiencies in information security policies, procedures, and practices, and the completion of those activities. Security deficiencies must be corrected within the timeframes approved by the government. Contractor/subcontractor procedures are subject to periodic, unannounced assessments by VA officials, including the VA Office of Inspector General. The physical security aspects associated with contractor/ subcontractor activities must also be subject to such assessments. If major changes to the system occur that may affect the privacy or security of the data or the system, the C&A of the system may need to be reviewed, retested and re- authorized per VA Handbook 6500.3. This may require reviewing and updating all of the documentation (PIA, System Security Plan, Contingency Plan). The Certification Program Office can provide guidance on whether a new C&A would be necessary.The contractor/subcontractor must conduct an annual self-assessment on all systems and outsourced services as required. Both hard copy and electronic copies of the assessment must be provided to the COR. The government reserves the right to conduct such an assessment using government personnel or another contractor/subcontractor. The contractor/subcontractor must take appropriate and timely action (this can be specified in the contract) to correct or mitigate any weaknesses discovered during such testing, generally at no additional cost.VA prohibits the installation and use of personally-owned or contractor/ subcontractor-owned equipment or software on VA's network. If non-VA owned equipment must be used to fulfill the requirements of a contract, it must be stated in the service agreement, SOW or contract. All of the security controls required for government furnished equipment (GFE) must be utilized in approved other equipment (OE) and must be funded by the owner of the equipment. All remote systems must be equipped with, and use, a VA-approved antivirus (AV) software and a personal (host-based or enclave based) firewall that is configured with a VA-approved configuration. Software must be kept current, including all critical updates and patches. Owners of approved OE are responsible for providing and maintaining the anti-viral software and the firewall on the non-VA owned OE.All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/ subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract.Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:Vendor must accept the system without the drive;VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or (3) VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. (4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then;The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; andAny fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract.A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation. 6. SECURITY INCIDENT INVESTIGATIONThe term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/ subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/ subcontractor has access.To the extent known by the contractor/subcontractor, the contractor/ subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant.With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 7. LIQUIDATED DAMAGES FOR DATA BREACHConsistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract.The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.Each risk analysis shall address all relevant information concerning the data breach, including the following:Nature of the event (loss, theft, unauthorized access);Description of the event, including:date of occurrence;data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code;Number of individuals affected or potentially affected;Names of individuals or groups affected or potentially affected;Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text;Amount of time the data has been out of VA control;The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons);Known misuses of data containing sensitive personal information, if any;Assessment of the potential harm to the affected individuals;Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; andWhether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised.Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:Notification;One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;Data breach analysis;Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;One year of identity theft insurance with $20,000.00 coverage at $0 deductible; andNecessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 8. SECURITY CONTROLS COMPLIANCE TESTING On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days’ notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. 9. TRAININGAll contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;Successfully complete the appropriate VA privacy training and annually complete required privacy training; andSuccessfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.]The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.(End of Clause)B.3 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of Clause)B.4 PRICE SCHEDULEBase Year: Date of Award – 09/30/2015??????????CLINITEM DESCRIPTIONEST. QTYU/IUNIT PRICEEXTENDED PRICE1SINGLE VISION LENSES INCLUDING FRAME & CASE????AGLASS40PAIR??BPLASTIC CR-39 OR EQUAL7100PAIR??CPOLYCARBONATE880PAIR??2BIFOCAL LENSES INCUDING FRAME & CASE????AGLASS310PAIR??BPLASTIC CR-39 OR EQUAL21000PAIR??CPOLYCARBONATE2700PAIR??3TRIFOCAL LENSES INCLUDING FRAME & CASE????AGLASS70PAIR??BPLASTIC CR-39 OR EQUAL2500PAIR??CPOLYCARBONATE270PAIR??4NO-LINE (PROGRESSIVE) LENSES INCLUDING FRAME & CASE????AGLASS130PAIR??BPLASTIC CR-39 OR EQUAL10100PAIR??CPOLYCARBONATE1700PAIR??5SINGLE VISION LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL25EA??CPOLYCARBONATE5EA??6BIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL125EA??CPOLYCARBONATE5EA??7TRIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA??8NO-LINE (PROGRESSIVE) LENS ONLY - INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA???MISCELLANEOUS ITEMS:????9EYEGLASS CASE ONLY50EA?10FRAME ONLY - INSTALLED ON PT LENSES50EA??11TEMPLE ONLY - INSTALLED ON PT FRAME50EA?????????The following shall be added to prices specified on items 1-8 when ordered by authorized GOVERNMENT personnel.????12FT-35 BIFOCAL1085EA??13HI-INDEX 23433EA??14SLAB OFF 81EA??15PRISM 25EA??16DIOPTER +or- 9.00 AND ABOVE10EA??17ASPHERIC LENTICULAR 147EA??18ROLL & POLISH 25EA??19GLASS TINT 25EA??20PLASTIC TINT2040EA??21PHOTOGRAY FOR GLASS LENS - ALL 436EA??22TRANSITION FOR PLASTIC LENS - ALL 15004EA??231.67 HIGH INDEX LENSES: SINGLE VISION10EA??241.67 HIGH INDEX LENSES: BIFOCAL D2883EA??251.67 HIGH INDEX LENSES: PROGRESSIVE103EA??26PREMIUM PROGRESSIVE: VARILUX COMFORT/SHORT1038EA??27PREMIUM PROGRESSIVE: KODAK PRECISE/SHORT10EA??28PREMIUM PROGRESSIVE: VARILUS PHYSIO/SHORT5EA??29CABLE TEMPLE10EA??30ANTI-REFLECTIVE COATING2724EA????????Total???$?????????????FACILITYEST. QTY????Columbia VAMC6500PAIR???Evansville Opt Clinic2800PAIR???Kansas City VAMC10000PAIR???Leavenworth VAMC1600PAIR???Marion VAMC5000PAIR???Poplar Bluff VAMC4000PAIR???St. Louis - Jefferson Barracks VAMC3300PAIR???St. Louis - John Cochran VAMC6500PAIR???Topeka VAMC2500PAIR???Wichita VAMC4600PAIR???VISN 15 TOTALS46800PAIR????????Option Year I: October 1, 2015 –September 30, 2016???????????CLINITEM DESCRIPTIONEST. QTYU/IUNIT PRICEEXTENDED PRICE31SINGLE VISION LENSES INCLUDING FRAME & CASE????AGLASS40PAIR??BPLASTIC CR-39 OR EQUAL7100PAIR??CPOLYCARBONATE880PAIR??32BIFOCAL LENSES INCUDING FRAME & CASE????AGLASS310PAIR??BPLASTIC CR-39 OR EQUAL21000PAIR??CPOLYCARBONATE2700PAIR??33TRIFOCAL LENSES INCLUDING FRAME & CASE????AGLASS70PAIR??BPLASTIC CR-39 OR EQUAL2500PAIR??CPOLYCARBONATE270PAIR??34NO-LINE (PROGRESSIVE) LENSES INCLUDING FRAME & CASE????AGLASS130PAIR??BPLASTIC CR-39 OR EQUAL10100PAIR??CPOLYCARBONATE1700PAIR??35SINGLE VISION LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL25EA??CPOLYCARBONATE5EA??36BIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL125EA??CPOLYCARBONATE5EA??37TRIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA??38NO-LINE (PROGRESSIVE) LENS ONLY - INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA???MISCELLANEOUS ITEMS:????39EYEGLASS CASE ONLY50EA?40FRAME ONLY - INSTALLED ON PT LENSES50EA??41TEMPLE ONLY - INSTALLED ON PT FRAME50EA?????????The following shall be added to prices specified on items 1-8 when ordered by authorized GOVERNMENT personnel.????42FT-35 BIFOCAL1085EA??43HI-INDEX 23433EA??44SLAB OFF 81EA??45PRISM 25EA??46DIOPTER +or- 9.00 AND ABOVE10EA??47ASPHERIC LENTICULAR 147EA??48ROLL & POLISH 25EA??49GLASS TINT 25EA??50PLASTIC TINT2040EA??51PHOTOGRAY FOR GLASS LENS - ALL 436EA??52TRANSITION FOR PLASTIC LENS - ALL 15004EA??531.67 HIGH INDEX LENSES: SINGLE VISION10EA??541.67 HIGH INDEX LENSES: BIFOCAL D2883EA??551.67 HIGH INDEX LENSES: PROGRESSIVE103EA??56PREMIUM PROGRESSIVE: VARILUX COMFORT/SHORT1038EA??57PREMIUM PROGRESSIVE: KODAK PRECISE/SHORT10EA??58PREMIUM PROGRESSIVE: VARILUS PHYSIO/SHORT5EA??59CABLE TEMPLE10EA??60ANTI-REFLECTIVE COATING2724EA????????Total??$??????Option Year II: October 1, 2016 –September 30, 2017??????????CLINITEM DESCRIPTIONEST. QTYU/IUNIT PRICEEXTENDED PRICE61SINGLE VISION LENSES INCLUDING FRAME & CASE????AGLASS40PAIR??BPLASTIC CR-39 OR EQUAL7100PAIR??CPOLYCARBONATE880PAIR??62BIFOCAL LENSES INCUDING FRAME & CASE????AGLASS310PAIR??BPLASTIC CR-39 OR EQUAL21000PAIR??CPOLYCARBONATE2700PAIR??63TRIFOCAL LENSES INCLUDING FRAME & CASE????AGLASS70PAIR??BPLASTIC CR-39 OR EQUAL2500PAIR??CPOLYCARBONATE270PAIR??64NO-LINE (PROGRESSIVE) LENSES INCLUDING FRAME & CASE????AGLASS130PAIR??BPLASTIC CR-39 OR EQUAL10100PAIR??CPOLYCARBONATE1700PAIR??65SINGLE VISION LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL25EA??CPOLYCARBONATE5EA??66BIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL125EA??CPOLYCARBONATE5EA??67TRIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA??68NO-LINE (PROGRESSIVE) LENS ONLY - INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA???MISCELLANEOUS ITEMS:????69EYEGLASS CASE ONLY50EA?70FRAME ONLY - INSTALLED ON PT LENSES50EA??71TEMPLE ONLY - INSTALLED ON PT FRAME50EA?????????The following shall be added to prices specified on items 1-8 when ordered by authorized GOVERNMENT personnel.????72FT-35 BIFOCAL1085EA??73HI-INDEX 23433EA??74SLAB OFF 81EA??75PRISM 25EA??76DIOPTER +or- 9.00 AND ABOVE10EA??77ASPHERIC LENTICULAR 147EA??78ROLL & POLISH 25EA??79GLASS TINT 25EA??80PLASTIC TINT2040EA??81PHOTOGRAY FOR GLASS LENS - ALL 436EA??82TRANSITION FOR PLASTIC LENS - ALL 15004EA??831.67 HIGH INDEX LENSES: SINGLE VISION10EA??841.67 HIGH INDEX LENSES: BIFOCAL D2883EA??851.67 HIGH INDEX LENSES: PROGRESSIVE103EA??86PREMIUM PROGRESSIVE: VARILUX COMFORT/SHORT1038EA??87PREMIUM PROGRESSIVE: KODAK PRECISE/SHORT10EA??88PREMIUM PROGRESSIVE: VARILUS PHYSIO/SHORT5EA??89CABLE TEMPLE10EA??90ANTI-REFLECTIVE COATING2724EA????????Total$?????????????Option Year III: October 1, 2017 –September 30, 2018???????????CLINITEM DESCRIPTIONEST. QTYU/IUNIT PRICEEXTENDED PRICE91SINGLE VISION LENSES INCLUDING FRAME & CASE????AGLASS40PAIR??BPLASTIC CR-39 OR EQUAL7100PAIR??CPOLYCARBONATE880PAIR??92BIFOCAL LENSES INCUDING FRAME & CASE????AGLASS310PAIR??BPLASTIC CR-39 OR EQUAL21000PAIR??CPOLYCARBONATE2700PAIR??93TRIFOCAL LENSES INCLUDING FRAME & CASE????AGLASS70PAIR??BPLASTIC CR-39 OR EQUAL2500PAIR??CPOLYCARBONATE270PAIR??94NO-LINE (PROGRESSIVE) LENSES INCLUDING FRAME & CASE????AGLASS130PAIR??BPLASTIC CR-39 OR EQUAL10100PAIR??CPOLYCARBONATE1700PAIR??95SINGLE VISION LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL25EA??CPOLYCARBONATE5EA??96BIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL125EA??CPOLYCARBONATE5EA??97TRIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA??98NO-LINE (PROGRESSIVE) LENS ONLY - INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA???MISCELLANEOUS ITEMS:????99EYEGLASS CASE ONLY50EA?100FRAME ONLY - INSTALLED ON PT LENSES50EA??010TEMPLE ONLY - INSTALLED ON PT FRAME50EA?????????The following shall be added to prices specified on items 1-8 when ordered by authorized GOVERNMENT personnel.????102FT-35 BIFOCAL1085EA??103HI-INDEX 23433EA??104SLAB OFF 81EA??105PRISM 25EA??106DIOPTER +or- 9.00 AND ABOVE10EA??107ASPHERIC LENTICULAR 147EA??108ROLL & POLISH 25EA??109GLASS TINT 25EA??110PLASTIC TINT2040EA??111PHOTOGRAY FOR GLASS LENS - ALL 436EA??112TRANSITION FOR PLASTIC LENS - ALL 15004EA??1131.67 HIGH INDEX LENSES: SINGLE VISION10EA??1141.67 HIGH INDEX LENSES: BIFOCAL D2883EA??1151.67 HIGH INDEX LENSES: PROGRESSIVE103EA??116PREMIUM PROGRESSIVE: VARILUX COMFORT/SHORT1038EA??117PREMIUM PROGRESSIVE: KODAK PRECISE/SHORT10EA??118PREMIUM PROGRESSIVE: VARILUS PHYSIO/SHORT5EA??119CABLE TEMPLE10EA??120ANTI-REFLECTIVE COATING2724EA????????Total?$??????????????????Option Year IV: October 1, 2018 –September 30, 2019???????????CLINITEM DESCRIPTIONEST. QTYU/IUNIT PRICEEXTENDED PRICE121SINGLE VISION LENSES INCLUDING FRAME & CASE????AGLASS40PAIR??BPLASTIC CR-39 OR EQUAL7100PAIR??CPOLYCARBONATE880PAIR??122BIFOCAL LENSES INCUDING FRAME & CASE????AGLASS310PAIR??BPLASTIC CR-39 OR EQUAL21000PAIR??CPOLYCARBONATE2700PAIR??123TRIFOCAL LENSES INCLUDING FRAME & CASE????AGLASS70PAIR??BPLASTIC CR-39 OR EQUAL2500PAIR??CPOLYCARBONATE270PAIR??124NO-LINE (PROGRESSIVE) LENSES INCLUDING FRAME & CASE????AGLASS130PAIR??BPLASTIC CR-39 OR EQUAL10100PAIR??CPOLYCARBONATE1700PAIR??125SINGLE VISION LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL25EA??CPOLYCARBONATE5EA??126BIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL125EA??CPOLYCARBONATE5EA??127TRIFOCAL LENS ONLY – INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA??128NO-LINE (PROGRESSIVE) LENS ONLY - INSTALLED????AGLASS5EA??BPLASTIC CR-39 OR EQUAL20EA??CPOLYCARBONATE5EA???MISCELLANEOUS ITEMS:????129EYEGLASS CASE ONLY50EA?130FRAME ONLY - INSTALLED ON PT LENSES50EA??131TEMPLE ONLY - INSTALLED ON PT FRAME50EA?????????The following shall be added to prices specified on items 1-8 when ordered by authorized GOVERNMENT personnel.????132FT-35 BIFOCAL1085EA??133HI-INDEX 23433EA??134SLAB OFF 81EA??135PRISM 25EA??136DIOPTER +or- 9.00 AND ABOVE10EA??137ASPHERIC LENTICULAR 147EA??138ROLL & POLISH 25EA??139GLASS TINT 25EA??140PLASTIC TINT2040EA??141PHOTOGRAY FOR GLASS LENS - ALL 436EA??142TRANSITION FOR PLASTIC LENS - ALL 15004EA??1431.67 HIGH INDEX LENSES: SINGLE VISION10EA??1441.67 HIGH INDEX LENSES: BIFOCAL D2883EA??1451.67 HIGH INDEX LENSES: PROGRESSIVE103EA??146PREMIUM PROGRESSIVE: VARILUX COMFORT/SHORT1038EA??147PREMIUM PROGRESSIVE: KODAK PRECISE/SHORT10EA??148PREMIUM PROGRESSIVE: VARILUS PHYSIO/SHORT5EA??149CABLE TEMPLE10EA??150ANTI-REFLECTIVE COATING2724EA????????Total?$?Grand Total – Base Year and Options I-IV:$___________________________ B.5 STATEMENT OF WORKBackgroundThe Department of Veterans Affairs (VA) Veterans Integrated Service Network (VISN) 15 has an ongoing program to furnish eyeglasses to beneficiaries of the VISN 15 facilities listed in this section.IntentThe Intent of this solicitation is to establish one contract to provide all labor and materials necessary to provide eyeglasses and in-house (onsite at VA facilities) Optician services to beneficiaries of the VA Medical Facilities listed in this section.VA FacilitiesEyeglasses and related services are to be provided to the following facilities:Kansas City VA Medical Center (VAMC)801 Linwood BlvdKansas City, MO 641 28Harry S. Truman Memorial VAMC 800 Hospital DriveColumbia, MO 65201VA Eastern Kansas Health Care SystemColmery-O'Neil VAMC2200 SW Gage BlvdTopeka, KS 66622Dwight D Eisenhower VAMC4101 South 4th Street TrafficwayLeavenworth, KS 66048John J. Pershing VAMC1500 N. Westwood BlvdPoplar Bluff, MO 63901Marion VAMC2401 West Main StreetMarion, IL 62959-1194 Robert J. Dole VAMC Eye Clinic Annex949 S. Glendale St.Wichita, Ks. 67218Dept of Veterans AffairsEvansville Outpatient Clinic6211 Waterford BoulevardEvansville IN 47715St Louis VAMC – John Cochran915 North Grand Blvd.St. Louis. MO 63106St. Louis VAMC – Jefferson Barracks1 Jefferson Barracks DriveSt Louis, MO 63129Delivery Orders1.4.1 Delivery orders will be issued under the contract by the facilities listed above. An authorized representative of Prosthetics & Sensory Aid Service (P&SAS) at each respective facility will place orders for supplies or services. Each order will contain the beneficiaries’ name, and home address as well as the type of supplies, services required.1.4.2 Prescriptions will be transmitted by Electronic means. A written authorization will be transmitted to the Contractor within 1 (one) business day of receipt of the prescription from Optometry. The contractor shall have the capability to receive orders via facsimile (fax) transmission located in a secure location not open to the public and through encrypted PKI email capability. The fax machine shall be independent from the contractor’s established phone line and be capable of receiving faxed orders. The contractor shall maintain a log of all work transmitted via fax, computer, and telephone. Mailing orders will only be used in an emergency affecting fax and email capabilities and when a frame must accompany the order.1.4.3 All delivery orders placed against this contract are to be paid by the VA Medical Center placing the order. The purchase card will be billed and proper invoices will be sent to the address cited on the order within 10 business days of shipment of eyeglasses. Delivery shall be made as specified on the order to the veteran’s residence, Eye Clinic or the Optical Shop.1.5Solicitation of BeneficiariesContractor shall deal directly with the Contracting Officer, and/or the VISN (COR) or facility COR, relative to any aspect of the contract. Contractor agrees he/she shall not directly or through his/her dealers solicit the beneficiaries of the Department of Veterans Affairs. Contractor will contact the patient or caregiver only to make arrangements for rendering services or supplies authorized by the VA. Pay, incentives, bonuses, and performance of Contractor employees will not be based on retail sales and upgrades.The contractor shall, upon receipt of an electronic eyeglass consult and authorization, fill the order as written and not encourage the Veteran to upgrade the order through persuasive sales techniques. If the Veteran requests an upgrade of frames or lenses, which is permissible, the difference in price must be paid for directly by the Veteran.1.6Product SubstitutionsThe contractor shall maintain an adequate inventory of all items covered by this requirement and shall provide a similar or equal item if stock is not immediately available or in case of emergency. Any proposed substitutes for, or changes to, the approved frames must be approved, in writing, by the VISN COR through the Contracting Officer. In addition, new frame samples shall be submitted prior to the exercise of each option year and must be approved by the COR prior to contract award. No product substitutions shall be made without prior written approval of the treating facility COR.1.7Patient ConfidentialityContractor shall ensure confidentiality of all patient information following all Health Insurance Portability and Accountability Act (HIPPAA) rules and regulations.SECTION 2 - SPECIFIC TASKS2.1Optician/Contractor Responsibilities2 1.1 Contractor shall provide in-house (onsite) Optician services five days a week (excluding Federal Holidays), Monday through Friday at each facility listed in this Statement of Work (Section 1.3). The exact working hours shall be agreed upon between the facility COR and the contractor. The days/hours of services may be expanded to include evenings and weekends, which may require the addition of Opticians to meet the demand.Contractor shall provide a minimum of two (2) full-time Opticians at the following facilities: John Cochran VAMC (St. Louis, MO), Harry S. Truman Memorial VAMC (Columbia, MO), Wichita Low Vision Clinic (Wichita, KS) and the Kansas City VAMC (Kansas City, MO). All other facilities listed in Section 1.3 shall have a minimum of one (1) full-time Optician. A facility may require additional opticians as workload requires and space permits. Contractor shall be responsible for the Optician’s performance, attendance, pay, benefits, etc. . The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. Pay, incentives, bonuses, and performance of Contractor employees, will not be based on retail sales and upgrades. Contractor shall provide a replacement Optician with equal to or greater than experience and skills for an Optician absence greater than 2 hours.2.1.2 Optician services provided in this contract are for eligible beneficiaries of the VA. Opticians shall be certified or have equivalent work experience of two or more years. Optician shall provide optical services that include proficiency in all of the following, documented by the Contractor on the Elements of Competency Checklist before commencing work and annually thereafter:Measurement for pupillary distances, segment heights, and bases curves,Lensometry and verification of all eyeglass prescriptions parameters.Pupillometer.Lens ClockEyeglass frame selection to include appropriate eye size and temple lengths.Correctly and completely entering frame selection, size, color, name, and measurements on the veteran’s Prosthetic Consult (Vista) within 24 hours after assisting the veteran.Ordering spectacles, to include accurate measurements of pupillary distances, segment heights, and base curves (as needed).Application of Fresnel Prisms.Adjusting and dispensing eyeglasses.In addition the Optician will:Enter the frame information and measurements into the VA Vista SystemAnswer questions related to the eyeglasses and eyeglasses order.Contact no-show patients to determine if the patient will be obtaining eyeglasses through the VA Optical Shop and advise the facility COR when a veteran declines services.Maintain professional customer relations.Confirm creation of Purchase Orders with Prosthetics Staff. Work closely with Prosthetics Staff members regarding administrative issues as early as possible once issues are discovered.Electronically transmit all eyeglass orders to contractor facility.Track eyeglass orders with parent company. Communicating directly with patients on optical issues as they arise (often by telephone).Maintain an electronic log of phone calls from veterans and document actions.Troubleshoot all optical issues for prosthetic devices and—assuming none found—contacting eye clinic directly for further remediation of problem.Eyeglass repairs (primarily eyeglass screws and nose pads). 