Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

S -- Trash/Gargage Removal Services

Notice Date
6/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;National Acquisition Center;Hines, IL 60141
 
ZIP Code
60141
 
Solicitation Number
VA79711RQ0163
 
Response Due
6/15/2011
 
Archive Date
6/16/2011
 
Point of Contact
Tim Scanlan
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued by the Department of Veterans Affairs, National Acquisition Center. This announcement constitutes the only solicitation. The solicitation number is VA-250-11-RQ-0163. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52, Effective 31 May 2011. This requirement is available as a Small Business set-aside for commercial items under the North American Industry Classification System (NAICS) Code 562111, Solid Waste Collection, size standard $12.5 million. A service area has been established for Small Businesses located in the area within 40 miles of Zip Code 60141. Other qualifications apply, see solicitation. All questions shall be e-sent to Timothy.Scanlan@va.gov. REQUEST FOR QUOTE (RFQ) VA-11-RQ-0163 The objective of this Request for Quote (RFQ) is to competitively establish a single Blanket Purchase Agreement (BPA), and procure qualified services for refuse removal and routine maintenance for a Self-Contained Trash compactor, in accordance with state and local laws as required. These requirements are set-aside for qualified small businesses only. The service area for qualified contractors shall be located within a 40-mile area of the VA Medical Center located in Hines, Illinois, zip code 60141. All qualified offerors must be registered in Contractors Centralized Registration (CCR) website, and possess updated Representations and Certifications (ORCA) information prior to being considered a qualified interested party. The Applicable NAICS CODE IS 562111 Solid Waste Removal, Small Business Size Standard is $12,500,000.00. Description of Agreement 1. The Contractor shall ensure that all subcontracted companies and personnel performing work, on any task order, complies with all applicable federal, state, and local laws and regulations, for the requirements hereinafter. The Contractor possesses the responsibility for a subcontracted company's noncompliance with all requirements. 2. The establishment of this competed single BPA used the policies shown in FAR 12.102 for commercial items (FAR Part 12) in conjunction with the policies and procedures for Solicitation, Evaluation, and Award prescribed in FAR Part 13, Simplified Acquisition Procedures. 3. Evaluation of quotations will be based best value, using Simplified Acquisition Procedures (SAP). Non-price evaluation factors consideration include performance history, Veteran preference, and price. 4. PRICING: The prices to the Government shall be as low as or lower than those charged to the supplier's most favored customer for comparable quantities under similar terms and conditions in addition to any discounts for prompt payment. 4.1. Price increases: In the event of a price increase, the prices herein quoted will remain in effect for a reasonable period (30 days) from the date of the vendor's written notice of such increases to allow the Government sufficient time to update pricing. The Contracting Officer and Program Office, in writing, must accept sufficient documentation justifying the price increase. The Government's annual acceptance period for price increase requests begins after the first twelve months of the agreement. 4.1.1. NOTE: All service call issued during the 30-day period at the old prices are to be accepted and processed. No price changes to service calls issued before or during this timeframe are allowable. Where the Government fails to make the necessary computer changes within the 30-day period, and the call orders will reflect the approved increased price via a modification memorandum to the BPA. 5. OPTION TO EXTEND THE TERM OF THE AGREEMENT: The term of this agreement may be extended by mutual consent of the parties, provided: Vendor is notified within thirty (30) days of expiration of the current agreement if the government intends to extend the BPA (this notice shall not be deemed to commit the Government to an extension). The extension shall be a period of no more than 60 days. 6. NOTICE OF INDIVIDUAL AUTHORIZED TO PURCHASE UNDER THE BPA: Contract Specialists and Purchasing Agents located at the VA National Acquisition Center, Business Resource Service; Hines, Illinois. 60141. 7. This is a Request for Quotation, on a Blanket Purchase Agreement for FSC 5205 -Trash/Garbage Collection. 8. This Blanket Purchase Agreement will have a FIVE (5) year performance beginning on 7/01/2011, or date of award, through 6/30/2016. 9. In accordance with FAR 13.303-6 -- Review Procedures, (a) The contracting officer placing service calls this BPA, or the designated representative of the contracting officer, shall review a sufficient random sample of the BPA files at least annually to ensure that authorized procedures are being followed. (b) The contracting officer that entered into the BPA shall -- (1) Ensure that each BPA is reviewed at least annually and, if necessary, updated at that time; and (2) Maintain awareness of changes in market conditions, sources of supply, and other pertinent factors that may warrant making new arrangements with different suppliers or modifying existing arrangements. (c) If an office other than the purchasing office that established a BPA is authorized to make purchases under that BPA, the agency that has jurisdiction over the office authorized to make the purchases shall ensure that the procedures in paragraph (a) of this subsection are being followed. 10. Extent of Obligation; The Government is obligated only to the extent of authorized service calls actually made under the resulting BPA. The Contractor is considered notified that services performed outside the scope of this BPA, AND without the written service call, may result in an unauthorized procurement and could jeopardize payment. The Contractor shall receive each written service calls from qualified Contracting Officer of the VA National Acquisition Center, Business Resource Services, unless mutual agreements are made to de-centralized the authority to issue service call to a qualified purchase agent, or ordering agent. 