SECTION B - CONTINUATION OF SF 1449 BLOCKS - Veterans Affairs



5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)1103A0000204-06-2017463-17-3-415-0010None36C260Department of Veterans AffairsNetwork Contracting Office 20960 Broadway Ave, Suite 460Boise ID 8370636C260Department of Veterans AffairsNetwork Contracting Office 20960 Broadway Ave, Suite 460Boise ID 83706To all Offerors/Bidders VA260-17-Q-015103-22-2017 XXX1April 14, 2017, 4:00 p.m. MT463-3670152-415-840700-2580 010041760The purpose of this amendment is to: 1.) Replace Attachment 1, Wage Determination 2005-2017, Rev 22, Dtd. 12-30-2016 with: Attachment 1, Wage Determination 2015-5687, Rev 1, Dtd. 01-11-2017 for Kenai, Alaska Attachment 2, Wage Determination 2015-5681, Rev 1, Dtd. 01-11-2017 for Matsu, Alaska2.) Revise Addendum 52.212-1, Instructions to Offerrors to include past performance instructions3.) Add Past Performance as an evaluation factor under FAR Clause 52.212-2 Thomas M. EbenhohContracting OfficerTC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS102463-17-3-415-0010VA260-17-Q-015103-22-2017Diana Curl208-429-203104-05-201717:0036C260Department of Veterans AffairsNetwork Contracting Office 20960 Broadway Ave, Suite 460Boise ID 83706X100X561612$20.5 MillionNet 30XN/AX36C463Department of Veterans AffairsKenai & Matsu CBOCs11312 Kenai Spur Hwy #39Kenai AK 9961136C260Department of Veterans AffairsNetwork Contracting Office 20960 Broadway Ave, Suite 460Boise ID 83706 Tungsten NetworkFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971See CONTINUATION PageContractor shall provide uniformed and unarmed securityguard services for the Kenai and the Matsu Community BasedOutpatient Clinics (CBOCs) in accordance with the attachedStatement of Work.PERIOD OF PERFORMANCE:BASE PERIOD: 07-01-2017 - 06-30-2018OPTION YEAR ONE (1): 07-01-2018 - 06-30-2019OPTION YEAR TWO (2): 07-01-2019 - 06-30-2020OPTION YEAR THREE (3): 07-01-2020 - 06-30-2021OPTION YEAR FOUR (4): 07-01-2021 - 06-30-2022See CONTINUATION Page463-3670152-415-840700-2580 010041760XXThomas M. EbenhohContracting OfficerTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc479168219 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc479168220 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc479168221 \h 4B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc479168222 \h 4B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc479168223 \h 5B.3 PRICE/COST SCHEDULE PAGEREF _Toc479168224 \h 6B.4 PERFORMANCE WORK STATEMENT PAGEREF _Toc479168225 \h 12SECTION C - CONTRACT CLAUSES PAGEREF _Toc479168226 \h 28C.1 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (DEC 2011) PAGEREF _Toc479168227 \h 28C.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc479168228 \h 31C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017) PAGEREF _Toc479168229 \h 31C.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc479168230 \h 40C.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc479168231 \h 40C.6 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) PAGEREF _Toc479168232 \h 41C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc479168233 \h 41C.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc479168234 \h 42C.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) PAGEREF _Toc479168235 \h 42C.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc479168236 \h 43C.11 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc479168237 \h 44C.12 SUPPLEMENTAL INSURANCE REQUIREMENTS PAGEREF _Toc479168238 \h 44SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc479168239 \h 46Attachment 1 Wage Determination 2015-5687, Rev. 1, Dtd. 01-11-2017-Kenai PAGEREF _Toc479168240 \h 46Attachment 2 Wage Determination 2015-5681, Rev. 1, Dtd. 01-11-2017-Matsu PAGEREF _Toc479168241 \h 56List of Exhibits: PAGEREF _Toc479168242 \h 67SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc479168243 \h 68E.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc479168244 \h 68E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc479168245 \h 68E.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc479168246 \h 69E.4 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PAGEREF _Toc479168247 \h 70E.5 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc479168248 \h 71ADDENDUM TO 52.212-2 PAGEREF _Toc479168249 \h 72E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) PAGEREF _Toc479168250 \h 73E.7 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) PAGEREF _Toc479168251 \h 92E.8 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc479168252 \h 93E.9 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc479168253 \h 93E.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc479168254 \h 94E.11 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) PAGEREF _Toc479168255 \h 94E.12 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) PAGEREF _Toc479168256 \h 95E.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc479168257 \h 95SECTION 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:TBD b. GOVERNMENT: Contracting Officer 36C260 Department of Veterans Affairs Network Contracting Office 20 960 Broadway Ave, Suite 460 Boise ID 83706 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Monthly, After Receipt of Services 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.Tungsten NetworkFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.B.3 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICES QUANTITYUNITUNIT PRICEAMOUNT0001The Contractor shall furnish all management, supervision, personnel, equipment and supplies necessary to provide unarmed, uniformed security guard services in accordance with all the terms and conditions contained in the statement of work (SOW).Days and times as stated in SOW equal to 1 guard at each site (Matsu and Kenai), 1920 hours a year; X 2 guards, 0730 - 1630, Monday through Friday, excluding Federal Holidays.Contract Period: BasePOP Begin: 07-01-2017POP End: 06-30-201812MO____________________________________0002Two (2) Matsu/Kenai CBOC Security Guards, Overtime hours. Reference Scope of Work, Paragraph 2. 1 EA = 15 MinutesContract Period: BasePOP Begin: 07-01-2017POP End: 06-30-2018800EA____________________________________0003Cost associated with mandatory New Employee Orientation (NEO) training/PIV Badge processing. Attendance with vendor employee at VA facility. Training for 1 employee at each location with a backup. The additional two are replacements for turnover. Must be authorized in advance by the government and receipts must be furnished.Reference Exhibit 3 of SOW.1 EA = 1 TripContract Period: BasePOP Begin: 07-01-2017POP End: 06-30-20186EA____________________________________1001The Contractor shall furnish all management, supervision, personnel, equipment and supplies necessary to provide unarmed, uniformed security guard services in accordance with all the terms and conditions contained in the statement of work (SOW).Days and times as stated in SOW equal to 1 guard at each site (Matsu and Kenai), 1920 hours a year; X 2 guards, 0730 - 1630, Monday through Friday, excluding Federal Holidays. Contract Period: Option 1POP Begin: 07-01-2018POP End: 06-30-201912MO____________________________________1002Two (2) Matsu/Kenai CBOC Security Guards, Overtime hours. Reference Scope of Work, Paragraph 2.1 EA = 15 MinutesContract Period: Option 1POP Begin: 07-01-2018POP End: 06-30-2019800EA____________________________________1003Cost associated with mandatory New Employee Orientation (NEO) training/PIV Badge processing. Attendance with vendor employee at VA facility. Training for 1 employee at each location with a backup. The additional two are replacements for turnover. Must be authorized in advance by the government and receipts must be furnished.Reference Exhibit 3 of SOW.1 EA = 1 TripContract Period: Option 1POP Begin: 07-01-2018POP End: 06-30-20196EA____________________________________2001The Contractor shall furnish all management, supervision, personnel, equipment and supplies necessary to provide unarmed, uniformed security guard services in accordance with all the terms and conditions contained in the statement of work (SOW).Days and times as stated in SOW equal to 1 guard at each site (Matsu and Kenai), 1920 hours a year; X 2 guards, 0730 - 1630, Monday through Friday, excluding Federal Holidays. Contract Period: Option 2POP Begin: 07-01-2019POP End: 06-30-202012MO____________________________________2002Two (2) Matsu/Kenai CBOC Security Guards, Overtime hours. Reference Scope of Work, Paragraph 2.1 EA = 15 MinutesContract Period: Option 2POP Begin: 07-01-2019POP End: 06-30-2020800EA____________________________________2003Cost associated with mandatory New Employee Orientation (NEO) training/PIV Badge processing. Attendance with vendor employee at VA facility. Training for 1 employee at each location with a backup. The additional two are replacements for turnover. Must be authorized in advance by the government and receipts must be furnished.Reference Exhibit 3 of SOW.1 EA = 1 TripContract Period: Option 2POP Begin: 07-01-2019POP End: 06-30-20206EA____________________________________3001The Contractor shall furnish all management, supervision, personnel, equipment and supplies necessary to provide unarmed, uniformed security guard services in accordance with all the terms and conditions contained in the statement of work (SOW).Days and times as stated in SOW equal to 1 guard at each site (Matsu and Kenai), 1920 hours a year; X 2 guards, 0730 - 1630, Monday through Friday, excluding Federal Holidays. Contract Period: Option 3POP Begin: 07-01-2020POP End: 06-30-202112MO____________________________________3002Two (2) Matsu/Kenai CBOC Security Guards, Overtime hours. Reference Scope of Work, Paragraph 2.1 EA = 15 MinutesContract Period: Option 3POP Begin: 07-01-2020POP End: 06-30-2021800EA____________________________________3003Cost associated with mandatory New Employee Orientation (NEO) training/PIV Badge processing. Attendance with vendor employee at VA facility. Training for 1 employee at each location with a backup. The additional two are replacements for turnover. Must be authorized in advance by the government and receipts must be furnished.Reference Exhibit 3 of SOW.1 EA = 1 TripContract Period: Option 3POP Begin: 07-01-2020POP End: 06-30-20216EA____________________________________4001The Contractor shall furnish all management, supervision, personnel, equipment and supplies necessary to provide unarmed, uniformed security guard services in accordance with all the terms and conditions contained in the statement of work (SOW).Days and times as stated in SOW equal to 1 guard at each site (Matsu and Kenai), 1920 hours a year; X 2 guards, 0730 - 1630, Monday through Friday, excluding Federal Holidays. Contract Period: Option 4POP Begin: 07-01-2021POP End: 06-30-202212MO____________________________________4002Two (2) Matsu/Kenai CBOC Security Guards, Overtime hours. Reference Scope of Work, Paragraph 2.1 EA = 15 MinutesContract Period: Option 4POP Begin: 07-01-2021POP End: 06-30-2022800EA____________________________________4003Cost associated with mandatory New Employee Orientation (NEO) training/PIV Badge processing. Attendance with vendor employee at VA facility. Training for 1 employee at each location with a backup. The additional two are replacements for turnover. Must be authorized in advance by the government and receipts must be furnished.Reference Exhibit 3 of SOW.1 EA = 1 TripContract Period: Option 4POP Begin: 07-01-2021POP End: 06-30-20226EA____________________________________GRAND TOTAL__________________B.4 PERFORMANCE WORK STATEMENTPerformance Work StatementCBOC Unarmed/Uniformed Security Guard Services For theAlaska VA Healthcare System (AVAHS) Anchorage, AlaskaSPECIAL CONTRACT REQUIREMENTS:SERVICESThe services specified herein may be changed by written modification only prepared by the Contracting Officer.There is no employer-employee relationship between the VA and the contractor of the contractor’s employee (s).This is a non-personal services contract.HHS/OIG:To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128a of the Social Security Act regarding federal health care programs, the contract is required to check the Health and Human Services – Office of Inspector General (HHSA/OIG), List of Excluded Individuals/Entities on the OIG website (oig) for each person providing services under this contract. Further the Contractor is required to certify in its proposal that all person listed in the contractor’s proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.DESCRIPTION / SPECIFICATIONS / WORK STATEMENTScope of Work: The purpose of this requirement is to provide professional and courteous, uniformed and unarmed security guard services, including coordination for higher level of emergency services for various divisions of the Department of Veteran Affairs (VA) Outpatient Clinic (CBOC) located in Kenai Borough, Alaska and the VA Mat-Su CBOC 865 N SEWARD PARKWAY, SUITE 105 WASILLA AK 99654. This is for TWO Security Guards. One person is required at each location; (Kenai and Matsu).The service provided shall be performed in such a manner as to assure the safety and welfare of patients, visitors and staff. The CBOC is currently located at 11312 Kenai Spur Hwy #39 Kenai AK 99611. Exhibit #5 shows the Kenai and Mat-Su CBOC Floor Plans.Work Requirement: The Contractor must provide guard services to ensure coverage for the times that each of the CBOCs are open, Monday through Friday, excluding Federal Holidays. The clinics must be patrolled for a total of 45 hours weekly as follows:Monday0730 – 1630One (1) GuardTuesday0730 – 1630One (1) GuardWednesday 0730 – 1630One (1) GuardThursday0730 – 1630One (1) GuardFriday0730 – 1630One (1) GuardFederal Holidays: New Year’s Day, Martin Luther King Jr. Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, Christmas Day, and any day determined by the President of the United States to be a Federal HolidayPersonnel:Supervisor: Contractor shall provide a supervisor available for direct communication with the guard on duty during the entire shift. Supervisors shall have a background with a minimum of two (2) years of successful experience in field supervision (civil community law enforcement, military service law enforcement or security, commercial or industrial guard service or security).Must not have any criminal record determined to be unacceptable for security enforcement personnel. Documentation of Criminal Background/Warrant check must be provided to Contracting Officer before employee can begin work. Contractor must provide any official bond required, and pay any fees and costs related to the appointment of employees. The Contractor shall assume full liability for any act of his employee(s) in the exercise of any such police authoritySecurity Guards Minimum Qualification Standard: Education / Experience: Must possess a high school diploma or equivalency, meet any required State of Alaska Security Guard/Officer certifications, and have ONE (1) year experience demonstrating:Ability to meet and deal successfully with the general public,Ability to maintain poise and self-control under stressAbility to conduct “Stop & Question” of person’s found in closed areas, halls, locked areas, parking lots, or VA property to determine whether criminal activity has taken place or is taking place.Must be capable of detaining person(s) while VA or Kenai Police are notifiedMust have some experience using a word processor or computer terminalHealth and Physical Fitness Requirements: All employees assigned by the Contractor to work under this contract shall be:A minimum of twenty-one (21) years of age or as required by local laws.Physically and psychologically capable to perform the required duties. The Government reserves the right to request removal of any guard who appears to be unsuitable to perform the requested service.Free of any communicable diseases.Required to have documented tuberculosis testing (TB) every two years. Must have tested as TB-free prior to starting work on this contract.In good health without physical limitations which would interfere with the performance of the duties of the position. Capable of binocular vision correctable to 20/30 (Snellen).Free of color blindness.Capable of hearing ordinary conversation at 15ft with either ear without benefit of a hearing aid.Must pass drug testing, at no cost to the government or the employee, with documentation of passed test filed with the Contracting Officer, before employee can begin duty. A record of each employee’s qualifications and Performance Reports must be maintained at the Contractor’s establishment and made available for inspection upon request by the Contracting OfficerThe employee shall undergo annual physical and psychological examinations and criminal state and federal warrant/background checks with results furnished to the Contracting Officer.Confidentiality of the Service: Must be able to maintain confidentiality of the position. Must be able to maintain confidentiality of restricted information and reports of personal nature. Will not remove any record or copies of any record or sensitive information from government property. If information is disclosed intentionally or unintentionally, the contractor and the contractor’s staff shall keep that information strictly confidential, and provide protections to prevent the unauthorized disclosure of such information, including, but not limited to the protection required by applicable federal, state and local laws and/or regulations regarding the security, and the confidentiality of patient health care information including, but not limited to, HIPAA. Shall complete Privacy training IAW VA directives.English Literacy: All employees shall be fluent in reading, writing and speaking the English language; able to read and understand printed regulations, detailed written orders, training instructions and material, and shall be able to compose reports which convey complete information. Answer and respond to telephone calls, which include routine and emergency calls with professionalism. Must take phone messages and “in-person” messages. Maintains VA Police Daily Operations Journal (VA Form 1433).Duty Hour Limitation: No employee of the Contractor shall provide more than twelve (12) hours of service on this contract in any twenty-four (24) hour period unless the work periods are separated by an eight (8) hour non-duty period with the opportunity for rest. This limitation may be waived by the Contracting Officer in emergency situations that are beyond the control of the Contractor (i.e. weather conditions prevent the next shift from getting to the building).Government-Furnished Property and Services:FAR Clause 52.245-4 Government-Furnished Property (Short Form) contains the basic requirements for the operation, maintenance and protection of government property. Below are some key government properties relevant to this contract.Standard Operation Procedures (SOP): Copies of the SOP’s will be available at the duty post and shall contain complete duty instructions for the post and include instructions for emergency and other procedures. SOP shall not be removed from Government property, or reproduced or copied in any manner unless properly authorized by the Contracting Officer. VA reserves the right to update the SOP as required by regulations, policies, procedures or Executive Orders. Most changes should be minor in nature and have no impact on the terms and conditions of this contract. In the event of major changes, the Contracting Officer shall address the issues in writing to the Contractor. As far as possible the Contractor’s staff shall implement any change immediately and address any conflicts or issues through the Contractor to the Contracting Officer.Guard Area: The guard will be provided a workspace with a desk. This may be located in an office or in an open area. The guard will spend the majority of the duty time maintaining a visible presence in both public and clinical areas of the facility.Security Equipment: Currently VA has a security camera system at the Kenai Clinic. The facility has fire alarms and panic button systems.Forms: Current forms are listed in Exhibit #1. These forms shall be utilized when applicable. Substitutions of written notes for established forms are not acceptable.Telephones: A telephone will be available for the Contractor’s staff to use to fulfill the requirements of this contract. Any use of the telephones for other than VA related business is inappropriate and may be grounds for removal of the Contractor’s staff.Keys: VA shall provide two sets of keys to the Contractor for each location. Additional sets may be provided if the Contracting Officer deems it in the best interest of the government. The Contractor shall be held liable for neglect or misuse of the keys. If the keys are lost, stolen or misplaced during this contract, the Contractor shall be responsible for re-keying the doors. At any time during the contract the Contracting Officer or designee requests the keys and the Contractor cannot produce them within two business days, the Contractor shall be responsible for re-keying the doors.Contractor-Furnished Property and SuppliesThe Contractor shall furnish and maintain in acceptable condition, at no cost to contract, all items of uniform and equipment necessary to perform work required by this contract, as discussed in this paragraph, and additional items as needed, within munication Equipment: The Contractor shall provide a method for immediate communications between the CBOC staff, the guard on duty and the Contractor’s Supervisor on duty. This can be by cellular phone or radio system, but must be provided by equipment furnished by the Contractor. This available communication system must be efficient and effective for the fulfillment of the contract.Uniforms and Appearance: Standard of appearance shall conform to those prescribed herein. Any disputes regarding application of the standard shall be referred to the Contracting OfficerThe color of the Contractor’s guard force uniforms shall be a standard color in use by security or police organizations. All employees performing under this contract shall wear the same color and style of uniform.Appropriately lettered breast and cap badges, indicating the jurisdiction from which authority is obtained, shall be worn as part of the uniform (providing such authority is grantable under state and local laws). Shoulder patches lettered to indicate the identity of the Contractor shall be worn on the left shoulder of the uniform jacket and shirt. Identification nametags shall be worn over the right breast shirt pocket. No other identification of the Contractor or employee shall be worn or displayed on the uniform, with the exception of the VA PIV ID badge.Approved uniforms and related accessories do not have to be new but must be in very good condition without visible tears, frays, discolorations or defects. Provide a listing and pictures of male and female uniform components and uniform options.Each Security Guard is expected to wear a neat, clean and well pressed uniform and have his/her shoes in good repair and shined to a luster. The uniform shall only be worn when the officer is on official duty or when the officer is in transit between his/her place of residence and duty station.Shoes shall be low quarters or high topped lace type with police or plain toe and standard heel. The color shall match the color of the leather equipment accessories. Socks worn with the uniform will be either navy blue or black.The color of the uniform accessories and equipment shall be standard black or brown, as may be appropriate to match the uniform. However, mixed of both brown and black accessories are not acceptable.Inclement weather clothing shall be required for those guards required to perform duties while exposed to cold, rain, or other inclement weather conditions. All inclement weather clothing must be identical in style and color for each guard.Each Security Guard is expected to maintain a high standard of personal hygiene and uniform appearance. Hair should be neatly trimmed and not extended below the shirt collar. Sideburns should not extend past the lower edge of the ear, nor be wider than 1/2 inch at the bottom.Supplementary Equipment:Each guard on duty shall be equipped with supplementary equipment including, but not limited to, notebooks, pens, pencils, replacement flashlight batteries and bulbs, and traffic control safety apparel (reflective vests, gloves, ,etc.), as appropriate to operations. Guard shall not be permitted to provide themselves any unauthorized supplemental, personal item, or other non-standard items that distract from their duties.Performance Requirements:Initial Start-up: A post award conference will be held at a time and place designated by the Contracting Officer to be attended by the Contractor, the Contractor’s supervisor, the Contracting Officer’s Representative and the Contracting Officer or other officials designated by the Contracting Officer. The conference agenda will include as a minimum:Performance requirements including staffing plansTraining requirementsCertification of personnel qualificationsUniform and accessory requirementsGovernment furnished property and servicesContractor furnished property and servicesQuality AssuranceThe Contractor’s Supervisor shall visit the Outpatient Clinic with Contract personnel before performance under contract for the purpose of performance orientation and site/equipment operation orientation. Orientation of new guards after award of contract shall be documented and submitted to the Contracting Officer Representative (COR) or Contracting Officer prior to providing the services to VA. VA must approve all initial and new personnel prior to services being provided.The Contractor shall take all necessary steps to reduce changes in the staff providing services to the VA. Since VA incurs a cost for training and orientation for replacement of staff members, this cost may be passed onto the Contractor. Training:To be eligible to perform under this contract each contract employee must meet the minimum required training outlined in Exhibit #3 – Minimum Contractor Furnished Training, and Exhibit #3 – Minimum Government Furnished Training.Contractor Furnished Training will be completed prior to the staff providing services to VA. Government furnished training as outlined in Exhibit #3 will be given to Contractor personnel during their normal duty hours.Contractor furnished trainingThe Contractor shall submit to the Contracting Officer written certification that each contract employee has been trained in the subject areas outlined in Exhibit #2 prior to assignment under this contract. For replacement or new employees, documentation must complete before being employed in support of this contract.All formal training required shall be presented by persons who are certified or qualified to instruct the specific required subjects. Certification to instruct the specific subject shall be in form of a certificate issued by an accredited institution of learning (school, college, university, etc.), a governmental (Federal, State, County, etc.) educational certification body (agency, board, commission, etc.) or by documentation that the person instruction has sufficient experience in the subject matter to be able to instruct the subject in an authoritative, practical and current manner.In addition to the 26 hours of formal training, the Contractor shall provide follow-up orientation for each employee during the first two days of the initial assignment to duty. This orientation may be accomplished while the guards are on duty. The Contractor shall certify the completion of the follow-up orientation for each guard to the COR with 30 days following assignment to duty. The follow-up orientation will include the following subjects as may be required:General and specific orders for the facilityPolicy and specific procedures for responding to emergency alarms, bomb threats, incendiary in the facilityProcedure for operating the security systems with the facilityProcedure for, and operation of, the firefighting equipment within the facilityVehicle and traffic parking controlThe contractor shall submit to the Contracting Officer written certification of the follow-up orientation.On-Site Supervision:The Contractor shall provide the name(s), telephone number(s) and addresses of the contractor supervisors, in writing, to the Contracting Officer prior to performance under this contract. The term “contractor supervisor” means a person designated in writing by the