2.1.3 All employees assigned to work in the Optical Shop will complete annual training required by VHA policy including VA Privacy and Information Security Awareness and Rules of Behavior Privacy and HIPPA training, and other training specified by the COR. The VA Privacy and Information Security Awareness and Rules of Behavior training and Privacy and HIPPA training must be complete prior to coming on station to work and the Contractor is responsible for ensuring annual recertification by each employee. Training can be accomplished at the follow link: background security check must be completed before performing any work and applies to all Contract employees requiring any type of IT access, including fill-in personnel. Each employee is required to have their own access/password (including fill-ins) before beginning work under this contract and will be issued a Personal Identification Verification (PIV) card. The access/passwords are not to be shared with another person. The COR at each facility is responsible for ensuring VA computer training, required to enable contractor employees to perform under this contract, is provided. The background security check forms are located in Section D of this document.2.1.4 The Contractor agrees to provide all services specified in this contract for any person determined eligible regardless of race, color, religion, sex, or national origin of the person for whom such services are ordered. The Contractor further warrants that he/she shall not resort to subcontracting as a means of circumventing this provision. A high degree of professionalism and understanding shall be demonstrated when contact with Veteran is made by the Contractor’s employees. Contractor’s employees are expected to be discreet and tactful and demonstrate concern, compassion, and patience. Some patients have physical disabilities or chronic illnesses that influence their behavior and lifestyle. Any verbal or physical abuse, or unprofessional behavior or conduct toward a Veteran or caregiver shall not be tolerated. The VA reserves the right to request the removal of any employee from further performance of services under this contract if his/her behavior and or level of services provided are not in accordance with the requirements of this contract. Further, the Government reserves the right to refuse access of Contractor personnel to a respective VA facility, if personal or professional conduct of such personnel jeopardizes patient care. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, sexual harassment, staff/patient abuse, dereliction or negligence, failure to practice within acceptable medical standards of care, violations of VA patient care policies, or other conduct resulting in formal complaints by patient or staff. 2.1.5 Contractor RequirementsThe contractor shall be responsible for providing Veteran beneficiary’s eyeglasses and on-site optician services. The contractor shall provide all coordination, supervision, monitoring, and evaluating the care and service provided. The contractor must assure that the contracted services are performed according to the terms of the contract. The contractor must also assure that its personnel meet the requirements of the contract and are competent to do the jobs assigned them. Contractor staff performing, on site at a VA facility, will wear a smock or shirt with the company logo clearly displayed on it, at all times.Processes for electronic submission of documents will be approved through the IT and ISO within the VISN/facility.QA program to ensure accuracy of work prior to mailing as required in 2.7.Timely delivery of eyeglasses as required in 2.10Return/remake policy in accordance with 2.8.1.Provide Work In Progress (WIP) reports that accurately reflect job processing to the facility COR, as requested. Facilities may request this report be sent routinely on a daily basis.Active corporate oversight of local VAMC opticians.Ongoing communications with local Prosthetics Staff to identify issues at the earliest possible time.The Contractor’s Management, for the on-site Opticians, shall make a minimum of one annual site visit to each Optical Shop to check on the operations and ensure the Optician(s) are maintaining a suitable operation in the space provided. They should also make contact with the Eye Clinic and Prosthetics to see if there are any issues that need to be addressed. Upon request, by the COR, additional site visits may be required.2.1.6 Space/Equipment/Supplies2.1.6.1 Government provided equipment and supplies- Onsite space and facilities at each location are the responsibility of the Medical Center and will include the following government provided equipment: any phones and computer equipment CPU, Monitor, printer, scanner, which is connected to the VA system, required to perform under this contract. The government will also supply paper on an as needed basis. The current square footage of on-site space at each of the facilities is as follows:Marion, IL145 sfEvansville, IN 153 sfWichita, KS150 sfPoplar Bluff, MO124 sfColumbia, MO112.5 sfKansas City, MO145 sf (waiting room 340 sf)Topeka, KS139 sf (waiting room 260 sf)Leavenworth, KS107 sf (Waiting Room 199 sf)John Cochran (St Louis, MO)361 sf (Waiting Room 532 sf)Jefferson Barracks (St Louis, MO)105 sf (Waiting Room 193 sf)2.1.6.2 Contractor provided equipment and supplies - The contractor shall provide desk, chairs, credenza, electronic equipment (fax machine etc), display racks/cases, and related equipment, as required for in-house (onsite) VA Optical services. An Optician must have the appropriate tools for dispensing on all premises where the Optician dispenses, and maintain them in good working and calibrated condition. These include but are not limited to: Eyeglasses: Adjustment and bench tools; Lensometer; Lens clock; Frame heater; P.D. Ruler; Pupilometer and/ or penlight, or interpupillay measuring device Frame and lens cleaning products; Thickness calipers; Vertex distometer; Tolerance chart (see appendices) Visual acuity charts Contractor will set up remote access to their work in progress for tracking purposes. The Contractor will establish a corporate PKI account in order to receive prescriptions and purchase authorizations.2.1.6.3 The contractor will be responsible to stock the Optical Shop with necessary office supplies such as pens, paper, and necessary supplies in support of contractor owned equipment, including supplies needed to clean equipment in accordance with the manufactures recommendations. 2.1.7Relationship with Veterans Canteen Service (VCS)2.1.7.1 This contract is not linked in any way to any current or proposed VCS retail sales agreements and the information herein is provided for information purposes only and in no way obligates the VA facility to enter into any such agreement. The contractor may elect to sign a separate Retail Sales Contract with the Veterans Canteen Service for those stations where an Optical Shop is provided by the VA Facility. The commission paid to Veterans Canteen Service will be a percentage of any Retail Sales as negotiated by the VCSCO point of contact, Michelle Forbes (314-845-1230). Any retail agreement made with VA Retail Concession Agreement will cover the Veteran patient upgrades to the prescriptions provided by Eye Clinic Optometrists. No commission will be paid to the Canteen Service for eyeglasses supplied to entitled Veterans at government expense. Services provided by the Retail Concession Agreement could include but are not limited to a limited eyeglass selection, measuring, ordering, dispensing and repairing eyeglasses as required. The retail sales concessionaire business is additional sales and revenue for the contractor. The optician may provide information on retail upgrades to prescriptions that a Veteran patient would pay with his own funds to the Retail Optical Shop if the Veteran desires, however, this does not permit any high pressure sales tactics to be used and the Contractor shall obtain a written statement of understanding by the Veteran that additional charges may apply to upgrades requested to ensure that Veteran patients clearly understand that upgrades are not required and are optional.2.1 7.2. VA patients shall receive priority care in the optical shop service. Qualified VA patients shall be the first to receive treatment.2.2Lenses2.2.1 Single vision lenses shall be all powers including spheres, plano-cylinders and sphero-cylinders. Clear framed lenses shall be provided for VA patients. Oversized blanks shall be provided upon request. 2.2.2 Bifocal lenses shall be all powers (in major lens), including spheres, plano-cylinders, and sphero-cylinders. Add +0.50 to +6.00D. Clear framed lenses shall be provided to VA patients. Oversize blanks shall be provided upon request. Lenses shall be available in glass and plastic with flattop, executive and polycarbonate with flattop segments.2.2.3 Trifocal lenses shall be all powers (in major lens), including spheres, plano-cylinders, and sphero-cylinders. Add +0.50 to +4.00D, 50% intermediate power shall be available. Oversize blanks shall be provided upon request. Lenses shall be available in glass and plastic with flattop, executive and polycarbonate with flattop segments.2.2.3.1 Progressive Lenses - shall be all powers (in major lens), including spheres, plano-cylinders, and sphero-cylinders. Add +0.50 to +4.00D clear framed lenses shall be provided to VA patients. Premium Progressive lenses in Varilux Comfort/Short, Kodak Precise/Short and Varilux Physio/Short will be available upon request and shall be priced accordingly in the schedule of items and price list.2.2.3.2 Oversize blanks shall be provided upon request. Lenses shall be available in glass, plastic, and polycarbonate. Contractor will provide fitting guides to all their Opticians. The Optician will ensure that the frame selected is appropriate for the type of lenses being provided. The offeror shall identify what progressive lens type will be provided as the standard issue. In the event the VA Eyecare provider requests a specific progressive lens type, other than what is provided as first choice by the contractor, the alternative shall be priced accordingly in the schedule of items and pricelists.2.2.3.3 High Index LensesLenses with an index of refraction equal to the range of 1.56 and 1.60. Upon request will be available in 1.67 to include single vision, Bifocal D28 and progressive.2.2 4 All lenses shall be available in glass, plastic, polycarbonate or safety glass, plastic or polycarbonate. Lenses shall be fabricated and provided in accordance with the most recent "American National Standards for Ophthalmic Lenses - Recommendation".2.2.5 All ophthalmic lenses shall be in accordance with Food and Drug Administration regulations (21 CFR, Parts 3 and 4) for impact resistance unless otherwise specified in the order.2.2.6 Glass and plastic ophthalmic lenses, single vision, and multi-focal shall be corrected curved lenses.2.2.7 Glass ophthalmic lenses shall be chemically strengthened for impact resistance only.2.2.8 Safety lenses that adhere to the latest ANSI standards shall be available in: glass, plastic, polycarbonate, single vision, bifocal, trifocal and progressive in any power necessary.2.2.9 Ophthalmic lenses shall be made in minus cylinder.2.2.10 Scratch resistant coating shall be available for plastic lenses. 2.2.11 Anti-glare coating shall be available for all lenses.2.2.12 Tints of all types to include pgx and transitions as well as progressives shall be available.2.2.13 Contractor will have available in the Optical Shop samples of all lens blanks to assist in patient education.2.3Frames2.3.1 All frames shall be of first quality new material and, shall be delivered completely assembled and include the mounting of lenses. Frames shall be in accordance with the most recent ANSI Z80.5 or latest edition, requirements for dress and safety ophthalmic wear.Contractors shall make available a minimum combination of forty (40) different frame types for men, thirty (30) different frame types for women, twenty-five (25) unisex frames and five (5) safety frames. These frames shall be of durable material in various styles, sizes and colors to accommodate the varying range of facial features and prescription requirements, to include plastic, metal and titanium. The metal and titanium frame selection shall include both spring hinged and adjustable nosepiece styles. The plastic frame selection shall include both spring hinged and non-spring hinged styles. Frames sizes will need to include large frames (54-60). In the event an approved frame is no longer available the contractor shall submit a replacement sample for approval by the facility COR. The replacement frame shall be at no additional cost. Cable temples will be made available when selected by the patient and as listed in the schedule and price list.Privately owned frames may be submitted to the contractor for new lens orders. Charges for lenses only shall be in accordance with the schedule. Contractor assumes the liability, if they accept the frame, and is responsible for replacing like-in-kind frames, at no cost to the VA or Veteran, in the event the privately owned frames are lost or broken while in the Contractor’s possession. Like-in-kind frames shall be in accordance with American National Standards Institute Requirements for Dress Ophthalmic Frames ANSI Z80.5 or latest edition. 2.4Cases2.4.1 One eyeglass case shall be provided at no charge with each pair of eyeglasses furnished. Cases shall be leather like (or leather), cushioned, open end pocket clip-on or button over flap. Cases will be of quality workmanship and fit the eyeglasses being provided. Repair Kit2.5.1 Repairs shall be performed by the Optical Shop. The contractor shall provide minor eyeglass repair service to entitled Veteran beneficiaries who require replacement screws or nose pads for current prescription eyeglasses, at no cost to the Veteran or Government. The contractor shall maintain repair kit tools and associated supplies (replacement screws and nose pads) necessary to complete those repairs. When temple replacement is required, the VA will pay for the temples, in accordance with the schedule. All labor will be included in the cost. 2.6Prescriptions/Orders2.6.1 The contractor shall only provide glasses under this contract after receipt of a valid prescription (Rx) and purchase order authorization. Orders may be placed electronically, via fax, by mail, or in another manner consistent with accepted business practices, when approved by the VISN COR and authorized by the Contracting Officer. 2.6.2 The Government will submit eyeglass orders to the contractor on a daily basis. Batching of orders is not authorized by either party. Batching in this case means holding orders to meet a minimum requirement by either party. Fabrication of eyeglasses shall not begin prior to receiving a Purchase Card authorization from Prosthetics. 2.6.3 Orders will be placed on an as needed basis and will provide the Rx, quantity, frame, accessories, and all other relative information for the fabrication of eyeglasses. The contractor shall notify the ordering Optical Shop within eight (8) working hours of receipt of an Rx if the Rx is incomplete. Contractors shall not provide any prescribing services.2.7Quality AssuranceThe Contractor shall provide a toll-free telephone number for ordering and customer inquiries and shall designate an employee as a VA customer service person to maintain the account and rapidly resolve any identified problems. Contractor shall develop a customer service survey form to be completed by the veteran. The survey format and questions must be approved by the VISN COR. This shall be part of the Contractor's Quality Assurance Program. The contractor shall provide a customer satisfaction survey to each veteran receiving eyeglasses under this contract (by facility) and provide the Facility COR a monthly report. The survey will include the following information: Veterans' satisfaction with the quality of product, timeliness of delivery, courtesy and friendliness of staff, cleanliness of area. A postage paid self-addressed return envelope will be included with each survey. The report will include individual responses, cumulative report for responses for each question and a graph of the % of positive and negatives for each question. % will be based on the total number of responses received for the month.The contractor shall submit by the 5th business day of the following month, reports to the ordering facility COR with the following information:Number of eyeglasses returned due to lab errorBreakage/spoilage rateDate of ordersShipment dates to VA and/or veteranVA error rates (errors submitted to the contractor to be processed)Contractor error rates (errors submitted to VA and/or veteran)2.8Corrections2.8.1 Contractor errors in filling Rx's will be corrected within 72 hours after notification from the VA or VA patient, at no cost to the VA or VA patient and includes all upgrades and add-ons. This includes incorrect measurements by the Optician. If eyeglasses are returned to the contractor for correction of a problem due to contractor error, the corrected eyeglasses shall be adjusted and overnighted via certified carrier to the veteran and a receipt will be provided to the facility COR. 2.8.2 Prescribing errors made by the VA and detected by the contractor shall be called to the attention of the prescribing VA within 48 hours of identification of the error. Delivery time shall commence on the date a corrected Rx is received by the contractor. In the event replacement glasses are necessary, the VA will be responsible for cost and delivery of any replacement glasses due to prescription errors.2.8.3 Eyeglasses lost due to contractor errors shall be replaced at the contractor's expense. Eyeglasses lost due to errors by the VA shall be replaced at the VA's expense.2.8.4 The contractor shall closely monitor prescription errors to ensure an accuracy rate of 99% or better is achieved. The accuracy rate shall be determined based on the total number of glasses fabricated within each calendar month effective with the first day of the month. These conditions do not apply to adjustments incidental to the wearing of eyeglasses, adjustments required by physical change of the wearer, or where there is evidence of deliberate misuse or alteration by anyone other than the contractor. 2.9Warranty2.9.1 The contractor shall warrant/guarantee the eyeglasses against defective material and/or workmanship for a minimum of one (1) year from the date of acceptance, this includes errors made by the Optician in the measurements. All necessary adjustments (i.e., material defects, distortions, etc.) shall be made by the contractor at no charge. Manufacturer’s warranties of eyeglass components that extend beyond the minimum one year period shall be expressed and also enforced. The contractor agrees to furnish without additional cost to the Government, all labor and materials necessary to correct defects that were detected during the guarantee period. These conditions do not apply to adjustments incidental to the wearing of eyeglasses, adjustments required due to physical change of the wearer, or where there is evidence of deliberate misuse or alteration by anyone other than the Contractor. 2.10Delivery2.10.1 All eyewear furnished under this contract shall be delivered within ten (10) calendar days after receipt of the order, unless otherwise specified, regardless if they have upgrades and/or add-ons that are paid for by the veteran.2.10.2 Delivery of eyeglasses shall be made to the designated address of the veterans or contracted ordering facility, as indicated on the order. The contractor guarantees delivery to the designated location (FOB Destination). When eyeglasses are reported as not received at the designated point of delivery, the contractor will replace them at no cost to the VA unless the contractor is able to prove to the VA that the eyeglasses were delivered as ordered.2.10.3 Prior to shipment, the contractor will ensure all eyeglasses are placed in an eyeglass case and include instructions on the care and cleaning of the eyeglasses. 2.10.4 A reminder instruction slip will be included with each pair of eyeglasses regarding need for adjustment and POC telephone number for initial troubleshooting.2.10.5 The contractor shall provide routine frame adjustments, at no cost, and repairs upon request. Repairs may be chargeable to VA when repair is coordinated with and approved by the Chief, Prosthetics and Sensory Aids Service (PSAS). A purchase order authorization is required for all authorized repairs.2.10.6 Contractor shall have the ability to ship overnight. Overnight delivery service costs shall be the responsibility of the ordering VA. Regular delivery method shall be the choice of the contractor. Proof of delivery may be required from the contractor by the COR, at no additional cost to the VA.2.10.7 Optical Shop Staff shall notify all Veteran beneficiaries within two (2) working days, by phone, of receipt of prescription eyeglasses when delivery to the VA facility is requested. Optical Shop Staff shall perform final fitting and adjustments.2.10.8 The contractor shall handle Veteran beneficiary complaints by obtaining all the facts related to the transaction and resolving the issue at the lowest level, unless other VA employees, such as Chief, PSAS or Chief, Eye Clinic require involvement in order to resolve the patient issue.2.10.9 The contractor shall notify the VA Prosthetic Representative or COR via email or fax in the event of delays. Include cause for delay, remedy date and date of expected shipment to designated address as indicated on the PO. Failure by the contractor to provide a written notification within twenty-four (24) hours as specified above constitutes a performance failure and the COR shall notify the CO, who in turn shall undertake any action authorized pursuant to the contract agreement or otherwise in accordance with applicable statues and regulations. 