11. This RFQ uses the Best Value. In accordance with FAR 13.105, consideration was made on the intended services procured, and the determination to establish a service area and issue a written solicitation, it is determined that sending this solicitation to several contractors in the local area, does meet the competition requirements, - Promoting competition. This solicitation is issued under simplified acquisition procedures. CONTINUATION OF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (Continuation from Standard Form 1449, block 18A.) B1.1. BPA ADMINISTRATION: All contract administration matters will be by the following individuals: B. GOVERNMENT: Department of Veterans Affairs National Acquisition Center Attn: Timothy Scanlan 708-786-5210 Timothy.Scanlan@va,gov Contracting Officer (001AL-A2-1) P.O. Box 76 Hines, Illinois 60141-0076 B.1.2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration, or [X]52.232-36, Payment by Third Party B.1.3. INVOICES: Invoices shall be submitted in arrears: Other[X Monthly]B.1.4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor must be sent to the following address (e-mail preferred, sent a courtesy copy to the Contracting Officer): Department of Veterans Affairs Attention: Don Bavaro, COTR Donald.Bavaro@va.gov Hines Service and Distribution Center PO Box 7005 Hines, Illinois 60141-7005 B.1.5. INVOICE INFORMATION: All monthly invoices must have the following information: Name of supplier BPA number Dates of service, call number (eg., 797-11-**-****-0001) Itemized list of services furnished Quantity, unit price, and extension of each item, less applicable discounts Date of delivery or shipment B.1.6. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: B.2. STATEMENT OF WORK B.2.1 Solid Refuse Service and Cleaning/Sanitation of Container K-PAC, Manufacturer is Krause Corp., Hutchinson, Kansas COMPACTOR SERIAL NUMBER: To be Identified upon award B.2.1.1. Refuse Pick-up and Return Scope of work: The contractor shall be required to pick up the refuse from one (1) refuse compactor which is affixed to building 37 and owned by the VA Service and Distribution Center (SDC) Building 37. The compactor is located inside Dock bay one (1) at the southeast sector of building 37. The Contract shall make note of the compactor serial number to ensure the return of government owned equipment. Frequency of Service: Compactor which is located inside of dock bay one (1) at the southeast end of building 37 shall be picked up once weekly. If an additional pick up is required the COTR or Designee will notify the contractor verbally by telephone. Hours of Operations: The hours of operation for SDC Building 37 are Monday through Friday from 6:30am through 3:30pm. No services provided on the weekend or Federal Holidays. Pick-up and Return timeframe: The compactor will be picked up and returned the same day within a two (2.5) hour window time frame. The compactor that is picked up and returned shall have the original compactor returned with serial number of the container verified. All pickups and returns of the compactor shall be within the designated hours of operation and within the two (2) hour window as specified Cleaning and Sanitizing of Compactor: The contractor must provide a clean out, wash inside and outside and sanitized prior to its return. B.2.1.2. Routine and non-recurring preventative maintenance Scope of work: The contractor shall be required to perform preventative maintenance on the SDC compactor system in accordance with the manufactures specifications. NOTICE: If during the performance of the preventative maintenance service the repairman notices a part needs to be replaced, he must notify the COTR and submit a written quote for that cost of the part and the labor for the repair. The replacement of parts will apply to CLIN 0004, and in accordance with the procurement regulations herein. B.2.1.3. Service and Repair Scope of work: When determined, provide on-site services and repairs, including emergency calls within 4-6 hours of the SDC self-contained trash compactor system (Receiver and Compactor). The contractor must provide all resources necessary; travel time, supervision, labor, material, equipment, tools and supplies covering all material, workmanship and repair or replacement of the SDC compactor system. Responsibility to supply tools, parts and labor: The Contractor shall furnish all labor, tools, test equipment, diagnostics, installation equipment, supervision, travel, transportation, subscriptions to OEM publications, and all other efforts necessary to provide preventative maintenance of the SDC compactor system. All work will be coordinated though the Contracting Officer's Technical Representative, (COTR). Once the work is determined, the contractor must provide a copy of the quotation for the work to the COTR, and Contracting Officer (CO). The Contractor may NOT use reconditioned parts and/or equipment unless consent is granted by the COTR. Replacement parts or equipment must be of the Original Equipment Manufacturer (OEM) unless consent is granted by the COTR. Contractor will provide an itemized and separately priced SERVICE REPORT of all work done under the service call, and provide a copy of the report and invoice to the COTR. This report can be combined on one report/invoice. The contractor shall be responsible for removal of all debris and excess material. All affected areas adjoining or around the work site shall be also be swept clean and free from all debris or materials related to the work, and kept accessible to all pedestrians and staff traffic at all times. Under no circumstances is the contractor permitted to store materials or equipment in any corridor, hallway or stairwell at any time. Service Ticket/Receipts: the COTR or his designee must sign for all service tickets / receipts for services rendered at time of service. B.2.1.4. Additional