Contractor to handle the day-to-day issues arising from the contract. The contractor supervisor shall not simultaneously perform the duties of supervisor and guard under the terms of this contract.The Contractor shall provide the level of supervision to ensure that employees are properly performing all duties as specified in accordance with the contract. A Contract Supervisor shall be available during the entire time while the guard is on duty and perform scheduled and unscheduled reviews for quality assurance and contract compliance.The contractor supervisor shall assure that guard(s):Have an available resource for advice, problem solving, conflict management, etc. at a higher level than themselvesAre in uniform and present a neat appearanceMaintain a continued state of proper trainingPossess the necessary permits, authority, etc.Maintain continued liaison with the designated COR or designated alternate.Guard Services:Assignments may include but are not limited to the following:Patrols: At the beginning of each workday, a complete foot patrol of the interior and exterior of the clinic will he accomplished. Should it be determined that illegal access to the clinic had been gained, refer to Standard Operating Procedures. The Contract Security Guard/s will, at random so as not to establish a pattern, conduct a minimum of six internal foot patrols and four external foot patrol of the clinic. These random patrols will be logged on VA Form 10- 1433, Daily Operation Log. (See Government Furnished For ms for Contractor Use in Attachment/s section of this document.) Prior to the end of the tour of duty at the clinic, a complete and thorough foot patrol of the clinic will be accomplished.Post: The primary post for the clinic may be inside the main entrance near the front desk. While assigned to the post, the Contract Security Guard will respond to all calls for assistance as quickly and safely as possible.Vigilance: While at the security desk and on moving patrol, Contract Security Guard will remain alert to all activities in and outside the clinic, (suspicious behavior, potential violent persons, etc.). Observe all personnel entering facility when suspected of carrying weapons, showing hostility, or being unauthorized personnel (e.g., unaccompanied children, solicitors). At all times the Contract Security Guard will be courteous.Alarms: In the event of a fire alarm, the Contract Security Guard will assist in the orderly evacuation (if necessary) and assist in crowd control and traffic control until the arrival of the Fire and Police Department. Direct Fire Department to fire scene.Emergencies: All occurrences within the Clinic (criminal activity, fire, bomb threat, etc.) will be documented on Government furnished, VA Form 10-1393, and Uniform Offense Report, (See Government Furnished Forms for Contractor Use). If local law enforcement is called into service, Contract guard may be required to complete local government reports/forms. The Security Guard will request all visitors/volunteers to leave buildings during a bomb threat. No visitor/volunteer shall be allowed to enter/re-enter the building until the "all-clear" has been given. The Security Guard is responsible for all traffic and crowd control during a bomb threat emergency. In the case of any emergency condition the guard shall respond in accordance with the SOP, government-provided training and Contractor-provided training. The Security Guard is responsible for the exercise of leadership, control and direction during emergency response to areas which threaten the lives of personnel on VA property. Remaining calm and professional is the minimal expectation. If the guard, in response to an emergency situation, is required to leave the post in order to comply with VA or Law Enforcement directives, the time away from the duty post will not be considered as a failure of the Contractor to provide services.Log: Government furnished, VA Form 10-1433, Daily Operation Log, (See Government Furnished For ms for Contractor Use in Attachment/s section of this document.), will be completed daily on the computerized system or as directed during system failures, and turned in the following morning to the administrative officer of the clinic. Completes other VA forms necessary to document events as trained. Perform routine clerical duties associated with this position.Unarmed: The Contract Security Guard/s will not be armed with a firearm, nightstick, chemical deterrent or any other weapon. Peace Officers not on official business, and all other persons will be requested to leave their firearms properly secured in their car.Intervention: Security guards when requested will shadow potentially violent patients staying only close enough to intervene if required. In these situations security guards will make every effort to disguise their actions. Security guards responding to problems with a patient shall only intervene if the individual is going to cause bodily harm to self, other patients or staff. The security guard shall call the proper police authorities for assistance or escort individual/s off premises. When VA employees are involved in handling the patient, security guards shall not intervene unless directed to do so or it is obvious their intervention is required.Assistance: May be requested to assist assigned personnel with a patient that is incapacitated.Screening: Operate and enforce a system of personnel identification, recognizing that certain areas are restricted to employees only or only certain employees. Discover and detain persons attempting to gain unauthorized access to the property. Observe building occupants and visitors for compliance with posted rules and regulations. Monitor surveillance cameras where installed.Inspection: Perform package inspection when required. Public areas of the Clinic may be searched at any time without a warrant. Security Guards will not routinely search packages or other articles leaving the buildings. However, when necessary the Stop and Question Procedure will be used.Security and fire systems: Monitor building fire and intrusion detection systems and other protection devices or building equipment.Lost and found: Receive, issue receipt, and store found articles pending disposition, using VA Form 3524.Law and or der: Maintain law and order within the areas of assignment. Perform such other functions as may be necessary in the event of situation or occurrences such as civil disturbances or other criminal acts adversely affecting the security and safety of the Government, its employees, property and the general public lawfully on buildings or on the grounds under the control of the Government.Hazardous conditions: Report daily, in accordance with procedure in the Standard Operating Procedures, potentially hazardous conditions and items in need of repair, including inoperative lights, leaky faucets, toilet stoppages, broken or slippery floor surfaces, etc.Flying the United States Flag: The United States Flag (and other authorized, POW/MIA) shall be flown or displayed as trained by VA and as directed regarding half-mast displays. The guard shall assist the staff in displaying the flag as appropriate.Additional duties: Turn off unnecessary lights, check safes, lock-type repositories, and cabinets, open and secure doors and gates, etc.Injury or illness: Obtain professional assistance in accordance with procedures in the SOP in the event of injury or illness to Government employees or others while in the building or on the grounds. This will vary between pliance with the SOP: Perform the duties outlined in the SOP that has been prepared for the post. This record defines the basic work to be performed. Except for emergencies, no deviations shall be made. See Standard Operating Procedures under Government Furnished Property.Insurance(s):As required in FAR 52.228-5 Insurance – Work of a Government Installation, the Contractor shall obtain and maintain all liability, workers compensation, and all other occupational, business or trade related insurances as required within the State where the services are being performed. Proof of insurance shall be provided prior to the start of services and shall be available upon request by the Contracting Officer throughout the entire contract period. Failure to maintain required insurance is grounds for contract termination.Marking:All information, invoices and correspondences submitted to the Contracting Officer or Contracting Officer’s Representative shall clearly indicate the Contract Number for which the information is being submitted.Roles:The role of Government Personnel and Responsibility for Contract Administration are:Contracting Officer:The Contracting Officer has the overall responsibility for the Administration of this contract. He/she alone, without delegation, is authorized to take actions on behalf of the Government to: amend, modify or deviate from the contract terms, conditions requirements, specifications, detains and/or delivery schedule; make final decisions on disputed deductions from contract payment for non-performance; terminate the contract for convenience or default; issue final decisions regarding contract questions or matters under dispute. However, he/she may delegate certain other responsibilities to his/her authorized technical representative(s).Contracting Officer’s Representative (COR):The Chief of VA Police is designated as the COR for the building security and human safety. A secondary COR at the CBOC may also be appointed for the day-to-day operation of the contract, which may include fitness for duty reviews. The responsibilities of the COR include but are not limited to: determining the adequacy of performance by the Contractor or accordance with the terms and conditions of this contract; acting as the Government’s representative in charge of work at the site; ensuring compliance with contract requirement insofar as the work is concerned; advising the Contractor of non-performance or unsatisfactory performance; and advising and documenting to the Contracting Officer of any issues regarding non-performance, non-compliance or elements of any issues that affect deductions.Ordinance, Taxes, Permits, and Licenses:Without and additional cost to the Government, the Contractor shall:Fully comply with all local, City, State, and Federal laws, regulations, and ordinancesBe liable for all applicable Federal, State, and local taxesObtain and pay for all permits and licenses governing performance of the contract.Identification Credentials:The Contractor is responsible for his employees having all required identification credentials in their possession at all times while on the protected premisesUnder this contract, the required credentials must contain the following for each contract employee:A photograph of the employee that is at least one inch square. The photograph will show as a minimum the head and shoulders of the employee and will be no more than one year old at the time the credential is issued.A printed personal description consisting of the employee’s name, sex, birth date, height, weight, hair color, eye color.Date issuedSignature of the employeeIdentification of a validation by the issuing authority.TRAINING: All contractor employees employee’s requiring physical access to VA shall complete the following before being granted physical access to the VA:Successfully complete the appropriate VA privacy training and annually complete required privacy training.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.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS:The following security determination for this position is:Position Risk – In accordance with IL0710 and VA form 2280a the position risk has been designated as Low Risk/Nonsensitive.Background Investigation - The level of background investigation to be initiated is NACI.All contractor employees who require physical access to the Department of Veterans Affairs' facilities shall be the subject to a Complete Background Investigation. Current VA policies do require a contractor have the following before unescorted access may be granted to the VA facilities and/or access to VA Information Technology resources (network and/or protected data):A favorably adjudicated Special Agreement Check (SAC) or “Closed, No Issues ”SAC “ fingerprint results;Training delineated in VA handbook 6500.6 (Appendix C, Section 9). and,Signed “Contractors Rules of BehaviorA contractor may be sponsored by a VA Employee for a Personal Identity Verification (PIV) card upon confirmation that the appropriate level of background investigation for the position risk and sensitivity level has been scheduled by OPM.This requirement is applicable to all subcontractor personnel requiring the same access. All paper work required in paragraph (1-6) must be accepted as complete by the Contracting Officer’s Representative (COR) prior to contract performance. If the investigation is not completed prior to the start of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA.Please note that all of the following items must be completed by each contract employee, prior to commencing work.STEP ONE: Complete Background Investigation Request Worksheet: Within five business days of receiving award, the contractor shall submit a completed Background Investigation Request Worksheet (Form #1) that lists all contractor employees who will be working on the [insert one: contract or task order] to the COR who will then submit to the VHA Service Center (VSC) Personnel Security Office via password protected or encrypted e-mail to VSCSecurity@ or fax to (216) 447-8020. Note: due to the personal information contained in the Background Investigation Request Worksheet, the information must be sent in a secure manner. Please DO NOT e-mail a document containing social security number unless the e-mail is encrypted.Within five business days of receiving the Background Investigation Request Worksheet, the VSC Personnel Security Office will enter a background investigation request into the VA Security Investigation Center (SIC) Contractor Request Database (CRD) for each contractor employee. When the request is entered, an automated “initial” e-mail is sent to the contractor point of contact listed on the Background Investigation Request Worksheet. The automated e-mail