Www.vendorportal.ecms.va.gov



1. SOLICITATION NO.2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NO.5. REQUISITION/PURCHASE REQUEST NO.6. PROJECT NO.7. ISSUED BYCODE8. ADDRESS OFFER TOA. NAMEB. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying no., date):12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)12B. CALENDAR DAYS13. ADDITIONAL SOLICITATION REQUIREMENTS:STANDARD FORM 1442 (REV. 4-85)STANDARD FORM 1442Prescribed by GSA YFAR (48 CFR) 52.236-1(d)NSN 7540-01-155-3212SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)SOLICITATIONSOLICITATIONIMPORTANT - The "offer" section on the reverse must be fully completed by offeror.9. FOR INFORMATION CALL:NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".SEALED BID (IFB)NEGOTIATED (RFP)11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________calendar days after receivingaward,notice to proceed. This performance period ismandatory,negotiable. (See _____________________________.)YESNOA.Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are dueB.An offer guaranteeis,is not required.C.All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference .D.Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not beconsidered and will be rejected. 1 91VA248-14-R-0930X10-16-2104548-125Department of Veterans AffairsWest Palm Beach VA Medical Center7305 North Military TrailPalm Beach Gardens FL 33410-6400Debra Becht561-422-7520Contractor will provide all labor, material, supervision, overhead and profit associated with the construction of atwo-story, free-standing, 39,000 square-foot Mental Health Domiciliary (DOM) in accordance with the Statement of Workincluded in this solicitation.Project Magnitude: Between $5,000,000 and $10,000,000. | NAICS Code: 236220 | Size Standard $33.5MTHIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANYPROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON,PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAYBE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST THE UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTINGTHEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS.Contractors must be registered in the following databases in order to participate in this solicitation:VetBiz Registry: Verification by Center for Veterans Enterprise (CVE) is required.System for Award Management (SAM) 100 - Department of Labor (DOPL) of Performance is 365 days after receipt of Notice to ProceedAn organized site visit has been scheduled for Tuesday, October 28,2014. Contractors attending MUST preregister withthe CO. All subcontractors must be accompanied by a Prime Contractor. Anyone not preregistered, not a valid SDBOSB,and/or attending without a prime SDVOSB will not be allowed to participate in this site visit.As this is a highly competitive solicitation, all requests for information (RFIs) must be e-mailed to the CO at thee-mail address included in the FBO announcement. Contractors are strongly advised that when seeking information,they shall not approach the Contracting Officer's Representative (COR) nor any other member of the VA withquestions regarding this project. Any contractor approaching anyone other than the CO for information will beexempt from participatingThe period for RFIs begins with the issuance of this solicitation and closes Friday,November 7,at noon (EST. Noquestions received after that time will be answered.CONTRACTORS ARE TO FOLLOW ALL INSTRUCTIONS IN THIS SOLICITATION WHEN REQUESTING INFORMATION AND SUBMITTING PROPOSALS.10365XX52.211-10X10 days after award 1 e-mailed copynoon (EST)11-21-2014X120PART I - THE SCHEDULE 1SECTION A - SOLICITATION/CONTRACT FORM 91SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NO.16. REMITTANCE ADDRESSCODEFACILITY CODE17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.AMOUNTS18. The offeror agrees to furnish any required performance and payment bonds.19. ACKNOWLEDGMENT OF AMENDMENTSAMENDMENT NO.DATE20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER20B. SIGNATURE20C. OFFER DATE21. ITEMS ACCEPTED:22. AMOUNT23. ACCOUNTING AND APPROPRIATION DATA24. SUBMIT INVOICES TO ADDRESS SHOWN INITEM25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( )41 U.S.C. 253(c) ( )26. ADMINISTERED BYCODE27. PAYMENT WILL BE MADE BYPHONE:FAX:28. NEGOTIATED AGREEMENT29. AWARDYourContractor agreesoffer on this solicitation, is hereby accepted as to the items listed. Thisto furnish and deliver all items or perform all work, requisitions identifiedaward consummates the contract. which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated insolicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contractractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED31A. NAME OF CONTRACTING OFFICERTO SIGN30B. SIGNATURE30C. DATE31B. UNITED STATES OF AMERICABYOFFERAWARDSTANDARD FORM 1442(REV. 4-85)BACK(Include ZIP Code)(Include area code)(Include only if different than Item 14)(Insert any number equal to or greater thanthe minimum requirement stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)(The offeror acknowledges receipt of amendments to the solicitation - give number and date of each)(Type or print)(4 copies unless otherwise specified)(Type or print)(Type or print)(Contractor is required to sign thisdocument and return _______ copies to issuing office.)(Contractor is not required to sign this document.)(Must be fully completed by offeror)(To be completed by Government)CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE00548Department of Veterans AffairsNetwork Contracting Office 8 (NCO 8)West Palm Beach VA Medical Center7305 North Military TrailPalm Beach Gardens FL 33410-6400Department of Veterans AffairsFinancial Services CenterP.O. Box 149971Austin TX 78714-9971Table of Contents TOC \o "1-4" \f \h \z \u \x PART I - THE SCHEDULE 1 PAGEREF _Toc401208336 \h 1SECTION A - SOLICITATION/CONTRACT FORM 91 PAGEREF _Toc401208337 \h 1SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc401208338 \h 1Schedule – Line Items PAGEREF _Toc401208339 \h 552.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc401208340 \h 18A.1 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) PAGEREF _Toc401208341 \h 18A.2 52.228-1 BID GUARANTEE (SEP 1996) PAGEREF _Toc401208342 \h 19A.3 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc401208343 \h 20A.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) PAGEREF _Toc401208344 \h 20A.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc401208345 \h 21A.6 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) PAGEREF _Toc401208346 \h 21A.7 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc401208347 \h 21A.8 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) PAGEREF _Toc401208348 \h 22A.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc401208349 \h 22A.10 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc401208350 \h 23REPRESENTATIONS AND CERTIFICATIONS PAGEREF _Toc401208351 \h 243.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2014) PAGEREF _Toc401208352 \h 243.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc401208353 \h 273.3 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc401208354 \h 283.4 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN—CERTIFICATION (AUG 2009) PAGEREF _Toc401208355 \h 29GENERAL CONDITIONS PAGEREF _Toc401208356 \h 314.1 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) PAGEREF _Toc401208357 \h 314.2 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) PAGEREF _Toc401208358 \h 3252.211-12 LIQUIDATED DAMAGES—CONSTRUCTION (SEPT 2000) PAGEREF _Toc401208359 \h 324.3 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) PAGEREF _Toc401208360 \h 324.4 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) PAGEREF _Toc401208361 \h 344.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc401208362 \h 354.6 52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS (JAN 2014) PAGEREF _Toc401208363 \h 364.7 52.222-41 SERVICE CONTRACT LABOR STANDARDS (MAY 2014) PAGEREF _Toc401208364 \h 374.8 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2013) PAGEREF _Toc401208365 \h 444.9 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc401208366 \h 454.10 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc401208367 \h 494.11 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc401208368 \h 494.12 VAAR 852.211-74 LIQUIDATED DAMAGES (JAN 2008) PAGEREF _Toc401208369 \h 494.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) PAGEREF _Toc401208370 \h 494.14 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008) PAGEREF _Toc401208371 \h 514.15 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc401208372 \h 514.16 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) PAGEREF _Toc401208373 \h 524.17 VAAR 852.236-72 PERFORMANCE OF WORK BY THE CONTRACTOR (JUL 2002) PAGEREF _Toc401208374 \h 524.18 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) PAGEREF _Toc401208375 \h 534.19 VAAR 852.236-76 CORRESPONDENCE (APR 1984) PAGEREF _Toc401208376 \h 534.20 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) PAGEREF _Toc401208377 \h 534.21 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) PAGEREF _Toc401208378 \h 544.22 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) PAGEREF _Toc401208379 \h 544.23 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) PAGEREF _Toc401208380 \h 544.24 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) PAGEREF _Toc401208381 \h 554.25 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) PAGEREF _Toc401208382 \h 574.26 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) PAGEREF _Toc401208383 \h 584.27 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) PAGEREF _Toc401208384 \h 584.28 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993) PAGEREF _Toc401208385 \h 584.29 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) PAGEREF _Toc401208386 \h 594.30 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) PAGEREF _Toc401208387 \h 614.31 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) PAGEREF _Toc401208388 \h 614.32 VAAR 852.246-75 WARRANTY FOR CONSTRUCTION--GUARANTEE PERIOD SERVICES (JAN 2008) PAGEREF _Toc401208389 \h 624.33 MANDATORY WRITTEN DISCLOSURES PAGEREF _Toc401208390 \h 62Schedule – Line ItemsCLIN 0001 -Contractor is to construct an approximate 39,000 Square foot, 2-story, free-standing Mental HealthDomiciliary$_______________________CLIN 0002 – Guarantee Period Services Not to Exceed 1 yearafter inspection and acceptance of the installation of the following items which will be billed on a monthly basis upon submission of a certified invoice:0002AA – Fire Alarms VA Master Specification 28 31 00,Fire Detection and Alarm12 months @$_____________________/month$_________________________0002AB – Conveying Systems VA Master Specification 14 24 00Hydraulic Elevators12 months @ $____________________/month$_________________________0002AC– Communications VA Master Specifications Communications – 27 11 00Call, Duress, Alarm Telecommunication System 27 52 3112 months @$___________________/month$___________________________The following CLINs are alternates and may or may not be included in the final contract. This decision will be at the discretion of the Government. CLIN 0003 - Add Alternate – Structural$_______________________As identified in the Statement of WorkCLIN 0004 -Add Alternate – Building Envelop$________________________As identified in the Statement of WorkCLIN 0005- Add Alternate - Building Exterior$________________________As identified in the Statement of WorkCLIN 0006 – Add Alternate Building Interior$________________________As identified in the Statement of WorkCLIN 0007 – Add Alternate - Electrical$________________________As identified in the Statement of WorkCLIN 0008 – Add Alternate - HVAC$_________________________As identified in the Statement of WorkCLIN 0009 – Add Alternate – Green Globe or LEED Certification $_________________________All work associated with each awarded CLIN (with the exception of the Guaranteed Period Services) will be completed within 365 days after receipt of Notice to Proceed. The Guaranteed Period Services will be completed within 365 days after completion of the original contract requirement – CLIN 0001 or inspection and acceptance of the equipment whichever occurs first. (a) Bidding materials consisting of drawings, specifications and contract forms may be obtained by qualified General (Prime) Contractors interested in submitting bids direct to the Department of Veterans Affairs. A maximum of 1 set may be issued when requested by a valid SDVOSB. (b) Bidding materials may be obtained only upon written application to the issuing office. Bidders should allow 5 working days after receipt of their request by the issuing office for reproduction, in addition to mail delivery time when requesting bidding material.(c) If you decide not to bid on this project, please advise the issuing office of your reasons. (f) A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. (g) If the contract will exceed $100,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum of the entire contract amount, including Guarantee Period Services and any alternate items.Cost Range: $5,000,000 to $10,000,000.INSTRUCTIONS TO BIDDERS/OFFERORS:l GENERAL PROPOSAL INFORMATIONService Disabled Veteran-Owned Small Business (SDVOSB) Verification: Subsequent contract is 100% verified SDVOSB. The award of this requirement shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB will be excluded from award consideration. Offer Acceptance Period: Offers providing less than 120 calendar days for Government acceptance after the date offers are due may not be considered and may be rejected.Request for Information (RFI) and Proposal Due Date: The period of requesting information begins immediately with this Request for Proposals (RFP). Include in the e-mail request, your company name and the DUNs number which must match the information in the Vet Biz database. If the company name and DUNs number are not identified in the e-mail, the question will not be responded to. RFI’s are to be sent to only the contracting officer only via e-mail at: Debra.Becht2@ no later than Friday November 7, 2014 at 12:00 noon (EST). Questions received after this time will not be responded to. Prime contractors, not subcontractors, are the only ones who should be sending questions to the CO and all information relating to this project will be disseminated to prime contractors only. Oral questions or questions called into the CO which are of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation – all requests must be in writing. As this is a competitive solicitation, all responses to the RFIs will be posted via a solicitation amendment to the FBO site. All questions should be tailored to enable contractors to respond to this solicitation. Contractors are not to approach anyone other than the contracting officer for information concerning this solicitation. Failure to do so will result in being eliminated from the competition.Proposals: Proposals are due to the CO on or before Friday, November 21, 2014 at 12:00 noon (EST). Contractors are required to submit a hard copy proposal, along with an electronic copy to the CO only. CO is not responsible for informing the contractors that their proposals have been received. Hard copies are to be mailed or delivered to:VAMC West Palm BeachAttn: Debra Becht – Bldg. 127305 N Military TrailWest Palm Beach FL 33410-6400 The electronic copy should be e-mailed to the CO at Debra.becht2@. Both hard and electronic copies must be received before the time set for receipt of proposals. Failure to submit both an electronic and hard copy will result in a determination of non-responsive and the proposal may not be evaluated. Contractors are encouraged to review the evaluation criteria listed for each Phase of this solicitation and respond accordingly. Potential offerors are advised that they are responsible for obtaining and acknowledging any amendments made to this solicitation. Failure to acknowledgement an amendment may result in your proposal being considered non-responsive or unacceptable. Offer Guarantee (Bid Bond): An offer guarantee is required. Per Far Clause 52.228-1 – Bid Guarantee – paragraph a, Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. The amount of the bid guarantee shall be 20 percent of the entire bid price or $3,000,000 whichever is less. Site Visit: An organized site visit is scheduled for Friday, October 31, 2014, 10:00 am (EST) at Bldg. 12 of the VA Medical Center in West Palm Beach FL. Contractors are