2.10.10 The contractor shall be responsible for informing the COR of any government deficiencies such as missing information, illegible prescriptions and ambiguous authorization for eyeglasses, inability to reach the VA Prosthetic Representative or COR, payment delays or other issues. The contractor’s failure to notify the COR will not be considered an excusable delay and subject circumstances should not be alleged to have prevented the contractor from delivering the items within the time required under this contract.2.11Removal, Recall, or Modification2.11.1 The contractor shall notify the ordering VISN COR and VA facility COR within three (3) calendar days of any notification of any removal, recall or modification of any supplies required under this contract. Notification shall include:Administrative identification data, including the order numbers and order date.Reason for recall, removal, adjustment or modification.Instruction for appropriate corrective action.2.12 Billing and Payment 2.12.1 Contractor shall submit invoices to the Prosthetics Office of the ordering facility within 10 business days of completion of the work. Payment will be made with the government purchase card, which will be billed within 10 business days of completion of the work. Contractor shall have level two data access to enable them to enter the purchase order number when the invoice is billed to the purchase card.2.13Reports2.13.1 Activity ReportsThe contractor shall provide activity reports, at a minimum, on a weekly basis sorted by each VAMC to each respective COR. Reports should include: Work in progress Work completedShipping list that includes dates shipped to Veteran beneficiary or VA facility.2.13.2. Quality Assurance Reports – See 2.7 Quality Assurance.2.14Training2.14.1 The VA is committed to the electronic medical record as the format of choice for medical documentation. The VA will provide training associated with access and operation of the VA Vista system to ensure contractor employees can successfully enter Veteran beneficiary data. The contractor shall ensure all employees working at each VAMC complete training to include required annual compliance and privacy requirements (Health Insurance Portability and Accountability Act (HIPAA) of 1996, Compliance Business Integrity, VA Privacy and Information Security Awareness and Rules of Behavior, and General Employee Privacy Awareness) training. Training requirements must be completed prior to any contractor employee to access the Government computer system and annually thereafter. Additionally, the contractor will provide the facility COR certificates of completion for each of the training requirements before commencing work and annually. The Government reserves the right to request the contractor complete any additional training requirements that may be necessary during the initial contract period and any following contract periods. 2.15 Performance Measures2.15.1 Performance MeasuresPerformance ObjectiveAcceptable Quality Level (AQL)Method of Performance AssessmentIncentive / Disincentive5.1 - Performance Requirement: Patient Satisfaction Performance criteria equals 98% or betterPatient satisfaction/ complaints, and documentation submittedNumerator is the total number of validated complaints for the month and the denominator is the total number of orders for the month.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period5.2 - Performance Requirement: Number of remakes and timeliness of remaking and providing to Veteran within 72 hoursPerformance criteria equals 98% or betterPatient satisfaction / complaints, monthly review of invoices for accuracy, accuracy of required documentation submitted.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period.5.3 - Performance Requirement: Accuracy of required documentation submittedPerformance criteria equals 98% or betterReview of invoices for accuracy, timeliness of report submission, and accuracy of required documentation submitted.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period5.4 - Performance Requirement: Timeliness of eyeglass fabrication.Performance criteria met in 98% or greater of the casesPatient complaints. Invoice documentation.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period5.5 - Performance Requirement: Number of eyeglass fabrication / prescription errors. Performance criteria equals 98% or betterPatient satisfaction / complaints, monthly review of invoices for accuracy, accuracy of required documentation submitted and ANSI Standards.Numerator is the total number of identified fabrication/prescription errors and the Denominator is the total number of orders for the month.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period.5.6 Performance Requirement: Activity, Quality Assurance & Patient Satisfaction ReportsPerformance criteria equals 80% or betterCOR receipt and review of reports.Numerator is the total number of reports received and the Denominator is the total number of reports due for the month.When AQL is not met: 1st offense is written notice to the contractor to correct the deficiency. 2nd offense is 10% deduction to the total amount of billed eyeglass orders during the period SPECIAL CONTRACT REQUIREMENTS The services to be performed by the contractor shall be performed in accordance with VA policies and procedures of the VA facility. As referenced in Section 2.1.4 above, the Government reserves the right to refuse access of Contractor personnel to VA facilities, if personal or professional conduct on that personnel jeopardizes patient care. Standards for conduct shall mirror those prescribed by current federal personnel regulations. The Contracting Officer and Facility Contracting Officer Representative (COR) shall address issues raised concerning contract personnel’s conduct with the Contractor. The final arbiter on questions of continuing access to a respective VA facility following identified issues of personal or professional conduct on the part of contractor personnel shall be the Contracting Officer.The Facility COR will involve the VISN COR and the Contracting Officer when there is a complaint involving the Contractor Optical Shop Staff and Government employees or patients, which cannot be resolved. The Contracting Officer is the final authority on validating complaints. In the event that the Contractor personnel is involved and named in a validated patient complaint, the Government reserves the right to refuse further access to the respective VA facility by the contractor personnel at issueContractor shall, in writing, keep the Contracting Officer informed of any unusual circumstances in conjunction with the contract. The contract is effective for one year from the award effective date, with the opportunity for the exercising of up to four (4) one (1) year option periods, at the Government’s discretion. a. The Contracting Officer will be the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized by the local VAMC and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.b. The COR will be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. KEY PERSONNEL AND TEMPORARY EMERGENCY SUBSTITUTIONS:The Contractor shall assign to this contract the key personnel, to include Opticians, Contractors VA Customer Service Representative, point of contact for contract operations, and management personnel who will be involved with the contract, including personnel making site visits, as required in the contract: During the first ninety (90) days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer, in writing, within 5 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period of the contract, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions.The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 5 calendar days after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel. Elements of Competence The ability to interpret and dispense a prescription using appropriate lenses and facial and frame measurements. Identifies anomalies in a prescription and implements the appropriate course of actionIndicator: Identifies possible errors in a prescription and follows the appropriate course of action Identifies and explains any problems which may occur from the given prescription and offers solutions, for example, aniseikonia, anisometropiaAble to demonstrate how to use a lens clockValidate: Correctly on 4 of 6 prescriptions with high plus, high minus, and/or high anisometropiaMeasures and verifies optical appliances taking into account relevant standards where applicable.Indicator: Measures and verifies that lenses have been produced to a given prescription within tolerances by verifying lensometry, verifying seg height, optical centers, etc. Verifies that all aspects of the frame or mount have been correctly supplied. Verify prism. Measures and verifies that the lenses are correctly positioned in the spectacle frame/mount within tolerancesValidate: On 4 of 6 pairs of glasses with correct lensometry, optical center distance, seg hgts; of these 6, two should have prism, at least 2 should be lined bifocals, and at least 2 should be progressives Matches the form, type and positioning of lenses to meet all the patient’s needs and requirements and provides appropriate advice Indicator: Provides all the necessary information for a pair of spectacles to be duplicated, to include: ? Prescription ? Lens type and form ? Centration and fitting positions ? Frame details ? Lens surface treatments Validate: On 4 of 6 “patients” (observe and verify)Dispenses a range of lens forms to include complex lenses, multifocals and high corrections, prism, and advise on their application to specific patient’s needs.Indicator: Demonstrates correct interpretation of prescriptionsUnderstands the following lens parameters: lens form, design, materials, coatings and tints, prismDemonstrates understanding of frames covering the following: size, materials, relationship between frames, lenses and faceDemonstrates the appropriate lens and frame selection and justification (bearing in mind patients lifestyle requirements), and is able to take correct PD’s with a pupillometer at both distance and nearDemonstrates appropriate frame adjustments, including tint, seg hgt, optical centers, nose pad adjustments, etcValidate: On 4 of 6 “patients”, including pupillometryManages non-tolerance casesIndicator: Identifies problems, including but not limited to verifying Rx, verifying transitions, optical centers, seg heights, improper frame selections, etcValidate: On 4 of 6 incorrectly made pairs of glasses SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (SEP 2013) (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 Government wide 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 the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). 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 Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), 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. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 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. 423 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.(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 52.216-18 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.3 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 $15.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of $2,500.00; (2) Any order for a combination of items in excess of $2,500.00; or (3) A series of orders from the same ordering office within 3 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 2 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.4 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984) (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) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity's requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may itself furnish within its own capabilities. (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 03/31/2019.(End of Clause)C.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.(End of Clause)C.6 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 five (5) years.(End of Clause)C.7 52.228-5 INSURANCE—WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective— (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)C.8 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.(End of Clause)C.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 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "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 (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "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). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled 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 service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled 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 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to— (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for— (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.(End of Clause)C.13 852.232-72 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.14 52.237-3 CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract.(End of Clause)C.15 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 States of Illinois, Indiana, Kansas, and Missouri. 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.16 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.17 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): FAR NumberTitleDate52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSSEP 201352.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNELJAN 2011FAR NumberTitleDate52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013 (End of Clause)(End of Addendum to 52.212-4)C.18 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2014) (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (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) (Pub. L. 108-77, 108-78). (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. 253g and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (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 (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). [] (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. (Aug 2013) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). [] (11) 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award (NOV 2011) (15 U.S.C. 657a). [] (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (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 (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (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 (JUL 2010) 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)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (22) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (23) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (29) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (32) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 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.) [] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (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) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (41) 52.225-1, Buy American Act—Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (42)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (NOV 2012) (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 (MAR 2012) of 52.225-3. [] (iii) Alternate II (MAR 2012) of 52.225-3. [] (iv) Alternate III (NOV 2012) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).Employee ClassMonetary Wage-Fringe BenefitsOptical DispenserMarion, IL $16.07 + H&WEvansville, IN $16.90 + H&WLeavenworth, KS $14.12 + H&WTopeka, KS $14.27 + H&WWichita, KS $13.59 + H&WColumbia, MO $16.07 + H&WPoplar Bluff, MO $12.71 + H&WKansas City, MO $14.12 + H&WSt. Louis, MO $16.07 + H&WHEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per month [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [X] (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). [] (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [] (9) 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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (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 $650,000 ($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 (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiii) 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). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)C.19 MANDATORY WRITTEN DISCLOSURES Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at and clicking on "FAR clause 52.203-13 Reporting." If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions.SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSD1. ATTACHMENT A – PAST PERFORMANCE QUESTIONAIRESOLICITATION NUMBER — VA255-14-R-0262 VISN 15 Eyeglass ServicesI. Please complete this questionnaire. For assistance with this form or to request an electronic copy, please notify the contract specialist listed at the address below. Handwritten responses will be accepted. If you need more space than provided, please attach additional pages or write on the back. Please include only relevant information. Responses will be treated as source selection sensitive information. Please submit this information on or before the proposal due date as stated on the front of the Standard Form 1449. Return the completed questionnaire either by mail, fax or email to the following address:Network Contracting Office (NCO) 15ATTN: Mark A. Edzards3450 South 4th Street TrafficwayLeavenworth, KS 66048Telephone:(913) 946-1971E-mail:mark.edzards@ FAX:(913) 946-1998II. EXPLANATION OF CODES: CODE PERFORMANCE LEVELEEXCELLENT — Performance meets contractual requirements and exceeds many (requirements) to the Government’s benefit. The contractual performance of the element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective.GGOOD — Performance meets contractual requirements and exceeds some (requirements) to the Government’s benefit. The contractual performance of the element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.AACCEPTABLE — Performance meets contractual requirements. The contractual performance of the element being assessed contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.MMARGINAL — Performance does not meet some contractual requirements. The contractual performance of the element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor’s proposed actions appear only marginally effective or were not fully implemented.UUNSATISFACTORY — Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element being assessed contains serious problem(s) for which the contractor’s corrective actions appear or were ineffective.NNOT APPLICABLE — Unable to provide a score. Performance in this area not applicable to the effort assessed.PLEASE COMPLETE THE FOLLOWING IDENTIFYING INFORMATION AND PAST PERFORMANCE ASSESSMENT:PAST PERFORMANCE QUESTIONNAIRERFP NUMBER: VA255-14-R-0262TITLE: VISN 15 Eyeglass ServicesSECTION I: OFFERORS SHALL COMPLETE requested information, and in turn, provide the questionnaire to the appropriate Respondent for each source of Past Performance Information mentioned in its Offer. The Respondent must have significant familiarity with the selected contract or subcontract, in order to provide informed answers and comments about various aspects of the past performance. NAME OF OFFEROR BEING VALUATED_________________________________________COMPANY NAME OF PAST PERFORMANCE SOURCE ____________________________CONTRACT NUMBER and DATES OF SERVICE FOR WHICH PAST PERFORMANCE INFORMATION IS BEING PROVIDED ___________________ _________________DESCRIPTION OF SERVICE ____________________________________________________SECTION II: RESPONDENT(S) SHALL COMPLETE the requested information concerning the past performance of the above named Offeror relative to the contract effort stated. Respondent shall return the completed form directly to the Contracting Officer by email to mark.edzards@. NAME OF RESPONDENT _________________________________________________TITLE/POSITION ________________________________________________________SIGNATURE ____________________________________________________________ASSESSMENT ELEMENTS: Place an “X” in the appropriate box next to the letter for each item on the questionnaire. Narrative statements are vital. Please provide a supporting narrative for each area. Attach additional pages if there is insufficient space in the comment space. (A) QUALITY OF SERVICE1. Did the contractor comply with all contract requirements? Yes___ No___ Comments: ______________________________________________________________________________________________________________________________________ 2. With regard to timeliness of performance, were turnaround times of the contract met (i.e. completion of administrative requirements, task orders, milestones, and production and delivery requirements? Yes ___ No___ Comments: ______________________________________________________________________________________________________________________________________3. Was the contractor's work found to be accurate and technically/clinically excellent? Yes___ No____Comments: ______________________________________________________________________________________________________________________________________4. How would you rate the quality of the contractor's end products furnished under this contract? Excellent _____Good ___Acceptable ____Marginal ____UnsatisfactoryComments: ______________________________________________________________________________________________________________________________________5. How would you rate the quality of the contractor's customer service furnished under this contract? Excellent _____Good ___ Acceptable ____ Marginal ____UnsatisfactoryComments: ______________________________________________________________________________________________________________________________________(B) BUSINESS RELATIONS6. Was contract Management efficient and responsive? ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________7. Did the contractor exhibit effective communication(s)? ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________8. Did the contractor exhibit reasonable and cooperative behavior? ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________9. Was the contractor flexible? ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________10. Did the contractor recommend effective solutions to problems? ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________11. Did the contractor exhibit a business-like concern for the interests of your Agency or Business: ___Always ___Most of the time ___Sometimes ___NeverComments: ______________________________________________________________________________________________________________________________________12. How would you rate the contractor in the area of business relations generally?___Excellent ___Good ___Acceptable ____ Marginal ____UnsatisfactoryComments: ______________________________________________________________________________________________________________________________________ (C) CUSTOMER SATISFACTION13. How would you rate the contractor on the basis of customer (end-user) satisfaction? ___Excellent ___Good ___Acceptable ____ Marginal ____UnsatisfactoryComments: ______________________________________________________________________________________________________________________________________14. Would you select this firm again? ____Yes ____No Comments: ______________________________________________________________________________________________________________________________________End of Section IITHE COMPLETED PAST PERFORMANCE REFERENCES MUST REACH THE CONTRACTING OFFICE BY THE DATE AND TIME OFFERS ARE DUE. THE GOVERNMENT BEARS NO RESPONSIBILITY TO ASSURE QUESTIONNAIRES ARE PROPERLY RECEIVED.D2. ATTACHMENT B – SERVICE CONTRACT ACT WAGE DECISIONSWD 05-2309 (Rev.