identifies the background investigation level requested and provides a website link with further instructions.If a contractor employee has a background investigation from another federal agency, it may be reciprocated as long as the background investigation meets the appropriate level designated in the current statement of work and has occurred within the last five years with a favorable adjudication and no break in service. Please be aware that any public trust case that is older than two years and does not have a favorable adjudication cannot be reciprocated unless it was a no issue case.VSC Personnel Security Office staff will coordinate with the VA Security and Investigations Center (SIC) staff to verify reciprocity. If the contractor employee receives the automated e-mail from the VA SIC CRD and believes he/she may be eligible for reciprocity, please contact the VA SIC using the contact information in the e-mail. Reciprocity is NOT automatic. If a background investigation can be reciprocated, the VA SIC will send an e-mail notification to the contractor.Note: As contract personnel are added to the contract or order, the Background Investigation Request Worksheet must be updated and submitted to the VSC Personnel Security Office so that a background investigation can be initiated. The additional contract employee cannot start work until all security requirements listed are completed.STEP TWO: Complete Special Agreement Check (SAC) (Fingerprinting): ALL contractor employees are required to be fingerprinted within 14 calendar days of this notice, except for those who received an e-mail from the VA SIC confirming reciprocity. Courtesy electronic fingerprints can be obtained at some VA facilities. Please contact the Contracting Officer’s Representative (COR) to schedule a fingerprinting appointment at a VA facility as soon as possible. Each contractor employee shall take a copy of the VHA Special Agreement Check (SAC) Memorandum (Form #2) to the fingerprinting appointment and complete it. Completed forms shall be faxed to the VSC Personnel Security Office at (216) 447-8020 the same day the contractor employee is fingerprinted.OPM sends the results of the SAC to the VSC Personnel Security Office within 5 days. The VSC Personnel Security Office reviews the results and makes an adjudication recommendation to the CO within 10 days, who will inform the Contractor COR of the outcome.STEP THREE: Complete and Submit Background Investigation Documents: Upon receipt of the automated e-mail from the VA SIC CRD (see Step One), each contractor employee who did not receive a reciprocation notice, must complete and submit the required documents to the VA SIC within five business days. The submission address will be provided in the automated e-mail. Do not send completed documents to the VA SIC before being fingerprinted or before receiving the initial automated e-mail – THE DOCUMENTS WILL BE RETURNED.The VA SIC reviews the documents within seven business days for completion and accuracy. If the documents do not contain any errors, the VA SIC forwards them to the Office of Personnel Management (OPM) to conduct the background investigation. If the documents contain errors, the VA SIC will return them to the contractor with corrective instructions. The corrections must be made immediately and sent back to the VA SIC. Once the documents are completed correctly and VA SIC forwards them to OPM, an automated e-mail is sent to the contractor point of contact stating that the background investigation has been initiated.On the 20th day, if the VA SIC has not received a completed package, the Contractor COR will receive an e-mail notification that the request is still pending and has not been initiated. On the 40th day, if the VA SIC has not received a completed package, the Contractor COR will receive an email stating that the request has been terminated and the contractor employee must be replaced due to non- compliance with security requirements and a new background investigation request will need to be submitted.STEP FOUR: Obtain Personal Identity Verification (PIV) Card (Security Badge): Each contractor, and/ or sub- contractor employee is required to obtain a PIV Card for physical access. In order to be eligible to receive a PIV Card, the contractor employee must have both a favorable SAC completion and an initiated background investigation (or reciprocation). Within five business days of reciprocation or receiving notice of initiated background investigation and favorable SAC adjudication, the contractor employee must complete the VHA Service Center Contractor PIV Sponsorship Form (Form #3) and submit it to the Contract COR for submission to VSC Personnel Security Office via e-mail at VSCSecurity@ or fax it to (216) 447-8020.STEP FIVE: Complete Required Training and Sign Contractor Rules of Behavior: All contractor employees shall complete the training indicated in the solicitation. The contractor shall provide copies of training certificates and signed Contractor Rules of Behavior for each employee within five business days of reciprocation or receiving notice of initiated background investigation and favorable SAC adjudication contractor and annually thereafter to the Contracting Officer and the COR. In order to obtain access to the VA training via the VA’s Talent Management System (TMS), please contact the COR.Required documents:U:\My Documents\Contract Security\Contract Security Forms\VSC Security Request Packet_Complete Packet_APRIL 2012 -3.pdf .Standard of Conduct:The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to his employees as may be necessary. The Contractor is also responsible for ensuring that his employees do not disturb papers on desks, open drawers or cabinets, or use Government telephones, except as authorized. Each guard is expected to adhere to standards of behavior that reflect credit to himself/herself, his/her employer and the Federal Government.Recording Presence:Each contract employee must sign in when reporting for duty and sign out when leaving at the end of the workday using the automated VA Form 1433.Reporting Staff-Hours Provided:The Contractor shall submit to the COR on the last working day of the month, a verification report showing the staff-hours provided. The Contractor shall certify the report as to its accuracy. The VA will use the verification report to verify compliance with the staff-hour requirements of the contract.Removal from DutyThe Government may also request the Contractor to immediately remove any employee(s) from the worksite(s) should it be determined that individuals are being assigned to duty who have been disqualified for either suitability or security reasons, or who are found to be unfit for performing security duties during their tour of duty. The Contractor must comply with these requests. For clarification, a determination of unfit may be made for, but not limited to, incidents involving the most immediately identifiable types of misconduct or delinquency as set forth below:Violation of the SOP and other VA Rules and Regulations addressed in VA training and orientationViolation of Federal, State or local laws, rules, and/or regulationsNeglect of duty, including sleeping while on duty, unreasonable delays, or failure to carry out assigned tasks, conducting personal affairs during official time, and refusing to render assistance or cooperate in upholding the integrity of the security program at the work site.Falsification or unlawful concealment, removal, mutilation or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records.Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting. Also participating in disruptive activities that interfere with the normal or efficient operations of the Government.Theft, vandalism, immoral conduct, or other criminal actionsSelling, consuming, or being under the influence of intoxicants, drugs, or other substances that produce similar effects.Improper use of official authority or credentials:Unauthorized use of communications equipment or Government property.Violation of security procedures or regulationsThe Contracting Officer, COR or Highest Ranking VA Authority on site, will make all determinations regarding the removal of any employee from the worksite. In the event of a dispute, the Contracting Officer will make the final determination. If requested, the Contracting Officer will provide specific reasons for removal of an employee to the Contractor in writing.Prohibition Against Subcontracting:The Contractor will not subcontract any work required by this contract without express written approval of the Contracting Officer. If the Contracting Officer authorized the Contractor to subcontract any part of the work required by this contract, a copy of such subcontract shall be provided to the Contracting Officer PRIOR TO SUBCONTRACTOR START.22) TRAVEL REIMBURSEMENT: The Contractor shall be reimbursed for travel made at the direction of the Government, only. In accordance with Federal Acquisition Regulation (FAR) 31.205-46, Reimbursable travel expenses are as follows (quoting directly from FAR 31.205-46):(a) Costs for transportation, lodging, meals, and incidental expenses. New Employee Orientation (NEO) and all associated mandatory VA training prior to performing work under this contract.See attached documents for Exhibits (Section D)SECTION C - CONTRACT CLAUSESC.1 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (DEC 2011) (a) Definitions. As used in this clause— "Acquisition function closely associated with inherently governmental functions" means supporting or providing advice or recommendations with regard to the following activities of a Federal agency: (1) Planning acquisitions. (2) Determining what supplies or services are to be acquired by the Government, including developing statements of work. (3) Developing or approving any contractual documents, to include documents defining requirements, incentive plans, and evaluation criteria. (4) Evaluating contract proposals. (5) Awarding Government contracts. (6) Administering contracts (including ordering changes or giving technical direction in contract performance or contract quantities, evaluating contractor performance, and accepting or rejecting contractor products or services). (7) Terminating contracts. (8) Determining whether contract costs are reasonable, allocable, and allowable. "Covered employee" means an individual who performs an acquisition function closely associated with inherently governmental functions and is— (1) An employee of the contractor; or (2) A subcontractor that is a self-employed individual treated as a covered employee of the contractor because there is no employer to whom such an individual could submit the required disclosures. "Non-public information" means any Government or third-party information that— (1) Is exempt from disclosure under the Freedom of Information Act (5 U.S.C. 552) or otherwise protected from disclosure by statute, Executive order, or regulation; or (2) Has not been disseminated to the general public and the Government has not yet determined whether the information can or will be made available to the public. "Personal conflict of interest" means a situation in which a covered employee has a financial interest, personal activity, or relationship that could impair the employee's ability to act impartially and in the best interest of the Government when performing under the contract. (A de minimis interest that would not "impair the employee's ability to act impartially and in the best interest of the Government" is not covered under this definition.) (1) Among the sources of personal conflicts of interest are— (i) Financial interests of the covered employee, of close family members, or of other members of the covered employee's household; (ii) Other employment or financial relationships (including seeking or negotiating for prospective employment or business); and (iii) Gifts, including travel. (2) For example, financial interests referred to in paragraph (1) of this definition may arise from— (i) Compensation, including wages, salaries, commissions, professional fees, or fees for business referrals; (ii) Consulting relationships (including commercial and professional consulting and service arrangements, scientific and technical advisory board memberships, or serving as an expert witness in litigation); (iii) Services provided in exchange for honorariums or travel expense reimbursements; (iv) Research funding or other forms of research support; (v) Investment in the form of stock or bond ownership or partnership interest (excluding diversified mutual fund investments); (vi) Real estate investments; (vii) Patents, copyrights, and other intellectual property interests; or (viii) Business ownership and investment interests. (b) Requirements. The Contractor shall— (1) Have procedures in place to screen covered employees for potential personal conflicts of interest, by— (i) Obtaining and maintaining from each covered employee, when the employee is initially assigned to the task under the contract, a disclosure of interests that might be affected by the task to which the employee has been assigned, as follows: (A) Financial interests of the covered employee, of close family members, or of other members of the covered employee's household. (B) Other employment or financial relationships of the covered employee (including seeking or negotiating for prospective employment or business). (C) Gifts, including travel; and (ii) Requiring each covered employee to update the disclosure statement whenever the employee's personal or financial circumstances change in such a way that a new personal conflict of interest might occur because of the task the covered employee is performing. (2) For each covered employee— (i) Prevent personal conflicts of interest, including not assigning or allowing a covered employee to perform any task under the contract for which the Contractor has identified a personal conflict of interest for the employee that the Contractor or employee cannot satisfactorily prevent or mitigate in consultation with the contracting agency; (ii) Prohibit use of non-public information accessed through performance of a Government contract for personal gain; and (iii) Obtain a signed non-disclosure agreement to prohibit