reminded that the prime contractor must be present at the site visit. Subcontractors are invited, but they must be accompanied by the prime contractor. Any subcontractor attending the meeting without a prime contractor will be asked to leave the site visit. Subcontractors should also be informed that they cannot sign in as a company representative unless a valid, legal joint venture agreement exists and has been provided to the Contracting Officer prior to the site visit. Pre-registration is required for the site visit. Magnitude of Construction: Pursuant to FAR 36.204(f), the magnitude of this design/build project is between $5,000,000 and $10,000,000. Technical & Price Proposal: Proposals should be submitted clearly addressing the evaluation criteria listed in this solicitation and price should be presented as instructed. Tentative Schedule: Request for ProposalsOctober 16, 2014Site VisitOctober 31, 2014RFIs CloseNovember 7, 2014Proposals DueNovember 21, 2014Contract AwardDecember 19, 2014Notice to ProceedDecember 29, 2014Contract CompletionDecember 28, 2015ll Statement of Work, Proposal Preparation and Evaluation Information2.1 General InstructionsAlthough not a requirement of this solicitation, it is the intent of the VA to obtain LEED or Green Globe Certification at the completion of this project. As such, it is recommended the contractor review the plans and specifications and become familiar with the Green Building Initiative, Whole Building Design Guiding Principles and work towards achieving certification. Demolition services are required and the extent of demolition and project limits are clearly identified on the 100% Design Drawings for Construction. Contractor is to supply all labor and materials for the complete demolition and removal of the existing facilities and is responsible for the complete construction and installation of the new 60-Bed Mental Health Domiciliary. Contractor is to provide all receipts and documentation on material weights, tonnage, square footage, etc. for recycling of demolition services performed. Guarantee Period Services are required and identified in the schedule portion of this solicitation. The applicable specifications outlining the services to be performed are referenced with each item. The original installer of the equipment shall perform the guarantee period services.Note: All drawings and specifications on CD will be made available upon written request only from a certified SDVOSB. No drawings will be provided to subcontractors. The drawings and specifications CD will only be distributed to those contractors who appear as certified SDVOSBs in the Vet Biz database. Only one CD copy of the drawings and specifications will be distributed.All work shall be coordinated with the VAMC Project Manager, Resident Engineer and Contracting Officer to ensure no interrupted electrical or plumbing service to the campus occurs. Typical duty hours begin at 8:00 am and end at 5:00 pm (EST), Monday through Friday. The contractor will work within the typical duty hours and coordinate with the VA any requests of all other work to be performed during off-duty, including weekends and holidays.Contractor shall not impede the traffic on the premises at any time and shall offer complete courtesies to the Veterans’ needs and staff support. Traffic coordination will be deliberate and will be effectively managed by the Contractor. The VAMC West Palm Beach may provide guidance and direction as needed. 2.2 Statement of WorkOVERVIEW:In accordance with the 100% Design Plans and Specifications for Construction, the contractor shall construct an approximate 39,000 square-foot, 2-story, free-standing Mental Health Domiciliary (DOM).The building shall be constructed with six (6) ten-bed pods, three on the first floor and three on the second floor. Each of the pods will have a “lounge area”, a laundry room for residents, a service closet and collection points supporting linens, supplies, trash and sanitation. The period of services should be completed with 12 months after the Notice-to-Proceed date.The first floor plan includes veterans’ common areas (kitchen, dining room, group/therapy rooms, computer/job development areas), along with clinical and office space required for support of the veterans’ integration program. The clinical space includes the two large therapy rooms along the south corridor, and a patient exam room. The construction of the office and reception areas are minimal but the space requirements are critical for effective operation and security of the facility.The reception areas connect to the pods and allow for exceptional security and monitoring of critical rooms and areas of the building. The reception areas also allow for work spaces for the nurses, therapist, or domiciliary attendants. An office space shall be constructed for a diet technician in support of the kitchen and meal operations. Substantial security will be required for the building to include the installation of multiple cameras and alarms, as well as physical space for two to three patrolmen.Designs have incorporated all electrical, mechanical, plumbing, structural and architectural components necessary to provide for a complete structure and functioning building. Construction shall be completed in accordance with all applicable requirements of the NFPA, EPA, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Standard Details, VA construction Standards, Sustainability requirements, and applicable local, state, and federal regulations. If a conflict exists between specifications and requirements, the more stringent requirement applies. Demolition services are required and the extent of demolition and project limits are clearly identified on the 100% Design Drawings for Construction. Contractor is to provide all receipts and documentation on material weights, tonnage, square footage, etc. for recycling of demolition services performed. Contractor is to supply all labor and materials for the complete demolition and removal of existing facilities, and is responsible for the complete construction and installation of the new 60-Bed Mental health Domiciliary in accordance with the drawings and specifications. All work shall be coordinated with the VAMC Project Manager, Resident Engineer and Contracting Officer to ensure no interrupted electrical or plumbing service to the campus. The typical work hours begin at 8:00 am and end at 5:00 pm, Monday through Friday. The contractor will work within the typical work hours and coordinate with the VA for the requesting of all other work to be performed during off-duty, including weekends and holidays. Contractor shall not impede the traffic on the premises at any time and shall offer complete courtesies to the Veterans’ needs and staff support. Traffic coordination will be deliberate and will be effectively managed by the Contractor. The VAMC West Palm Beach may provide guidance and direction as needed. The Contractor shall provide all labor, materials, equipment and supervision to accomplish the completed project.Changes to this Statement of Work can only be made by the Contracting Officer. No other changes will be authorized. Under no circumstances should the contractor proceed, without the written authorization of the CO, with any work outside the scope of this statement of work.The newly renovated areas shall include:PROJECT CLASSIFICATIONThis project is a “new construction” classification. Work involves demolition, clearing and grubbing. Masonry, steel work, rough and finish carpentry, electrical plumbing and HVAC installation. 2.3 Proposal Preparation Evaluation ProceduresThe Government intends to award one contract to an SDVOSB in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection who demonstrates the best combination of experience/ past performance and price proposal. The proposals must conform to the solicitation requirements in order to receive an acceptable rating. The government also reserves the right to reject any and all offers. In order to respond to this solicitation, the offeror must be certified in VetBiz. Award of this contract will not be delayed until certification is obtained. All offerors are advised that their best terms and conditions should be presented in their initial proposals and that offerors should not assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. Failure to provide the minimal information needed for each factor will result in the proposal being considered non-response. BASIS FOR CONTRACT AWARD: This is a competitive best value selection in which competing offerors' past performance history and experience will be evaluated on a basis subsequent to cost or price considerations. The evaluation process shall proceed as follows:A. Initially offers will be ranked according to price, excluding all alternate bid prices. The price evaluation will document the completeness and reasonableness of the proposed total prices. Proposals should be structured to show all significant breakout of costs for materials, labor, overheads and profit and shown below in this solicitation.B. The Government will then evaluate the offeror’s experience and past performance.D. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive an acceptable past performance risk rating. The assessment process will result in an overall risk rating of Acceptable or Unacceptable. E. If the lowest priced evaluated offer is judged to have an overall acceptable rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.F. The Government reserves the right to award a contract to other than the lowest priced offer if the lowest priced offeror is judged to have an overall risk rating of unacceptable. In that event, the contracting officer shall make an integrated assessment best value award decision.G. The Government intends to award a contract without discussions. Award of a conforming proposal may be made without discussions, except for minor clarifications, if deemed to be within the best interest of the Government. However, offerors are advised that exchanges (discussions/negotiations) may occur if deemed necessary.Evaluation Criteria: The following evaluation criteria will be used to evaluate proposals. Proposal shall be submitted both electronically via e-mail to the CO and via hand copy; either hand-delivered or mailed. Failure to provide both an electronic copy and a hard copy by the due date and time will render a rating of unacceptable. The hard copy must contain the original bid bond.The proposal should be a MAXIMUM of ten (10) pages – information provided in excess of ten (10) pages will be found unacceptable. Not included in the 10-page maximum are the required acknowledgement of amendments, the Safety and Environmental Reporting Requirements and the bid bond. A breakout of information included in the 10-page limit is as follows:Page 1 – Company IntroductionPage 2 – Organizational ChartPage 3 - 5 – Past Performance Page 6 – 8 – Experience Page 9-10 PricingIt is the offeror’s responsibility to insure the completeness of the proposal. The evaluation panel for the Government may evaluate solely on the information provided in the proposal and will not assume that an offeror possesses any capability that is not specifically identified in the proposal. Only one proposal will be evaluated for each offeror. Note: Missing, incomplete, or ambiguous information could result in a proposal deemed unacceptable. The evaluation factors for this solicitation are listed below. As price carries more weight than the technical evaluation factors, it is intended that proposals be ranked from lowest to highest price and evaluated for technical acceptability. The first lowest priced technically acceptable proposal will receive award.Technical FactorsFactor 1: Past Performance Experience:In order to receive an acceptable rating, the Contractor will provide three (3) projects worked on in the past seven (7) years. The work performed must include work performed as the primary contractor, worked performed by the contractor as a subcontractor, and/or any work performed as the result of a teaming agreement and/or joint venture. (Describe specific job function if claiming work performed as a subcontractor) Acceptable ratings will be given based on the following construction experience:Dormitory /Hotel Construction ExperienceContractors are to supply the attached Past Performance Form in their proposal package. All POC information must be completed in the event the VA wishes to contact the POC for clarification. Failure to provide both phone numbers and e-mail address will result in a rating of unacceptable.Factor 2: Experience:In order to obtain an acceptable rating, the contractor must have two (2) projects worked at a hotel/motel/domiciliary which is similar in size and scope. Size and scope are defined as those projects equal in dollar value and equivalent construction size. The work may include that performed as a prime contractor, subcontractor teaming agreement or joint/venture. Contractors must identify which role the work was performed.Factor 3: PriceAll proposals shall include a detailed schedule of costs which include the following. The schedule should also show a breakout of subcontractor costs and those costs to be incurred by the Prime, along with a breakout of any other significant costs associated with this project. Failure to submit pricing in the format required may result in a rating of unacceptable.In addition, separate pricing must be included for the Guaranteed Period Services and for the following alternative deducts:Structural – The gage of the metal roof deck may be reduced from 18ga to 22gaReducing load bearing footings by 6” in widthBuilding Envelop: Exterior Sliding door (PGT) Exterior Automatic Door (Besam) Insulate interior side of exterior CMU walls w/Fi-Foil insulationChange storefront to YKK or similar productNote: All manufacturers are referenced for size, color, shape, dimension, etc. Similar products with matching functions may be acceptable through the product submittal process. Building Exterior:FountainsDecorative aluminum componentsPrefabricated overhangsVinyl decorative shutters instead of aluminum (maintain same color)Benches and pergolas in courtyardsPrecast masonry caps at piersLandscapingExterior decking around pond.Building Interior:Standard series elevator Reception deskCorian CountertopsCeiling tileCeramic tile in showers and the use of Kemlite FRPLuminous ceiling ElectricalSecurity system - Advanced technology products will be reviewed for Engineering Value Management.Bolted ground connection in lieu of exothermic weldingEMT fittings to die cast set screw HVACAlternate HVAC system that must physically fit into the building as designed, with minimal alterations Green Globe or LEED Certification Costs associated with obtaining certificationPricing Format should include an initial schedule of cost of significant items both subcontracted and those performed/acquired by the prime, exclusive of the alternate bid items. A subtotal should then be calculated. All Guaranteed Period Service CLINs will then be priced (separately for each subclin) and finally, Alternate Bid items should then be priced. All alternate bid items should include all costs (overheads, profit, bonds). All prices should then be added to show one total price for all items (both required and alternate bids) for this project. This all inclusive price will determine proposal ranking from lowest to highest.CLIN 0001 – detailed schedule of costs showing as a minimum:Material (a breakout of significant costs$by Division as outlined in the Specifications)$Labor – by discipline$Travel – if applicable$General Conditions – include breakout of items included$Overhead$Profit$Bonds$CLIN 0002 – Guarantee Period Services Not to Exceed 1 yearfor the following items:0002AA– Fire Alarms VA Master Specification 28 31 00,Fire Detection and Alarm*12 months @$_____________________/month$_________________________*Note although specification calls for 5 years – VA requirement is only 12 months.0002AB – Conveying Systems VA Master Specification 14 24 00Hydraulic Elevators12 months @ $____________________/month$_________________________0002AC – Communications VA Master Specifications Communications – 27 11 00Call, Duress, Alarm Telecommunication System 27 52 3112 months @$___________________/month$___________________________Subtotal$_____________________CLIN 0003 - Alternate 1$CLIN 0004 - Alternate 2$CLIN 0005 - Alternate 3$CLIN 0006 - Alternate 4$CLIN 0007 - Alternate 5$CLIN 0008 - Alternate 6$CLIN 0009 - Alternate 7$Total$___________________Prime Incurred Costs:Subcontractor Costs:Safety or Environmental Violations and Experience Modification Rate – see attached form. In addition to responses to the evaluation criteria shown above, all Bidders/Offerors shall submit the following information pertaining to their past Safety Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful PSHA and EPA violations in the past three years.All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal or less than 1.0. This information shall be obtained from the Bidder/Offeror’s insurance company and be furnished on the insurance carrier’s letterhead. Self-insured contractors or other contractors that cannot provide their ERM rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead form. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR must obtain their EMR rating from their state run worker’s compensation insurance rating bureau.A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make the Determination of Responsibility. Failure to affirm being within the guidelines above or submit this information will result in a determination of non-responsive for bidder/offeror.Note: any information received by the Government that would result in a negative Determination of Responsibility will make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers and prospective prime contractors and/or Joint Ventures, responsible for determining the responsibility of their prospective subcontracts.lV. Basis for AwardThe Government intends to award one contract to an SDVOSB in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection. As was previously mentioned, the Government intends to evaluate proposals without discussions if necessary. The offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award and being considered unacceptable.V. Contract Specific InformationCommencement, Prosecution, and Completion of Work (April 1984): The contractor shall be required to: (a) commence work under this contract within one (1) calendar day after receipt of the Notice to Proceed letter; (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than three hundred sixty-five (365) calendar days after receipt of Notice to Proceed. The time stated for completion includes demolition, build, as-built drawing submittals and final cleanup of the premises. The term of the guarantee period services begin after completion and acceptance of the installed equipment. The Guarantee period services will cover 365 days.Notice to Proceed: The Notice to Proceed (NTP) will be issued by the contracting officer once the required insurance certificates, payment and performance bonds, designation of Project Manager, schedule of costs, and a list of all subcontractors that will be working under this contract have been received and approved by the Contracting Officer. Wage Determination: The applicable Davis Bacon Wage Determination for this task order is General Decision Number FL140032 dated May 23, 2104. A copy is included in this solicitation. In addition, the applicable Liquidated Damages(LD):Liquidated Damages will apply to this project. Once the project is delayed by two months, liquidated damages will be calculated at a price of $6,000/day. The VA, in anticipation of the opening of the building, will be hiring specific clinical and support staff necessary to carry out the intent of the project. Approximately 30 various personnel will be hired prior to the opening of the building in sufficient time to allow them to train and become familiar with VA requirements so that they will be ready to begin treating patients as soon as the project is complete and the building becomes available. Currently, the VA is paying outside facilities to treat the patients intended for this domiciliary. Should any delays occur in the completion of the building, the VA would continue to pay costs associated with the outside treatment of the Veterans along with paying staff unable to treat those Veterans.Contractors are strongly advised to diligently work towards completion within the timeframe established in the contract. Extensions to the period of performance may be allowed if the delay was caused by circumstances beyond the control and/or management of the contractor. Contractors are also to contact the Contracting Officer immediately should a delay occur that would impact completion of the project as soon as the delay becomes apparent. Performance and Payment Bonds: Performance and payment bonds with a penal sum of 100% of the awarded order price (including guarantee period services) shall be required within 10 calendar days after award. Type of Order: A firm fixed-price contract will be issued.Progress Schedule: The progress schedule contemplated by VAAR 852.236-84, Schedules for Construction Contracts, shall be submitted and approved prior to commencement of any on-site work.North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. The small business size standard is $33.5 million. Funding: Funding is not currently available. Award is subject to availability of funds, in accordance with FAR 52.232-18 and VAAR 807-173. This solicitation is not a commitment by the Government and any expense incurred prior to the receipt of a contractual document is the responsibility of the offeror. Only a contracting officer is authorized to obligate the government under this contract. Further, funds are not obligated nor does a contract exist until signed and executed by a contracting officer. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a contract resulting from this solicitation.A.1 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:Goals for minority participation for each tradeGoals for female participation for each trade5 %6.9 % These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the— (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" isPalm Beach County(End of Provision)A.2 52.228-1 BID GUARANTEE (SEP 1996) (a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds— (1) To unsuccessful bidders as soon as practicable after the opening of bids; and (2) To the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted. (c) The amount of the bid guarantee shall be two (2) percent of the bid price or $3,000,000.00, whichever is less. (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default. (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.(End of Provision)A.3 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: SAO East 8 Debra Becht Hand-Carried Address: Department of Veterans Affairs West Palm Beach VA Medical Center 7305 North Military Trail Palm Beach Gardens FL 33410-6400 Mailing Address: Department of Veterans Affairs West Palm Beach VA Medical Center 7305 North Military Trail Palm Beach Gardens FL 33410-6400 (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)A.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been arranged for Friday October 31, 2014. Only valid SDVOSBs and their subcontractors may attend and must pre-register only with the CO identified below. Name: Address: 7305 N Military Trail – Bldg. 12 e-mail: Debra.Becht2@ Telephone: A.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)FAR NumberTitleDate52.215-1INSTRUCTIONS TO OFFERORS—COMPETITIVE ACQUISITIONJAN 200452.236-28PREPARATION OF PROPOSALS—CONSTRUCTIONOCT 1997A.6 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) Prime contractors are encouraged to assist service-disabled veteran-owned and veteran-owned small business potential subcontractors in obtaining bonding, when required. Mentor firms are encouraged to assist protégé firms under VA's Mentor-Protégé Program in obtaining acceptable bid, payment, and performance bonds, when required, as a prime contractor under a solicitation or contract and in obtaining any required bonds under subcontracts.(End of Clause)A.7 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision)A.8 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420A.9 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)A.10 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of Clause)REPRESENTATIONS AND CERTIFICATIONS3.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2014) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220. (2) The small business size standard is $33.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $79,507, the provision with its Alternate II applies. (D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to— (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [](i) 52.219-22, Small Disadvantaged Business Status. [](A) Basic. [](B) Alternate I. [](ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](iii) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification. [](iv) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification. [](v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](vi) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.FAR Clause #TitleDateChange Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(End of Provision)3.2 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)3.3 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)3.4 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN—CERTIFICATION (AUG 2009) (a) Definitions. As used in this provision— "Business operations" means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. "Marginalized populations of Sudan" means— (1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act. "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. (b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.(End of Provision)FAR NumberTitleDate52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONSDEC 2012GENERAL CONDITIONS4.1 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the System for Award Management database via . (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments— (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by— (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIS is automatically transferred after a waiting period of 14 calendar days, except for— (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the nonpublic segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.(End of Clause)4.2 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use within 365 days. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by . The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. 52.211-12 LIQUIDATED DAMAGES—CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of for each calendar day of delay until the work is completed or accepted. Liquidated damages will begin once the project is delayed two months. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.4.3 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 236220 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)4.4 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (a) During the term of this contract, the Contractor shall post an employee notice, of such size and in such form, and containing such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2(d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relations Act and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notices to employees electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any Web site that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's Web site that contains the full text of the poster. The link to the Department's Web site, as referenced in (b)(3) of this section, must read, "Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers." (b) This required employee notice, printed by the Department of Labor, may be— (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW., Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency if requested; (3) Downloaded from the Office of Labor-Management Standards Web site at ; or (4) Reproduced and used as exact duplicate copies of the Department of Labor's official poster. (c) The required text of the employee notice referred to in this clause is located at Appendix A, Subpart A, 29 CFR Part 471. (d) The Contractor shall comply with all provisions of the employee notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR part 471, which implements Executive Order 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 or this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.(End of Clause)4.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.202-1DEFINITIONSNOV 201352.203-3GRATUITIESAPR 198452.203-5COVENANT AGAINST CONTINGENT FEESMAY 201452.203-6RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENTSEP 200652.203-7ANTI-KICKBACK PROCEDURESMAY 201452.203-8CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITYMAY 201452.203-10PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITYMAY 201452.203-12LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONSOCT 201052.203-13CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCTAPR 201052.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 201452.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPERMAY 201152.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDSJUL 201352.204-12DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCEDEC 20124.6 52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS (JAN 2014) (a) Definition. First-tier subcontract means a subcontract awarded directly by the Contractor for the purpose of acquiring supplies or services (including construction) for performance of a prime contract. It does not include the Contractor's supplier agreements with vendors, such as long-term arrangements for materials or supplies that benefit multiple contracts and/or the costs of which are normally applied to a Contractor's general and administrative expenses or indirect costs. (b) The Contractor shall report, in accordance with paragraphs (c) and (d) of this clause, annually by October 31, for services performed under this contract during the preceding Government fiscal year (October 1-September 30). (c) The Contractor shall report the following information: (1) Contract number and, as applicable, order number. (2) The total dollar amount invoiced for services performed during the previous Government fiscal year under the contract. (3) The number of Contractor direct labor hours expended on the services performed during the previous Government fiscal year. (4) Data reported by subcontractors under paragraph (f) of this clause. (d) The information required in paragraph (c) of this clause shall be submitted via the internet at . (See SAM User Guide). If the Contractor fails to submit the report in a timely manner, the contracting officer will exercise appropriate contractual remedies. In addition, the Contracting Officer will make the Contractor's failure to comply with the reporting requirements a part of the Contractor's performance information under FAR subpart 42.15. (e) Agencies will review Contractor reported information for reasonableness and consistency with available contract information. In the event the agency believes that revisions to the Contractor reported information are warranted, the agency will notify the Contractor no later than November 15. By November 30, the Contractor shall revise the report, or document its rationale for the agency. (f)(1) The Contractor shall require each first-tier subcontractor providing services under this contract, with subcontract(s) each valued at or above the thresholds set forth in 4.1703(a)(2), to provide the following detailed information to the Contractor in sufficient time to submit the report: (i) Subcontract number (including subcontractor name and DUNS number); and (ii) The number of first-tier subcontractor direct-labor hours expended on the services performed during the previous Government fiscal year. (2) The Contractor shall advise the subcontractor that the information will be made available to the public as required by section 743 of Division C of the Consolidated Appropriations Act, 2010.(End of Clause)FAR NumberTitleDate52.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENTAUG 201352.210-1MARKET RESEARCHAPR 201152.215-2AUDIT AND RECORDS—NEGOTIATIONOCT 201052.219-8UTILIZATION OF SMALL BUSINESS CONCERNSMAY 201452.222-1NOTICE TO THE GOVERNMENT OF LABOR DISPUTESFEB 199752.222-3CONVICT LABORJUN 200352.222-4CONTRACT WORK HOURS AND SAFETY STANDARDS—OVERTIME COMPENSATIONMAY 201452.222-6CONSTRUCTION WAGE RATE REQUIREMENTSMAY 201452.222-7WITHHOLDING OF FUNDSMAY 201452.222-8PAYROLLS AND BASIC RECORDSMAY 201452.