-13) was first posted on on 06/25/2013************************************************************************************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.: 2005-2309Diane C. Koplewski Division of | Revision No.: 13Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________States: Illinois, MissouriArea: Illinois Counties of Alexander, Bond, Calhoun, Clay, Clinton, Effingham,Fayette, Franklin, Hamilton, Jackson, Jefferson, Jersey, Johnson, Madison,Marion, Massac, Monroe, Perry, Pope, Pulaski, Randolph, Saline, St Clair,Union, Washington, Wayne, WilliamsonMissouri Counties of Audrain, Boone, Callaway, Clark, Cole, Crawford, Franklin, Gasconade, Jefferson, Knox, Lewis, Lincoln, Marion, Monroe, Montgomery, Osage, Pike, Ralls, Randolph, Scotland, Shelby, St Charles, St Francois, St Louis,Ste Genevieve, Warren, Washington____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.10 01012 - Accounting Clerk II 15.83 01013 - Accounting Clerk III 18.57 01020 - Administrative Assistant 24.14 01040 - Court Reporter 19.05 01051 - Data Entry Operator I 12.22 01052 - Data Entry Operator II 14.40 01060 - Dispatcher, Motor Vehicle 19.05 01070 - Document Preparation Clerk 13.51 01090 - Duplicating Machine Operator 13.51 01111 - General Clerk I 12.33 01112 - General Clerk II 15.00 01113 - General Clerk III 17.07 01120 - Housing Referral Assistant 20.96 01141 - Messenger Courier 11.61 01191 - Order Clerk I 12.99 01192 - Order Clerk II 14.18 01261 - Personnel Assistant (Employment) I 16.33 01262 - Personnel Assistant (Employment) II 19.05 01263 - Personnel Assistant (Employment) III 20.73 01270 - Production Control Clerk 20.73 01280 - Receptionist 15.10 01290 - Rental Clerk 16.06 01300 - Scheduler, Maintenance 15.96 01311 - Secretary I 15.96 01312 - Secretary II 17.85 01313 - Secretary III 20.96 01320 - Service Order Dispatcher 18.12 01410 - Supply Technician 22.39 01420 - Survey Worker 19.05 01531 - Travel Clerk I 11.94 01532 - Travel Clerk II 12.86 01533 - Travel Clerk III 13.72 01611 - Word Processor I 13.51 01612 - Word Processor II 16.06 01613 - Word Processor III 19.0505000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.80 05010 - Automotive Electrician 20.59 05040 - Automotive Glass Installer 19.74 05070 - Automotive Worker 19.74 05110 - Mobile Equipment Servicer 18.01 05130 - Motor Equipment Metal Mechanic 21.46 05160 - Motor Equipment Metal Worker 19.74 05190 - Motor Vehicle Mechanic 20.40 05220 - Motor Vehicle Mechanic Helper 16.72 05250 - Motor Vehicle Upholstery Worker 18.88 05280 - Motor Vehicle Wrecker 19.74 05310 - Painter, Automotive 20.59 05340 - Radiator Repair Specialist 19.74 05370 - Tire Repairer 15.80 05400 - Transmission Repair Specialist 21.4607000 - Food Preparation And Service Occupations 07010 - Baker 12.77 07041 - Cook I 11.02 07042 - Cook II 12.07 07070 - Dishwasher 8.11 07130 - Food Service Worker 10.05 07210 - Meat Cutter 16.34 07260 - Waiter/Waitress 8.6909000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 20.56 09040 - Furniture Handler 13.35 09080 - Furniture Refinisher 20.56 09090 - Furniture Refinisher Helper 16.55 09110 - Furniture Repairer, Minor 18.84 09130 - Upholsterer 22.6111000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.74 11060 - Elevator Operator 11.10 11090 - Gardener 16.03 11122 - Housekeeping Aide 11.46 11150 - Janitor 11.46 11210 - Laborer, Grounds Maintenance 12.55 11240 - Maid or Houseman 8.62 11260 - Pruner 11.10 11270 - Tractor Operator 15.03 11330 - Trail Maintenance Worker 12.55 11360 - Window Cleaner 13.0212000 - Health Occupations 12010 - Ambulance Driver 17.73 12011 - Breath Alcohol Technician 16.55 12012 - Certified Occupational Therapist Assistant 21.69 12015 - Certified Physical Therapist Assistant 20.81 12020 - Dental Assistant 16.87 12025 - Dental Hygienist 29.20 12030 - EKG Technician 22.64 12035 - Electroneurodiagnostic Technologist 22.64 12040 - Emergency Medical Technician 19.90 12071 - Licensed Practical Nurse I 14.80 12072 - Licensed Practical Nurse II 16.55 12073 - Licensed Practical Nurse III 18.46 12100 - Medical Assistant 13.28 12130 - Medical Laboratory Technician 17.14 12160 - Medical Record Clerk 14.89 12190 - Medical Record Technician 15.83 12195 - Medical Transcriptionist 16.10 12210 - Nuclear Medicine Technologist 31.23 12221 - Nursing Assistant I 10.22 12222 - Nursing Assistant II 11.49 12223 - Nursing Assistant III 12.54 12224 - Nursing Assistant IV 14.07 12235 - Optical Dispenser 16.07 12236 - Optical Technician 15.99 12250 - Pharmacy Technician 15.52 12280 - Phlebotomist 14.07 12305 - Radiologic Technologist 25.09 12311 - Registered Nurse I 26.36 12312 - Registered Nurse II 29.18 12313 - Registered Nurse II, Specialist 29.18 12314 - Registered Nurse III 35.30 12315 - Registered Nurse III, Anesthetist 35.30 12316 - Registered Nurse IV 42.33 12317 - Scheduler (Drug and Alcohol Testing) 20.0313000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.31 13012 - Exhibits Specialist II 22.69 13013 - Exhibits Specialist III 27.76 13041 - Illustrator I 20.80 13042 - Illustrator II 25.56 13043 - Illustrator III 30.15 13047 - Librarian 26.36 13050 - Library Aide/Clerk 12.34 13054 - Library Information Technology Systems 23.81 Administrator 13058 - Library Technician 14.61 13061 - Media Specialist I 17.18 13062 - Media Specialist II 19.21 13063 - Media Specialist III 21.43 13071 - Photographer I 16.71 13072 - Photographer II 18.69 13073 - Photographer III 23.16 13074 - Photographer IV 27.91 13075 - Photographer V 33.77 13110 - Video Teleconference Technician 17.7714000 - Information Technology Occupations 14041 - Computer Operator I 17.04 14042 - Computer Operator II 19.06 14043 - Computer Operator III 21.26 14044 - Computer Operator IV 23.61 14045 - Computer Operator V 26.16 14071 - Computer Programmer I 22.01 14072 - Computer Programmer II 26.17 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.26 14160 - Personal Computer Support Technician 25.3115000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.92 15020 - Aircrew Training Devices Instructor (Rated) 42.25 15030 - Air Crew Training Devices Instructor (Pilot) 50.64 15050 - Computer Based Training Specialist / Instructor 33.63 15060 - Educational Technologist 28.74 15070 - Flight Instructor (Pilot) 50.64 15080 - Graphic Artist 21.87 15090 - Technical Instructor 20.66 15095 - Technical Instructor/Course Developer 25.27 15110 - Test Proctor 16.67 15120 - Tutor 16.6716000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.18 16030 - Counter Attendant 9.18 16040 - Dry Cleaner 11.31 16070 - Finisher, Flatwork, Machine 9.18 16090 - Presser, Hand 9.18 16110 - Presser, Machine, Drycleaning 9.18 16130 - Presser, Machine, Shirts 9.18 16160 - Presser, Machine, Wearing Apparel, Laundry 9.18 16190 - Sewing Machine Operator 11.95 16220 - Tailor 12.63 16250 - Washer, Machine 9.9519000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 22.05 19040 - Tool And Die Maker 25.7221000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.14 21030 - Material Coordinator 20.64 21040 - Material Expediter 20.64 21050 - Material Handling Laborer 19.18 21071 - Order Filler 12.91 21080 - Production Line Worker (Food Processing) 18.77 21110 - Shipping Packer 13.96 21130 - Shipping/Receiving Clerk 13.96 21140 - Store Worker I 11.56 21150 - Stock Clerk 17.04 21210 - Tools And Parts Attendant 19.14 21410 - Warehouse Specialist 19.1423000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.30 23021 - Aircraft Mechanic I 25.34 23022 - Aircraft Mechanic II 26.30 23023 - Aircraft Mechanic III 27.31 23040 - Aircraft Mechanic Helper 19.24 23050 - Aircraft, Painter 24.07 23060 - Aircraft Servicer 21.72 23080 - Aircraft Worker 22.71 23110 - Appliance Mechanic 22.59 23120 - Bicycle Repairer 15.80 23125 - Cable Splicer 26.41 23130 - Carpenter, Maintenance 26.52 23140 - Carpet Layer 22.39 23160 - Electrician, Maintenance 30.81 23181 - Electronics Technician Maintenance I 24.18 23182 - Electronics Technician Maintenance II 25.38 23183 - Electronics Technician Maintenance III 26.95 23260 - Fabric Worker 20.13 23290 - Fire Alarm System Mechanic 23.21 23310 - Fire Extinguisher Repairer 18.57 23311 - Fuel Distribution System Mechanic 22.56 23312 - Fuel Distribution System Operator 17.91 23370 - General Maintenance Worker 20.67 23380 - Ground Support Equipment Mechanic 25.34 23381 - Ground Support Equipment Servicer 21.72 23382 - Ground Support Equipment Worker 22.71 23391 - Gunsmith I 18.57 23392 - Gunsmith II 21.52 23393 - Gunsmith III 23.58 23410 - Heating, Ventilation And Air-Conditioning 22.39 Mechanic 23411 - Heating, Ventilation And Air Contditioning 23.24 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 23.21 23440 - Heavy Equipment Operator 25.39 23460 - Instrument Mechanic 21.16 23465 - Laboratory/Shelter Mechanic 22.59 23470 - Laborer 17.17 23510 - Locksmith 22.23 23530 - Machinery Maintenance Mechanic 27.80 23550 - Machinist, Maintenance 24.17 23580 - Maintenance Trades Helper 18.37 23591 - Metrology Technician I 21.16 23592 - Metrology Technician II 21.96 23593 - Metrology Technician III 22.79 23640 - Millwright 27.07 23710 - Office Appliance Repairer 22.23 23760 - Painter, Maintenance 23.03 23790 - Pipefitter, Maintenance 30.12 23810 - Plumber, Maintenance 28.85 23820 - Pneudraulic Systems Mechanic 23.58 23850 - Rigger 23.58 23870 - Scale Mechanic 21.52 23890 - Sheet-Metal Worker, Maintenance 26.55 23910 - Small Engine Mechanic 21.36 23931 - Telecommunications Mechanic I 24.81 23932 - Telecommunications Mechanic II 25.76 23950 - Telephone Lineman 23.55 23960 - Welder, Combination, Maintenance 23.21 23965 - Well Driller 23.21 23970 - Woodcraft Worker 23.58 23980 - Woodworker 18.5724000 - Personal Needs Occupations 24570 - Child Care Attendant 9.61 24580 - Child Care Center Clerk 13.39 24610 - Chore Aide 9.28 24620 - Family Readiness And Support Services 13.20 Coordinator 24630 - Homemaker 13.2025000 - Plant And System Operations Occupations 25010 - Boiler Tender 25.70 25040 - Sewage Plant Operator 23.34 25070 - Stationary Engineer 25.70 25190 - Ventilation Equipment Tender 18.44 25210 - Water Treatment Plant Operator 23.3427000 - Protective Service Occupations 27004 - Alarm Monitor 17.23 27007 - Baggage Inspector 12.71 27008 - Corrections Officer 18.82 27010 - Court Security Officer 22.13 27030 - Detection Dog Handler 16.66 27040 - Detention Officer 18.82 27070 - Firefighter 25.67 27101 - Guard I 12.71 27102 - Guard II 16.66 27131 - Police Officer I 22.39 27132 - Police Officer II 24.8828000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.57 28042 - Carnival Equipment Repairer 13.41 28043 - Carnival Equpment Worker 8.87 28210 - Gate Attendant/Gate Tender 13.47 28310 - Lifeguard 11.59 28350 - Park Attendant (Aide) 15.07 28510 - Recreation Aide/Health Facility Attendant 11.00 28515 - Recreation Specialist 18.05 28630 - Sports Official 12.00 28690 - Swimming Pool Operator 16.5329000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.72 29020 - Hatch Tender 23.72 29030 - Line Handler 23.72 29041 - Stevedore I 22.09 29042 - Stevedore II 24.9030000 - 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 19.36 30022 - Archeological Technician II 21.56 30023 - Archeological Technician III 25.04 30030 - Cartographic Technician 27.52 30040 - Civil Engineering Technician 22.72 30061 - Drafter/CAD Operator I 19.36 30062 - Drafter/CAD Operator II 21.56 30063 - Drafter/CAD Operator III 24.15 30064 - Drafter/CAD Operator IV 29.71 30081 - Engineering Technician I 17.67 30082 - Engineering Technician II 19.83 30083 - Engineering Technician III 22.18 30084 - Engineering Technician IV 27.48 30085 - Engineering Technician V 33.62 30086 - Engineering Technician VI 40.68 30090 - Environmental Technician 22.06 30210 - Laboratory Technician 20.55 30240 - Mathematical Technician 26.82 30361 - Paralegal/Legal Assistant I 20.04 30362 - Paralegal/Legal Assistant II 24.86 30363 - Paralegal/Legal Assistant III 30.37 30364 - Paralegal/Legal Assistant IV 36.75 30390 - Photo-Optics Technician 26.82 30461 - Technical Writer I 23.51 30462 - Technical Writer II 28.76 30463 - Technical Writer III 34.79 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) 24.15 Surface Programs 30621 - Weather Observer, Senior (see 2) 26.8231000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.28 31030 - Bus Driver 16.52 31043 - Driver Courier 15.43 31260 - Parking and Lot Attendant 9.85 31290 - Shuttle Bus Driver 16.94 31310 - Taxi Driver 11.23 31361 - Truckdriver, Light 16.94 31362 - Truckdriver, Medium 17.97 31363 - Truckdriver, Heavy 20.79 31364 - Truckdriver, Tractor-Trailer 20.7999000 - Miscellaneous Occupations 99030 - Cashier 8.79 99050 - Desk Clerk 9.86 99095 - Embalmer 24.71 99251 - Laboratory Animal Caretaker I 10.84 99252 - Laboratory Animal Caretaker II 11.89 99310 - Mortician 30.54 99410 - Pest Controller 16.01 99510 - Photofinishing Worker 13.06 99710 - Recycling Laborer 18.45 99711 - Recycling Specialist 22.00 99730 - Refuse Collector 16.24 99810 - Sales Clerk 12.95 99820 - School Crossing Guard 9.90 99830 - Survey Party Chief 20.39 99831 - Surveying Aide 13.53 99832 - Surveying Technician 18.54 99840 - Vending Machine Attendant 12.95 99841 - Vending Machine Repairer 15.14 99842 - Vending Machine Repairer Helper 12.95____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (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 05-2187 (Rev.-13) was first posted on on 06/25/2013************************************************************************************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.: 2005-2187Diane C. Koplewski Division of | Revision No.: 13Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________States: Indiana, Kentucky, TennesseeArea: Indiana Counties of Perry, Posey, Spencer, Vanderburgh, WarrickKentucky Counties of Butler, Caldwell, Christian, Crittenden, Daviess, Hancock, Henderson, Hopkins, Livingston, Logan, Lyon, McLean, Muhlenberg, Ohio, Todd,Trigg, Union, Warren, WebsterTennessee Counties of Montgomery, Stewart____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.35 01012 - Accounting Clerk II 13.86 01013 - Accounting Clerk III 15.50 01020 - Administrative Assistant 15.65 01040 - Court Reporter 13.03 01051 - Data Entry Operator I 11.55 01052 - Data Entry Operator II 12.60 01060 - Dispatcher, Motor Vehicle 15.64 01070 - Document Preparation Clerk 11.00 01090 - Duplicating Machine Operator 11.00 01111 - General Clerk I 10.83 01112 - General Clerk II 11.82 01113 - General Clerk III 13.26 01120 - Housing Referral Assistant 14.53 01141 - Messenger Courier 9.22 01191 - Order Clerk I 11.10 01192 - Order Clerk II 12.33 01261 - Personnel Assistant (Employment) I 14.43 01262 - Personnel Assistant (Employment) II 16.14 01263 - Personnel Assistant (Employment) III 18.00 01270 - Production Control Clerk 19.18 01280 - Receptionist 10.38 01290 - Rental Clerk 9.95 01300 - Scheduler, Maintenance 11.65 01311 - Secretary I 11.65 01312 - Secretary II 13.03 01313 - Secretary III 14.53 01320 - Service Order Dispatcher 14.35 01410 - Supply Technician 16.15 01420 - Survey Worker 11.93 01531 - Travel Clerk I 12.44 01532 - Travel Clerk II 13.21 01533 - Travel Clerk III 13.92 01611 - Word Processor I 11.98 01612 - Word Processor II 13.44 01613 - Word Processor III 15.0305000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 17.91 05010 - Automotive Electrician 17.11 05040 - Automotive Glass Installer 16.28 05070 - Automotive Worker 16.28 05110 - Mobile Equipment Servicer 14.59 05130 - Motor Equipment Metal Mechanic 17.91 05160 - Motor Equipment Metal Worker 16.28 05190 - Motor Vehicle Mechanic 17.91 05220 - Motor Vehicle Mechanic Helper 13.73 05250 - Motor Vehicle Upholstery Worker 15.45 05280 - Motor Vehicle Wrecker 16.28 05310 - Painter, Automotive 17.11 05340 - Radiator Repair Specialist 16.28 05370 - Tire Repairer 12.86 05400 - Transmission Repair Specialist 17.1907000 - Food Preparation And Service Occupations 07010 - Baker 13.37 07041 - Cook I 10.90 07042 - Cook II 12.15 07070 - Dishwasher 8.49 07130 - Food Service Worker 8.48 07210 - Meat Cutter 13.12 07260 - Waiter/Waitress 8.9709000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 17.17 09040 - Furniture Handler 11.82 09080 - Furniture Refinisher 17.17 09090 - Furniture Refinisher Helper 13.82 09110 - Furniture Repairer, Minor 15.50 09130 - Upholsterer 17.1711000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 8.73 11060 - Elevator Operator 9.93 11090 - Gardener 12.49 11122 - Housekeeping Aide 9.38 11150 - Janitor 9.95 11210 - Laborer, Grounds Maintenance 9.93 11240 - Maid or Houseman 7.90 11260 - Pruner 9.42 11270 - Tractor Operator 11.68 11330 - Trail Maintenance Worker 9.93 11360 - Window Cleaner 10.7012000 - Health Occupations 12010 - Ambulance Driver 13.86 12011 - Breath Alcohol Technician 15.41 12012 - Certified Occupational Therapist Assistant 21.53 12015 - Certified Physical Therapist Assistant 22.48 12020 - Dental Assistant 14.05 12025 - Dental Hygienist 25.70 12030 - EKG Technician 20.58 12035 - Electroneurodiagnostic Technologist 20.58 12040 - Emergency Medical Technician 13.68 12071 - Licensed Practical Nurse I 14.93 12072 - Licensed Practical Nurse II 16.69 12073 - Licensed Practical Nurse III 18.61 12100 - Medical Assistant 11.37 12130 - Medical Laboratory Technician 16.90 12160 - Medical Record Clerk 12.26 12190 - Medical Record Technician 13.71 12195 - Medical Transcriptionist 13.40 12210 - Nuclear Medicine Technologist 27.88 12221 - Nursing Assistant I 10.15 12222 - Nursing Assistant II 11.41 12223 - Nursing Assistant III 12.45 12224 - Nursing Assistant IV 13.98 12235 - Optical Dispenser 16.90 12236 - Optical Technician 13.99 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 13.98 12305 - Radiologic Technologist 21.61 12311 - Registered Nurse I 21.17 12312 - Registered Nurse II 25.89 12313 - Registered Nurse II, Specialist 25.89 12314 - Registered Nurse III 31.32 12315 - Registered Nurse III, Anesthetist 31.32 12316 - Registered Nurse IV 37.54 12317 - Scheduler (Drug and Alcohol Testing) 19.0813000 - Information And Arts Occupations 13011 - Exhibits Specialist I 16.88 13012 - Exhibits Specialist II 20.92 13013 - Exhibits Specialist III 25.91 13041 - Illustrator I 16.88 13042 - Illustrator II 20.92 13043 - Illustrator III 25.91 13047 - Librarian 23.16 13050 - Library Aide/Clerk 9.39 13054 - Library Information Technology Systems 20.92 Administrator 13058 - Library Technician 13.35 13061 - Media Specialist I 15.09 13062 - Media Specialist II 16.88 13063 - Media Specialist III 18.83 13071 - Photographer I 13.29 13072 - Photographer II 14.87 13073 - Photographer III 18.42 13074 - Photographer IV 21.08 13075 - Photographer V 22.87 13110 - Video Teleconference Technician 15.0914000 - Information Technology Occupations 14041 - Computer Operator I 14.13 14042 - Computer Operator II 16.01 14043 - Computer Operator III 17.85 14044 - Computer Operator IV 19.84 14045 - Computer Operator V 21.98 14071 - Computer Programmer I (see 1) 20.94 14072 - Computer Programmer II (see 1) 25.96 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14.13 14160 - Personal Computer Support Technician 21.9815000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 29.95 15020 - Aircrew Training Devices Instructor (Rated) 36.23 15030 - Air Crew Training Devices Instructor (Pilot) 39.68 15050 - Computer Based Training Specialist / Instructor 27.36 15060 - Educational Technologist 27.18 15070 - Flight Instructor (Pilot) 39.68 15080 - Graphic Artist 19.39 15090 - Technical Instructor 18.54 15095 - Technical Instructor/Course Developer 22.68 15110 - Test Proctor 14.96 15120 - Tutor 14.9616000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.96 16030 - Counter Attendant 8.96 16040 - Dry Cleaner 11.16 16070 - Finisher, Flatwork, Machine 8.96 16090 - Presser, Hand 8.96 16110 - Presser, Machine, Drycleaning 8.96 16130 - Presser, Machine, Shirts 8.96 16160 - Presser, Machine, Wearing Apparel, Laundry 8.96 16190 - Sewing Machine Operator 11.86 16220 - Tailor 12.51 16250 - Washer, Machine 9.7619000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 18.35 19040 - Tool And Die Maker 22.2221000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 13.85 21030 - Material Coordinator 19.18 21040 - Material Expediter 19.18 21050 - Material Handling Laborer 12.75 21071 - Order Filler 11.70 21080 - Production Line Worker (Food Processing) 13.85 21110 - Shipping Packer 14.07 21130 - Shipping/Receiving Clerk 14.07 21140 - Store Worker I 12.19 21150 - Stock Clerk 16.22 21210 - Tools And Parts Attendant 13.85 21410 - Warehouse Specialist 13.8523000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 22.08 23021 - Aircraft Mechanic I 21.05 23022 - Aircraft Mechanic II 22.08 23023 - Aircraft Mechanic III 23.09 23040 - Aircraft Mechanic Helper 15.70 23050 - Aircraft, Painter 19.48 23060 - Aircraft Servicer 17.86 23080 - Aircraft Worker 18.98 23110 - Appliance Mechanic 17.18 23120 - Bicycle Repairer 12.87 23125 - Cable Splicer 22.66 23130 - Carpenter, Maintenance 15.78 23140 - Carpet Layer 16.86 23160 - Electrician, Maintenance 19.65 23181 - Electronics Technician Maintenance I 21.98 23182 - Electronics Technician Maintenance II 23.23 23183 - Electronics Technician Maintenance III 26.91 23260 - Fabric Worker 15.85 23290 - Fire Alarm System Mechanic 18.23 23310 - Fire Extinguisher Repairer 14.90 23311 - Fuel Distribution System Mechanic 20.41 23312 - Fuel Distribution System Operator 19.33 23370 - General Maintenance Worker 15.76 23380 - Ground Support Equipment Mechanic 21.05 23381 - Ground Support Equipment Servicer 17.86 23382 - Ground Support Equipment Worker 18.53 23391 - Gunsmith I 14.90 23392 - Gunsmith II 16.86 23393 - Gunsmith III 18.78 23410 - Heating, Ventilation And Air-Conditioning 17.97 Mechanic 23411 - Heating, Ventilation And Air Contditioning 18.88 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 18.04 23440 - Heavy Equipment Operator 18.62 23460 - Instrument Mechanic 22.75 23465 - Laboratory/Shelter Mechanic 17.81 23470 - Laborer 11.20 23510 - Locksmith 17.80 23530 - Machinery Maintenance Mechanic 21.46 23550 - Machinist, Maintenance 17.80 23580 - Maintenance Trades Helper 13.82 23591 - Metrology Technician I 22.75 23592 - Metrology Technician II 23.79 23593 - Metrology Technician III 24.89 23640 - Millwright 23.03 23710 - Office Appliance Repairer 17.33 23760 - Painter, Maintenance 15.61 23790 - Pipefitter, Maintenance 21.57 23810 - Plumber, Maintenance 21.51 23820 - Pneudraulic Systems Mechanic 18.80 23850 - Rigger 18.78 23870 - Scale Mechanic 16.86 23890 - Sheet-Metal Worker, Maintenance 