Services The contractor when instructed shall furnish roll off /dumpsters for debris, or various types of refuse and building materials that must be placed on a separate Task Order under this BPA, and billed separately. B.3. Schedule of Services/Pricing Schedule TO BE FILL BY OFFERORS B.4. QUALITY ASSURANCE B.4.1. The contractor shall ensure system integrity and conformance to all applicable codes and policies, and shall perform quality assurance audits. Audits shall be scheduled as preventative maintenance services and performed during normal business hours at no cost to the Government. Contractor shall provide warranty on all parts, components installed, and software upgrades, if applicable, as part of this agreement at no additional cost to the Government. Compliance with all VA and OSHA rules and safety regulations apply. In addition to contractor's self implementing quality assurance, the Government representative (COTR) will conduct random surveillance pertaining to the requirements shown herein. Any observable findings must be reported to the contracting officer. B.5. Service Contract Act Wage Determination In accordance with Clause 52.213-4 this order is subject to the Service Contract Act of 1965, as amended (July 2005). The referenced wage determination is applicable: Wage Determination No., 1996-0223 Dated June 15, 2010. 31362 - Truck driver, Medium - MIDWEST REGION Rate $23.37 SECTION C - CONTRACT CLAUSES C.1. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) See FAR for Long Text C.2. 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. C.3. VAAR 852.237-70 CONTRACTOR ESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of ILLINOIS. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.C.4. VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. C.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): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Addendum to 52.212-4) C.6. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off the-shelf items) [X] (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). [X] (20) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.0 632(a)(2)). [X] (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755) [X] (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (27) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (29) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (35) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). [X] (37)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.0 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53 and 109-169, 109-283, and 110-138). [X] (40) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [X] (41) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits 31362 - Truck driver; medium $14.75 [X] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [J (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (1) of FAR clause 52.222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). 52.222-54, Employee Eligibility Verification (JAN 2009) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. C.7. 52.244-6 Subcontracts for Commercial Items. (DEC 2001) See FAR for Long text, C.8. 52.212-2 Evaluation - Commercial Items (JAN 1999), a. The Government will establish a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluations used to evaluate quotations are Technical (Past Performance), Veteran Preference, and Price, b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. C.9. ADDENDUM to FAR 52.212-1 Instructions to Offerors (ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Item Technical Quotations: Offeror's are required to submit their technical quotes as outlined below: SF 1449, complete block 17A (Vendor Name, Address, Phone, Fax, Email, Contact Person). Include your DUNS# and TAX ID# in this block. Complete block 30A, 30B, 30C and sign in block 30A. Acknowledge any amendments issued. Submit cost/price page for base year. Provide a schedule of manufacturer's preventative maintenance, Offeror's shall address that they will meet the minimum general requirements of this contract. Address evaluation criteria requirements. Confirm completion of representation and certifications on-line at littps://orca.bpn.gov/ Offeror's must be registered in the Central Contractor Registration (CCR): http:I/www.ccr.gov/ General Information for Contractor Submission of Qualifications: Submit inquiries relating to the solicitation in writing only, to the Contracting Officer via Email to Timothy.Scanlan@va.gov Evaluation Factors: Address all evaluation factors listed the solicitation. These evaluation factors in accordance with FAR Clause 52.212-2 will be used to assess offeror capabilities. This procurement is being conducted in accordance with the Federal Acquisition Regulations Procedures in FAR Part 13. In making a determination for contract award, the combined evaluation factors are equal in importance to cost and price. CAUTION: No oral statements made by the contract parties or other interested parties will take precedence over the written terms and conditions of the solicitation or resultant agreement. PAST PERFORMANCE EVALUATION: Prospective contractors shall provide a list of their last three (3) customers, which can demonstrate the Offeror's past performance history. These references shall contain the names and addresses of the facilities, contact name, phone number, and dates of service. C.10. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2011) See FAR for Long Text, An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. ATTACHMENT ONE Wage Determination; Wage Determination No., 1996-0223 Dated June 15, 2010 31362 - Truck driver, Medium - MIDWEST REGION, Rate $23.37 HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 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 4.174)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA79711RQ0163/listing.html)
 
Place of Performance
Address: Hines Service and Distribution Center;P.O. Box 7005;Hines, IL 60141-7005
Zip Code: 60141-7005
 
Record
SN02466571-W 20110609/110607235359-c5f43652b0302d3f272660a852e3c18f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.