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACT REQUIREMENTSFEB 198852.222-11SUBCONTRACTS (LABOR STANDARDS)MAY 201452.222-12CONTRACT TERMINATION—DEBARMENTMAY 201452.222-13COMPLIANCE WITH CONSTRUCTION WAGE RATE REQUIREMENTS AND RELATED REGULATIONSMAY 201452.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYMAY 201452.222-21PROHIBITION OF SEGREGATED FACILITIESFEB 199952.222-26EQUAL OPPORTUNITYMAR 200752.222-27AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTIONFEB 199952.222-35EQUAL OPPORTUNITY FOR VETERANSSEP 201052.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIESOCT 201052.222-37EMPLOYMENT REPORTS ON VETERANSSEP 20104.7 52.222-41 SERVICE CONTRACT LABOR STANDARDS (MAY 2014) (a) Definitions. As used in this clause— "Contractor" when this clause is used in any subcontract, shall be deemed to refer to the subcontractor, except in the term "Government Prime Contractor." "Service employee," means any person engaged in the performance of this contract other than any person employed in a bona fide executive, administrative, or professional capacity, as these terms are defined in Part 541 of Title 29, Code of Federal Regulations, as revised. It includes all such persons regardless of any contractual relationship that may be alleged to exist between a Contractor or subcontractor and such persons. (b) Applicability. This contract is subject to the following provisions and to all other applicable provisions of 41 U.S.C. chapter 67, Service Contract Labor Standards, and regulations of the Secretary of Labor (29 CFR Part 4). This clause does not apply to contracts or subcontracts administratively exempted by the Secretary of Labor or exempted by 41 U.S.C. 6702, as interpreted in Subpart C of 29 CFR Part 4. (c) Compensation. (1) Each service employee employed in the performance of this contract by the Contractor or any subcontractor shall be paid not less than the minimum monetary wages and shall be furnished fringe benefits in accordance with the wages and fringe benefits determined by the Secretary of Labor, or authorized representative, as specified in any wage determination attached to this contract. (2)(i) If a wage determination is attached to this contract, the Contractor shall classify any class of service employee which is not listed therein 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) 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. Such conformed class of employees shall be paid the monetary wages and furnished the fringe benefits as are determined pursuant to the procedures in this paragraph (c). (ii) This conforming procedure shall be initiated by the Contractor prior to the performance of contract work by the unlisted class of employee. The Contractor shall submit Standard Form (SF) 1444, Request for Authorization of Additional Classification and Rate, to the Contracting Officer no later than 30 days after the unlisted class of employee performs any contract work. The Contracting Officer shall review the proposed classification and rate and promptly submit the completed SF 1444 (which must include information regarding the agreement or disagreement of the employees' authorized representatives or the employees themselves together with the agency recommendation), and all pertinent information to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor. The Wage and Hour Division will approve, modify, or disapprove the action or render a final determination in the event of disagreement within 30 days of receipt or will notify the Contracting Officer within 30 days of receipt that additional time is necessary. (iii) The final determination of the conformance action by the Wage and Hour Division shall be transmitted to the Contracting Officer who shall promptly notify the Contractor of the action taken. 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. (iv)(A) The process of establishing wage and fringe benefit rates that bear a reasonable relationship to those listed in a wage determination cannot be reduced to any single formula. The approach used may vary from wage determination to wage determination depending on the circumstances. Standard wage and salary administration practices which rank various job classifications by pay grade pursuant to point schemes or other job factors may, for example, be relied upon. Guidance may also be obtained from the way different jobs are rated under Federal pay systems (Federal Wage Board Pay System and the General Schedule) or from other wage determinations issued in the same locality. Basic to the establishment of any conformable wage rate(s) is the concept that a pay relationship should be maintained between job classifications based on the skill required and the duties performed. (B) In the case of a contract modification, an exercise of an option, or extension of an existing contract, or in any other case where a Contractor succeeds a contract under which the classification in question was previously conformed pursuant to paragraph (c) of this clause, a new conformed wage rate and fringe benefits may be assigned to the conformed classification by indexing (i.e., adjusting) the previous conformed rate and fringe benefits by an amount equal to the average (mean) percentage increase (or decrease, where appropriate) between the wages and fringe benefits specified for all classifications to be used on the contract which are listed in the current wage determination, and those specified for the corresponding classifications in the previously applicable wage determination. Where conforming actions are accomplished in accordance with this paragraph prior to the performance of contract work by the unlisted class of employees, the Contractor shall advise the Contracting Officer of the action taken but the other procedures in subdivision (c)(2)(ii) of this clause need not be followed. (C) No employee engaged in performing work on this contract shall in any event be paid less than the currently applicable minimum wage specified under section (6)(a)(1) of the Fair Labor Standards Act of 1938, as amended. (v) The wage rate and fringe benefits finally determined under this subparagraph (c)(2) of this clause shall be paid to all employees performing in the classification from the first day on which contract work is performed by them in the classification. Failure to pay the unlisted employees the compensation agreed upon by the interested parties and/or finally determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Service Contract Labor Standards statute and this contract. (vi) Upon discovery of failure to comply with subparagraph (c)(2) of this clause, the Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the date such class or classes of employees commenced contract work. (3) Adjustment of Compensation. If the term of this contract is more than 1 year, the minimum monetary wages and fringe benefits required to be paid or furnished thereunder to service employees under this contract shall be subject to adjustment after 1 year and not less often than once every 2 years, under wage determinations issued by the Wage and Hour Division. (d) Obligation to Furnish Fringe Benefits. The Contractor or subcontractor may discharge the obligation to furnish fringe benefits specified in the attachment or determined under subparagraph (c)(2) of this clause by furnishing equivalent combinations of bona fide fringe benefits, or by making equivalent or differential cash payments, only in accordance with Subpart D of 29 CFR Part 4. (e) Minimum Wage. In the absence of a minimum wage attachment for this contract, neither the Contractor nor any subcontractor under this contract shall pay any person performing work under this contract (regardless of whether the person is a service employee) less than the minimum wage specified by section 6(a)(1) of the Fair Labor Standards Act of 1938. Nothing in this clause shall relieve the Contractor or any subcontractor of any other obligation under law or contract for payment of a higher wage to any employee. (f) Successor Contracts. If this contract succeeds a contract subject to the Service Contract Labor Standards statute under which substantially the same services were furnished in the same locality and service employees were paid wages and fringe benefits provided for in a collective bargaining agreement, in the absence of the minimum wage attachment for this contract setting forth such collectively bargained wage rates and fringe benefits, neither the Contractor nor any subcontractor under this contract shall pay any service employee performing any of the contract work (regardless of whether or not such employee was employed under the predecessor contract), less than the wages and fringe benefits provided for in such collective bargaining agreement, to which such employee would have been entitled if employed under the predecessor contract, including accrued wages and fringe benefits and any prospective increases in wages and fringe benefits provided for under such agreement. No Contractor or subcontractor under this contract may be relieved of the foregoing obligation unless the limitations of 29 CFR 4.1b(b) apply or unless the Secretary of Labor or the Secretary's authorized representative finds, after a hearing as provided in 29 CFR 4.10 that the wages and/or fringe benefits provided for in such agreement are substantially at variance with those which prevail for services of a character similar in the locality, or determines, as provided in 29 CFR 4.11, that the collective bargaining agreement applicable to service employees employed under the predecessor contract was not entered into as a result of arm's length negotiations. Where it is found in accordance with the review procedures provided in 29 CFR 4.10 and/or 4.11 and Parts 6 and 8 that some or all of the wages and/or fringe benefits contained in a predecessor Contractor's collective bargaining agreement are substantially at variance with those which prevail for services of a character similar in the locality, and/or that the collective bargaining agreement applicable to service employees employed under the predecessor contract was not entered into as a result of arm's length negotiations, the Department will issue a new or revised wage determination setting forth the applicable wage rates and fringe benefits. Such determination shall be made part of the contract or subcontract, in accordance with the decision of the Administrator, the Administrative Law Judge, or the Administrative Review Board, as the case may be, irrespective of whether such issuance occurs prior to or after the award of a contract or subcontract (53 Comp. Gen. 401 (1973)). In the case of a wage determination issued solely as a result of a finding of substantial variance, such determination shall be effective as of the date of the final administrative decision. (g) Notification to Employees. The Contractor and any subcontractor under this contract shall notify each service employee commencing work on this contract of the minimum monetary wage and any fringe benefits required to be paid pursuant to this contract, or shall post the wage determination attached to this contract. The poster provided by the Department of Labor (Publication WH 1313) shall be posted in a prominent and accessible place at the worksite. Failure to comply with this requirement is a violation of 41 U.S.C. 6703 and of this contract. (h) Safe and Sanitary Working Conditions. The Contractor or subcontractor shall not permit any part of the services called for by this contract to be performed in buildings or surroundings or under working conditions provided by or under the control or supervision of the Contractor or subcontractor which are unsanitary, hazardous, or dangerous to the health or safety of the service employees. The Contractor or subcontractor shall comply with the safety and health standards applied under 29 CFR Part 1925. (i) Records. (1) The Contractor and each subcontractor performing work subject to the Service Contract Labor Standards statute shall make and maintain for 3 years from the completion of the work, and make them available for inspection and transcription by authorized representatives of the Wage and Hour Division, Employment Standards Administration, a record of the following: (i) For each employee subject to the Service Contract Labor Standards statute— (A) Name and address and social security number; (B) Correct work classification or classifications, rate or rates of monetary wages paid and fringe benefits provided, rate or rates of payments in lieu of fringe benefits, and total daily and weekly compensation; (C) Daily and weekly hours worked by each employee; and (D) Any deductions, rebates, or refunds from the total daily or weekly compensation of each employee. (ii) For those classes of service employees not included in any wage determination attached to this contract, wage rates or fringe benefits determined by the interested parties or by the Administrator or authorized representative under the terms of paragraph (c) of this clause. A copy of the report required by subdivision (c)(2)(ii) of this clause will fulfill this requirement. (iii) Any list of the predecessor Contractor's employees which had been furnished to the Contractor as prescribed by paragraph (n) of this clause. (2) The Contractor shall also make available a copy of this contract for inspection or transcription by authorized representatives of the Wage and Hour Division. (3) Failure to make and maintain or to make available these records for inspection and transcription shall be a violation of the regulations and this contract, and in the case of failure to produce these records, the Contracting Officer, upon direction of the Department of Labor and notification to the Contractor, shall take action to cause suspension of any further payment or advance of funds until the violation ceases. (4) The Contractor shall permit authorized representatives of the Wage and Hour Division to conduct interviews with employees at the worksite during normal working hours. (j) Pay Periods. The Contractor shall unconditionally pay to each employee subject to the Service Contract Labor Standards statute all wages due free and clear and without subsequent deduction (except as otherwise provided by law or Regulations, 29 CFR Part 4), rebate, or kickback on any account. These payments shall be made no later than one pay period following the end of the regular pay period in which the wages were earned or accrued. A pay period under this statute may not be of any duration longer than semi-monthly. (k) Withholding of Payments and Termination of Contract. The Contracting Officer shall withhold or cause to be withheld from the Government Prime Contractor under this or any other Government contract with the Prime Contractor such sums as an appropriate official of the Department of Labor requests or such sums as the Contracting Officer decides may be necessary to pay underpaid employees employed by the Contractor or subcontractor. In the event of failure to pay any employees subject to the Service Contract Labor Standards statute all or part of the wages or fringe benefits due under the Service Contract Labor Standards statute, the Contracting Officer may, after authorization or by direction of the Department of Labor and written notification to the Contractor, take action to cause suspension of any further payment or advance of funds until such violations have ceased. Additionally, any failure to comply with the requirements of this clause may be grounds for termination of the right to proceed with the contract work. In such event, the Government may enter into other contracts or arrangements for completion of the work, charging the Contractor in default with any additional cost. (l) Subcontracts. The Contractor agrees to insert this clause in all subcontracts subject to the Service Contract Labor Standards statute. (m) Collective Bargaining Agreements Applicable to Service Employees. If wages to be paid or fringe benefits to be furnished any service employees employed by the Government Prime Contractor or any subcontractor under the contract are provided for in a collective bargaining agreement which is or will be effective during any period in which the contract is being performed, the Government Prime Contractor shall report such fact to the Contracting Officer, together with full information as to the application and accrual of such wages and fringe benefits, including any prospective increases, to service employees engaged in work on the contract, and a copy of the collective