19.63 23910 - Small Engine Mechanic 14.85 23931 - Telecommunications Mechanic I 23.85 23932 - Telecommunications Mechanic II 25.02 23950 - Telephone Lineman 23.22 23960 - Welder, Combination, Maintenance 17.97 23965 - Well Driller 18.78 23970 - Woodcraft Worker 18.78 23980 - Woodworker 13.3224000 - Personal Needs Occupations 24570 - Child Care Attendant 8.22 24580 - Child Care Center Clerk 12.43 24610 - Chore Aide 9.83 24620 - Family Readiness And Support Services 12.20 Coordinator 24630 - Homemaker 13.1125000 - Plant And System Operations Occupations 25010 - Boiler Tender 19.84 25040 - Sewage Plant Operator 17.69 25070 - Stationary Engineer 20.67 25190 - Ventilation Equipment Tender 15.33 25210 - Water Treatment Plant Operator 17.6927000 - Protective Service Occupations 27004 - Alarm Monitor 14.21 27007 - Baggage Inspector 11.06 27008 - Corrections Officer 15.64 27010 - Court Security Officer 16.68 27030 - Detection Dog Handler 13.60 27040 - Detention Officer 15.64 27070 - Firefighter 18.17 27101 - Guard I 11.06 27102 - Guard II 13.60 27131 - Police Officer I 18.21 27132 - Police Officer II 20.2428000 - Recreation Occupations 28041 - Carnival Equipment Operator 13.33 28042 - Carnival Equipment Repairer 14.17 28043 - Carnival Equpment Worker 9.87 28210 - Gate Attendant/Gate Tender 12.36 28310 - Lifeguard 11.74 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 10.09 28515 - Recreation Specialist 12.54 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 16.8129000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.57 29020 - Hatch Tender 18.57 29030 - Line Handler 18.57 29041 - Stevedore I 18.05 29042 - Stevedore II 19.6330000 - 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) 27.10 30021 - Archeological Technician I 17.66 30022 - Archeological Technician II 19.75 30023 - Archeological Technician III 24.48 30030 - Cartographic Technician 24.48 30040 - Civil Engineering Technician 24.86 30061 - Drafter/CAD Operator I 17.66 30062 - Drafter/CAD Operator II 19.75 30063 - Drafter/CAD Operator III 22.03 30064 - Drafter/CAD Operator IV 27.10 30081 - Engineering Technician I 15.52 30082 - Engineering Technician II 17.41 30083 - Engineering Technician III 19.48 30084 - Engineering Technician IV 24.14 30085 - Engineering Technician V 29.66 30086 - Engineering Technician VI 35.90 30090 - Environmental Technician 23.02 30210 - Laboratory Technician 21.43 30240 - Mathematical Technician 24.48 30361 - Paralegal/Legal Assistant I 15.98 30362 - Paralegal/Legal Assistant II 18.90 30363 - Paralegal/Legal Assistant III 23.12 30364 - Paralegal/Legal Assistant IV 27.95 30390 - Photo-Optics Technician 24.48 30461 - Technical Writer I 24.48 30462 - Technical Writer II 29.45 30463 - Technical Writer III 32.79 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) 22.03 Surface Programs 30621 - Weather Observer, Senior (see 2) 24.4831000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.51 31030 - Bus Driver 14.07 31043 - Driver Courier 12.36 31260 - Parking and Lot Attendant 10.06 31290 - Shuttle Bus Driver 13.21 31310 - Taxi Driver 10.59 31361 - Truckdriver, Light 13.21 31362 - Truckdriver, Medium 14.07 31363 - Truckdriver, Heavy 15.07 31364 - Truckdriver, Tractor-Trailer 15.0799000 - Miscellaneous Occupations 99030 - Cashier 7.88 99050 - Desk Clerk 8.22 99095 - Embalmer 22.29 99251 - Laboratory Animal Caretaker I 9.65 99252 - Laboratory Animal Caretaker II 10.31 99310 - Mortician 22.29 99410 - Pest Controller 13.39 99510 - Photofinishing Worker 12.74 99710 - Recycling Laborer 14.53 99711 - Recycling Specialist 17.02 99730 - Refuse Collector 13.30 99810 - Sales Clerk 10.75 99820 - School Crossing Guard 13.56 99830 - Survey Party Chief 18.67 99831 - Surveying Aide 11.09 99832 - Surveying Technician 16.97 99840 - Vending Machine Attendant 10.81 99841 - Vending Machine Repairer 12.82 99842 - Vending Machine Repairer Helper 10.81____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (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 05-2307 (Rev.-14) was first posted on on 06/25/2013************************************************************************************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.: 2005-2307Diane C. Koplewski Division of | Revision No.: 14Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________States: Kansas, MissouriArea: Kansas Counties of Anderson, Atchison, Doniphan, Douglas, Franklin,Johnson, Leavenworth, Linn, Miami, WyandotteMissouri Counties of Adair, Andrew, Atchison, Bates, Buchanan, Caldwell,Carroll, Cass, Chariton, Clay, Clinton, Cooper, Daviess, De Kalb, Gentry,Grundy, Harrison, Henry, Holt, Howard, Jackson, Johnson, Lafayette, Linn,Livingston, Macon, Mercer, Nodaway, Pettis, Platte, Putnam, Ray, Saline,Schuyler, Sullivan, Worth____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.97 01012 - Accounting Clerk II 15.69 01013 - Accounting Clerk III 17.77 01020 - Administrative Assistant 21.80 01040 - Court Reporter 18.32 01051 - Data Entry Operator I 12.47 01052 - Data Entry Operator II 14.14 01060 - Dispatcher, Motor Vehicle 18.55 01070 - Document Preparation Clerk 14.22 01090 - Duplicating Machine Operator 14.22 01111 - General Clerk I 12.95 01112 - General Clerk II 14.22 01113 - General Clerk III 15.96 01120 - Housing Referral Assistant 20.79 01141 - Messenger Courier 11.41 01191 - Order Clerk I 12.73 01192 - Order Clerk II 15.29 01261 - Personnel Assistant (Employment) I 16.17 01262 - Personnel Assistant (Employment) II 17.97 01263 - Personnel Assistant (Employment) III 20.54 01270 - Production Control Clerk 20.04 01280 - Receptionist 13.87 01290 - Rental Clerk 14.97 01300 - Scheduler, Maintenance 15.96 01311 - Secretary I 15.96 01312 - Secretary II 17.90 01313 - Secretary III 20.79 01320 - Service Order Dispatcher 21.18 01410 - Supply Technician 23.09 01420 - Survey Worker 17.02 01531 - Travel Clerk I 12.96 01532 - Travel Clerk II 14.00 01533 - Travel Clerk III 15.03 01611 - Word Processor I 14.09 01612 - Word Processor II 15.81 01613 - Word Processor III 17.6905000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 23.30 05010 - Automotive Electrician 19.32 05040 - Automotive Glass Installer 18.59 05070 - Automotive Worker 18.59 05110 - Mobile Equipment Servicer 16.51 05130 - Motor Equipment Metal Mechanic 20.03 05160 - Motor Equipment Metal Worker 18.59 05190 - Motor Vehicle Mechanic 21.70 05220 - Motor Vehicle Mechanic Helper 15.47 05250 - Motor Vehicle Upholstery Worker 17.54 05280 - Motor Vehicle Wrecker 18.59 05310 - Painter, Automotive 19.32 05340 - Radiator Repair Specialist 18.59 05370 - Tire Repairer 15.18 05400 - Transmission Repair Specialist 20.0307000 - Food Preparation And Service Occupations 07010 - Baker 14.52 07041 - Cook I 10.88 07042 - Cook II 12.54 07070 - Dishwasher 9.60 07130 - Food Service Worker 10.31 07210 - Meat Cutter 15.48 07260 - Waiter/Waitress 9.2709000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 21.23 09040 - Furniture Handler 15.75 09080 - Furniture Refinisher 21.23 09090 - Furniture Refinisher Helper 17.01 09110 - Furniture Repairer, Minor 19.27 09130 - Upholsterer 12.4611000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11.24 11060 - Elevator Operator 12.93 11090 - Gardener 16.01 11122 - Housekeeping Aide 12.93 11150 - Janitor 12.93 11210 - Laborer, Grounds Maintenance 13.34 11240 - Maid or Houseman 10.52 11260 - Pruner 12.93 11270 - Tractor Operator 15.37 11330 - Trail Maintenance Worker 13.34 11360 - Window Cleaner 13.3312000 - Health Occupations 12010 - Ambulance Driver 17.12 12011 - Breath Alcohol Technician 17.12 12012 - Certified Occupational Therapist Assistant 21.32 12015 - Certified Physical Therapist Assistant 22.07 12020 - Dental Assistant 16.52 12025 - Dental Hygienist 34.35 12030 - EKG Technician 24.23 12035 - Electroneurodiagnostic Technologist 24.23 12040 - Emergency Medical Technician 17.12 12071 - Licensed Practical Nurse I 14.58 12072 - Licensed Practical Nurse II 16.31 12073 - Licensed Practical Nurse III 18.19 12100 - Medical Assistant 14.08 12130 - Medical Laboratory Technician 15.52 12160 - Medical Record Clerk 13.62 12190 - Medical Record Technician 15.23 12195 - Medical Transcriptionist 15.38 12210 - Nuclear Medicine Technologist 32.27 12221 - Nursing Assistant I 9.93 12222 - Nursing Assistant II 11.18 12223 - Nursing Assistant III 12.18 12224 - Nursing Assistant IV 13.68 12235 - Optical Dispenser 14.12 12236 - Optical Technician 14.95 12250 - Pharmacy Technician 14.84 12280 - Phlebotomist 13.68 12305 - Radiologic Technologist 25.29 12311 - Registered Nurse I 23.68 12312 - Registered Nurse II 27.27 12313 - Registered Nurse II, Specialist 27.27 12314 - Registered Nurse III 33.15 12315 - Registered Nurse III, Anesthetist 33.15 12316 - Registered Nurse IV 39.45 12317 - Scheduler (Drug and Alcohol Testing) 20.2013000 - Information And Arts Occupations 13011 - Exhibits Specialist I 20.11 13012 - Exhibits Specialist II 27.35 13013 - Exhibits Specialist III 29.94 13041 - Illustrator I 18.65 13042 - Illustrator II 22.33 13043 - Illustrator III 27.90 13047 - Librarian 30.95 13050 - Library Aide/Clerk 10.37 13054 - Library Information Technology Systems 23.49 Administrator 13058 - Library Technician 13.96 13061 - Media Specialist I 17.03 13062 - Media Specialist II 19.04 13063 - Media Specialist III 21.24 13071 - Photographer I 17.20 13072 - Photographer II 19.24 13073 - Photographer III 23.84 13074 - Photographer IV 29.17 13075 - Photographer V 35.29 13110 - Video Teleconference Technician 17.9114000 - Information Technology Occupations 14041 - Computer Operator I 16.03 14042 - Computer Operator II 17.93 14043 - Computer Operator III 19.99 14044 - Computer Operator IV 23.48 14045 - Computer Operator V 24.61 14071 - Computer Programmer I 22.38 14072 - Computer Programmer II 26.04 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 16.03 14160 - Personal Computer Support Technician 23.4815000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.38 15020 - Aircrew Training Devices Instructor (Rated) 33.12 15030 - Air Crew Training Devices Instructor (Pilot) 39.69 15050 - Computer Based Training Specialist / Instructor 27.62 15060 - Educational Technologist 26.64 15070 - Flight Instructor (Pilot) 39.69 15080 - Graphic Artist 25.30 15090 - Technical Instructor 20.74 15095 - Technical Instructor/Course Developer 25.38 15110 - Test Proctor 17.30 15120 - Tutor 17.3016000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.16 16030 - Counter Attendant 9.16 16040 - Dry Cleaner 11.82 16070 - Finisher, Flatwork, Machine 9.16 16090 - Presser, Hand 9.16 16110 - Presser, Machine, Drycleaning 9.16 16130 - Presser, Machine, Shirts 9.16 16160 - Presser, Machine, Wearing Apparel, Laundry 9.16 16190 - Sewing Machine Operator 12.70 16220 - Tailor 13.57 16250 - Washer, Machine 10.0819000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.23 19040 - Tool And Die Maker 27.2621000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 19.24 21030 - Material Coordinator 20.04 21040 - Material Expediter 20.04 21050 - Material Handling Laborer 16.19 21071 - Order Filler 13.52 21080 - Production Line Worker (Food Processing) 19.24 21110 - Shipping Packer 15.57 21130 - Shipping/Receiving Clerk 15.57 21140 - Store Worker I 13.27 21150 - Stock Clerk 19.19 21210 - Tools And Parts Attendant 19.24 21410 - Warehouse Specialist 19.2423000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.87 23021 - Aircraft Mechanic I 24.88 23022 - Aircraft Mechanic II 25.87 23023 - Aircraft Mechanic III 26.77 23040 - Aircraft Mechanic Helper 19.23 23050 - Aircraft, Painter 23.93 23060 - Aircraft Servicer 21.78 23080 - Aircraft Worker 23.09 23110 - Appliance Mechanic 19.30 23120 - Bicycle Repairer 15.18 23125 - Cable Splicer 28.03 23130 - Carpenter, Maintenance 23.76 23140 - Carpet Layer 25.78 23160 - Electrician, Maintenance 29.98 23181 - Electronics Technician Maintenance I 21.55 23182 - Electronics Technician Maintenance II 27.18 23183 - Electronics Technician Maintenance III 27.74 23260 - Fabric Worker 19.01 23290 - Fire Alarm System Mechanic 22.01 23310 - Fire Extinguisher Repairer 17.66 23311 - Fuel Distribution System Mechanic 25.39 23312 - Fuel Distribution System Operator 19.91 23370 - General Maintenance Worker 20.36 23380 - Ground Support Equipment Mechanic 24.88 23381 - Ground Support Equipment Servicer 21.78 23382 - Ground Support Equipment Worker 23.09 23391 - Gunsmith I 17.66 23392 - Gunsmith II 20.36 23393 - Gunsmith III 22.53 23410 - Heating, Ventilation And Air-Conditioning 22.80 Mechanic 23411 - Heating, Ventilation And Air Contditioning 23.71 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.39 23440 - Heavy Equipment Operator 23.00 23460 - Instrument Mechanic 22.53 23465 - Laboratory/Shelter Mechanic 21.55 23470 - Laborer 13.44 23510 - Locksmith 21.75 23530 - Machinery Maintenance Mechanic 21.01 23550 - Machinist, Maintenance 22.01 23580 - Maintenance Trades Helper 16.31 23591 - Metrology Technician I 22.59 23592 - Metrology Technician II 23.38 23593 - Metrology Technician III 24.19 23640 - Millwright 25.77 23710 - Office Appliance Repairer 21.38 23760 - Painter, Maintenance 21.23 23790 - Pipefitter, Maintenance 27.67 23810 - Plumber, Maintenance 24.62 23820 - Pneudraulic Systems Mechanic 22.53 23850 - Rigger 22.53 23870 - Scale Mechanic 20.36 23890 - Sheet-Metal Worker, Maintenance 26.89 23910 - Small Engine Mechanic 21.10 23931 - Telecommunications Mechanic I 23.21 23932 - Telecommunications Mechanic II 24.05 23950 - Telephone Lineman 24.54 23960 - Welder, Combination, Maintenance 22.01 23965 - Well Driller 21.20 23970 - Woodcraft Worker 22.53 23980 - Woodworker 17.6624000 - Personal Needs Occupations 24570 - Child Care Attendant 10.63 24580 - Child Care Center Clerk 14.51 24610 - Chore Aide 9.51 24620 - Family Readiness And Support Services 13.66 Coordinator 24630 - Homemaker 16.1225000 - Plant And System Operations Occupations 25010 - Boiler Tender 25.16 25040 - Sewage Plant Operator 21.30 25070 - Stationary Engineer 25.16 25190 - Ventilation Equipment Tender 17.01 25210 - Water Treatment Plant Operator 21.2327000 - Protective Service Occupations 27004 - Alarm Monitor 17.02 27007 - Baggage Inspector 13.32 27008 - Corrections Officer 18.89 27010 - Court Security Officer 20.41 27030 - Detection Dog Handler 16.62 27040 - Detention Officer 18.89 27070 - Firefighter 21.35 27101 - Guard I 13.32 27102 - Guard II 16.62 27131 - Police Officer I 22.07 27132 - Police Officer II 24.5128000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.14 28042 - Carnival Equipment Repairer 11.89 28043 - Carnival Equpment Worker 9.01 28210 - Gate Attendant/Gate Tender 15.25 28310 - Lifeguard 12.47 28350 - Park Attendant (Aide) 17.05 28510 - Recreation Aide/Health Facility Attendant 12.45 28515 - Recreation Specialist 19.43 28630 - Sports Official 13.59 28690 - Swimming Pool Operator 19.2029000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 23.29 29020 - Hatch Tender 23.29 29030 - Line Handler 23.29 29041 - Stevedore I 21.62 29042 - Stevedore II 24.5330000 - 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 17.88 30022 - Archeological Technician II 19.99 30023 - Archeological Technician III 24.76 30030 - Cartographic Technician 25.01 30040 - Civil Engineering Technician 25.17 30061 - Drafter/CAD Operator I 18.04 30062 - Drafter/CAD Operator II 20.18 30063 - Drafter/CAD Operator III 22.51 30064 - Drafter/CAD Operator IV 27.69 30081 - Engineering Technician I 15.54 30082 - Engineering Technician II 19.08 30083 - Engineering Technician III 21.95 30084 - Engineering Technician IV 24.41 30085 - Engineering Technician V 29.54 30086 - Engineering Technician VI 36.00 30090 - Environmental Technician 20.48 30210 - Laboratory Technician 20.07 30240 - Mathematical Technician 25.01 30361 - Paralegal/Legal Assistant I 17.19 30362 - Paralegal/Legal Assistant II 21.79 30363 - Paralegal/Legal Assistant III 26.66 30364 - Paralegal/Legal Assistant IV 32.25 30390 - Photo-Optics Technician 25.01 30461 - Technical Writer I 20.53 30462 - Technical Writer II 25.11 30463 - Technical Writer III 30.38 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) 22.51 Surface Programs 30621 - Weather Observer, Senior (see 2) 25.0131000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.37 31030 - Bus Driver 17.28 31043 - Driver Courier 14.58 31260 - Parking and Lot Attendant 12.07 31290 - Shuttle Bus Driver 15.77 31310 - Taxi Driver 11.26 31361 - Truckdriver, Light 15.77 31362 - Truckdriver, Medium 21.15 31363 - Truckdriver, Heavy 21.54 31364 - Truckdriver, Tractor-Trailer 21.5499000 - Miscellaneous Occupations 99030 - Cashier 10.19 99050 - Desk Clerk 9.42 99095 - Embalmer 22.23 99251 - Laboratory Animal Caretaker I 9.92 99252 - Laboratory Animal Caretaker II 10.65 99310 - Mortician 30.24 99410 - Pest Controller 17.98 99510 - Photofinishing Worker 12.76 99710 - Recycling Laborer 15.79 99711 - Recycling Specialist 18.79 99730 - Refuse Collector 14.15 99810 - Sales Clerk 12.20 99820 - School Crossing Guard 10.90 99830 - Survey Party Chief 21.44 99831 - Surveying Aide 13.33 99832 - Surveying Technician 18.25 99840 - Vending Machine Attendant 14.51 99841 - Vending Machine Repairer 17.45 99842 - Vending Machine Repairer Helper 14.51____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (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 05-2213 (Rev.-14) was first posted on on 06/25/2013************************************************************************************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.: 2005-2213Diane C. Koplewski Division of | Revision No.: 14Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________State: KansasArea: Kansas Counties of Brown, Clay, Cloud, Coffey, Dickinson, Geary, Jackson, Jefferson, Lyon, Marshall, Morris, Nemaha, Osage, Ottawa, Pottawatomie,Republic, Riley, Saline, Shawnee, Wabaunsee, Washington____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.46 01012 - Accounting Clerk II 14.00 01013 - Accounting Clerk III 15.65 01020 - Administrative Assistant 18.70 01040 - Court Reporter 16.14 01051 - Data Entry Operator I 11.27 01052 - Data Entry Operator II 12.31 01060 - Dispatcher, Motor Vehicle 14.93 01070 - Document Preparation Clerk 12.34 01090 - Duplicating Machine Operator 12.34 01111 - General Clerk I 11.85 01112 - General Clerk II 12.94 01113 - General Clerk III 14.52 01120 - Housing Referral Assistant 16.31 01141 - Messenger Courier 9.90 01191 - Order Clerk I 11.73 01192 - Order Clerk II 12.93 01261 - Personnel Assistant (Employment) I 13.97 01262 - Personnel Assistant (Employment) II 15.59 01263 - Personnel Assistant (Employment) III 17.37 01270 - Production Control Clerk 21.17 01280 - Receptionist 11.12 01290 - Rental Clerk 12.18 01300 - Scheduler, Maintenance 12.18 01311 - Secretary I 12.18 01312 - Secretary II 14.66 01313 - Secretary III 16.31 01320 - Service Order Dispatcher 12.18 01410 - Supply Technician 18.70 01420 - Survey Worker 13.09 01531 - Travel Clerk I 12.58 01532 - Travel Clerk II 13.25 01533 - Travel Clerk III 14.27 01611 - Word Processor I 12.47 01612 - Word Processor II 14.01 01613 - Word Processor III 15.9305000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 19.18 05010 - Automotive Electrician 17.36 05040 - Automotive Glass Installer 16.62 05070 - Automotive Worker 16.62 05110 - Mobile Equipment Servicer 15.23 05130 - Motor Equipment Metal Mechanic 18.03 05160 - Motor Equipment Metal Worker 16.62 05190 - Motor Vehicle Mechanic 18.03 05220 - Motor Vehicle Mechanic Helper 14.59 05250 - Motor Vehicle Upholstery Worker 15.96 05280 - Motor Vehicle Wrecker 16.62 05310 - Painter, Automotive 17.36 05340 - Radiator Repair Specialist 16.62 05370 - Tire Repairer 12.95 05400 - Transmission Repair Specialist 18.0307000 - Food Preparation And Service Occupations 07010 - Baker 12.42 07041 - Cook I 10.66 07042 - Cook II 12.27 07070 - Dishwasher 7.46 07130 - Food Service Worker 8.41 07210 - Meat Cutter 13.93 07260 - Waiter/Waitress 7.7509000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 18.00 09040 - Furniture Handler 12.56 09080 - Furniture Refinisher 18.00 09090 - Furniture Refinisher Helper 13.93 09110 - Furniture Repairer, Minor 16.07 09130 - Upholsterer 18.0011000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.55 11060 - Elevator Operator 10.32 11090 - Gardener 12.68 11122 - Housekeeping Aide 10.32 11150 - Janitor 10.32 11210 - Laborer, Grounds Maintenance 11.36 11240 - Maid or Houseman 8.22 11260 - Pruner 10.25 11270 - Tractor Operator 12.12 11330 - Trail Maintenance Worker 11.36 11360 - Window Cleaner 11.5112000 - Health Occupations 12010 - Ambulance Driver 14.82 12011 - Breath Alcohol Technician 14.82 12012 - Certified Occupational Therapist Assistant 21.92 12015 - Certified Physical Therapist Assistant 21.90 12020 - Dental Assistant 13.77 12025 - Dental Hygienist 34.41 12030 - EKG Technician 23.18 12035 - Electroneurodiagnostic Technologist 23.18 12040 - Emergency Medical Technician 14.82 12071 - Licensed Practical Nurse I 13.93 12072 - Licensed Practical Nurse II 15.58 12073 - Licensed Practical Nurse III 17.37 12100 - Medical Assistant 11.83 12130 - Medical Laboratory Technician 13.81 12160 - Medical Record Clerk 13.37 12190 - Medical Record Technician 14.95 12195 - Medical Transcriptionist 14.84 12210 - Nuclear Medicine Technologist 33.67 12221 - Nursing Assistant I 9.70 12222 - Nursing Assistant II 10.91 12223 - Nursing Assistant III 11.90 12224 - Nursing Assistant IV 13.35 12235 - Optical Dispenser 14.27 12236 - Optical Technician 13.69 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 13.35 12305 - Radiologic Technologist 21.99 12311 - Registered Nurse I 21.78 12312 - Registered Nurse II 26.63 12313 - Registered Nurse II, Specialist 26.63 12314 - Registered Nurse III 32.22 12315 - Registered Nurse III, Anesthetist 32.22 12316 - Registered Nurse IV 38.61 12317 - Scheduler (Drug and Alcohol Testing) 18.4113000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.03 13012 - Exhibits Specialist II 22.33 13013 - Exhibits Specialist III 27.34 13041 - Illustrator I 18.03 13042 - Illustrator II 22.33 13043 - Illustrator III 27.34 13047 - Librarian 24.76 13050 - Library Aide/Clerk 11.56 13054 - Library Information Technology Systems 22.33 Administrator 13058 - Library Technician 15.31 13061 - Media Specialist I 16.12 13062 - Media Specialist II 18.03 13063 - Media Specialist III 20.11 13071 - Photographer I 14.78 13072 - Photographer II 16.56 13073 - Photographer III 20.49 13074 - Photographer IV 25.06 13075 - Photographer V 30.32 13110 - Video Teleconference Technician 14.9914000 - Information Technology Occupations 14041 - Computer Operator I 14.72 14042 - Computer Operator II 16.86 14043 - Computer Operator III 17.92 14044 - Computer Operator IV 20.46 14045 - Computer Operator V 22.66 14071 - Computer Programmer I 22.89 