disclosure of non-public information accessed through performance of a Government contract. (3) Inform covered employees of their obligation— (i) To disclose and prevent personal conflicts of interest; (ii) Not to use non-public information accessed through performance of a Government contract for personal gain; and (iii) To avoid even the appearance of personal conflicts of interest; (4) Maintain effective oversight to verify compliance with personal conflict-of-interest safeguards; (5) Take appropriate disciplinary action in the case of covered employees who fail to comply with policies established pursuant to this clause; and (6) Report to the Contracting Officer any personal conflict-of-interest violation by a covered employee as soon as it is identified. This report shall include a description of the violation and the proposed actions to be taken by the Contractor in response to the violation. Provide follow-up reports of corrective actions taken, as necessary. Personal conflict-of-interest violations include— (i) Failure by a covered employee to disclose a personal conflict of interest; (ii) Use by a covered employee of non-public information accessed through performance of a Government contract for personal gain; and (iii) Failure of a covered employee to comply with the terms of a non-disclosure agreement. (c) Mitigation or waiver. (1) In exceptional circumstances, if the Contractor cannot satisfactorily prevent a personal conflict of interest as required by paragraph (b)(2)(i) of this clause, the Contractor may submit a request through the Contracting Officer to the Head of the Contracting Activity for— (i) Agreement to a plan to mitigate the personal conflict of interest; or (ii) A waiver of the requirement. (2) The Contractor shall include in the request any proposed mitigation of the personal conflict of interest. (3) The Contractor shall— (i) Comply, and require compliance by the covered employee, with any conditions imposed by the Government as necessary to mitigate the personal conflict of interest; or (ii) Remove the Contractor employee or subcontractor employee from performance of the contract or terminate the applicable subcontract. (d) Subcontract flowdown. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts— (1) That exceed $150,000; and (2) In which subcontractor employees will perform acquisition functions closely associated with inherently governmental functions (i.e., instead of performance only by a self-employed individual).(End of Clause)C.2 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2017)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009)._ X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) [Reserved]_X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C)._X__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).___ (10) [Reserved]___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).___ (ii) Alternate I (Nov 2011) of 52.219-3.___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (ii) Alternate I (Jan 2011) of 52.219-4.___ (13) [Reserved]___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011).___ (iii) Alternate II (Nov 2011).___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7._X__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).___ (ii) Alternate I (Nov 2016) of 52.219-9.___ (iii) Alternate II (Nov 2016) of 52.219-9.___ (iv) Alternate III (Nov 2016) of 52.219-9.___ (v) Alternate IV (Nov 2016) of 52.219-9.___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f)._X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m))._X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755)._ __ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)._X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)._X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)._X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)._X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)._X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)._X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496)._X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627)._X__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).___ (40) (i) 52.223-13, Acquisition of EPEAT? -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514___ (ii) Alternate I (Oct 2015) of 52.223-13.___ (41) (i) 52.223-14, Acquisition of EPEAT? -Registered Television (Jun 2014) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-14.___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).___ (43) (i) 52.223-16, Acquisition of EPEAT? -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).___ (ii) Alternate I (Jun 2014) of 52.223-16._X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696).___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).___ (ii) Alternate I (Jan 2017) of 52.224-3.___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).___ (ii) Alternate I (May 2014) of 52.225-3.___ (iii) Alternate II (May 2014) of 52.225-3.___ (iv) Alternate III (May 2014) of 52.225-3.___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).___ (57) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332)._X__ (58) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:_X__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)_X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.)._X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee Class Monetary Wage-Fringe Benefits Guard I/GS-04 $15.54/Hour Guard II/GS-05 $17.39/Hour _X__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)._X__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)._X__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).___ (12) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).(xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).(xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3.(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)C.4 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 of the contract expiration date.The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause)C.5 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 day of the contract expiration date; 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.6 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.(End of Clause)C.7 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 NumberTitleDate52.202-1DEFINITIONSNOV 201352.203-3GRATUITIESAPR 198452.203-12LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSOCT 201052.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 201152.204-13SYSTEM FOR AWARD MANAGEMENT MAINTENANCEOCT 201652.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201652.204-19INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONSDEC 201452.212-4CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMSMAY 201552.217-5EVALUATION OF OPTIONSJUL 199052.223-2AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTSSEP 201352.227-14RIGHTS IN DATA—GENERAL ALTERNATE V (DEC 2007)MAY 201452.228-5INSURANCE—WORK ON A GOVERNMENT INSTALLATIONJAN 199752.229-3FEDERAL, STATE, AND LOCAL TAXESFEB 201352.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 201352.233-1DISPUTESMAY 201452.233-3PROTEST AFTER AWARDAUG 199652.237-2PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATIONAPR 198452.242-13BANKRUPTCYJUL 199552-245-1, Alt 1GOVERNMENT PROPERTYAPR 201252.246-4INSPECTION OF SERVICES—FIXED-PRICEAUG 199652.252-6AUTHORIZED DEVIATIONS IN CLAUSESAPR 198452.253-1COMPUTER GENERATED FORMSJAN 1991852.203-71DISPLAY OF DEPARTMENT OF VETERANS AFFAIRS HOTLINE POSTERDEC 1992(End of Clause)C.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.9 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, “Service-disabled veteran-owned small business concern or SDVSOB”: (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 (see VAAR 802.201 Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) “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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)C.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.11 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Alaska. 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.12 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)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSAttachment 1 Wage Determination 2015-5687, Rev. 1, Dtd. 01-11-2017-KenaiREGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5687Daniel W. Simms Division of | Revision No.: 1Director Wage Determinations| Date Of Last Revision: 01/11/2017_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at whd/govcontracts.____________________________________________________________________________________State: Alaska Area: Alaska Boroughs of Aleutian Island, Bethel, Bristol Bay, Dillingham, Kenai Peninsula, Kodiak Island, Nome, North Slope, Southeast Fairb, Valdez-Cordova, Wade Hampton, Yukon-Koyukuk____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.33 01012 - Accounting Clerk II 18.76 01013 - Accounting Clerk III 20.98 01020 - Administrative Assistant 25.67 01035 - Court Reporter 18.84 01041 - Customer Service Representative I 14.34 01042 - Customer Service Representative II 16.12 01043 - Customer Service Representative III 17.58 01051 - Data Entry Operator I 16.25 01052 - Data Entry Operator II 17.86 01060 - Dispatcher, Motor Vehicle 21.17 01070 - Document Preparation Clerk 15.39 01090 - Duplicating Machine Operator 14.73 01111 - General Clerk I 17.15 01112 - General Clerk II 18.71 01113 - General Clerk III 21.00 01120 - Housing Referral Assistant 21.01 01141 - Messenger Courier 15.60 01191 - Order Clerk I 15.45 01192 - Order Clerk II 16.86 01261 - Personnel Assistant (Employment) I 19.07 01262 - Personnel Assistant (Employment) II 21.33 01263 - Personnel Assistant (Employment) III 23.79 01270 - Production Control Clerk 24.85 01290 - Rental Clerk 16.94 01300 - Scheduler, Maintenance 16.84 01311 - Secretary I 16.84 01312 - Secretary II 18.84 01313 - Secretary III 21.01 01320 - Service Order Dispatcher 18.13 01410 - Supply Technician 25.67 01420 - Survey Worker 18.78 01460 - Switchboard Operator/Receptionist 14.18 01531 - Travel Clerk I 15.48 01532 - Travel Clerk II 17.09 01533 - Travel Clerk III 18.89 01611 - Word Processor I 16.18 01612 - Word Processor II 18.16 01613 - Word Processor III 20.3105000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 27.64 05010 - Automotive Electrician 26.00 05040 - Automotive Glass Installer 24.06 05070 - Automotive Worker 24.06 05110 - Mobile Equipment Servicer 21.56 05130 - Motor Equipment Metal Mechanic 26.36 05160 - Motor Equipment Metal Worker 24.06 05190 - Motor Vehicle Mechanic 26.36 05220 - Motor Vehicle Mechanic Helper 19.95 05250 - Motor Vehicle Upholstery Worker 23.18 05280 - Motor Vehicle Wrecker 24.06 05310 - Painter, Automotive 25.15 05340 - Radiator Repair Specialist 24.06 05370 - Tire Repairer 17.78 05400 - Transmission Repair Specialist 26.3607000 - Food Preparation And Service Occupations 07010 - Baker 16.84 07041 - Cook I 16.69 07042 - Cook II 19.21 07070 - Dishwasher 10.99 07130 - Food Service Worker 14.36 07210 - Meat Cutter 20.76 07260 - Waiter/Waitress 11.9109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 28.53 09040 - Furniture Handler 19.10 09080 - Furniture Refinisher 28.53 09090 - Furniture Refinisher Helper 21.54 09110 - Furniture Repairer, Minor 25.01 09130 - Upholsterer 28.5311000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.85 11060 - Elevator Operator 12.85 11090 - Gardener 17.52 11122 - Housekeeping Aide 14.88 11150 - Janitor 14.88 11210 - Laborer, Grounds Maintenance 14.59 11240 - Maid or Houseman 12.06 11260 - Pruner 13.18 11270 - Tractor Operator 16.53 11330 - Trail Maintenance Worker 14.59 11360 - Window Cleaner 16.4712000 - Health Occupations 12010 - Ambulance Driver 24.93 12011 - Breath Alcohol Technician 22.53 12012 - Certified Occupational Therapist Assistant 24.75 12015 - Certified Physical Therapist Assistant 24.09 12020 - Dental Assistant 21.34 12025 - Dental Hygienist 44.92 12030 - EKG Technician 32.89 12035 - Electroneurodiagnostic Technologist 32.89 12040 - Emergency Medical Technician 24.93 12071 - Licensed Practical Nurse I 20.14 12072 - Licensed Practical Nurse II 22.53 12073 - Licensed Practical Nurse III 25.12 12100 - Medical Assistant 19.24 12130 - Medical Laboratory Technician 21.37 12160 - Medical Record Clerk 16.04 12190 - Medical Record Technician 31.25 12195 - Medical Transcriptionist 22.40 12210 - Nuclear Medicine Technologist 48.07 12221 - Nursing Assistant I 13.27 12222 - Nursing Assistant II 14.92 12223 - Nursing Assistant III 16.28 12224 - Nursing Assistant IV 18.27 12235 - Optical Dispenser 22.22 12236 - Optical Technician 20.14 12250 - Pharmacy Technician 17.87 12280 - Phlebotomist 18.27 12305 - Radiologic Technologist 32.64 12311 - Registered Nurse I 28.98 12312 - Registered Nurse II 35.45 12313 - Registered Nurse II, Specialist 35.45 12314 - Registered Nurse III 42.88 12315 - Registered Nurse III, Anesthetist 42.88 12316 - Registered Nurse IV 51.40 12317 - Scheduler (Drug and Alcohol Testing) 27.92 12320 - Substance Abuse Treatment Counselor 25.7213000 - Information And Arts Occupations 13011 - Exhibits Specialist I 21.09 13012 - Exhibits Specialist II 25.29 13013 - Exhibits Specialist III 30.90 13041 - Illustrator I 21.09 13042 - Illustrator II 25.29 13043 - Illustrator III 30.90 13047 - Librarian 26.42 13050 - Library Aide/Clerk 15.59 13054 - Library Information Technology Systems 23.86 Administrator 13058 - Library Technician 19.63 13061 - Media Specialist I 17.22 13062 - Media Specialist II 19.26 13063 - Media Specialist III 21.47 13071 - Photographer I 19.50 13072 - Photographer II 23.82 13073 - Photographer III 27.01 13074 - Photographer IV 33.05 13075 - Photographer V 35.31 13090 - Technical Order Library Clerk 16.95 13110 - Video Teleconference Technician 18.4314000 - Information Technology Occupations 14041 - Computer Operator I 17.09 14042 - Computer Operator II 19.12 14043 - Computer Operator III 24.42 14044 - Computer Operator IV 25.98 14045 - Computer Operator V 27.62 14071 - Computer Programmer I (see 1) 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.34 14160 - Personal Computer Support Technician 27.62 14170 - System Support Specialist 25.5115000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.09 15020 - Aircrew Training Devices Instructor (Rated) 41.24 15030 - Air Crew Training Devices Instructor (Pilot) 49.42 15050 - Computer Based Training Specialist / Instructor 34.09 15060 - Educational Technologist 27.79 15070 - Flight Instructor (Pilot) 48.92 15080 - Graphic Artist 27.78 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 43.63 15086 - Maintenance Test Pilot, Rotary Wing 43.63 15088 - Non-Maintenance Test/Co-Pilot 43.63 15090 - Technical Instructor 25.91 15095 - Technical Instructor/Course Developer 31.71 15110 - Test Proctor 21.03 15120 - Tutor 21.0316000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.74 16030 - Counter Attendant 11.74 16040 - Dry Cleaner 14.96 16070 - Finisher, Flatwork, Machine 11.74 16090 - Presser, Hand 11.74 16110 - Presser, Machine, Drycleaning 11.74 16130 - Presser, Machine, Shirts 11.74 16160 - Presser, Machine, Wearing Apparel, Laundry 11.74 16190 - Sewing Machine Operator 16.01 16220 - Tailor 17.11 16250 - Washer, Machine 12.8219000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 28.84 19040 - Tool And Die Maker 35.9321000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 21.52 21030 - Material Coordinator 24.85 21040 - Material Expediter 24.85 21050 - Material Handling Laborer 17.36 21071 - Order Filler 15.49 21080 - Production Line Worker (Food Processing) 21.52 21110 - Shipping Packer 19.58 21130 - Shipping/Receiving Clerk 19.58 21140 - Store Worker I 15.33 21150 - Stock Clerk 20.89 21210 - Tools And Parts Attendant 21.52 21410 - Warehouse Specialist 21.5223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 30.36 23019 - Aircraft Logs and Records Technician 24.23 23021 - Aircraft Mechanic I 28.72 23022 - Aircraft Mechanic II 30.36 23023 - Aircraft Mechanic III 32.04 23040 - Aircraft Mechanic Helper 21.69 23050 - Aircraft, Painter 27.45 23060 - Aircraft Servicer 24.23 23070 - Aircraft Survival Flight Equipment Technician 27.45 23080 - Aircraft Worker 25.48 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 25.48 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 28.72 II 23110 - Appliance Mechanic 27.15 23120 - Bicycle Repairer 21.52 23125 - Cable Splicer 35.49 23130 - Carpenter, Maintenance 30.09 23140 - Carpet Layer 27.08 23160 - Electrician, Maintenance 36.58 23181 - Electronics Technician Maintenance I 28.66 23182 - Electronics Technician Maintenance II 33.62 23183 - Electronics Technician Maintenance III 35.69 23260 - Fabric Worker 25.30 23290 - Fire Alarm System Mechanic 28.28 23310 - Fire Extinguisher Repairer 23.54 23311 - Fuel Distribution System Mechanic 28.42 23312 - Fuel Distribution System Operator 24.75 23370 - General Maintenance Worker 23.88 23380 - Ground Support Equipment Mechanic 28.72 23381 - Ground Support Equipment Servicer 24.23 23382 - Ground Support Equipment Worker 25.48 23391 - Gunsmith I 23.54 23392 - Gunsmith II 27.08 23393 - Gunsmith III 30.62 23410 - Heating, Ventilation And Air-Conditioning 28.95 Mechanic 23411 - Heating, Ventilation And Air Conditioning 31.48 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 32.05 23440 - Heavy Equipment Operator 29.79 23460 - Instrument Mechanic 30.45 23465 - Laboratory/Shelter Mechanic 28.84 23470 - Laborer 17.36 23510 - Locksmith 28.00 23530 - Machinery Maintenance Mechanic 30.18 23550 - Machinist, Maintenance 27.84 23580 - Maintenance Trades Helper 19.42 23591 - Metrology Technician I 30.45 23592 - Metrology Technician II 32.20 23593 - Metrology Technician III 33.97 23640 - Millwright 30.62 23710 - Office Appliance Repairer 25.56 23760 - Painter, Maintenance 26.95 23790 - Pipefitter, Maintenance 35.49 23810 - Plumber, Maintenance 33.50 23820 - Pneudraulic Systems Mechanic 30.62 23850 - Rigger 30.62 23870 - Scale Mechanic 27.08 23890 - Sheet-Metal Worker, Maintenance 30.23 23910 - Small Engine Mechanic 27.08 23931 - Telecommunications Mechanic I 29.47 23932 - Telecommunications Mechanic II 33.67 23950 - Telephone Lineman 31.47 23960 - Welder, Combination, Maintenance 28.52 23965 - Well Driller 27.19 23970 - Woodcraft Worker 30.62 23980 - Woodworker 23.5424000 - Personal Needs Occupations 24550 - Case Manager 16.21 24570 - Child Care Attendant 12.95 24580 - Child Care Center Clerk 16.15 24610 - Chore Aide 15.47 24620 - Family Readiness And Support Services 16.21 Coordinator 24630 - Homemaker 18.9425000 - Plant And System Operations Occupations 25010 - Boiler Tender 32.19 25040 - Sewage Plant Operator 28.70 25070 - Stationary Engineer 32.19 25190 - Ventilation Equipment Tender 23.83 25210 - Water Treatment Plant Operator 28.7027000 - Protective Service Occupations 27004 - Alarm Monitor 21.68 27007 - Baggage Inspector 17.50 27008 - Corrections Officer 29.89 27010 - Court Security Officer 28.91 27030 - Detection Dog Handler 19.95 27040 - Detention Officer 29.89 27070 - Firefighter 22.46 27101 - Guard I 17.50 27102 - Guard II 19.95 27131 - Police Officer I 33.62 27132 - Police Officer II 37.3728000 - Recreation Occupations 28041 - Carnival Equipment Operator 16.05 28042 - Carnival Equipment Repairer 17.02 28043 - Carnival Worker 13.19 28210 - Gate Attendant/Gate Tender 16.46 28310 - Lifeguard 13.27 28350 - Park Attendant (Aide) 18.95 28510 - Recreation Aide/Health Facility Attendant 13.43 28515 - Recreation Specialist 28.82 28630 - Sports Official 15.09 28690 - Swimming Pool Operator 24.0929000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 27.08 29020 - Hatch Tender 27.08 29030 - Line Handler 27.08 29041 - Stevedore I 27.86 29042 - Stevedore II 31.7730000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.35 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.13 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.88 30021 - Archeological Technician I 23.41 30022 - Archeological Technician II 27.28 30023 - Archeological Technician III 29.46 30030 - Cartographic Technician 31.78 30040 - Civil Engineering Technician 29.63 30051 - Cryogenic Technician I 23.25 30052 - Cryogenic Technician II 25.68 30061 - Drafter/CAD Operator I 23.41 30062 - Drafter/CAD Operator II 27.28 30063 - Drafter/CAD Operator III 29.19 30064 - Drafter/CAD Operator IV 34.79 30081 - Engineering Technician I 22.72 30082 - Engineering Technician II 26.56 30083 - Engineering Technician III 29.74 30084 - Engineering Technician IV 33.02 30085 - Engineering Technician V 38.08 30086 - Engineering Technician VI 45.77 30090 - Environmental Technician 22.13 30095 - Evidence Control Specialist 21.00 30210 - Laboratory Technician 29.27 30221 - Latent Fingerprint Technician I 23.25 30222 - Latent Fingerprint Technician II 25.68 30240 - Mathematical Technician 32.95 30361 - Paralegal/Legal Assistant I 21.93 30362 - Paralegal/Legal Assistant II 27.15 30363 - Paralegal/Legal Assistant III 33.22 30364 - Paralegal/Legal Assistant IV 40.20 30375 - Petroleum Supply Specialist 25.68 30390 - Photo-Optics Technician 32.95 30395 - Radiation Control Technician 25.68 30461 - Technical Writer I 20.22 30462 - Technical Writer II 24.72 30463 - Technical Writer III 33.98 30491 - Unexploded Ordnance (UXO) Technician I 25.01 30492 - Unexploded Ordnance (UXO) Technician II 30.26 30493 - Unexploded Ordnance (UXO) Technician III 36.27 30494 - Unexploded (UXO) Safety Escort 25.01 30495 - Unexploded (UXO) Sweep Personnel 25.01 30501 - Weather Forecaster I 34.79 30502 - Weather Forecaster II 42.32 30620 - Weather Observer, Combined Upper Air Or (see 2) 29.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 32.4231000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.07 31020 - Bus Aide 12.71 31030 - Bus Driver 19.13 31043 - Driver Courier 19.10 31260 - Parking and Lot Attendant 14.51 31290 - Shuttle Bus Driver 19.68 31310 - Taxi Driver 16.37 31361 - Truckdriver, Light 19.68 31362 - Truckdriver, Medium 21.84 31363 - Truckdriver, Heavy 24.40 31364 - Truckdriver, Tractor-Trailer 24.4099000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.15 99030 - Cashier 12.27 99050 - Desk Clerk 14.09 99095 - Embalmer 25.01 99130 - Flight Follower 25.68 99251 - Laboratory Animal Caretaker I 13.57 99252 - Laboratory Animal Caretaker II 23.01 99260 - Marketing Analyst 25.68 99310 - Mortician 25.01 99410 - Pest Controller 24.78 99510 - Photofinishing Worker 13.15 99710 - Recycling Laborer 25.38 99711 - Recycling Specialist 30.29 99730 - Refuse Collector 22.92 99810 - Sales Clerk 13.82 99820 - School Crossing Guard 17.19 99830 - Survey Party Chief 26.44 99831 - Surveying Aide 17.60 99832 - Surveying Technician 24.04 99840 - Vending Machine Attendant 18.71 99841 - Vending Machine Repairer 21.90 99842 - Vending Machine Repairer Helper 18.71_________________________________________________________________________Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at whd/govcontracts.ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day 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 does not 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. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) 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 occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations 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 the conformance procedures described in the conformance note included on this wage determination.Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and 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 your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium 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 considered overtime work).** HAZARDOUS PAY DIFFERENTIAL **An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, 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 or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) **Conformance Process:The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.5) The contracting officer transmits the Wage and Hour Division's decision to the contractor.6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)).Information required by the Regulations must be submitted on SF-1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).Attachment 2 Wage Determination 2015-5681, Rev. 1, Dtd. 01-11-2017-MatsuREGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5681Daniel W. Simms Division of | Revision No.: 1Director Wage Determinations| Date Of Last Revision: 01/11/2017_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at whd/govcontracts.____________________________________________________________________________________State: Alaska Area: Alaska Boroughs of Anchorage, Matanuska-Susit____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 16.86 01012 - Accounting Clerk II 19.40 01013 - Accounting Clerk III 21.71 01020 - Administrative Assistant 25.67 01035 - Court Reporter 18.84 01041 - Customer Service Representative I 13.23 01042 - Customer Service Representative II 14.88 01043 - Customer Service Representative III 16.23 01051 - Data Entry Operator I 15.10 01052 - Data Entry Operator II 17.86 01060 - Dispatcher, Motor Vehicle 22.28 01070 - Document Preparation Clerk 16.19 01090 - Duplicating Machine Operator 16.19 01111 - General Clerk I 17.15 01112 - General Clerk II 18.71 01113 - General Clerk III 21.00 01120 - Housing Referral Assistant 21.01 01141 - Messenger Courier 15.60 01191 - Order Clerk I 17.00 01192 - Order Clerk II 18.55 01261 - Personnel Assistant (Employment) I 19.07 01262 - Personnel Assistant (Employment) II 21.33 01263 - Personnel Assistant (Employment) III 23.79 01270 - Production Control Clerk 24.85 01290 - Rental Clerk 16.84 01300 - Scheduler, Maintenance 16.84 01311 - Secretary I 16.84 01312 - Secretary II 18.84 01313 - Secretary III 21.01 01320 - Service Order Dispatcher 18.13 01410 - Supply Technician 25.67 01420 - Survey Worker 18.78 01460 - Switchboard Operator/Receptionist 15.50 01531 - Travel Clerk I 15.48 01532 - Travel Clerk II 17.10 01533 - Travel Clerk III 18.90 01611 - Word Processor I 16.18 01612 - Word Processor II 18.16 01613 - Word Processor III 20.3105000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 27.64 05010 - Automotive Electrician 23.64 05040 - Automotive Glass Installer 21.87 05070 - Automotive Worker 21.87 05110 - Mobile Equipment Servicer 19.62 05130 - Motor Equipment Metal Mechanic 23.96 05160 - Motor Equipment Metal Worker 21.87 05190 - Motor Vehicle Mechanic 23.96 05220 - Motor Vehicle Mechanic Helper 18.53 05250 - Motor Vehicle Upholstery Worker 21.87 05280 - Motor Vehicle Wrecker 21.87 05310 - Painter, Automotive 22.86 05340 - Radiator Repair Specialist 21.87 05370 - Tire Repairer 17.78 05400 - Transmission Repair Specialist 23.9607000 - Food Preparation And Service Occupations 07010 - Baker 16.70 07041 - Cook I 16.69 07042 - Cook II 19.21 07070 - Dishwasher 10.99 07130 - Food Service Worker 13.46 07210 - Meat Cutter 20.49 07260 - Waiter/Waitress 11.9109000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 28.53 09040 - Furniture Handler 19.10 09080 - Furniture Refinisher 28.53 09090 - Furniture Refinisher Helper 21.54 09110 - Furniture Repairer, Minor 25.01 09130 - Upholsterer 28.5311000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.44 11060 - Elevator Operator 12.44 11090 - Gardener 19.27 11122 - Housekeeping Aide 14.45 11150 - Janitor 14.45 11210 - Laborer, Grounds Maintenance 15.31 11240 - Maid or Houseman 11.96 11260 - Pruner 13.83 11270 - Tractor Operator 18.18 11330 - Trail Maintenance Worker 15.31 11360 - Window Cleaner 16.0012000 - Health Occupations 12010 - Ambulance Driver 24.93 12011 - Breath Alcohol Technician 22.53 12012 - Certified Occupational Therapist Assistant 24.75 12015 - Certified Physical Therapist Assistant 24.09 12020 - Dental Assistant 21.95 12025 - Dental Hygienist 44.92 12030 - EKG Technician 32.89 12035 - Electroneurodiagnostic Technologist 32.89 12040 - Emergency Medical Technician 24.93 12071 - Licensed Practical Nurse I 20.14 12072 - Licensed Practical Nurse II 22.53 12073 - Licensed Practical Nurse III 25.12 12100 - Medical Assistant 17.66 12130 - Medical Laboratory Technician 21.47 12160 - Medical Record Clerk 17.64 12190 - Medical Record Technician 19.73 12195 - Medical Transcriptionist 20.41 12210 - Nuclear Medicine Technologist 43.70 12221 - Nursing Assistant I 13.27 12222 - Nursing Assistant II 14.92 12223 - Nursing Assistant III 16.28 12224 - Nursing Assistant IV 18.27 12235 - Optical Dispenser 20.37 12236 - Optical Technician 20.14 12250 - Pharmacy Technician 19.13 12280 - Phlebotomist 18.27 12305 - Radiologic Technologist 32.64 12311 - Registered Nurse I 28.98 12312 - Registered Nurse II 35.45 