bargaining agreement. Such report shall be made upon commencing performance of the contract, in the case of collective bargaining agreements effective at such time, and in the case of such agreements or provisions or amendments thereof effective at a later time during the period of contract performance such agreements shall be reported promptly after negotiation thereof. (n) Seniority List. Not less than 10 days prior to completion of any contract being performed at a Federal facility where service employees may be retained in the performance of the succeeding contract and subject to a wage determination which contains vacation or other benefit provisions based upon length of service with a Contractor (predecessor) or successor (29 CFR 4.173), the incumbent Prime Contractor shall furnish the Contracting Officer a certified list of the names of all service employees on the Contractor's or subcontractor's payroll during the last month of contract performance. Such list shall also contain anniversary dates of employment on the contract either with the current or predecessor Contractors of each such service employee. The Contracting Officer shall turn over such list to the successor Contractor at the commencement of the succeeding contract. (o) Rulings and Interpretations. Rulings and interpretations of the Service Contract Labor Standards statute are contained in Regulations, 29 CFR Part 4. (p) Contractor's Certification. (1) By entering into this contract, the Contractor (and officials thereof) certifies that neither it nor any person or firm who has a substantial interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of the sanctions imposed under 41 U.S.C. 6706. (2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract under 41 U.S.C. 6706. (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (q) Variations, Tolerances, and Exemptions Involving Employment. Notwithstanding any of the provisions in paragraphs (b) through (o) of this clause, the following employees may be employed in accordance with the following variations, tolerances, and exemptions, which the Secretary of Labor, pursuant to 41 U.S.C. 6707 prior to its amendment by Pub. L. 92-473, found to be necessary and proper in the public interest or to avoid serious impairment of the conduct of Government business. (1) Apprentices, student-learners, and workers whose earning capacity is impaired by age, physical or mental deficiency, or injury may be employed at wages lower than the minimum wages otherwise required by 41 U.S.C. 6703(1) without diminishing any fringe benefits or cash payments in lieu thereof required under 41 U.S.C. 6703(2), in accordance with the conditions and procedures prescribed for the employment of apprentices, student-learners, persons with disabilities, and disabled clients of work centers under section 14 of the Fair Labor Standards Act of 1938, in the regulations issued by the Administrator (29 CFR parts 520, 521, 524, and 525). (2) The Administrator will issue certificates under the statute for the employment of apprentices, student-learners, persons with disabilities, or disabled clients of work centers not subject to the Fair Labor Standards Act of 1938, or subject to different minimum rates of pay under the two statutes, authorizing appropriate rates of minimum wages (but without changing requirements concerning fringe benefits or supplementary cash payments in lieu thereof), applying procedures prescribed by the applicable regulations issued under the Fair Labor Standards Act of 1938 (29 CFR parts 520, 521, 524, and 525). (3) The Administrator will also withdraw, annul, or cancel such certificates in accordance with the regulations in 29 CFR Parts 525 and 528. (r) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed and individually registered in a bona fide apprenticeship program registered with a State Apprenticeship Agency which is recognized by the U.S. Department of Labor, or if no such recognized agency exists in a State, under a program registered with the Office of Apprenticeship Training, Employer, and Labor Services (OATELS), U.S. Department of Labor. Any employee who is not registered as an apprentice in an approved program shall be paid the wage rate and fringe benefits contained in the applicable wage determination for the journeyman classification of work actually performed. The wage rates paid apprentices shall not be less than the wage rate for their level of progress set forth in the registered program, expressed as the appropriate percentage of the journeyman's rate contained in the applicable wage determination. The allowable ratio of apprentices to journeymen employed on the contract work in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. (s) Tips. An employee engaged in an occupation in which the employee customarily and regularly receives more than $30 a month in tips may have the amount of these tips credited by the employer against the minimum wage required by 41 U.S.C. 6703(1), in accordance with section 3(m) of the Fair Labor Standards Act and Regulations 29 CFR Part 531. However, the amount of credit shall not exceed $1.34 per hour beginning January 1, 1981. To use this provision— (1) The employer must inform tipped employees about this tip credit allowance before the credit is utilized; (2) The employees must be allowed to retain all tips (individually or through a pooling arrangement and regardless of whether the employer elects to take a credit for tips received); (3) The employer must be able to show by records that the employee receives at least the applicable Service Contract Labor Standards minimum wage through the combination of direct wages and tip credit; and (4) The use of such tip credit must have been permitted under any predecessor collective bargaining agreement applicable by virtue of 41 U.S.C. 6707(c). (t) Disputes Concerning Labor Standards. The U.S. Department of Labor has set forth in 29 CFR Parts 4, 6, and 8 procedures for resolving disputes concerning labor standards requirements. Such disputes shall be resolved in accordance with those procedures and not the Disputes clause of this contract. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.(End of Clause)FAR NumberTitleDate52.222-50COMBATING TRAFFICKING IN PERSONSFEB 200952.222-54EMPLOYMENT ELIGIBILITY VERIFICATIONAUG 20134.8 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless— (1) The product cannot be acquired— (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at . (c) In the performance of this contract, the Contractor shall— (1) Report to , with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than— (i) October 31 of each year during contract performance; and (ii) At the end of contract performance.(End of Clause)FAR NumberTitleDate52.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATIONMAY 201152.223-6DRUG-FREE WORKPLACEMAY 200152.223-15ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTSDEC 200752.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAUG 20114.9 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. As used in this clause— "Commercially available off-the-shelf (COTS) item"— (1) Means any item of supply (including construction material) that is— (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means any article, material, or supply incorporated directly into construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means— (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means— (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if— (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:Lead Glass (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that— (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American statute. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including— (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISONConstruction Material DescriptionUnit of MeasureQuantityPrice (Dollars)*Item 1:Foreign Construction MaterialDomestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).](End of Clause)FAR NumberTitleDate52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJUN 200852.227-1AUTHORIZATION AND CONSENTDEC 200752.227-2NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENTDEC 200752.227-4PATENT INDEMNITY—CONSTRUCTION CONTRACTSDEC 200752.228-2ADDITIONAL BOND SECURITYOCT 199752.228-5INSURANCE—WORK ON A GOVERNMENT INSTALLATIONJAN 199752.228-11PLEDGES OF ASSETSJAN 201252.228-12PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDSMAY 201452.228-14IRREVOCABLE LETTER OF CREDITMAY 201452.228-15PERFORMANCE AND PAYMENT BONDS—CONSTRUCTIONOCT 201052.229-3FEDERAL, STATE, AND LOCAL TAXESFEB 201352.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTSMAY 201452.232-17INTERESTMAY 201452.232-27PROMPT PAYMENT FOR CONSTRUCTION CONTRACTSMAY 201452.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER—OTHER THAN SYSTEM FOR AWARD MANAGEMENTJUL 201352.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 201352.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.233-1DISPUTES ALTERNATE I (DEC 1991)MAY 201452.233-3PROTEST AFTER AWARDAUG 199652.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOCT 200452.236-2DIFFERING SITE CONDITIONSAPR 198452.236-3SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORKAPR 198452.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-6SUPERINTENDENCE BY THE CONTRACTORAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-8OTHER CONTRACTSAPR 198452.236-9PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTSAPR 198452.236-10OPERATIONS AND STORAGE AREASAPR 198452.236-11USE AND POSSESSION PRIOR TO COMPLETIONAPR 198452.236-12CLEANING UPAPR 198452.236-13ACCIDENT PREVENTIONNOV 199152.236-14AVAILABILITY AND USE OF UTILITY SERVICESAPR 198452.236-15SCHEDULES FOR CONSTRUCTION CONTRACTSAPR 198452.236-17LAYOUT OF WORKAPR 198452.236-21SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTIONFEB 199752.242-13BANKRUPTCYJUL 199552.242-14SUSPENSION OF WORKAPR 198452.243-4CHANGESJUN 200752.243-6CHANGE ORDER ACCOUNTINGAPR 198452.244-5COMPETITION IN SUBCONTRACTINGDEC 199652.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSMAY 201452.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTION ALTERNATE I (APR 1984)MAR 199452.248-3VALUE ENGINEERING—CONSTRUCTIONOCT 201052.249-2TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) ALTERNATE I (SEPT 1996)APR 201252.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 198452.253-1COMPUTER GENERATED FORMSJAN 19914.10 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)4.11 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)4.12 VAAR 852.211-74 LIQUIDATED DAMAGES (JAN 2008) If any unit of the work contracted for is accepted in advance of the whole, the rate of liquidated damages assessed will be in the ratio that the value of the unaccepted work bears to the total amount of the contract. If a separate price for unaccepted work has not been stated in the contractor's bid, determination of the value thereof will be made from schedules of costs furnished by the contractor and approved by the contracting officer, as specified elsewhere in the contract.(End of Clause)4.13 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)4.14 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008) When net changes in original contract price affect the premium of a Corporate Surety Bond by $5 or more, the Government, in determining the basis for final settlement, will provide for bond premium adjustment computed at the rate shown in the bond.(End of Clause)4.15 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)4.16 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002) The clause entitled "Specifications and Drawings for Construction" in FAR 52.236-21 is supplemented as follows: (a) The contracting officer's interpretation of the drawings and specifications will be final, subject to the disputes clause. (b) Large scale drawings supersede small scale drawings. (c) Dimensions govern in all cases. Scaling of drawings may be done only for general location and general size of items. (d) Dimensions shown of existing work and all dimensions required for work that is to connect with existing work shall be verified by the contractor by actual measurement of the existing work. Any work at variance with that specified or shown in the drawings shall not be performed by the contractor until approved in writing by the contracting officer.(End of Clause)4.17 VAAR 852.236-72 PERFORMANCE OF WORK BY THE CONTRACTOR (JUL 2002) The clause entitled "Performance of Work by the Contractor" in FAR 52.236-1 is supplemented as follows: (a) Contract work accomplished on the site by laborers, mechanics, and foremen/forewomen on the contractor's payroll and under his/her direct supervision shall be included in establishing the percent of work to be performed by the contractor. Cost of material and equipment installed by such labor may be included. The work by the contractor's executive, supervisory and clerical forces shall be excluded in establishing compliance with the requirements of this clause. (b) The contractor shall submit, simultaneously with the schedule of costs required by the Payments Under Fixed-Price Construction Contracts clause of the contract, a statement designating the branch or branches of contract work to be performed with his/her forces. The approved schedule of costs will be used in determining the value of a branch or branches, or portions thereof, of the work for the purpose of this article. (c) If, during the progress of work hereunder, the contractor requests a change in the branch or branches of the work to be performed by his/her forces and the contracting officer determines it to be in the best interest of the Government, the contracting officer may, at his/her discretion, authorize a change in such branch or branches of said work. Nothing contained herein shall permit a reduction in the percentage of work to be performed by the contractor with his/her forces, it being expressly understood that this is a contract requirement without right or privilege of reduction. (d) In the event the contractor fails or refuses to meet the requirement of the FAR clause at 52.236-1, it is expressly agreed that the contract price will be reduced by 15 percent of the value of that portion of the percentage requirement that is accomplished by others. For the purpose of this clause, it is agreed that 15 percent is an acceptable estimate of the contractor's overhead and profit, or mark-up, on that portion of the work which the contractor fails or refuses to perform, with his/her own forces, in accordance with the FAR clause at 52.236-1.(End of Clause)4.18 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002) The clause entitled "Inspection of Construction" in FAR 52.246-12 is supplemented as follows: (a) Inspection of materials and articles furnished under this contract will be made at the site by the resident engineer, unless otherwise provided for in the specifications. (b) Final inspection will not be made until the contract work is ready for beneficial use or occupancy. The contractor shall notify the contracting officer, through the resident engineer, fifteen (15) days prior to the date on which the work will be ready for final inspection.(End of Clause)4.19 VAAR 852.236-76 CORRESPONDENCE (APR 1984) All correspondence relative to this contract shall bear Specification Number, Project Number, Department of Veterans Affairs Contract Number, title of project and name of facility.(End of Clause)4.20 VAAR 852.236-77 REFERENCE TO "STANDARDS" (JUL 2002) Any materials, equipment, or workmanship specified by references to number, symbol, or title of any specific Federal, Industry or Government Agency Standard Specification shall comply with all applicable provisions of such standard specifications, except as limited to type, class or grade, or modified in contract specifications. Reference to "Standards" referred to in the contract specifications, except as modified, shall have full force and effect as though printed in detail in specifications.(End of Clause)4.21 VAAR 852.236-78 GOVERNMENT SUPERVISION (APR 1984) (a) The work will be under the direction of the Department of Veterans Affairs contracting officer, who may designate another VA employee to act as resident engineer at the construction site. (b) Except as provided below, the resident engineer's directions will not conflict with or change contract requirements. (c) Within the limits of any specific authority delegated by the contracting officer, the resident engineer may, by written direction, make changes in the work. The contractor shall be advised of the extent of such authority prior to execution of any work under the contract.