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14.72 14160 - Personal Computer Support Technician 20.4615000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.18 15020 - Aircrew Training Devices Instructor (Rated) 32.87 15030 - Air Crew Training Devices Instructor (Pilot) 39.03 15050 - Computer Based Training Specialist / Instructor 27.18 15060 - Educational Technologist 26.40 15070 - Flight Instructor (Pilot) 39.03 15080 - Graphic Artist 21.89 15090 - Technical Instructor 19.59 15095 - Technical Instructor/Course Developer 23.98 15110 - Test Proctor 15.80 15120 - Tutor 15.8016000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.85 16030 - Counter Attendant 8.85 16040 - Dry Cleaner 11.22 16070 - Finisher, Flatwork, Machine 8.85 16090 - Presser, Hand 8.85 16110 - Presser, Machine, Drycleaning 8.85 16130 - Presser, Machine, Shirts 8.85 16160 - Presser, Machine, Wearing Apparel, Laundry 8.85 16190 - Sewing Machine Operator 11.96 16220 - Tailor 12.71 16250 - Washer, Machine 9.6119000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.87 19040 - Tool And Die Maker 23.3821000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.02 21030 - Material Coordinator 21.17 21040 - Material Expediter 21.17 21050 - Material Handling Laborer 12.52 21071 - Order Filler 13.16 21080 - Production Line Worker (Food Processing) 15.02 21110 - Shipping Packer 15.40 21130 - Shipping/Receiving Clerk 15.40 21140 - Store Worker I 12.07 21150 - Stock Clerk 16.14 21210 - Tools And Parts Attendant 15.02 21410 - Warehouse Specialist 15.0223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 26.51 23021 - Aircraft Mechanic I 25.37 23022 - Aircraft Mechanic II 26.51 23023 - Aircraft Mechanic III 27.39 23040 - Aircraft Mechanic Helper 18.95 23050 - Aircraft, Painter 24.10 23060 - Aircraft Servicer 21.55 23080 - Aircraft Worker 22.42 23110 - Appliance Mechanic 19.87 23120 - Bicycle Repairer 12.95 23125 - Cable Splicer 26.52 23130 - Carpenter, Maintenance 19.62 23140 - Carpet Layer 18.42 23160 - Electrician, Maintenance 21.74 23181 - Electronics Technician Maintenance I 20.77 23182 - Electronics Technician Maintenance II 21.84 23183 - Electronics Technician Maintenance III 24.76 23260 - Fabric Worker 17.73 23290 - Fire Alarm System Mechanic 20.38 23310 - Fire Extinguisher Repairer 16.50 23311 - Fuel Distribution System Mechanic 23.81 23312 - Fuel Distribution System Operator 17.46 23370 - General Maintenance Worker 17.73 23380 - Ground Support Equipment Mechanic 25.37 23381 - Ground Support Equipment Servicer 21.55 23382 - Ground Support Equipment Worker 22.42 23391 - Gunsmith I 16.50 23392 - Gunsmith II 18.78 23393 - Gunsmith III 22.42 23410 - Heating, Ventilation And Air-Conditioning 21.63 Mechanic 23411 - Heating, Ventilation And Air Contditioning 22.39 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.04 23440 - Heavy Equipment Operator 18.63 23460 - Instrument Mechanic 23.38 23465 - Laboratory/Shelter Mechanic 19.87 23470 - Laborer 11.21 23510 - Locksmith 19.87 23530 - Machinery Maintenance Mechanic 22.64 23550 - Machinist, Maintenance 18.16 23580 - Maintenance Trades Helper 14.11 23591 - Metrology Technician I 23.81 23592 - Metrology Technician II 22.55 23593 - Metrology Technician III 23.45 23640 - Millwright 23.27 23710 - Office Appliance Repairer 19.78 23760 - Painter, Maintenance 19.02 23790 - Pipefitter, Maintenance 25.50 23810 - Plumber, Maintenance 24.55 23820 - Pneudraulic Systems Mechanic 22.42 23850 - Rigger 22.42 23870 - Scale Mechanic 18.78 23890 - Sheet-Metal Worker, Maintenance 23.81 23910 - Small Engine Mechanic 18.78 23931 - Telecommunications Mechanic I 23.81 23932 - Telecommunications Mechanic II 27.20 23950 - Telephone Lineman 24.21 23960 - Welder, Combination, Maintenance 19.18 23965 - Well Driller 22.42 23970 - Woodcraft Worker 22.42 23980 - Woodworker 16.5024000 - Personal Needs Occupations 24570 - Child Care Attendant 10.42 24580 - Child Care Center Clerk 15.05 24610 - Chore Aide 12.03 24620 - Family Readiness And Support Services 13.73 Coordinator 24630 - Homemaker 17.6625000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.42 25040 - Sewage Plant Operator 19.87 25070 - Stationary Engineer 22.42 25190 - Ventilation Equipment Tender 15.37 25210 - Water Treatment Plant Operator 19.8727000 - Protective Service Occupations 27004 - Alarm Monitor 14.07 27007 - Baggage Inspector 12.40 27008 - Corrections Officer 15.26 27010 - Court Security Officer 17.84 27030 - Detection Dog Handler 13.87 27040 - Detention Officer 15.26 27070 - Firefighter 17.84 27101 - Guard I 12.40 27102 - Guard II 13.87 27131 - Police Officer I 19.05 27132 - Police Officer II 21.1828000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.17 28042 - Carnival Equipment Repairer 12.55 28043 - Carnival Equpment Worker 9.72 28210 - Gate Attendant/Gate Tender 14.00 28310 - Lifeguard 12.47 28350 - Park Attendant (Aide) 15.66 28510 - Recreation Aide/Health Facility Attendant 11.96 28515 - Recreation Specialist 15.16 28630 - Sports Official 13.06 28690 - Swimming Pool Operator 16.8529000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.26 29020 - Hatch Tender 20.26 29030 - Line Handler 20.26 29041 - Stevedore I 19.39 29042 - Stevedore II 21.4530000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.67 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.12 30022 - Archeological Technician II 19.48 30023 - Archeological Technician III 22.96 30030 - Cartographic Technician 23.01 30040 - Civil Engineering Technician 20.62 30061 - Drafter/CAD Operator I 16.60 30062 - Drafter/CAD Operator II 18.57 30063 - Drafter/CAD Operator III 20.73 30064 - Drafter/CAD Operator IV 25.50 30081 - Engineering Technician I 16.89 30082 - Engineering Technician II 17.92 30083 - Engineering Technician III 20.05 30084 - Engineering Technician IV 24.85 30085 - Engineering Technician V 30.39 30086 - Engineering Technician VI 36.79 30090 - Environmental Technician 23.01 30210 - Laboratory Technician 23.53 30240 - Mathematical Technician 23.01 30361 - Paralegal/Legal Assistant I 18.97 30362 - Paralegal/Legal Assistant II 23.52 30363 - Paralegal/Legal Assistant III 28.76 30364 - Paralegal/Legal Assistant IV 34.79 30390 - Photo-Optics Technician 24.16 30461 - Technical Writer I 23.01 30462 - Technical Writer II 28.14 30463 - Technical Writer III 34.05 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) 21.74 Surface Programs 30621 - Weather Observer, Senior (see 2) 23.0131000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.14 31030 - Bus Driver 16.67 31043 - Driver Courier 14.75 31260 - Parking and Lot Attendant 11.23 31290 - Shuttle Bus Driver 15.82 31310 - Taxi Driver 13.86 31361 - Truckdriver, Light 15.82 31362 - Truckdriver, Medium 16.58 31363 - Truckdriver, Heavy 17.23 31364 - Truckdriver, Tractor-Trailer 17.2399000 - Miscellaneous Occupations 99030 - Cashier 8.03 99050 - Desk Clerk 9.94 99095 - Embalmer 23.05 99251 - Laboratory Animal Caretaker I 10.80 99252 - Laboratory Animal Caretaker II 11.46 99310 - Mortician 23.05 99410 - Pest Controller 15.30 99510 - Photofinishing Worker 14.29 99710 - Recycling Laborer 13.16 99711 - Recycling Specialist 15.64 99730 - Refuse Collector 11.91 99810 - Sales Clerk 11.92 99820 - School Crossing Guard 12.01 99830 - Survey Party Chief 19.88 99831 - Surveying Aide 12.44 99832 - Surveying Technician 15.54 99840 - Vending Machine Attendant 13.20 99841 - Vending Machine Repairer 15.03 99842 - Vending Machine Repairer Helper 13.20____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications; (2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications; (3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powderand photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, explosives, and incendiary material differential pay.** UNIFORM ALLOWANCE **If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:The contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)}Conformance Process:The contracting officer shall require that any class of service employee which isnot listed herein and which is to be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to beconformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.5) The contracting officer transmits the Wage and Hour decision to the contractor.6) The contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.WD 05-2215 (Rev.-15) was first posted on on 06/25/2013************************************************************************************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.: 2005-2215Diane C. Koplewski Division of | Revision No.: 15Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________State: KansasArea: Kansas Counties of Allen, Barber, Barton, Bourbon, Butler, Chase,Chautauqua, Cherokee, Cheyenne, Clark, Comanche, Cowley, Crawford, Decatur,Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Gove, Graham, Grant, Gray,Greeley, Greenwood, Hamilton, Harper, Harvey, Haskell, Hodgeman, Jewell,Kearny, Kingman, Kiowa, Labette, Lane, Lincoln, Logan, Marion, McPherson,Meade, Mitchell, Montgomery, Morton, Neosho, Ness, Norton, Osborne, Pawnee,Phillips, Pratt, Rawlins, Reno, Rice, Rooks, Rush, Russell, Scott, Sedgwick,Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Sumner, Thomas,Trego, Wallace, Wichita, Wilson, Woodson____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.69 01012 - Accounting Clerk II 15.89 01013 - Accounting Clerk III 17.75 01020 - Administrative Assistant 19.09 01040 - Court Reporter 22.72 01051 - Data Entry Operator I 13.80 01052 - Data Entry Operator II 15.07 01060 - Dispatcher, Motor Vehicle 16.19 01070 - Document Preparation Clerk 14.46 01090 - Duplicating Machine Operator 14.47 01111 - General Clerk I 11.59 01112 - General Clerk II 12.65 01113 - General Clerk III 14.20 01120 - Housing Referral Assistant 16.15 01141 - Messenger Courier 12.43 01191 - Order Clerk I 12.48 01192 - Order Clerk II 13.62 01261 - Personnel Assistant (Employment) I 14.14 01262 - Personnel Assistant (Employment) II 15.81 01263 - Personnel Assistant (Employment) III 17.85 01270 - Production Control Clerk 20.84 01280 - Receptionist 10.96 01290 - Rental Clerk 13.83 01300 - Scheduler, Maintenance 12.55 01311 - Secretary I 12.55 01312 - Secretary II 14.04 01313 - Secretary III 16.15 01320 - Service Order Dispatcher 14.01 01410 - Supply Technician 19.09 01420 - Survey Worker 13.37 01531 - Travel Clerk I 12.58 01532 - Travel Clerk II 13.25 01533 - Travel Clerk III 14.27 01611 - Word Processor I 11.87 01612 - Word Processor II 13.24 01613 - Word Processor III 14.7405000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 20.95 05010 - Automotive Electrician 19.91 05040 - Automotive Glass Installer 19.06 05070 - Automotive Worker 19.06 05110 - Mobile Equipment Servicer 16.98 05130 - Motor Equipment Metal Mechanic 20.95 05160 - Motor Equipment Metal Worker 19.06 05190 - Motor Vehicle Mechanic 21.18 05220 - Motor Vehicle Mechanic Helper 15.92 05250 - Motor Vehicle Upholstery Worker 18.02 05280 - Motor Vehicle Wrecker 19.06 05310 - Painter, Automotive 19.91 05340 - Radiator Repair Specialist 19.06 05370 - Tire Repairer 15.62 05400 - Transmission Repair Specialist 20.9507000 - Food Preparation And Service Occupations 07010 - Baker 11.71 07041 - Cook I 10.46 07042 - Cook II 11.75 07070 - Dishwasher 7.66 07130 - Food Service Worker 8.12 07210 - Meat Cutter 13.67 07260 - Waiter/Waitress 8.1409000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 19.62 09040 - Furniture Handler 13.76 09080 - Furniture Refinisher 19.62 09090 - Furniture Refinisher Helper 15.66 09110 - Furniture Repairer, Minor 17.54 09130 - Upholsterer 19.6211000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.31 11060 - Elevator Operator 10.62 11090 - Gardener 11.43 11122 - Housekeeping Aide 10.62 11150 - Janitor 10.62 11210 - Laborer, Grounds Maintenance 10.55 11240 - Maid or Houseman 8.83 11260 - Pruner 9.68 11270 - Tractor Operator 11.39 11330 - Trail Maintenance Worker 10.55 11360 - Window Cleaner 11.5712000 - Health Occupations 12010 - Ambulance Driver 16.19 12011 - Breath Alcohol Technician 15.23 12012 - Certified Occupational Therapist Assistant 21.08 12015 - Certified Physical Therapist Assistant 20.99 12020 - Dental Assistant 15.32 12025 - Dental Hygienist 29.85 12030 - EKG Technician 21.59 12035 - Electroneurodiagnostic Technologist 21.59 12040 - Emergency Medical Technician 16.19 12071 - Licensed Practical Nurse I 14.10 12072 - Licensed Practical Nurse II 15.77 12073 - Licensed Practical Nurse III 17.59 12100 - Medical Assistant 12.05 12130 - Medical Laboratory Technician 13.97 12160 - Medical Record Clerk 13.01 12190 - Medical Record Technician 14.89 12195 - Medical Transcriptionist 14.22 12210 - Nuclear Medicine Technologist 32.84 12221 - Nursing Assistant I 9.71 12222 - Nursing Assistant II 10.92 12223 - Nursing Assistant III 11.92 12224 - Nursing Assistant IV 13.37 12235 - Optical Dispenser 13.59 12236 - Optical Technician 13.86 12250 - Pharmacy Technician 14.75 12280 - Phlebotomist 13.37 12305 - Radiologic Technologist 20.92 12311 - Registered Nurse I 20.98 12312 - Registered Nurse II 25.67 12313 - Registered Nurse II, Specialist 25.67 12314 - Registered Nurse III 31.05 12315 - Registered Nurse III, Anesthetist 31.05 12316 - Registered Nurse IV 37.22 12317 - Scheduler (Drug and Alcohol Testing) 19.5413000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.44 13012 - Exhibits Specialist II 21.59 13013 - Exhibits Specialist III 26.42 13041 - Illustrator I 17.44 13042 - Illustrator II 21.59 13043 - Illustrator III 26.42 13047 - Librarian 23.91 13050 - Library Aide/Clerk 12.63 13054 - Library Information Technology Systems 19.64 Administrator 13058 - Library Technician 14.40 13061 - Media Specialist I 16.19 13062 - Media Specialist II 18.05 13063 - Media Specialist III 20.13 13071 - Photographer I 13.75 13072 - Photographer II 16.29 13073 - Photographer III 20.16 13074 - Photographer IV 24.59 13075 - Photographer V 29.83 13110 - Video Teleconference Technician 15.5914000 - Information Technology Occupations 14041 - Computer Operator I 17.92 14042 - Computer Operator II 18.33 14043 - Computer Operator III 21.46 14044 - Computer Operator IV 23.01 14045 - Computer Operator V 25.46 14071 - Computer Programmer I 22.75 14072 - Computer Programmer II 25.78 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 17.92 14160 - Personal Computer Support Technician 24.0415000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.83 15020 - Aircrew Training Devices Instructor (Rated) 34.88 15030 - Air Crew Training Devices Instructor (Pilot) 40.05 15050 - Computer Based Training Specialist / Instructor 28.83 15060 - Educational Technologist 26.09 15070 - Flight Instructor (Pilot) 40.05 15080 - Graphic Artist 21.75 15090 - Technical Instructor 17.81 15095 - Technical Instructor/Course Developer 21.79 15110 - Test Proctor 14.37 15120 - Tutor 14.3716000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.85 16030 - Counter Attendant 8.85 16040 - Dry Cleaner 11.22 16070 - Finisher, Flatwork, Machine 8.85 16090 - Presser, Hand 8.85 16110 - Presser, Machine, Drycleaning 8.85 16130 - Presser, Machine, Shirts 8.85 16160 - Presser, Machine, Wearing Apparel, Laundry 8.85 16190 - Sewing Machine Operator 11.96 16220 - Tailor 12.71 16250 - Washer, Machine 9.6119000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 22.95 19040 - Tool And Die Maker 29.9521000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 15.06 21030 - Material Coordinator 21.09 21040 - Material Expediter 21.09 21050 - Material Handling Laborer 11.21 21071 - Order Filler 12.00 21080 - Production Line Worker (Food Processing) 15.06 21110 - Shipping Packer 16.54 21130 - Shipping/Receiving Clerk 16.54 21140 - Store Worker I 14.77 21150 - Stock Clerk 18.92 21210 - Tools And Parts Attendant 15.06 21410 - Warehouse Specialist 15.0623000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.92 23021 - Aircraft Mechanic I 24.68 23022 - Aircraft Mechanic II 25.92 23023 - Aircraft Mechanic III 27.21 23040 - Aircraft Mechanic Helper 18.46 23050 - Aircraft, Painter 22.94 23060 - Aircraft Servicer 20.90 23080 - Aircraft Worker 22.11 23110 - Appliance Mechanic 19.62 23120 - Bicycle Repairer 15.62 23125 - Cable Splicer 24.49 23130 - Carpenter, Maintenance 19.62 23140 - Carpet Layer 18.15 23160 - Electrician, Maintenance 21.21 23181 - Electronics Technician Maintenance I 24.31 23182 - Electronics Technician Maintenance II 25.52 23183 - Electronics Technician Maintenance III 30.71 23260 - Fabric Worker 17.67 23290 - Fire Alarm System Mechanic 19.95 23310 - Fire Extinguisher Repairer 16.71 23311 - Fuel Distribution System Mechanic 21.21 23312 - Fuel Distribution System Operator 17.45 23370 - General Maintenance Worker 18.69 23380 - Ground Support Equipment Mechanic 24.68 23381 - Ground Support Equipment Servicer 20.90 23382 - Ground Support Equipment Worker 22.11 23391 - Gunsmith I 16.71 23392 - Gunsmith II 18.69 23393 - Gunsmith III 20.58 23410 - Heating, Ventilation And Air-Conditioning 20.58 Mechanic 23411 - Heating, Ventilation And Air Contditioning 21.53 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.67 23440 - Heavy Equipment Operator 20.58 23460 - Instrument Mechanic 21.96 23465 - Laboratory/Shelter Mechanic 19.62 23470 - Laborer 11.21 23510 - Locksmith 20.86 23530 - Machinery Maintenance Mechanic 21.70 23550 - Machinist, Maintenance 20.58 23580 - Maintenance Trades Helper 15.77 23591 - Metrology Technician I 21.96 23592 - Metrology Technician II 23.03 23593 - Metrology Technician III 24.00 23640 - Millwright 20.58 23710 - Office Appliance Repairer 19.00 23760 - Painter, Maintenance 18.96 23790 - Pipefitter, Maintenance 22.34 23810 - Plumber, Maintenance 21.22 23820 - Pneudraulic Systems Mechanic 20.58 23850 - Rigger 20.58 23870 - Scale Mechanic 18.69 23890 - Sheet-Metal Worker, Maintenance 21.95 23910 - Small Engine Mechanic 18.69 23931 - Telecommunications Mechanic I 23.82 23932 - Telecommunications Mechanic II 24.92 23950 - Telephone Lineman 23.77 23960 - Welder, Combination, Maintenance 19.95 23965 - Well Driller 20.58 23970 - Woodcraft Worker 20.58 23980 - Woodworker 16.7124000 - Personal Needs Occupations 24570 - Child Care Attendant 10.20 24580 - Child Care Center Clerk 12.75 24610 - Chore Aide 10.01 24620 - Family Readiness And Support Services 12.73 Coordinator 24630 - Homemaker 16.2525000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.93 25040 - Sewage Plant Operator 23.96 25070 - Stationary Engineer 25.22 25190 - Ventilation Equipment Tender 16.68 25210 - Water Treatment Plant Operator 20.8627000 - Protective Service Occupations 27004 - Alarm Monitor 16.74 27007 - Baggage Inspector 12.36 27008 - Corrections Officer 15.13 27010 - Court Security Officer 16.04 27030 - Detection Dog Handler 17.18 27040 - Detention Officer 15.13 27070 - Firefighter 17.61 27101 - Guard I 12.36 27102 - Guard II 17.18 27131 - Police Officer I 18.17 27132 - Police Officer II 20.1928000 - Recreation Occupations 28041 - Carnival Equipment Operator 11.43 28042 - Carnival Equipment Repairer 12.08 28043 - Carnival Equpment Worker 9.29 28210 - Gate Attendant/Gate Tender 14.32 28310 - Lifeguard 10.82 28350 - Park Attendant (Aide) 16.01 28510 - Recreation Aide/Health Facility Attendant 11.69 28515 - Recreation Specialist 19.85 28630 - Sports Official 12.76 28690 - Swimming Pool Operator 15.8129000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 18.69 29020 - Hatch Tender 18.69 29030 - Line Handler 18.69 29041 - Stevedore I 16.97 29042 - Stevedore II 19.6230000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 25.90 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.30 30022 - Archeological Technician II 18.10 30023 - Archeological Technician III 22.43 30030 - Cartographic Technician 22.43 30040 - Civil Engineering Technician 19.66 30061 - Drafter/CAD Operator I 16.18 30062 - Drafter/CAD Operator II 18.10 30063 - Drafter/CAD Operator III 20.18 30064 - Drafter/CAD Operator IV 24.83 30081 - Engineering Technician I 16.25 30082 - Engineering Technician II 18.25 30083 - Engineering Technician III 22.54 30084 - Engineering Technician IV 24.66 30085 - Engineering Technician V 33.08 30086 - Engineering Technician VI (see 3) 40.00 30090 - Environmental Technician 22.43 30210 - Laboratory Technician 20.33 30240 - Mathematical Technician 23.48 30361 - Paralegal/Legal Assistant I 18.18 30362 - Paralegal/Legal Assistant II 23.48 30363 - Paralegal/Legal Assistant III 28.72 30364 - Paralegal/Legal Assistant IV 33.95 30390 - Photo-Optics Technician 23.48 30461 - Technical Writer I 20.98 30462 - Technical Writer II 25.67 30463 - Technical Writer III 31.05 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 23.01 30495 - Unexploded (UXO) Sweep Personnel 23.00 30620 - Weather Observer, Combined Upper Air Or 20.18 Surface Programs 30621 - Weather Observer, Senior 22.4331000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.85 31030 - Bus Driver 13.88 31043 - Driver Courier 11.90 31260 - Parking and Lot Attendant 9.19 31290 - Shuttle Bus Driver 12.61 31310 - Taxi Driver 9.48 31361 - Truckdriver, Light 12.61 31362 - Truckdriver, Medium 12.87 31363 - Truckdriver, Heavy 18.13 31364 - Truckdriver, Tractor-Trailer 18.1399000 - Miscellaneous Occupations 99030 - Cashier 8.25 99050 - Desk Clerk 9.27 99095 - Embalmer 24.91 99251 - Laboratory Animal Caretaker I 8.96 99252 - Laboratory Animal Caretaker II 9.49 99310 - Mortician 24.91 99410 - Pest Controller 18.68 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 15.15 99711 - Recycling Specialist 17.51 99730 - Refuse Collector 12.75 99810 - Sales Clerk 11.90 99820 - School Crossing Guard 10.33 99830 - Survey Party Chief 20.22 99831 - Surveying Aide 12.47 99832 - Surveying Technician 17.11 99840 - Vending Machine Attendant 13.31 99841 - Vending Machine Repairer 15.81 99842 - Vending Machine Repairer Helper 13.31____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 10 years, and 4 after 20 years. Length of service includesthe whole span of continuous service with the present contractor or successor,wherever employed, and with the predecessor contractors in the performance ofsimilar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, MartinLuther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day,Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, andChristmas Day. A contractor may substitute for any of the named holidays anotherday off with pay in accordance 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).3) Does not apply to employees employed in a bona fide executive, administrative,or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156)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 05-2311 (Rev.