12313 - Registered Nurse II, Specialist 35.45 12314 - Registered Nurse III 42.88 12315 - Registered Nurse III, Anesthetist 42.88 12316 - Registered Nurse IV 51.40 12317 - Scheduler (Drug and Alcohol Testing) 27.92 12320 - Substance Abuse Treatment Counselor 21.0313000 - Information And Arts Occupations 13011 - Exhibits Specialist I 23.20 13012 - Exhibits Specialist II 27.82 13013 - Exhibits Specialist III 33.99 13041 - Illustrator I 23.20 13042 - Illustrator II 27.82 13043 - Illustrator III 33.99 13047 - Librarian 28.23 13050 - Library Aide/Clerk 17.15 13054 - Library Information Technology Systems 25.49 Administrator 13058 - Library Technician 19.63 13061 - Media Specialist I 18.38 13062 - Media Specialist II 20.57 13063 - Media Specialist III 22.94 13071 - Photographer I 19.50 13072 - Photographer II 23.82 13073 - Photographer III 27.01 13074 - Photographer IV 33.05 13075 - Photographer V 35.10 13090 - Technical Order Library Clerk 16.95 13110 - Video Teleconference Technician 20.2714000 - Information Technology Occupations 14041 - Computer Operator I 17.37 14042 - Computer Operator II 19.44 14043 - Computer Operator III 24.42 14044 - Computer Operator IV 25.98 14045 - Computer Operator V 27.62 14071 - Computer Programmer I (see 1) 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 18.34 14160 - Personal Computer Support Technician 27.62 14170 - System Support Specialist 35.4915000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 34.09 15020 - Aircrew Training Devices Instructor (Rated) 41.24 15030 - Air Crew Training Devices Instructor (Pilot) 49.42 15050 - Computer Based Training Specialist / Instructor 34.09 15060 - Educational Technologist 27.79 15070 - Flight Instructor (Pilot) 48.92 15080 - Graphic Artist 25.25 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 40.23 15086 - Maintenance Test Pilot, Rotary Wing 40.23 15088 - Non-Maintenance Test/Co-Pilot 40.23 15090 - Technical Instructor 25.91 15095 - Technical Instructor/Course Developer 31.71 15110 - Test Proctor 21.03 15120 - Tutor 21.0316000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 11.74 16030 - Counter Attendant 11.74 16040 - Dry Cleaner 14.96 16070 - Finisher, Flatwork, Machine 11.74 16090 - Presser, Hand 11.74 16110 - Presser, Machine, Drycleaning 11.74 16130 - Presser, Machine, Shirts 11.74 16160 - Presser, Machine, Wearing Apparel, Laundry 11.74 16190 - Sewing Machine Operator 16.01 16220 - Tailor 17.11 16250 - Washer, Machine 12.8219000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 28.84 19040 - Tool And Die Maker 35.9321000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 21.52 21030 - Material Coordinator 24.85 21040 - Material Expediter 24.85 21050 - Material Handling Laborer 17.01 21071 - Order Filler 15.49 21080 - Production Line Worker (Food Processing) 21.52 21110 - Shipping Packer 17.80 21130 - Shipping/Receiving Clerk 17.80 21140 - Store Worker I 15.33 21150 - Stock Clerk 20.89 21210 - Tools And Parts Attendant 21.52 21410 - Warehouse Specialist 21.5223000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 31.95 23019 - Aircraft Logs and Records Technician 24.97 23021 - Aircraft Mechanic I 30.22 23022 - Aircraft Mechanic II 31.95 23023 - Aircraft Mechanic III 33.71 23040 - Aircraft Mechanic Helper 21.69 23050 - Aircraft, Painter 28.47 23060 - Aircraft Servicer 24.97 23070 - Aircraft Survival Flight Equipment Technician 28.47 23080 - Aircraft Worker 26.73 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 26.73 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 30.22 II 23110 - Appliance Mechanic 24.68 23120 - Bicycle Repairer 21.52 23125 - Cable Splicer 35.49 23130 - Carpenter, Maintenance 30.09 23140 - Carpet Layer 27.08 23160 - Electrician, Maintenance 36.58 23181 - Electronics Technician Maintenance I 31.05 23182 - Electronics Technician Maintenance II 36.98 23183 - Electronics Technician Maintenance III 39.26 23260 - Fabric Worker 25.30 23290 - Fire Alarm System Mechanic 28.28 23310 - Fire Extinguisher Repairer 23.54 23311 - Fuel Distribution System Mechanic 31.26 23312 - Fuel Distribution System Operator 27.23 23370 - General Maintenance Worker 22.16 23380 - Ground Support Equipment Mechanic 30.22 23381 - Ground Support Equipment Servicer 24.97 23382 - Ground Support Equipment Worker 26.73 23391 - Gunsmith I 23.54 23392 - Gunsmith II 27.08 23393 - Gunsmith III 30.62 23410 - Heating, Ventilation And Air-Conditioning 28.95 Mechanic 23411 - Heating, Ventilation And Air Conditioning 31.48 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 31.34 23440 - Heavy Equipment Operator 32.77 23460 - Instrument Mechanic 30.45 23465 - Laboratory/Shelter Mechanic 28.84 23470 - Laborer 17.01 23510 - Locksmith 28.00 23530 - Machinery Maintenance Mechanic 30.18 23550 - Machinist, Maintenance 27.84 23580 - Maintenance Trades Helper 19.42 23591 - Metrology Technician I 30.45 23592 - Metrology Technician II 32.19 23593 - Metrology Technician III 33.96 23640 - Millwright 30.62 23710 - Office Appliance Repairer 23.24 23760 - Painter, Maintenance 25.54 23790 - Pipefitter, Maintenance 32.26 23810 - Plumber, Maintenance 30.80 23820 - Pneudraulic Systems Mechanic 30.62 23850 - Rigger 27.84 23870 - Scale Mechanic 27.08 23890 - Sheet-Metal Worker, Maintenance 30.23 23910 - Small Engine Mechanic 27.08 23931 - Telecommunications Mechanic I 29.47 23932 - Telecommunications Mechanic II 31.16 23950 - Telephone Lineman 31.47 23960 - Welder, Combination, Maintenance 28.52 23965 - Well Driller 27.05 23970 - Woodcraft Worker 30.62 23980 - Woodworker 23.5424000 - Personal Needs Occupations 24550 - Case Manager 16.21 24570 - Child Care Attendant 12.47 24580 - Child Care Center Clerk 15.54 24610 - Chore Aide 14.94 24620 - Family Readiness And Support Services 16.21 Coordinator 24630 - Homemaker 18.9425000 - Plant And System Operations Occupations 25010 - Boiler Tender 32.19 25040 - Sewage Plant Operator 31.57 25070 - Stationary Engineer 32.19 25190 - Ventilation Equipment Tender 23.28 25210 - Water Treatment Plant Operator 31.5727000 - Protective Service Occupations 27004 - Alarm Monitor 21.68 27007 - Baggage Inspector 16.33 27008 - Corrections Officer 29.89 27010 - Court Security Officer 28.91 27030 - Detection Dog Handler 18.27 27040 - Detention Officer 29.89 27070 - Firefighter 22.46 27101 - Guard I 16.33 27102 - Guard II 18.27 27131 - Police Officer I 34.16 27132 - Police Officer II 37.9528000 - Recreation Occupations 28041 - Carnival Equipment Operator 15.56 28042 - Carnival Equipment Repairer 16.82 28043 - Carnival Worker 11.99 28210 - Gate Attendant/Gate Tender 16.46 28310 - Lifeguard 13.72 28350 - Park Attendant (Aide) 18.95 28510 - Recreation Aide/Health Facility Attendant 13.43 28515 - Recreation Specialist 28.82 28630 - Sports Official 15.09 28690 - Swimming Pool Operator 21.9029000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 27.08 29020 - Hatch Tender 27.08 29030 - Line Handler 27.08 29041 - Stevedore I 27.49 29042 - Stevedore II 30.8430000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.35 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 27.13 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.88 30021 - Archeological Technician I 23.41 30022 - Archeological Technician II 27.28 30023 - Archeological Technician III 29.46 30030 - Cartographic Technician 31.78 30040 - Civil Engineering Technician 32.59 30051 - Cryogenic Technician I 30.15 30052 - Cryogenic Technician II 33.30 30061 - Drafter/CAD Operator I 23.41 30062 - Drafter/CAD Operator II 27.28 30063 - Drafter/CAD Operator III 29.19 30064 - Drafter/CAD Operator IV 34.79 30081 - Engineering Technician I 22.72 30082 - Engineering Technician II 26.56 30083 - Engineering Technician III 29.74 30084 - Engineering Technician IV 33.02 30085 - Engineering Technician V 38.08 30086 - Engineering Technician VI 45.77 30090 - Environmental Technician 24.34 30095 - Evidence Control Specialist 27.23 30210 - Laboratory Technician 26.61 30221 - Latent Fingerprint Technician I 30.15 30222 - Latent Fingerprint Technician II 33.30 30240 - Mathematical Technician 32.95 30361 - Paralegal/Legal Assistant I 21.93 30362 - Paralegal/Legal Assistant II 27.15 30363 - Paralegal/Legal Assistant III 33.22 30364 - Paralegal/Legal Assistant IV 40.20 30375 - Petroleum Supply Specialist 33.30 30390 - Photo-Optics Technician 32.95 30395 - Radiation Control Technician 33.30 30461 - Technical Writer I 22.24 30462 - Technical Writer II 27.19 30463 - Technical Writer III 35.87 30491 - Unexploded Ordnance (UXO) Technician I 25.01 30492 - Unexploded Ordnance (UXO) Technician II 30.26 30493 - Unexploded Ordnance (UXO) Technician III 36.27 30494 - Unexploded (UXO) Safety Escort 25.01 30495 - Unexploded (UXO) Sweep Personnel 25.01 30501 - Weather Forecaster I 34.79 30502 - Weather Forecaster II 42.32 30620 - Weather Observer, Combined Upper Air Or (see 2) 29.19 Surface Programs 30621 - Weather Observer, Senior (see 2) 32.4231000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 31.07 31020 - Bus Aide 13.98 31030 - Bus Driver 21.04 31043 - Driver Courier 17.79 31260 - Parking and Lot Attendant 13.19 31290 - Shuttle Bus Driver 17.89 31310 - Taxi Driver 15.74 31361 - Truckdriver, Light 17.89 31362 - Truckdriver, Medium 19.85 31363 - Truckdriver, Heavy 24.40 31364 - Truckdriver, Tractor-Trailer 24.4099000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 15.15 99030 - Cashier 12.27 99050 - Desk Clerk 14.09 99095 - Embalmer 25.01 99130 - Flight Follower 25.68 99251 - Laboratory Animal Caretaker I 13.15 99252 - Laboratory Animal Caretaker II 20.92 99260 - Marketing Analyst 31.87 99310 - Mortician 25.01 99410 - Pest Controller 24.78 99510 - Photofinishing Worker 13.15 99710 - Recycling Laborer 25.38 99711 - Recycling Specialist 30.29 99730 - Refuse Collector 22.92 99810 - Sales Clerk 13.82 99820 - School Crossing Guard 16.32 99830 - Survey Party Chief 29.08 99831 - Surveying Aide 19.36 99832 - Surveying Technician 26.44 99840 - Vending Machine Attendant 18.71 99841 - Vending Machine Repairer 21.90 99842 - Vending Machine Repairer Helper 18.71_________________________________________________________________________________Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at whd/govcontracts.ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per monthVACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day 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 does not 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. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) 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 occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations 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 the conformance procedures described in the conformance note included on this wage determination.Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and 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 your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium 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 considered overtime work).** HAZARDOUS PAY DIFFERENTIAL **An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges.A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, 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 or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) **Conformance Process:The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed.The process for preparing a conformance request is as follows:1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)).4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.5) The contracting officer transmits the Wage and Hour Division's decision to the contractor.6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)).Information required by the Regulations must be submitted on SF-1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).See attachment for Exhibits.List of Exhibits:Exhibit NumberTitleGovernment Furnished Forms for Contractor UseMinimum Contractor Furnished TrainingMinimum Government Furnished TrainingTask Inventory ListKenai and Mat-Su CBOC Floor PlansSECTION E - SOLICITATION PROVISIONSE.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)E.2 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.3 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.4 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMSProvisions 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:Questions: Questions to this RFQ shall be submitted via electronic mail to the Contract Specialist (diana.curl@). Questions shall be accepted until 15:00 MT on March 29, 2017. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant, will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquires will not be responded to.SAM Registration: Offeror must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic online registration application at . On-line Representations and Certifications (ORCA) may also be filled out at this website.VetBiz: Service Disabled Veteran Owned Small Businesses must be registered in VetBiz in order to be eligible for award. Vendors can access VetBiz at Preparation Instructions:Specific Instructions: Submit signed and dated Offers to Contract Specialist DianaCurl via email to diana.curl@. All Quotes shall be legible and prepared in the following general format to be properly evaluated. Submit offers via email no later than 16:00 (MT) on April 14, 2017 to diana.curl@. Offers shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. Recommend follow-up phone call to ensure quote has been received.Format.Part I: Executed Request for QuotesPart II: PricePart III: Technical CapabilityPart IV: Past PerformancePart I - Executed Request for Quotes: requires the offeror to complete blocks 17a (block 17a must include a Dun and Bradstreet number), 17b, 30a, 30b, and 30c, as applicable. Complete all necessary fill-ins and certifications concerning – Offeror Representations and Certifications at FAR Clause 52.212-3 and acknowledgement of amendments issued.3.1.3. Part II - Price: Insert proposed unit and extended prices in Contract Line ItemNumbers (CLIN) 0001 through 4003 on B.2, Price Schedule. All prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458.3.1.4. Part III - Technical Capability will be evaluated in the areas listed in FAR Provision 52.212-2 below. The offeror must receive an Acceptable in all technical areas in order to receive rating of Acceptable in Technical Capability. Technical Capability will be graded as Acceptable or Not Acceptable3.1.5. Part IV – Past Performance. Provide required references as specified in FAR Provision 52.212-2 below. (End of Provision)(End of Addendum)E.5 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:TechnicalPast PerformancePrice (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).For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:? The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract.??The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.? The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all quotes relative to each other.?This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)ADDENDUM TO 52.212-2BASIS FOR FIRM FIXED PRICE CONTRACT AWARD: In accordance with FAR 13.500, the award will be evaluated using simplified acquisition procedures. A single Offeror will be selected who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1, and whose offer conforms to the solicitation requirements. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. No offer will be accepted that does not contain the total amount of work specified in this solicitation.TECHNICAL FACTORS: An evaluation of technical acceptability of each offeror's quote shall be made first. The government evaluation team shall evaluate technical quotes against the following evaluation factors:Services Management Plan: The Contractor’s Service Management Plan demonstrates how it will meet the solicitation requirements. The evaluation team will evaluate each technical quote on its merits and assign an Acceptable or Unacceptable rating. The quotes received must meet the above listed standards in order to be determined technically acceptable. A quote found not to meet the above listed standards will be determined technically unacceptable.PAST PERFORMANCE FACTORS:The purpose of the past performance evaluation is to allow the Government to assess whether the offerors are deemed responsible in accordance with the requirements of FAR 9.104-1 and FAR 9.104-3. Offeror shall provide documentation for similar services within the last three (3) years.Submit the following:Provide no more than three references for previous or present contracts that are similar. Include a point of contact who can speak on behalf of the company, the company name, address, telephone number(s), email address, contract number, and dates performance, place of performance and description of the contract scope.Past performance will be evaluated on a satisfactory/unsatisfactory basis. If there is no relevant past performance, the contractor will be assigned a satisfactory rating.PRICE FACTOR:Price. Price will be evaluated using Price Analysis Techniques and the following criteria:Total Price: The total evaluated price will be the sum of all Contract Line Item Numbers (CLINs).Balance of Offer: The offer is balanced if the price is properly distributed throughout the life of the contract by base and option years.Reasonableness. A price is reasonable if, in its nature or amount, it does not exceedwhat would be incurred by an ordinarily prudent person in the conduct of normal competitive business.(End of Provision)(End of Addendum)E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (DEC 2016) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision. (a) Definitions. As used in this provision— Administrative merits determination means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Arbitral award or decision means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. Civil judgment means— (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. DOL Guidance means the Department of Labor (DOL) Guidance entitled: “Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces’ “. The DOL Guidance, dated August 25, 2016, can be obtained from fairpayandsafeworkplaces. 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. Enforcement agency means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are— (1) Department of Labor Wage and Hour Division (WHD) for— (i) The Fair Labor Standards Act; (ii) The Migrant and Seasonal Agricultural Worker Protection Act; (iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act; (iv) 41 U.S.C. chapter 67, formerly known as the Service Contract Act; (v) The Family and Medical Leave Act; and (vi) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors); (2) Department of Labor Occupational Safety and Health Administration (OSHA) for— (i) The Occupational Safety and Health Act of 1970; and (ii) OSHA-approved State Plans; (3) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for— (i) Section 503 of the Rehabilitation Act of 1973; (ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and (iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity); (4) National Labor Relations Board (NLRB) for the National Labor Relations Act; and (5) Equal Employment Opportunity Commission (EEOC) for— (i) Title VII of the Civil Rights Act of 1964; (ii) The Americans with Disabilities Act of 1990; (iii) The Age Discrimination in Employment Act of 1967; and (iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act). Forced or indentured child labor means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Labor compliance agreement means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters. Labor laws means the following labor laws and E.O.s: (1) The Fair Labor Standards Act. (2) The Occupational Safety and Health Act (OSHA) of 1970. (3) The Migrant and Seasonal Agricultural Worker Protection Act. (4) The National Labor Relations Act. (5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act. (6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act. (7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity). (8) Section 503 of the Rehabilitation Act of 1973. (9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974. (10) The Family and Medical Leave Act. (11) Title VII of the Civil Rights Act of 1964. (12) The Americans with Disabilities Act of 1990. (13) The Age Discrimination in Employment Act of 1967. (14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors). (15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at dcsp/osp/approved_state_plans.html). Labor law decision means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of “labor laws”. Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except— (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned business concern means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Note to paragraph (a): By a court order issued on October 24, 2016, the following definitions in this paragraph (a) are enjoined indefinitely as of the date of the order: “Administrative merits determination”, “Arbitral award or decision”, paragraph (2) of “Civil judgment”, “DOL Guidance”, “Enforcement agency”, “Labor compliance agreement”, “Labor laws”, and “Labor law decision”. The enjoined definitions will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that— (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.” (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements”. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. The Offeror represents that— (i) It [ ] is, [ ] is not an inverted domestic corporation; and (ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation). (1) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ____. Immediate owner legal name: ____. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: [ ] Yes or [ ] No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ____. Highest-level owner legal name: ____. (Do not use a “doing business as” name) (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that— (i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (2) The Offeror represents that— (i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.) (1) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark “Unknown”). Predecessor legal name: ____. (Do not use a “doing business as” name). (s) Representation regarding compliance with labor laws (Executive Order 13673). If the offeror is a joint venture that is not itself a separate legal entity, each concern participating in the joint venture shall separately comply with the requirements of this provision. (1)(i) For solicitations issued on or after October 25, 2016 through April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $50 million. (ii) For solicitations issued after April 24, 2017: The Offeror [ ] does [ ] does not anticipate submitting an offer with an estimated contract value of greater than $500,000. (2) If the Offeror checked “does” in paragraph (s)(1)(i) or (ii) of this provision, the Offeror represents to the best of the Offeror's knowledge and belief [Offeror to check appropriate block]: [ ](i) There has been no administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the offeror (see definitions in paragraph (a) of this section) during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter; or [ ](ii) There has been an administrative merits determination, arbitral award or decision, or civil judgment for any labor law violation(s) rendered against the Offeror during the period beginning on October 25, 2015 to the date of the offer, or for three years preceding the date of the offer, whichever period is shorter. (3)(i) If the box at paragraph (s)(2)(ii) of this provision is checked and the Contracting Officer has initiated a responsibility determination and has requested additional information, the Offeror shall provide-- (A) The following information for each disclosed labor law decision in the System for Award Management (SAM) at , unless the information is already current, accurate, and complete in SAM. This information will be publicly available in the Federal Awardee Performance and Integrity Information System (FAPIIS): (1) The labor law violated. (2) The case number, inspection number, charge number, docket number, or other unique identification number. (3) The date rendered. (4) The name of the court, arbitrator(s), agency, board, or commission that rendered the determination or decision; (B) The administrative merits determination, arbitral award or decision, or civil judgment document, to the Contracting Officer, if the Contracting Officer requires it; (C) In SAM, such additional information as the Offeror deems necessary to demonstrate its responsibility, including mitigating factors and remedial measures such as offeror actions taken to address the violations, labor compliance agreements, and other steps taken to achieve compliance with labor laws. Offerors may provide explanatory text and upload documents. This information will not be made public unless the contractor determines that it wants the information to be made public; and (D) The information in paragraphs (s)(3)(i)(A) and (s)(3)(i)(C) of this provision to the Contracting Officer, if the Offeror meets an exception to SAM registration (see FAR 4.1102(a)). (ii)(A) The Contracting Officer will consider all information provided under (s)(3)(i) of this provision as part of making a responsibility determination. (B) A representation that any labor law decision(s) were rendered against the Offeror will not necessarily result in withholding of an award under this solicitation. Failure of the Offeror to furnish a representation or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (C) The representation in paragraph (s)(2) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous representation, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation in accordance with the procedures set forth in FAR 12.403. (4) The Offeror shall provide immediate written notice to the Contracting Officer if at any time prior to contract award the Offeror learns that its representation at paragraph (s)(2) of this provision is no longer accurate. (5) The representation in paragraph (s)(2) of this provision will be public information in the Federal Awardee Performance and Integrity Information System (FAPIIS). Note to paragraph (s): By a court order issued on October 24, 2016, this paragraph (s) is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (52.212-1(k)). (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)]. (i) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible Web site the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (ii) The Offeror (itself or through its immediate owner or highest-level owner) [ ] does, [ ] does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible Web site a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (iii) A publicly accessible Web site includes the Offeror’s own Web site or a recognized, third-party greenhouse gas emissions reporting program. (3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible Web site(s) where greenhouse gas emissions and/or reduction goals are reported:_____.(End of Provision)E.7 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that— (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; the clause originally contained in Section 310 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.(End of Provision)E.8 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: Diana Curl 208-429-2031 Hand-Carried Address: Department of Veterans Affairs Network Contracting Office 20 960 Broadway Ave, Suite 460 Boise ID 83706 Mailing Address: Department of Veterans Affairs Network Contracting Office 20 960 Broadway Ave, Suite 460 Boise ID 83706 (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.9 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR NumberTitleDate52.203-11CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSSEP 200752.204-7SYSTEM FOR AWARD MANAGEMENTOCT 201652.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201652.204-17OWNERSHIP OR CONTROL OF OFFERORJUL 201652.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSOCT 201552.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFERJUL 2013852.271-70NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES(End of Provision)JAN 2008E.10 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.11 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.12 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision)E.13 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision) ................
................

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

Google Online Preview   Download