(End of Clause)4.22 VAAR 852.236-79 DAILY REPORT OF WORKERS AND MATERIAL (APR 1984) The contractor shall furnish to the resident engineer each day a consolidated report for the preceding work day in which is shown the number of laborers, mechanics, foremen/forewomen and pieces of heavy equipment used or employed by the contractor and subcontractors. The report shall bear the name of the firm, the branch of work which they perform such as concrete, plastering, masonry, plumbing, sheet metal work, etc. The report shall give a breakdown of employees by crafts, location where employed, and work performed. The report shall also list materials delivered to the site on the date covered by the report.(End of Clause)4.23 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) (a) Nothing contained in this contract shall be construed as creating any contractual relationship between any subcontractor and the Government. Divisions or sections of specifications are not intended to control the contractor in dividing work among subcontractors, or to limit work performed by any trade. (b) The contractor shall be responsible to the Government for acts and omissions of his/her own employees, and of the subcontractors and their employees. The contractor shall also be responsible for coordination of the work of the trades, subcontractors, and material suppliers. (c) The Government or its representatives will not undertake to settle any differences between the contractor and subcontractors or between subcontractors. (d) The Government reserves the right to refuse to permit employment on the work or require dismissal from the work of any subcontractor who, by reason of previous unsatisfactory work on Department of Veterans Affairs projects or for any other reason, is considered by the contracting officer to be incompetent or otherwise objectionable.(End of Clause)4.24 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984) (a) Retainage: (1) The contracting officer may retain funds: (i) Where performance under the contract has been determined to be deficient or the contractor has performed in an unsatisfactory manner in the past; or (ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely. (2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following: (i) Unsatisfactory progress as determined by the contracting officer; (ii) Failure to meet schedule in Schedule of Work Progress; (iii) Failure to present submittals in a timely manner; or (iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements. (3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this subparagraph shall be construed as limiting the contracting officer's right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts. (b) The contractor shall submit a schedule of cost to the contracting officer for approval within 30 calendar days after date of receipt of notice to proceed. Such schedule will be signed and submitted in triplicate. The approved cost schedule will be one of the bases for determining progress payments to the contractor for work completed. This schedule shall show cost by the branches of work for each building or unit of the contract, as instructed by the resident engineer. (1) The branches shall be subdivided into as many sub-branches as are necessary to cover all component parts of the contract work. (2) Costs as shown on this schedule must be true costs and, should the resident engineer so desire, he/she may require the contractor to submit the original estimate sheets or other information to substantiate the detailed makeup of the schedule. (3) The sum of the sub-branches, as applied to each branch, shall equal the total cost of such branch. The total cost of all branches shall equal the contract price. (4) Insurance and similar items shall be prorated and included in the cost of each branch of the work. (5) The cost schedule shall include separate cost information for the systems listed in the table in this paragraph (b)(5). The percentages listed below are proportions of the cost listed in the contractor's cost schedule and identify, for payment purposes, the value of the work to adjust, correct and test systems after the material has been installed. Payment of the listed percentages will be made only after the contractor has demonstrated that each of the systems is substantially complete and operates as required by the contract.VALUE OF ADJUSTING, CORRECTING, AND TESTING SYSTEMSystemPercentPneumatic tube system10Incinerators (medical waste and trash)5Sewage treatment plant equipment5Water treatment plant equipment5Washers (dish, cage, glass, etc.)5Sterilizing equipment5Water distilling equipment5Prefab temperature rooms (cold, constant temperature)5Entire air-conditioning system (Specified under 600 Sections)5Entire boiler plant system (Specified under 700 Sections)5General supply conveyors10Food service conveyors10Pneumatic soiled linen and trash system10Elevators and dumbwaiters10Materials transport system10Engine-generator system5Primary switchgear5Secondary switchgear5Fire alarm system5Nurse call system5Intercom system5Radio system5TV (entertainment) system5 (c) In addition to this cost schedule, the contractor shall submit such unit costs as may be specifically requested. The unit costs shall be those used by the contractor in preparing his/her bid and will not be binding as pertaining to any contract changes. (d) The contracting officer will consider for monthly progress payments material and/or equipment procured by the contractor and stored on the construction site, as space is available, or at a local approved location off the site, under such terms and conditions as such officer approves, including but not limited to the following: (1) The material or equipment is in accordance with the contract requirements and/or approved samples and shop drawings. (2) Only those materials and/or equipment as are approved by the resident engineer for storage will be included. (3) Such materials and/or equipment will be stored separately and will be readily available for inspection and inventory by the resident engineer. (4) Such materials and/or equipment will be protected against weather, theft and other hazards and will not be subjected to deterioration. (5) All of the other terms, provisions, conditions and covenants contained in the contract shall be and remain in full force and effect as therein provided. (6) A supplemental agreement will be executed between the Government and the contractor with the consent of the contractor's surety for off-site storage. (e) The contractor, prior to receiving a progress or final payment under this contract, shall submit to the contracting officer a certification that the contractor has made payment from proceeds of prior payments, or that timely payment will be made from the proceeds of the progress or final payment then due, to subcontractors and suppliers in accordance with the contractual arrangements with them. (f) The Government reserves the right to withhold payment until samples, shop drawings, engineer's certificates, additional bonds, payrolls, weekly statements of compliance, proof of title, nondiscrimination compliance reports, or any other things required by this contract, have been submitted to the satisfaction of the contracting officer.(End of Clause)4.25 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984) (a) The contractor shall submit with the schedule of costs, a progress schedule that indicates the anticipated installation of work versus the elapsed contract time, for the approval of the contracting officer. The progress schedule time shall be represented in the form of a bar graph with the contract time plotted along the horizontal axis. The starting date of the schedule shall be the date the contractor receives the "Notice to Proceed." The ending date shall be the original contract completion date. At a minimum, both dates shall be indicated on the progress schedule. The specific item of work, i.e., "Excavation", "Floor Tile", "Finish Carpentry", etc., should be plotted along the vertical axis and indicated by a line or bar at which time(s) during the contract this work is scheduled to take place. The schedule shall be submitted in triplicate and signed by the contractor. (b) The actual percent completion will be based on the value of installed work divided by the current contract amount. The actual completion percentage will be indicated on the monthly progress report. (c) The progress schedule will be revised when individual or cumulative time extensions of 15 calendar days or more are granted for any reason. The revised schedule should indicate the new contract completion date and should reflect any changes to the installation time(s) of the items of work affected. (d) The revised progress schedule will be used for reporting future scheduled percentage completion.(End of Clause)4.26 VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984) (a) The wage determination decision of the Secretary of Labor is set forth in section GR, General Requirements, of this contract. It is the result of a study of wage conditions in the locality and establishes the minimum hourly rates of wages and fringe benefits for the described classes of labor in accordance with applicable law. No increase in the contract price will be allowed or authorized because of payment of wage rates in excess of those listed. (b) The contractor shall submit the required copies of payrolls to the contracting officer through the resident engineer or engineer officer, when acting in that capacity. Department of Labor Form WH- 347, Payroll, available from the Superintendent of Documents, Government Printing Office, Washington, DC 20402, may be used for this purpose. If, however, the contractor or subcontractor elects to use an individually composed payroll form, it shall contain the same information shown on Form WH-347, and in addition be accompanied by Department of Labor Form WH-348, Statement of Compliance, or any other form containing the exact wording of this form.(End of Clause)4.27 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008) Public Law 107-217 (40 U.S.C. 3172) authorizes the constituted authority of States to apply their workers compensation laws to all lands and premises owned or held by the United States.(End of Clause)4.28 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993) The Resident Engineer on all assigned construction projects, or other Department of Veterans Affairs employee if designated in writing by the Contracting Officer, shall serve as Safety Officer and as such has authority, on behalf of the Contracting Officer, to monitor and enforce Contractor compliance with FAR 52.236-13, Accident Prevention. However, only the Contracting Officer may issue an order to stop all or part of the work while requiring satisfactory or corrective action to be taken by the Contractor.(End of Clause)4.29 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002) (a) Paragraphs (a)(1) through (a)(4) apply to proposed contract changes costing over $500,000. (1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or pricing data are required under FAR Subpart 15.403, the cost or pricing data shall be submitted in accordance with FAR 15.403-5. (2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit a proposal, which includes the information required by paragraph (a)(1), for cost of changes in work within 30 calendar days. (3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (a)(1) or (a)(2) of this clause is not received within 30 calendar days or if agreement has not been reached. (4) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change. (b) Paragraphs (b)(1) through (b)(11) apply to proposed contract changes costing $500,000 or less: (1) When requested by the contracting officer, the contractor shall submit proposals for changes in work to the resident engineer. Proposals, to be submitted as expeditiously as possible but within 30 calendar days after receipt of request, shall be in legible form, original and two copies, with an itemized breakdown that will include material, quantities, unit prices, labor costs (separated into trades), construction equipment, etc. (Labor costs are to be identified with specific material placed or operation performed.) The contractor must obtain and furnish with a proposal an itemized breakdown as described above, signed by each subcontractor participating in the change regardless of tier. When certified cost or pricing data or information other than cost or pricing data are required under FAR 15.403, the data shall be submitted in accordance with FAR 15.403-5. No itemized breakdown will be required for proposals amounting to less than $1,000. (2) When the necessity to proceed with a change does not allow sufficient time to negotiate a modification or because of failure to reach an agreement, the contracting officer may issue a change order instructing the contractor to proceed on the basis of a tentative price based on the best estimate available at the time, with the firm price to be determined later. Furthermore, when the change order is issued, the contractor shall submit within 30 calendar days, a proposal that includes the information required by paragraph (b)(1) for the cost of the changes in work. (3) The contracting officer will consider issuing a settlement by determination to the contract if the contractor's proposal required by paragraphs (b)(1) or (b)(2) of this clause is not received within 30 calendar days, or if agreement has not been reached. (4) Allowances not to exceed 10 percent each for overhead and profit for the party performing the work will be based on the value of labor, material, and use of construction equipment required to accomplish the change. As the value of the change increases, a declining scale will be used in negotiating the percentage of overhead and profit. Allowable percentages on changes will not exceed the following: 10 percent overhead and 10 percent profit on the first $20,000; 7-1/2 percent overhead and 7-1/2 percent profit on the next $30,000; 5 percent overhead and 5 percent profit on balance over $50,000. Profit shall be computed by multiplying the profit percentage by the sum of the direct costs and computed overhead costs. (5) The prime contractor's or upper-tier subcontractor's fee on work performed by lower-tier subcontractors will be based on the net increased cost to the prime contractor or upper-tier subcontractor, as applicable. Allowable fee on changes will not exceed the following: 10 percent fee on the first $20,000; 7-1/2 percent fee on the next $30,000; and 5 percent fee on balance over $50,000. (6) Not more than four percentages, none of which exceed the percentages shown above, will be allowed regardless of the number of tiers of subcontractors. (7) Where the contractor's or subcontractor's portion of a change involves credit items, such items must be deducted prior to adding overhead and profit for the party performing the work. The contractor's fee is limited to the net increase to contractor of subcontractors' portions cost computed in accordance herewith. (8) Where a change involves credit items only, a proper measure of the amount of downward adjustment in the contract price is the reasonable cost to the contractor if he/she had performed the deleted work. A reasonable allowance for overhead and profit are properly includable as part of the downward adjustment for a deductive change. The amount of such allowance is subject to negotiation. (9) Cost of Federal Old Age Benefit (Social Security) tax and of Worker's Compensation and Public Liability insurance appertaining to changes are allowable. While no percentage will be allowed thereon for overhead or profit, prime contractor's fee will be allowed on such items in subcontractors' proposals. (10) Overhead and contractor's fee percentages shall be considered to include insurance other than mentioned herein, field and office supervisors and assistants, security police, use of small tools, incidental job burdens, and general home office expenses and no separate allowance will be made therefore. Assistants to office supervisors include all clerical, stenographic and general office help. Incidental job burdens include, but are not necessarily limited to, office equipment and supplies, temporary toilets, telephone and conformance to OSHA requirements. Items such as, but not necessarily limited to, review and coordination, estimating and expediting relative to contract changes are associated with field and office supervision and are considered to be included in the contractor's overhead and/or fee percentage. (11) Bond premium adjustment, consequent upon changes ordered, will be made as elsewhere specified at the time of final settlement under the contract and will not be included in the individual change.