-14) was first posted on on 06/25/2013************************************************************************************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.: 2005-2311Diane C. Koplewski Division of | Revision No.: 14Director Wage Determinations| Date Of Revision: 06/19/2013_______________________________________|____________________________________________State: MissouriArea: Missouri Counties of Barry, Barton, Benton, Bollinger, Butler, Camden,Cape Girardeau, Carter, Cedar, Christian, Dade, Dallas, Dent, Douglas, Dunklin, Greene, Hickory, Howell, Iron, Jasper, Laclede, Lawrence, Madison, Maries,McDonald, Miller, Mississippi, Moniteau, Morgan, New Madrid, Newton, Oregon,Ozark, Pemiscot, Perry, Phelps, Polk, Pulaski, Reynolds, Ripley, Scott,Shannon, St Clair, Stoddard, Stone, Taney, Texas, Vernon, Wayne, Webster,Wright____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 12.21 01012 - Accounting Clerk II 13.71 01013 - Accounting Clerk III 15.33 01020 - Administrative Assistant 17.39 01040 - Court Reporter 13.70 01051 - Data Entry Operator I 10.72 01052 - Data Entry Operator II 11.70 01060 - Dispatcher, Motor Vehicle 13.70 01070 - Document Preparation Clerk 11.35 01090 - Duplicating Machine Operator 11.35 01111 - General Clerk I 10.87 01112 - General Clerk II 11.86 01113 - General Clerk III 13.87 01120 - Housing Referral Assistant 15.00 01141 - Messenger Courier 10.41 01191 - Order Clerk I 10.72 01192 - Order Clerk II 12.17 01261 - Personnel Assistant (Employment) I 12.67 01262 - Personnel Assistant (Employment) II 14.17 01263 - Personnel Assistant (Employment) III 17.38 01270 - Production Control Clerk 16.57 01280 - Receptionist 10.49 01290 - Rental Clerk 12.62 01300 - Scheduler, Maintenance 12.02 01311 - Secretary I 12.02 01312 - Secretary II 13.45 01313 - Secretary III 15.00 01320 - Service Order Dispatcher 12.52 01410 - Supply Technician 17.39 01420 - Survey Worker 13.59 01531 - Travel Clerk I 11.95 01532 - Travel Clerk II 12.86 01533 - Travel Clerk III 13.72 01611 - Word Processor I 11.09 01612 - Word Processor II 12.45 01613 - Word Processor III 14.1005000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.23 05010 - Automotive Electrician 16.87 05040 - Automotive Glass Installer 15.76 05070 - Automotive Worker 15.76 05110 - Mobile Equipment Servicer 14.19 05130 - Motor Equipment Metal Mechanic 17.31 05160 - Motor Equipment Metal Worker 15.76 05190 - Motor Vehicle Mechanic 17.31 05220 - Motor Vehicle Mechanic Helper 13.33 05250 - Motor Vehicle Upholstery Worker 15.36 05280 - Motor Vehicle Wrecker 15.76 05310 - Painter, Automotive 16.62 05340 - Radiator Repair Specialist 15.76 05370 - Tire Repairer 10.96 05400 - Transmission Repair Specialist 17.3107000 - Food Preparation And Service Occupations 07010 - Baker 12.02 07041 - Cook I 9.41 07042 - Cook II 10.55 07070 - Dishwasher 8.09 07130 - Food Service Worker 8.82 07210 - Meat Cutter 12.88 07260 - Waiter/Waitress 8.7709000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 15.84 09040 - Furniture Handler 10.52 09080 - Furniture Refinisher 15.84 09090 - Furniture Refinisher Helper 12.95 09110 - Furniture Repairer, Minor 14.06 09130 - Upholsterer 14.5911000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.26 11060 - Elevator Operator 10.55 11090 - Gardener 14.73 11122 - Housekeeping Aide 10.55 11150 - Janitor 10.82 11210 - Laborer, Grounds Maintenance 11.42 11240 - Maid or Houseman 9.04 11260 - Pruner 11.41 11270 - Tractor Operator 13.68 11330 - Trail Maintenance Worker 11.42 11360 - Window Cleaner 12.2312000 - Health Occupations 12010 - Ambulance Driver 16.46 12011 - Breath Alcohol Technician 16.46 12012 - Certified Occupational Therapist Assistant 20.83 12015 - Certified Physical Therapist Assistant 18.20 12020 - Dental Assistant 15.71 12025 - Dental Hygienist 30.78 12030 - EKG Technician 23.85 12035 - Electroneurodiagnostic Technologist 23.85 12040 - Emergency Medical Technician 16.46 12071 - Licensed Practical Nurse I 14.72 12072 - Licensed Practical Nurse II 16.46 12073 - Licensed Practical Nurse III 18.36 12100 - Medical Assistant 11.54 12130 - Medical Laboratory Technician 13.19 12160 - Medical Record Clerk 13.26 12190 - Medical Record Technician 14.83 12195 - Medical Transcriptionist 13.22 12210 - Nuclear Medicine Technologist 31.37 12221 - Nursing Assistant I 10.30 12222 - Nursing Assistant II 11.58 12223 - Nursing Assistant III 12.64 12224 - Nursing Assistant IV 14.19 12235 - Optical Dispenser 12.71 12236 - Optical Technician 12.35 12250 - Pharmacy Technician 13.41 12280 - Phlebotomist 14.19 12305 - Radiologic Technologist 23.85 12311 - Registered Nurse I 21.22 12312 - Registered Nurse II 25.95 12313 - Registered Nurse II, Specialist 25.95 12314 - Registered Nurse III 31.40 12315 - Registered Nurse III, Anesthetist 31.40 12316 - Registered Nurse IV 37.64 12317 - Scheduler (Drug and Alcohol Testing) 20.3913000 - Information And Arts Occupations 13011 - Exhibits Specialist I 18.13 13012 - Exhibits Specialist II 22.20 13013 - Exhibits Specialist III 24.73 13041 - Illustrator I 18.13 13042 - Illustrator II 22.20 13043 - Illustrator III 24.73 13047 - Librarian 21.91 13050 - Library Aide/Clerk 12.51 13054 - Library Information Technology Systems 19.78 Administrator 13058 - Library Technician 14.15 13061 - Media Specialist I 14.27 13062 - Media Specialist II 15.96 13063 - Media Specialist III 17.80 13071 - Photographer I 12.42 13072 - Photographer II 15.34 13073 - Photographer III 19.91 13074 - Photographer IV 24.34 13075 - Photographer V 30.59 13110 - Video Teleconference Technician 14.9214000 - Information Technology Occupations 14041 - Computer Operator I 14.31 14042 - Computer Operator II 16.01 14043 - Computer Operator III 17.85 14044 - Computer Operator IV 19.84 14045 - Computer Operator V 21.96 14071 - Computer Programmer I (see 1) 15.95 14072 - Computer Programmer II (see 1) 19.77 14073 - Computer Programmer III (see 1) 24.18 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14.31 14160 - Personal Computer Support Technician 19.8415000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 28.62 15020 - Aircrew Training Devices Instructor (Rated) 34.61 15030 - Air Crew Training Devices Instructor (Pilot) 39.95 15050 - Computer Based Training Specialist / Instructor 28.62 15060 - Educational Technologist 23.17 15070 - Flight Instructor (Pilot) 39.95 15080 - Graphic Artist 20.17 15090 - Technical Instructor 17.04 15095 - Technical Instructor/Course Developer 20.84 15110 - Test Proctor 13.75 15120 - Tutor 13.7516000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.18 16030 - Counter Attendant 9.18 16040 - Dry Cleaner 11.31 16070 - Finisher, Flatwork, Machine 9.18 16090 - Presser, Hand 9.18 16110 - Presser, Machine, Drycleaning 9.18 16130 - Presser, Machine, Shirts 9.18 16160 - Presser, Machine, Wearing Apparel, Laundry 9.18 16190 - Sewing Machine Operator 11.95 16220 - Tailor 12.63 16250 - Washer, Machine 9.9519000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 17.26 19040 - Tool And Die Maker 21.2521000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 12.10 21030 - Material Coordinator 15.76 21040 - Material Expediter 15.76 21050 - Material Handling Laborer 11.24 21071 - Order Filler 11.62 21080 - Production Line Worker (Food Processing) 12.10 21110 - Shipping Packer 11.86 21130 - Shipping/Receiving Clerk 11.86 21140 - Store Worker I 10.52 21150 - Stock Clerk 14.09 21210 - Tools And Parts Attendant 12.10 21410 - Warehouse Specialist 12.1023000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 21.37 23021 - Aircraft Mechanic I 20.20 23022 - Aircraft Mechanic II 21.37 23023 - Aircraft Mechanic III 22.47 23040 - Aircraft Mechanic Helper 15.57 23050 - Aircraft, Painter 19.14 23060 - Aircraft Servicer 17.37 23080 - Aircraft Worker 18.40 23110 - Appliance Mechanic 17.69 23120 - Bicycle Repairer 10.96 23125 - Cable Splicer 24.97 23130 - Carpenter, Maintenance 15.82 23140 - Carpet Layer 20.01 23160 - Electrician, Maintenance 17.00 23181 - Electronics Technician Maintenance I 19.29 23182 - Electronics Technician Maintenance II 20.57 23183 - Electronics Technician Maintenance III 22.12 23260 - Fabric Worker 15.05 23290 - Fire Alarm System Mechanic 18.08 23310 - Fire Extinguisher Repairer 14.03 23311 - Fuel Distribution System Mechanic 19.03 23312 - Fuel Distribution System Operator 14.73 23370 - General Maintenance Worker 14.35 23380 - Ground Support Equipment Mechanic 20.20 23381 - Ground Support Equipment Servicer 17.37 23382 - Ground Support Equipment Worker 18.40 23391 - Gunsmith I 14.03 23392 - Gunsmith II 16.03 23393 - Gunsmith III 18.13 23410 - Heating, Ventilation And Air-Conditioning 19.45 Mechanic 23411 - Heating, Ventilation And Air Contditioning 20.94 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 19.14 23440 - Heavy Equipment Operator 18.44 23460 - Instrument Mechanic 18.13 23465 - Laboratory/Shelter Mechanic 17.10 23470 - Laborer 13.72 23510 - Locksmith 17.73 23530 - Machinery Maintenance Mechanic 18.39 23550 - Machinist, Maintenance 17.41 23580 - Maintenance Trades Helper 13.16 23591 - Metrology Technician I 18.13 23592 - Metrology Technician II 19.13 23593 - Metrology Technician III 20.96 23640 - Millwright 18.13 23710 - Office Appliance Repairer 17.16 23760 - Painter, Maintenance 15.60 23790 - Pipefitter, Maintenance 26.04 23810 - Plumber, Maintenance 23.07 23820 - Pneudraulic Systems Mechanic 18.13 23850 - Rigger 18.08 23870 - Scale Mechanic 16.03 23890 - Sheet-Metal Worker, Maintenance 18.08 23910 - Small Engine Mechanic 15.87 23931 - Telecommunications Mechanic I 23.03 23932 - Telecommunications Mechanic II 24.36 23950 - Telephone Lineman 20.25 23960 - Welder, Combination, Maintenance 15.92 23965 - Well Driller 18.13 23970 - Woodcraft Worker 18.13 23980 - Woodworker 13.9924000 - Personal Needs Occupations 24570 - Child Care Attendant 9.35 24580 - Child Care Center Clerk 13.26 24610 - Chore Aide 9.71 24620 - Family Readiness And Support Services 12.12 Coordinator 24630 - Homemaker 15.2725000 - Plant And System Operations Occupations 25010 - Boiler Tender 18.08 25040 - Sewage Plant Operator 17.46 25070 - Stationary Engineer 18.08 25190 - Ventilation Equipment Tender 13.05 25210 - Water Treatment Plant Operator 17.4627000 - Protective Service Occupations 27004 - Alarm Monitor 15.33 27007 - Baggage Inspector 11.29 27008 - Corrections Officer 18.04 27010 - Court Security Officer 17.21 27030 - Detection Dog Handler 16.84 27040 - Detention Officer 18.04 27070 - Firefighter 17.21 27101 - Guard I 11.29 27102 - Guard II 16.84 27131 - Police Officer I 18.60 27132 - Police Officer II 20.6828000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.98 28042 - Carnival Equipment Repairer 11.67 28043 - Carnival Equpment Worker 9.35 28210 - Gate Attendant/Gate Tender 12.73 28310 - Lifeguard 10.83 28350 - Park Attendant (Aide) 14.24 28510 - Recreation Aide/Health Facility Attendant 10.09 28515 - Recreation Specialist 16.84 28630 - Sports Official 11.34 28690 - Swimming Pool Operator 17.1829000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 17.60 29020 - Hatch Tender 17.60 29030 - Line Handler 17.60 29041 - Stevedore I 17.71 29042 - Stevedore II 19.4330000 - 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 15.43 30022 - Archeological Technician II 18.31 30023 - Archeological Technician III 22.93 30030 - Cartographic Technician 22.93 30040 - Civil Engineering Technician 19.46 30061 - Drafter/CAD Operator I 15.43 30062 - Drafter/CAD Operator II 18.51 30063 - Drafter/CAD Operator III 20.64 30064 - Drafter/CAD Operator IV 25.40 30081 - Engineering Technician I 13.62 30082 - Engineering Technician II 15.82 30083 - Engineering Technician III 20.33 30084 - Engineering Technician IV 25.19 30085 - Engineering Technician V 30.82 30086 - Engineering Technician VI 37.29 30090 - Environmental Technician 22.93 30210 - Laboratory Technician 20.64 30240 - Mathematical Technician 22.93 30361 - Paralegal/Legal Assistant I 16.32 30362 - Paralegal/Legal Assistant II 19.97 30363 - Paralegal/Legal Assistant III 24.73 30364 - Paralegal/Legal Assistant IV 29.93 30390 - Photo-Optics Technician 22.93 30461 - Technical Writer I 21.40 30462 - Technical Writer II 26.16 30463 - Technical Writer III 31.93 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) 20.64 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.1831000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.10 31030 - Bus Driver 16.53 31043 - Driver Courier 14.29 31260 - Parking and Lot Attendant 10.99 31290 - Shuttle Bus Driver 15.41 31310 - Taxi Driver 10.46 31361 - Truckdriver, Light 15.41 31362 - Truckdriver, Medium 16.89 31363 - Truckdriver, Heavy 20.23 31364 - Truckdriver, Tractor-Trailer 20.2399000 - Miscellaneous Occupations 99030 - Cashier 9.09 99050 - Desk Clerk 9.25 99095 - Embalmer 22.74 99251 - Laboratory Animal Caretaker I 8.51 99252 - Laboratory Animal Caretaker II 9.17 99310 - Mortician 22.02 99410 - Pest Controller 13.21 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 13.44 99711 - Recycling Specialist 15.38 99730 - Refuse Collector 12.22 99810 - Sales Clerk 12.63 99820 - School Crossing Guard 11.72 99830 - Survey Party Chief 16.31 99831 - Surveying Aide 9.44 99832 - Surveying Technician 15.62 99840 - Vending Machine Attendant 10.35 99841 - Vending Machine Repairer 13.22 99842 - Vending Machine Repairer Helper 10.96____________________________________________________________________________________ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (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) Does not apply to employees employed in a bona fide executive, administrative,or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156)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.D3. ATTACHMENT C – SECURITY BACKGROUND CHECK FORMS257175-4191000Department of Veterans AffairsVHA Service Center Personnel Security6100 Oak Tree Blvd #500Independence, OH 44131VSCSecurity@Contract Security Services Request Form #1a (Please see Instructional Form 1a for assistance in completing this form)(X) New Request AdditionContractor InformationA VA Contracting Officer Name & Phone:B COTR Name & Phone:C Contract End Date (Including Options):D SAO Region (East/West/Central):Central E Purchase/Task Order Number:F Contractor Position Description: M Station #: G Investigation Level (SAC/Low/Moderate/High):Low N Network Access (Y/N): YH Contract Company Name (Subcontractor):I Contract Company Address:J Contractor POC Name & Phone:K Contractor POC Email: L Contracting Officer Signature: ***This signature verifies that an official contract is in place prior to processing the applicants for badging***Contractor Employee Information O P Q R S Employee Name(Full Legal Name)SSNEmail AddressD.O.B.Place of Birth(City, State/Country) FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????*Please use Supplemental Form 1b for additional individuals257175-3810000Department of Veterans AffairsVHA Service Center Personnel Security6100 Oak Tree Blvd #500Independence, OH 44131VSCSecurity@Contractor/Employee Fingerprinting Request Form #2SON: 955C / SOI: VA08 IPAC/OPAC: 3600.1200(Please see Instructional Form #2a for assistance in completing this form)** This form must be taken to the fingerprinting appointment **Employee Information (please print)A Full Legal Name (First Middle Last):B SSN Last Four:C Contractor (Yes/No):Facility InformationD VAMC Name & Location:E Station Number:F Date Fingerprinted:G Method of Fingerprinting: Electronically H Date Card Mailed to OPM*:After fingerprints are captured, return this completed form to your CO/COR for submission to VSC*If fingerprints are manually taken, please ensure the FD-258 Fingerprint Card is used and that it is mailed directly to OPM at the address below, with this form. All fields on the fingerprint card MUST be completed. Please refer to Instructional Form #2a for an example of a completed fingerprint card. OPM will destroy all cards with incomplete fields. Delivery confirmation is recommended.OPM Fingerprinting/SAC Team1137 Branchton RdBoyers, PA 16020257175-4191000Department of Veterans AffairsVHA Service Center Personnel Security6100 Oak Tree Blvd #500Independence, OH 44131VSCSecurity@VHA Service Center PIV Sponsorship Form #3(Please see Instruction Form #3a for assistance in completing this form)Contractor / Employee Information* All fields are mandatory except email *A Full Legal Name (First Middle Last):B Date of Birth (MM/DD/YYYY):C Social Security Number:D Citizenship: (US Citizen, Naturalized, Non-Citizen)E Assigned Duty Station:F Address of Assigned Duty Station:G Email Address: FORMTEXT ?????H Gender: I Race:J Height:K Weight:L Eye Color:M Hair Color:N Place of Birth (City, State, Country): O Position Title:P Contractor Company Name:Q Company Address:257175-4191000Department of Veterans AffairsVHA Service Center Personnel Security6100 Oak Tree Blvd #500Independence, OH 44131VSCSecurity@Contract Security Verification Request Supplemental Form #1b(This form is used only when extra space is needed for large rosters.)(Please reference Instructional Form #1b for assistance in completing this form)A Contracting Officer Name & Phone:B COTR Name & Phone:C Task Order Number:D Contract Company Name (Subcontractor):E Contractor POC Name & Phone: F G H I J Employee Name(Full Legal Name)SSNEmail AddressD.O.B.Place of Birth(City, State/Country) FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????D4. ATTACHMENT D – BUSINESS ASSOCIATE AGREEMENTBUSINESS ASSOCIATE AGREEMENT BETWEEN THE DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH ADMINISTRATION ANDPurpose. 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) under the terms and conditions specified below.Scope. Under this Agreement and other applicable contracts or agreements, will provide services to, for, or on behalf of VHA.In order for to provide such services, VHA will disclose Protected Health Information to and will use or disclose Protected Health Information in accordance with this Agreement.Definitions. Unless otherwise provided, the following terms used in this Agreement have the same meaning as defined by the HIPAA Rules: Breach, Data Aggregation, Designated Record Set, Disclosure, Health Care Operations, Individual, Minimum Necessary, Notice of Privacy Practices, Protected Health Information (PHI), Required by Law, Secretary, Security Incident, Subcontractor, Unsecured Protected Health Information, and Use.“Business Associate” shall have the same meaning as described at 45 C.F.R. § 160.103. For the purposes of this Agreement, Business Associate shall refer to , including its employees, officers, or any other agents that create, receive, maintain, or transmit PHI as described below.“Covered Entity” shall have the same meaning as the term is defined at 45 C.F.R. § 160.103. For the purposes of this Agreement, Covered Entity shall refer to VHA.“Protected Health Information” or “PHI” shall have the same meaning as described at 45 C.F.R. § 160.103. “Protected Health Information” and “PHI” as used in this Agreement include “Electronic Protected Health Information” and “EPHI.” For the purposes of this Agreement and unless otherwise provided, the term shall also refer to PHI that Business Associate creates, receives, maintains, or transmits on behalf of Covered Entity or receives from Covered Entity or another Business Associate.“Subcontractor” shall have the same meaning as the term is defined at 45 C.F.R. § 160.103. For the purposes of this Agreement, Subcontractor shall refer to a contractor of any person or entity, other than Covered Entity, that creates, receives, maintains, or transmits PHI under the terms of this Agreement.Terms and Conditions. Covered Entity and Business Associate agree as follows:1. Ownership of PHI. PHI is and remains the property of Covered Entity as long as Business Associate creates, receives, maintains, or transmits PHI, regardless of whether a compliant Business Associate agreement is in place. 