(End of Clause)4.30 VAAR 852.236-91 SPECIAL NOTES (JUL 2002) (a) Signing of the bid shall be deemed to be a representation by the bidder that: (1) Bidder is a construction contractor who owns, operates, or maintains a place of business, regularly engaged in construction, alteration, or repair of buildings, structures, and communications facilities, or other engineering projects, including furnishing and installing of necessary equipment; or (2) If newly entering into a construction activity, bidder has made all necessary arrangements for personnel, construction equipment, and required licenses to perform construction work; and (3) Upon request, prior to award, bidder will promptly furnish to the Government a statement of facts in detail as to bidder's previous experience (including recent and current contracts), organization (including company officers), technical qualifications, financial resources and facilities available to perform the contemplated work. (b) Unless otherwise provided in this contract, where the use of optional materials or construction is permitted, the same standard of workmanship, fabrication and installation shall be required irrespective of which option is selected. The contractor shall make any change or adjustment in connecting work or otherwise necessitated by the use of such optional material or construction, without additional cost to the Government. (c) When approval is given for a system component having functional or physical characteristics different from those indicated or specified, it is the responsibility of the contractor to furnish and install related components with characteristics and capacities compatible with the approved substitute component as required for systems to function as noted on drawings and specifications. There shall be no additional cost to the Government. (d) In some instances it may have been impracticable to detail all items in specifications or on drawings because of variances in manufacturers' methods of achieving specified results. In such instances the contractor will be required to furnish all labor, materials, drawings, services and connections necessary to produce systems or equipment which are completely installed, functional, and ready for operation by facility personnel in accordance with their intended use. (e) Claims by the contractor for delay attributed to unusually severe weather must be supported by climatological data covering the period and the same period for the 10 preceding years. When the weather in question exceeds in intensity or frequency the 10-year average, the excess experienced shall be considered "unusually severe." Comparison shall be on a monthly basis. Whether or not unusually severe weather in fact delays the work will depend upon the effect of weather on the branches of work being performed during the time under consideration.(End of Clause)4.31 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008) The clause entitled "Warranty of Construction" in FAR 52.246-21 is supplemented as follows: Any special warranties that may be required under the contract shall be subject to the elections set forth in the FAR clause at 52.246-21, Warranty of Construction, unless otherwise provided for in such special warranties.(End of Clause)4.32 VAAR 852.246-75 WARRANTY FOR CONSTRUCTION--GUARANTEE PERIOD SERVICES (JAN 2008) The clause entitled "Warranty of Construction" in FAR 52.246-21 is supplemented as follows: Should the contractor fail to prosecute the work or fail to proceed promptly to provide guarantee period services after notification by the contracting officer, the Government may, subject to the default clause contained at FAR 52.249-10, Default (Fixed- Price Construction), and after allowing the contractor 10 days to correct and comply with the contract, terminate the right to proceed with the work (or the separable part of the work) that has been delayed or unsatisfactorily performed. In this event, the Government may take over the work and complete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The contractor and its sureties shall be liable for any damages to the Government resulting from the contractor's refusal or failure to complete the work within this specified time, whether or not the contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Government in completing the work.(End of Clause)4.33 MANDATORY WRITTEN DISCLOSURES Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at and clicking on "FAR clause 52.203-13 Reporting." If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions.General Decision Number: FL140032 05/23/2014 FL32Superseded General Decision Number: FL20130032State: FloridaConstruction Type: BuildingCounty: Palm Beach County in Florida.BUILDING CONSTRUCTION PROJECTS (does not include single familyhomes or apartments up to and including 4 stories).Modification Number Publication Date 0 01/03/2014 1 01/31/2014 2 02/07/2014 3 02/28/2014 4 05/02/2014 5 05/23/2014 ELEC0728-004 09/01/2013 Rates FringesELECTRICIAN, Excludes Installation of HVAC/Temperature Controls........$ 27.96 10.56---------------------------------------------------------------- ELEV0071-001 01/01/2014 Rates FringesELEVATOR MECHANIC................$ 39.57 26.785+AFOOTNOTE: A: Employer contributes 8% basic hourly rate for 5 years or more of service or 6% basic hourly rate for 6 months to 5 years of service as Vacation Pay Credit; Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; plus the Friday after Thanksgiving; and Christmas Day.---------------------------------------------------------------- ENGI0487-011 07/01/2013 Rates FringesOPERATOR: Concrete Pump, Truck Mounted With Boom Attachments When Manned With One Operator....$ 29.05 8.80 With Boom Attachments With Two Operators...............$ 25.80 8.80OPERATOR: Crane All Tower Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons & Over (Must have 2 operators); Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice); Hydro/Friction Cranes without Oiler/Apprentices when Approved by Union; & All Type of Flying Cranes; Boom Truck.................$ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib); Hydro Cranes 25 Tons & Under, & Over 50 Tons (With Oiler/Apprentice); Boom Truck......................$ 28.32 8.80OPERATOR: Mechanic..............$ 28.32 8.80OPERATOR: Oiler.................$ 22.99 8.80---------------------------------------------------------------- IRON0402-002 03/01/2013 Rates FringesIRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL.......$ 21.87 7.65----------------------------------------------------------------* LABO1652-001 06/01/2013 Rates FringesLABORER: Form Worker............$ 17.00 4.92---------------------------------------------------------------- PAIN0452-005 08/01/2013 Rates FringesPAINTER: Steel..................$ 15.75 7.93---------------------------------------------------------------- SFFL0821-001 01/01/2014 Rates FringesSPRINKLER FITTER (Fire Sprinklers)......................$ 27.53 17.32---------------------------------------------------------------- SHEE0032-003 12/01/2013 Rates FringesSHEETMETAL WORKER (HVAC Duct Installation)....................$ 23.50 12.18---------------------------------------------------------------- SUFL2009-028 05/22/2009 Rates FringesBRICKLAYER.......................$ 18.93 0.00 CARPENTER, Includes Acoustical Ceiling Installation (Excludes Drywall Hanging, and Form Work)............................$ 15.89 1.05 CEMENT MASON/CONCRETE FINISHER...$ 14.00 0.00 DRYWALL HANGER...................$ 13.93 0.84 FENCE ERECTOR....................$ 15.50 0.30 FLOOR LAYER: Carpet.............$ 19.00 2.10 GLAZIER..........................$ 16.93 2.68 HVAC MECHANIC (HVAC Pipe Installation)....................$ 17.75 2.62 HVAC MECHANIC (Installation of HVAC Unit Only, Excludes Installation of HVAC Pipe and Duct)............................$ 18.61 2.70 HVAC MECHANIC: ELECTRICAL/TEMPERATURE CONTROLS INSTALLATION............$ 16.87 2.16 INSTALLER - OVERHEAD DOOR........$ 14.40 0.00 LABORER: Asphalt Raker..........$ 10.40 0.00 LABORER: Asphalt Shoveler....... $ 7.88 0.00 LABORER: Common or General......$ 9.84 0.84 LABORER: Concrete Saw (Hand Held/Walk Behind)................$ 12.63 0.00 LABORER: Landscape & Irrigation.......................$ 9.91 0.41 LABORER: Mason Tender - Brick...$ 10.75 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 12.83 1.90 LABORER: Pipelayer..............$ 12.67 1.17 LABORER: Roof Tearoff...........$ 8.44 0.00 MECHANICAL INSULATOR, Including Duct and Pipe..........$ 13.98 2.07 OPERATOR: Asphalt Spreader......$ 11.41 0.00 OPERATOR: Backhoe/Excavator.....$ 15.45 0.00 OPERATOR: Bulldozer.............$ 16.21 0.00 OPERATOR: Distributor...........$ 12.37 0.00 OPERATOR: Forklift..............$ 14.00 0.00 OPERATOR: Grader/Blade..........$ 13.73 0.00 OPERATOR: Loader................$ 13.01 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 12.75 0.00 OPERATOR: Roller................$ 10.94 0.00 OPERATOR: Screed................$ 13.05 0.00 OPERATOR: Tractor...............$ 9.91 0.00 OPERATOR: Trencher..............$ 11.75 0.00 PAINTER: Brush, Roller and Spray, Includes Drywall Finishing/Taping.................$ 12.04 1.27 PIPEFITTER, Excludes HVAC Pipe Installation................$ 17.85 2.54 PLASTERER........................$ 18.14 0.00 PLUMBER, Excludes HVAC Pipe Installation.....................$ 17.58 3.26 ROOFER, Includes Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply, Slate, & Tile Roofs (Excludes Installation of Metal Roofs).....$ 13.59 0.00 ROOFER: Metal Roof..............$ 15.41 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 15.62 2.03 TILE SETTER......................$ 16.00 0.00 TRUCK DRIVER: 3 Axle Truck......$ 10.50 0.80 TRUCK DRIVER: Dump Truck........$ 10.00 0.00 TRUCK DRIVER: Lowboy Truck......$ 13.78 0.00----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================ Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).---------------------------------------------------------------- The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is union or non-union.Union IdentifiersAn identifier enclosed in dotted lines beginning withcharacters other than "SU" denotes that the unionclassification and rate have found to be prevailing for thatclassification. Example: PLUM0198-005 07/01/2011. The firstfour letters , PLUM, indicate the international union and thefour-digit number, 0198, that follows indicates the local unionnumber or district council number where applicable , i.e.,Plumbers Local 0198. The next number, 005 in the example, isan internal number used in processing the wage determination.The date, 07/01/2011, following these characters is theeffective date of the most current negotiated rate/collectivebargaining agreement which would be July 1, 2011 in the aboveexample.Union prevailing wage rates will be updated to reflect anychanges in the collective bargaining agreements governing therates.0000/9999: weighted union wage rates will be published annuallyeach January.Non-Union IdentifiersClassifications listed under an "SU" identifier were derivedfrom survey data by computing average rates and are not unionrates; however, the data used in computing these rates mayinclude both union and non-union data. Example: SULA2004-0075/13/2010. SU indicates the rates are not union majority rates,LA indicates the State of Louisiana; 2004 is the year of thesurvey; and 007 is an internal number used in producing thewage determination. A 1993 or later date, 5/13/2010, indicatesthe classifications and rates under that identifier were issuedas a General Wage Determination on that date.Survey wage rates will remain in effect and will not changeuntil a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS1.) Has there been an initial decision in the matter? This canbe:* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) rulingOn survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202102.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 202104.) All decisions by the Administrative Review Board are final.================================================================ END OF GENERAL DECISIONWage Determination: 2005-2111, 15REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT By direction of the Secretary of LaborDiane C. Koplewski Director Division of Wage DeterminationsU.S. DEPARTMENT OF LABOREMPLOYMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISIONWASHINGTON, D.C. 20210Wage Determination No.:2005-2111 Revision No.:15Date of Last Revision:07/25/2014State: FloridaArea: Florida Counties of Broward, Glades, Hendry, Martin, Okeechobee, Palm Beach, St Lucie**Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14 .1101012 - Accounting Clerk II 16 .7401013 - Accounting Clerk III 18 .7301020 - Administrative Assistant 22 .6401040 - Court Reporter 18 .8201051 - Data Entry Operator I 12 .9201052 - Data Entry Operator II 14 .0901060 - Dispatcher, Motor Vehicle 17 .1601070 - Document Preparation Clerk 12 .6701090 - Duplicating Machine Operator 12 .6701111 - General Clerk I 12 .6201112 - General Clerk II 13 .8801113 - General Clerk III 15 .5901120 - Housing Referral Assistant 20 .8801141 - Messenger Courier 12 .3901191 - Order Clerk I 12 .7101192 - Order Clerk II 13 .8601261 - Personnel Assistant (Employment) I 15 .8801262 - Personnel Assistant (Employment) II 17 .9001263 - Personnel Assistant (Employment) III 20 .3001270 - Production Control Clerk 20 .0001280 - Receptionist 13 .4401290 - Rental Clerk 14 .9301300 - Scheduler, Maintenance 16 .7401311 - Secretary I 16 .7401312 - Secretary II 18 .7301313 - Secretary III 20 .8801320 - Service Order Dispatcher 15 .3501410 - Supply Technician 23 .2101420 - Survey Worker 18 .8201531 - Travel Clerk I 12 .5701532 - Travel Clerk II 13 .4801533 - Travel Clerk III 14 .3301611 - Word Processor I 13 .3001612 - Word Processor II 14 .9301613 - Word Processor III 16 .7105000 - Automotive Service Occupations05005 - Automobile Body Repairer, Fiberglass 17 .7405010 - Automotive Electrician 16 .6105040 - Automotive Glass Installer 15 .5205070 - Automotive Worker 15 .5205110 - Mobile Equipment Servicer 13 .3405130 - Motor Equipment Metal Mechanic 17 .5605160 - Motor Equipment Metal Worker 15 .5205190 - Motor Vehicle Mechanic 17 .6805220 - Motor Vehicle Mechanic Helper 12 .2405250 - Motor Vehicle Upholstery Worker 14 .4205280 - Motor Vehicle Wrecker 15 .5205310 - Painter, Automotive 16 .6205340 - Radiator Repair Specialist 15 .5205370 - Tire Repairer 11 .6005400 - Transmission Repair Specialist 17 .5607000 - Food Preparation And Service Occupations 07010 - Baker 12 .6507041 - Cook I 11 .0807042 - Cook II 12 .9007070 - Dishwasher 8 .7207130 - Food Service Worker 9 .8907210 - Meat Cutter 12 .7507260 - Waiter/Waitress 9 .8509000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 14 .9809040 - Furniture Handler 9 .8009080 - Furniture Refinisher 14 .9809090 - Furniture Refinisher Helper 11 .0309110 - Furniture Repairer, Minor 13 .0009130 - Upholsterer 16 .4811000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9 .8011060 - Elevator Operator 10 .3911090 - Gardener 15 .2911122 - Housekeeping Aide 10 .3911150 - Janitor 10 .3911210 - Laborer, Grounds Maintenance 11 .4011240 - Maid or Houseman 9 .5911260 - Pruner 9 .9311270 - Tractor Operator 14 .3611330 - Trail Maintenance Worker 11 .4011360 - Window Cleaner 11 .9412000 - Health Occupations 12010 - Ambulance Driver 15 .3412011 - Breath Alcohol Technician 17 .331212 - Certified Occupational Therapist Assistant 26 .4612015 - Certified Physical Therapist Assistant 24 .1512020 - Dental Assistant 15 .1312025 - Dental Hygienist 31 .9112030 - EKG Technician 22 .0112035 - Electroneurodiagnostic Technologist 22 .0112040 - Emergency Medical Technician 15 .3412071 - Licensed Practical Nurse I 15 .4912072 - Licensed Practical Nurse II 17 .3312073 - Licensed Practical Nurse III 19 .3212100 - Medical Assistant 15 .3812130 - Medical Laboratory Technician 17 .8912160 - Medical Record Clerk 13 .9512190 - Medical Record Technician 15 .3812195 - Medical