2. Use and Disclosure of PHI by Business Associate. Unless otherwise provided, Business Associate: A. May not use or disclose PHI other than as permitted or required by this Agreement, or in a manner that would violate the HIPAA Privacy Rule if done by Covered Entity, except that it may use or disclose PHI: (1) As required by law or to carry out its legal responsibilities; (2) For the proper management and administration of Business Associate; or (3) To provide Data Aggregation services relating to the health care operations of Covered Entity. B. Must use or disclose PHI in a manner that complies with Covered Entity’s minimum necessary policies and procedures. C. May de-identify PHI created or received by Business Associate under this Agreement at the request of the Covered Entity, provided that the de-identification conforms to the requirements of the HIPAA Privacy Rule.3. Obligations of Business Associate. In connection with any Use or Disclosure of PHI, Business Associate must: A. Consult with Covered Entity before using or disclosing PHI whenever Business Associate is uncertain whether the Use or Disclosure is authorized under this Agreement. B. Implement appropriate administrative, physical, and technical safeguards and controls to protect PHI and document applicable policies and procedures to prevent any Use or Disclosure of PHI other than as provided by this Agreement. C. Provide satisfactory assurances that PHI created or received by Business Associate under this Agreement is protected to the greatest extent feasible. D. Notify Covered Entity within twenty-four (24) hours of Business Associate’s discovery of any potential access, acquisition, use, disclosure, modification, or destruction of either secured or unsecured PHI in violation of this Agreement, including any Breach of PHI. (1) Any incident as described above will be treated as discovered as of the first day on which such event is known to Business Associate or, by exercising reasonable diligence, would have been known to Business Associate. (2) Notification shall be sent to the Director, Health Information Governance, by email to VHABAAIssues@. (3) Business Associate shall not notify individuals or HHS directly unless Business Associate is not acting as an agent of Covered Entity but in its capacity as a Covered Entity itself. E. Provide a written report to Covered Entity of any potential access, acquisition, use, disclosure, modification, or destruction of either secured or unsecured PHI in violation of this Agreement, including any Breach of PHI, within ten (10) business days of the initial notification. (1) The written report of an incident as described above will document the following: (a) The identity of each Individual whose PHI has been, or is reasonably believed by Business Associate to have been, accessed, acquired, used, disclosed, modified, or destroyed; (b) A description of what occurred, including the date of the incident and the date of the discovery of the incident (if known); (c) A description of the types of secured or unsecured PHI that was involved; (d) A description of what is being done to investigate the incident, to mitigate further harm to Individuals, and to protect against future incidents; and (e) Any other information as required by 45 C.F.R. §§ 164.404(c) and 164.410. (2) The written report shall be addressed to:Director, Health Information GovernanceDepartment of Veterans Affairs – Veterans Health AdministrationOffice of Informatics and Analytics (10P)810 Vermont Avenue NWWashington, DC 20420and submitted by email at VHABAAIssues@ F. To the greatest extent feasible, mitigate any harm due to a Use or Disclosure of PHI by Business Associate in violation of this Agreement that is known or, by exercising reasonable diligence, should have been known to Business Associate. G. Use only contractors and Subcontractors that are physically located within a jurisdiction subject to the laws of the United States, and ensure that no contractor or Subcontractor maintains, processes, uses, or discloses PHI in any way that will remove the information from such jurisdiction. Any modification to this provision must be approved by Covered Entity in advance and in writing. H. Enter into Business Associate Agreements with contractors and Subcontractors as appropriate under the HIPAA Rules and this Agreement. Business Associate: (1) Must ensure that the terms of any Agreement between Business Associate and a contractor or Subcontractor are at least as restrictive as Business Associate Agreement between Business Associate and Covered Entity. (2) Must ensure that contractors and Subcontractors agree to the same restrictions and conditions that apply to Business Associate and obtain satisfactory written assurances from them that they agree to those restrictions and conditions. (3) May not amend any terms of such Agreement without Covered Entity’s prior written approval. I. Within five (5) business days of a written request from Covered Entity: (1) Make available information for Covered Entity to respond to an Individual’s request for access to PHI about him/her. (2) Make available information for Covered Entity to respond to an Individual’s request for amendment of PHI about him/her and, as determined by and under the direction of Covered Entity, incorporate any amendment to the PHI. (3) Make available PHI for Covered Entity to respond to an Individual’s request for an accounting of Disclosures of PHI about him/her. J. Business Associate may not take any action concerning an individual’s request for access, amendment, or accounting other than as instructed by Covered Entity. K. To the extent Business Associate is required to carry out Covered Entity's obligations under Subpart E of 45 CFR Part 164, comply with the provisions that apply to Covered Entity in the performance of such obligations. L. Provide to the Secretary of Health and Human Services and to Covered Entity records related to Use or Disclosure of PHI, including its policies, procedures, and practices, for the purpose of determining Covered Entity’s, Business Associate’s, or a Subcontractor’s compliance with the HIPAA Rules. M. Upon completion or termination of the applicable contract(s) or agreement(s), return or destroy, as determined by and under the direction of Covered Entity, all PHI and other VA data created or received by Business Associate during the performance of the contract(s) or agreement(s). No such information will be retained by Business Associate unless retention is required by law or specifically permitted by Covered Entity. If return or destruction is not feasible, Business Associate shall continue to protect the PHI in accordance with the Agreement and use or disclose the information only for the purpose of making the return or destruction feasible, or as required by law or specifically permitted by Covered Entity. Business Associate shall provide written assurance that either all PHI has been returned or destroyed, or any information retained will be safeguarded and used and disclosed only as permitted under this paragraph. N. Be liable to Covered Entity for civil or criminal penalties imposed on Covered Entity, in accordance with 45 C.F.R. §§ 164.402 and 164.410, and with the HITECH Act, 42 U.S.C. §§ 17931(b), 17934(c), for any violation of the HIPAA Rules or this Agreement by Business Associate.4. Obligations of Covered Entity. Covered Entity agrees that it: A. Will not request Business Associate to make any Use or Disclosure of PHI in a manner that would not be permissible under Subpart E of 45 C.F.R. Part 164 if made by Covered Entity, except as permitted under Section 2 of this Agreement. B. Will promptly notify Business Associate in writing of any restrictions on Covered Entity’s authority to use or disclose PHI that may limit Business Associate’s Use or Disclosure of PHI or otherwise affect its ability to fulfill its obligations under this Agreement. C. Has obtained or will obtain from Individuals any authorization necessary for Business Associate to fulfill its obligations under this Agreement. D. Will promptly notify Business Associate in writing of any change in Covered Entity’s Notice of Privacy Practices, or any modification or revocation of an Individual’s authorization to use or disclose PHI, if such change or revocation may limit Business Associate’s Use and Disclosure of PHI or otherwise affect its ability to perform its obligations under this Agreement.5. Amendment. Business Associate and Covered Entity will take such action as is necessary to amend this Agreement for Covered Entity to comply with the requirements of the HIPAA Rules or other applicable law.6. Termination. A. Automatic Termination. This Agreement will automatically terminate upon completion of Business Associate’s duties under all underlying Agreements or by termination of such underlying Agreements. B. Termination Upon Review. This Agreement may be terminated by Covered Entity, at its discretion, upon review as provided by Section 9 of this Agreement. C. Termination for Cause. In the event of a material breach by Business Associate, Covered Entity: (1) Will provide an opportunity for Business Associate to cure the breach or end the violation within the time specified by Covered Entity; (2) May terminate this Agreement and underlying contract(s) if Business Associate does not cure the breach or end the violation within the time specified by Covered Entity. D. Effect of Termination. Termination of this Agreement will result in cessation of activities by Business Associate involving PHI under this Agreement. E. Survival. The obligations of Business Associate under this Section shall survive the termination of this Agreement as long as Business Associate creates, receives, maintains, or transmits PHI, regardless of whether a compliant Business Associate Agreement is in place.7. No Third Party Beneficiaries. Nothing expressed or implied in this Agreement confers any rights, remedies, obligations, or liabilities whatsoever upon any person or entity other than Covered Entity and Business Associate, including their respective successors or assigns.8. Other Applicable Law. This Agreement does not abrogate any responsibilities of the parties under any other applicable law.9. Review Date. The provisions of this Agreement will be reviewed by Covered Entity every two years from Effective Date to determine the applicability and accuracy of the Agreement based on the circumstances that exist at the time of review.10. Effective Date. This Agreement shall be effective on the last signature date below.Department of Veterans Affairs Veterans Health AdministrationBy: By: Name: Name: Title: Title: Date: Date: SECTION E - SOLICITATION PROVISIONSE.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JUL 2013) (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 $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "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.E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical FactorSubfactor 1(a) Experience Subfactor 1(b) Personnel Subfactor 1 (c) Technical Approach Subfactor 1 (d) ProductPast Performance FactorPrice Factor Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)E.3 52.212-1 Addendum to this solicitationProvisions 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:1. In addition to the information requested in Paragraph (b) of 52.212-1 entitled “Submission of Offers”, offerors shall include the following with their offers in order to be considered for award: a. Offerors are required to complete Blocks 17 and 30 of the SF 1449, desired parts of the Price Schedule in the manner requested, and FAR 52.212-3, Offeror Representations and Certifications – Commercial Items. In doing so, the offeror accedes to the contract terms and conditions as written in the RFP. Only Paragraph (k) of 52.212-3 applies if the offeror has completed online representations and certifications at the ORCA website: . b. Telegraphic offers (submitted by telegram or mailgram) will not be accepted. c. Facsimile offers will not be accepted. d. Electronic Submission of Offers: Offerors may submit an electronic version of the technical and past performance (technical) and price/cost (Price) proposals via email to mark.edzards@. The email must have the solicitation number identified in the subject line. Files must be readable using Microsoft Office 2007, Work, Excel, PowerPoint, or Access. Scanner resolutions must be set at least 200 dots per inch (dpi) when submitting files in Adobe PDF. Ensure that attachments are not too large to be emailed. When splitting up the attachment, be sure to identify on the email subject line, i.e., R-0262/ABC Company/1 of 4. Note: Zip files are not acceptable. It is incumbent upon the offeror to ensure that their proposal is received by the due date and time when submitting electronically.2. Tailoring of Paragraph (c), Period for Acceptance of Offers: The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.3. TECHNICAL QUESTIONS: Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing. Questions may be sent via e-mail to mark.edzards@. Subject shall be identified as Sol. VA255-14-R-0262. Verbal questions will not be addressed. All responses to questions, which may affect offers, will be incorporated via an amendment to the solicitation. Questions must be received no later than five (5) days prior to the Offeror Due Date indicated in Block 8 of the SF 1449.4. PROPOSAL EVALUATION: a. Proposals will be evaluated for both technical merit and price reasonableness following the evaluation procedures of this solicitation. The proposal format, which follows, has been included to assist you in preparing a complete proposal. In order to provide full consideration of your qualifications and ability for contract award, you are encouraged to ensure that the information furnished in support of your proposal is factual, accurate and complete. b. You may provide information you believe will enhance your proposal, however, overly elaborate presentations are not desired. Failure to provide the information requested may render the offeror’s proposal as unacceptable. The Government reserves the right to verify any information provided. c. The government is not obligated to request any additional information from an offeror who does not provide sufficiently detailed information of which an accurate evaluation can be made of an offeror’s proposal. Failure to submit complete information in the manner described above for the Technical Proposal may be considered a “no response” and exclude the proposal from further consideration. d. The Technical Proposal will be submitted in a narrative form, which clearly addresses the Evaluation Factors and Sub Factors for Award as outlined in the following paragraphs. Each response shall address each Factor/ Subfactor in the sequence listed and clearly identify which element is being addressed. This is not intended to restrict answering in as much detail as the offeror deems necessary to adequately present and address each element in the technical proposal. Offeror must identify any subcontractors proposed to be utilized for the provision of services required under this solicitation, as well as how the utilization of such subcontractor(s) addresses the requirements of each Factor/Subfactor. 5. PROPOSAL FORMAT: Proposals must be submitted in two parts: (1) Technical Proposal (includes Technical and Past Performance) and (2) Price Proposal. Two signed copies each of the technical and price proposal shall be submitted as identified on Page 1, Block 28. The Technical Proposal shall contain no discussion of price. The Price proposal shall consist of the completed entire solicitation document (signed SF 1449 and completed price schedule). PLEASE DO NOT SPIRAL BIND PROPOSALS.6. TECHNICAL EVALUATION FACTORS FOR AWARD: Proposals will be evaluated and rated based upon the technical factors set forth below. The Evaluation Factors are noted in descending order of importance. The Technical sub factors are also noted in descending order of importance. . Technical and past performance, when combined, are more important than price. The VA will evaluate the technical proposals, and rate each proposal using adjectival rating. The contractor that provides the best value to the Government will be awarded the contract.7. EVALUATION FACTORS: A) TECHNICAL FACTORS: The four sub-factors are noted in descending order of importance. The Offeror shall demonstrate understanding of the requirements stated in the Statement of Work (SOW), and produce an offer that will meet those stated requirements. The offer will be evaluated based on the ability to perform services in accordance with the SOW.1(a) Sub-Factor– ExperienceThe Government will evaluate the Offeror’s ability to provide the required services and the likelihood of success based on the Offeror’s experience in meeting requirements similar to those identified in the SOW. The evaluation will focus on the Offeror’s identified experience, how the proposal describes that experience so as to demonstrate the depth and breadth necessary to satisfactorily perform the requirements, and how the overall experience proposed by the Offeror mitigates risk and enhances the likelihood of successful performance. 1(b) Sub-Factor – PersonnelProvide information on personnel proposed to work on the contract, their experience, training, and frequency of training. Include a list of all professional and administrative staff to be utilized in the performance of this contract, their job titles, and copies of licenses, diplomas, or training certifications for each. Ensure that a qualified project manager is identified. Personnel qualifications should include proof that all personnel possess the experience and qualification to perform under this contract. This includes licenses and certificates required by Federal, State and Local laws. 1(c) Sub-Factor – Technical ApproachDescribe technical approach to be utilized for the services offered to meet the Governments requirement as outlined in the SOW. Provide a detailed written description of your firm’s ability to provide coverage throughout the area of responsibility in a timely manner. Include locations of all facilities to be used in supporting this requirement, capabilities of each facility, hours of operation, and staffing information. Provide a Quality Control Plan which provides procedures to be used to ensure all contractual requirements are met. Provide Management Capabilities and Approach. Provide written plan on how Offeror intends to manage contract. The plan shall be in sufficient detail to demonstrate understanding of the SOW.d.Sub-Factor 1(d) – Product The offeror shall submit with their proposal a sample kit. SAMPLE KITS SHOULD INCLUDE: Each eye size with multiple bridge sizes. Frame selection will include a mix of metals with plastic, spring hinges, and a minimum of five (5) large frame sizes (54-60), a minimum of three (3) frame sizes with short bow lengths (125 or 130), and a frame selection variety for all age groups (21-100).??At a minimum the following frame mix: ?twenty-five (25) men’s frames, twenty-five (25) women’s frames, fifteen (15) unisex frames, and five (5) safety frames (unisex frames) in available temple, eye and bridge sizes and colors.?? A minimum of three titanium frames for both men and women need to be part of the mix of metal frames.Frame Samples and Descriptive LiteratureFrame Samples: All sample products must be provided in working condition, free of major defects. There will be no opportunity for product samples to be revised or replaced after the closing date of the solicitation or during or after the technical evaluation panel discovers any defect or weakness in the product. Descriptive Literature: Offeror is required to submit descriptive literature with his/her proposal. It may be in the form of brochures and a listing of features of the eyeglasses proposed. Information submitted must show that the characteristic, construction, and operation of the eyeglasses meet the minimum specifications set out in the SOW. It should include adequate information to assist in determining the technical acceptability of the eyeglasses offered.Mailing Address for Sample Kits:Dept. Of Veterans AffairsAttn; Mark EdzardsNetwork Contracting Office 153450 S. 4th Street TrafficwayLeavenworth, KS 66205Offerors wishing to have the sample product kit returned shall provide a returnable container. The container shall be preaddressed and have the necessary postage for return delivery. Sample kits will be returned to Offerors once evaluation is complete and contract award has been made. B) PAST PERFORMANCE FACTOR The Offeror and its major subcontractor(s) past performance with Government and industry will be evaluated. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality products. Emphasis will be on recent, relevant past performance with particular emphasis given to past performance with the VA. Recent is defined as work performed within the last three years. Relevant is defined as work similar to the work described in theSOW. Provide three (3) references contracts of similar scope that are ongoing or have been completed within the last three years from the issuance date of the solicitation. For each reference being provided, complete a “Past Performance Questionaire”, which is provided in Section D.1 of this document. Completed questionnaires shall be submitted directly to the Contracting Officer.The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor’s past performance as it relates to the probability of success of the required effort. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing past performance information rests with the offerors. C) PRICE FACTOR ? Price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR Part 15.404-1(b). (1) Award will be made to the responsible, responsive offeror whose offer, conforming to this solicitation, is determined to be the best value to the Government (price and non-price factors considered). (2) As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the proposals evaluated in the non-price factors. The greater the equality of proposals within the non-price factors, the more important price becomes in selecting the best value to the Government. (3) The Government intends to evaluate proposals and award a contract without discussions with Offerors. Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. In the event that discussions are held, a competitive range determination will be made. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.(End of Addendum to 52.212-1)E.4 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.5 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.6 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.7 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 Network Contracting Office (NCO) 15 3450 S 4th Street Trafficway Leavenworth, KS Mailing Address: Department of Veterans Affairs Network Contracting Office (NCO) 15 3450 S 4th Street Trafficway Leavenworth KS 66048 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)E.8 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision)E.9 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 20420E.10 52.252-1 -- Solicitation Provisions Incorporated by Reference.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):FAR NumberTitleDate52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSDEC 2012E.11 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 2013) An 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 (o) 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. "Inverted domestic corporation", as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 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. "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. "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. "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, for general statistical purposes, 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) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either— (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the SAM Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ___________________.] (11) 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)(11)(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 Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act—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 Act—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 Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act—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 Act—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 Act—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 Act—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 Act—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 Act—Free Trade Agreements—Israeli Trade Act": Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American Act—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 Act—Free Trade Agreements—Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American Act—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 Act—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 Act. 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 $3,000 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 Act. (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 Act 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) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that— (i) It is not an inverted domestic corporation; and (ii) It 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 $3,000 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.(End of Provision) ................
................

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

Google Online Preview   Download