Transcriptionist 15 .8612210 - Nuclear Medicine Technologist 34 .4512221 - Nursing Assistant I 10 .5512222 - Nursing Assistant II 11 .8712223 - Nursing Assistant III 12 .9512224 - Nursing Assistant IV 14 .8712235 - Optical Dispenser 17 .5712236 - Optical Technician 15 .2412250 - Pharmacy Technician 15 .8112280 - Phlebotomist 14 .8712305 - Radiologic Technologist 25 .4612311 - Registered Nurse I 26 .3212312 - Registered Nurse II 29 .8012313 - Registered Nurse II, Specialist 29 .8012314 - Registered Nurse III 36 .0412315 - Registered Nurse III, Anesthetist 36 .0412316 - Registered Nurse IV 43 .2212317 - Scheduler (Drug and Alcohol Testing) 19 .2813000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19 .3013012 - Exhibits Specialist II 23 .5413013 - Exhibits Specialist III 28 .8013041 - Illustrator I 20 .6413042 - Illustrator II 25 .5713043 - Illustrator III 30 .2213047 - Librarian 30 .3913050 - Library Aide/Clerk 12 .3713054 - Library Information Technology Systems Administrator 26 .9913058 - Library Technician 16 .5313061 - Media Specialist I 16 .1713062 - Media Specialist II 18 .4113063 - Media Specialist III 20 .5413071 - Photographer I 15 .4613072 - Photographer II 17 .3013073 - Photographer III 21 .4313074 - Photographer IV 26 .2113075 - Photographer V 31 .7013110 - Video Teleconference Technician 16 .8814000 - Information Technology Occupations 14041 - Computer Operator I 16 .4114042 - Computer Operator II 18 .3614043 - Computer Operator III 20 .4714044 - Computer Operator IV 22 .7514045 - Computer Operator V 25 .1914071 - Computer Programmer I (see 1) 22 .63 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 16 .4114160 - Personal Computer Support Technician 22 .7515000 - Instructional Occupations15010 - Aircrew Training Devices Instructor (Non-Rated) 31 .4815020 - Aircrew Training Devices Instructor (Rated) 38 .08 15030 - Air Crew Training Devices Instructor (Pilot) 41 .70 15050 - Computer Based Training Specialist / Instructor 31 .48 15060 - Educational Technologist 26 .0615070 - Flight Instructor (Pilot) 41 .7015080 - Graphic Artist 23 .7115090 - Technical Instructor 21 .3815095 - Technical Instructor/Course Developer 26 .1615110 - Test Proctor 17 .2615120 - Tutor 17 .2616000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9 .6216030 - Counter Attendant 9 .6216040 - Dry Cleaner 11 .8616070 - Finisher, Flatwork, Machine 9 .6216090 - Presser, Hand 9 .6216110 - Presser, Machine, Drycleaning 9 .6216130 - Presser, Machine, Shirts 9 .6216160 - Presser, Machine, Wearing Apparel, Laundry 9 .6216190 - Sewing Machine Operator 12 .5216220 - Tailor 13 .1816250 - Washer, Machine 10 .4119000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 17 .5119040 - Tool And Die Maker 22 .2921000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14 .8121030 - Material Coordinator 19 .0221040 - Material Expediter 19 .0221050 - Material Handling Laborer 12 .1721071 - Order Filler 11 .6021080 - Production Line Worker (Food Processing) 14 .8121110 - Shipping Packer 14 .8121130 - Shipping/Receiving Clerk 14 .8121140 - Store Worker I 9 .4521150 - Stock Clerk 14 .4321210 - Tools And Parts Attendant 14 .8121410 - Warehouse Specialist 14 .8123000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 24 .8123021 - Aircraft Mechanic I 23 .3123022 - Aircraft Mechanic II 24 .8123023 - Aircraft Mechanic III 26 .2823040 - Aircraft Mechanic Helper 15 .5923050 - Aircraft, Painter 18 .8823060 - Aircraft Servicer 18 .8023080 - Aircraft Worker 20 .3323110 - Appliance Mechanic 18 .5323120 - Bicycle Repairer 11 .6023125 - Cable Splicer 24 .6123130 - Carpenter, Maintenance 17 .55 23140 - Carpet Layer 17 .5123160 - Electrician, Maintenance 19 .2523181 - Electronics Technician Maintenance I 21 .4323182 - Electronics Technician Maintenance II 26 .5823183 - Electronics Technician Maintenance III 29 .8123260 - Fabric Worker 17 .6323290 - Fire Alarm System Mechanic 18 .0423310 - Fire Extinguisher Repairer 14 .7123311 - Fuel Distribution System Mechanic 18 .6523312 - Fuel Distribution System Operator 13 .8223370 - General Maintenance Worker 16 .4423380 - Ground Support Equipment Mechanic 23 .3123381 - Ground Support Equipment Servicer 18 .8023382 - Ground Support Equipment Worker 20 .3323391 - Gunsmith I 14 .7123392 - Gunsmith II 17 .4023393 - Gunsmith III 19 .8523410 - Heating, Ventilation And Air-Conditioning Mechanic 19 .01 23411 - Heating, Ventilation And Air Conditioning Mechanic (Research Facility) 20 .2323430 - Heavy Equipment Mechanic 19 .9423440 - Heavy Equipment Operator 19 .1823460 - Instrument Mechanic 21 .0923465 - Laboratory/Shelter Mechanic 18 .6223470 - Laborer 11 .5123510 - Locksmith 17 .2223530 - Machinery Maintenance Mechanic 22 .4823550 - Machinist, Maintenance 18 .0023580 - Maintenance Trades Helper 13 .9023591 - Metrology Technician I 21 .0923592 - Metrology Technician II 22 .7423593 - Metrology Technician III 23 .8623640 - Millwright 21 .1923710 - Office Appliance Repairer 17 .9423760 - Painter, Maintenance 17 .5123790 - Pipefitter, Maintenance 20 .2023810 - Plumber, Maintenance 19 .2323820 - Pneudraulic Systems Mechanic 19 .8523850 - Rigger 19 .8523870 - Scale Mechanic 17 .4023890 - Sheet-Metal Worker, Maintenance 18 .2423910 - Small Engine Mechanic 15 .5223931 - Telecommunications Mechanic I 23 .3623932 - Telecommunications Mechanic II 25 .4623950 - Telephone Lineman 20 .7923960 - Welder, Combination, Maintenance 18 .6923965 - Well Driller 18 .7123970 - Woodcraft Worker 19 .8523980 - Woodworker 14 .7124000 - Personal Needs Occupations 24570 - Child Care Attendant 9 .4924580 - Child Care Center Clerk 15 .3324610 - Chore Aide 9 .4024620 - Family Readiness And Support Services Coordinator 14 .45 24630 - Homemaker 17 .0525000 - Plant And System Operations Occupations 25010 - Boiler Tender 19 .0125040 - Sewage Plant Operator 20 .1625070 - Stationary Engineer 19 .0125190 - Ventilation Equipment Tender 12 .8625210 - Water Treatment Plant Operator 20 .1627000 - Protective Service Occupations 27004 - Alarm Monitor 20 .4727007 - Baggage Inspector 10 .6127008 - Corrections Officer 25 .1527010 - Court Security Officer 28 .5027030 - Detection Dog Handler 18 .1127040 - Detention Officer 25 .1527070 - Firefighter 26 .0927101 - Guard I 10 .6127102 - Guard II 18 .1127131 - Police Officer I 30 .9027132 - Police Officer II 34 .3428000 - Recreation Occupations28041 - Carnival Equipment Operator 13 .3728042 - Carnival Equipment Repairer 14 .7428043 - Carnival Equpment Worker 9 .4028210 - Gate Attendant/Gate Tender 14 .6328310 - Lifeguard 13 .4928350 - Park Attendant (Aide) 16 .3928510 - Recreation Aide/Health Facility Attendant 11 .9628515 - Recreation Specialist 19 .5728630 - Sports Official 13 .0428690 - Swimming Pool Operator 17 .9229000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21 .6529020 - Hatch Tender 21 .6529030 - Line Handler 21 .6529041 - Stevedore I 20 .8629042 - Stevedore II 24 .3530000 - Technical Occupations30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 37 .8530011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26 .1030012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28 .7430021 - Archeological Technician I 15 .9830022 - Archeological Technician II 18 .2530023 - Archeological Technician III 24 .9830030 - Cartographic Technician 25 .8630040 - Civil Engineering Technician 23 .8830061 - Drafter/CAD Operator I 18 .6630062 - Drafter/CAD Operator II 20 .8930063 - Drafter/CAD Operator III 23 .2830064 - Drafter/CAD Operator IV 28 .6630081 - Engineering Technician I 18 .7930082 - Engineering Technician II 21 .9230083 - Engineering Technician III 24 .5330084 - Engineering Technician IV 29 .2230085 - Engineering Technician V 35 .7330086 - Engineering Technician VI 41 .2930090 - Environmental Technician 20 .8830210 - Laboratory Technician 18 .6230240 - Mathematical Technician 25 .8630361 - Paralegal/Legal Assistant I 17 .9130362 - Paralegal/Legal Assistant II 22 .1830363 - Paralegal/Legal Assistant III 27 .1430364 - Paralegal/Legal Assistant IV 32 .8330390 - Photo-Optics Technician 25 .8630461 - Technical Writer I 23 .2530462 - Technical Writer II 28 .4630463 - Technical Writer III 32 .8730491 - Unexploded Ordnance (UXO) Technician I 24 .0630492 - Unexploded Ordnance (UXO) Technician II 29 .1030493 - Unexploded Ordnance (UXO) Technician III 34 .8930494 - Unexploded (UXO) Safety Escort 24 .0630495 - Unexploded (UXO) Sweep Personnel 24 .0630620 - Weather Observer, Combined Upper Air Or Surface Programs (see 2) 23 .2830621 - Weather Observer, Senior (see 2) 25 .8631000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 9 .7831030 - Bus Driver 14 .8631043 - Driver Courier 14 .9231260 - Parking and Lot Attendant 9 .4631290 - Shuttle Bus Driver 16 .4531310 - Taxi Driver 11 .0231361 - Truckdriver, Light 16 .4531362 - Truckdriver, Medium 17 .9931363 - Truckdriver, Heavy 19 .5431364 - Truckdriver, Tractor-Trailer 19 .5499000 - Miscellaneous Occupations 99030 - Cashier 9 .3199050 - Desk Clerk 10 .6799095 - Embalmer 21 .5499251 - Laboratory Animal Caretaker I 10 .7599252 - Laboratory Animal Caretaker II 11 .8699310 - Mortician 24 .5299410 - Pest Controller 14 .2699510 - Photofinishing Worker 11 .9599710 - Recycling Laborer 15 .3199711 - Recycling Specialist 19 .3099730 - Refuse Collector 13 .3399810 - Sales Clerk 12 .5899820 - School Crossing Guard 11 .8099830 - Survey Party Chief 18 .4299831 - Surveying Aide 11 .1299832 - Surveying Technician 16 .7899840 - Vending Machine Attendant 11 .6799841 - Vending Machine Repairer 14 .8199842 - Vending Machine Repairer Helper 11 .66ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 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 ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, 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 4174)THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: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. Part541. 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:The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;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;The design, documentation, testing, creation or modification of computer programs related to machine operating systems; orA combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).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 ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, 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 regrading 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 ordance, (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 andthe like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, 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 ordance, 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.The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at or through the Wage Determinations On-Line (WDOL) Web site at FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard 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. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract.{See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 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:When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).After contract award, the contractor prepares a written report listing in order 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.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 Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 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.The contracting officer transmits the Wage and Hour decision to the contractor.The contractor informs the affected rmation required by the Regulations must be submitted on SF 1444 or bond paper.When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure 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.Past Performance EvaluationVA248-14-R-09303C Mental Health Dining RoomNAME OF PRIME CONTRACTOR OR SUB-CONTRACTOR WHO IS BEING PROVIDED THE EVALUATION:_______________________________________________________________________ROLE: PRIME CONTRACTOR ON PROJECTSUBCONTRACTORPROJECT NAME/DESCRIPTION___________________________________________________CONTRACT AMOUNT_______________________ DATE OF AWARD___________________COMPLETION DATE;________________FINAL CONTRACT AMOUNT______________________CHANGE ORDERS/REASON_________________________________________________________________________PROJECT LOCATION:Physical Address:__________________________________________________________City/State:_________________________________________________________________NAME OF EVALUATOR:TITLE: TELEPHONE #EMAIL ADDRESS:Please indicate if you (individual completing this form) were the primary point of contact for this project: YES:______________ NO:________________If you were not the primary point of contact, please indicate your role in this project._____________________________________________________________________________________PERFORMANCE HISTORY: Please rate each of the following using a scale of N/A to 55– Superior Performance4– Very Good Performance– Satisfactory Performance2– Marginal Performance1– Unacceptable PerformanceN/A – Not Applicable How would you rate the Offeror’s compliance with the contract requirements? ____________________________________________________________________________________ How would you rate the effectiveness of the Offeror’s on-site management? ______________________________________________________________________________________ How would you rate the Offeror’s use of appropriate personnel for contract requirements?_________________________________________________________________ How would you rate the Offeror’s timeliness in submission of Schedule? ______________ Reports_________________Submittals___________________________How would you rate the Offeror’s adherence to the construction schedule?_______________________________________________________________________________ How would you rate the Offeror’s responsiveness towards safety issues? _______________________________________________________________________________________ How would you rate the Offero’s ability to effectively deal with the customer and other Government Personnel?______________________________________________________________________________________ How would you rate the Offeror’s cooperativeness in solving problems and negotiating changes? _____________________________________________________________ How would you rate the Offeror’s abilities to address any financial difficulties (i.e. payment of subcontractor and/or vendors, labor disputes, etc?)_______________ ______________________________________________________________________________________ How would you rate the Offeror’s responsiveness to cure notices, showcause letters, suspension of payment, or termination notices?__________________________________________________________________________________________________________ How would you rate the Offeror’s overall performance on this project?_______________________________________________________________________________ Would you recommend or use this contractor again?__________________________Please use the following space to provide any additional comments regarding this contractor’s performance on this project:FORM FOR BIDDER/OFFEROR TO COMPLETE & SUBMIT WITH BID/PROPOSALVA248-14-R-0930Pre-Award Contractor Evaluation FormCompany Name: Address: Telephone:Fax: Email: Contact: Utilizing your OSHA 300 Forms, please complete the following information:Category2010201120122013Number of man hours (jobsite and office).Number of cases involving days away from work, restricted activity, or both (Column H and I of OSHA 300).Days away, restricted, or transferred rate (# of days away, restricted, or transferred cases x 200,000/# of man hours) (DART Rate).Number of serious, willful, or repeat violations from OSHA within the last 3 years. Please attach explanation for any violations. (Four serious, one repeat, or one willful disqualifies the contractor.)Please attach copies of the following documents: OSHA 300 and 300a Forms. These forms can be accessed through the OSHA publications search page: your six-digit North American Industrial Classification System (NAICS) Code for this acquisition: 91440038481000Who administers your company’s Safety and Health Program?Company’s Insurance Experience Modification Rate (EMR) for the past 3 years (an EMR of greater than 1.0 disqualifies the contractor): 1 of 1 ................
................

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

Google Online Preview   Download