SOLICITATION NOTICE
S -- NEW - AMA Daily Waste Removal Services
- Notice Date
- 3/11/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- 36C25719Q0214
- Response Due
- 3/20/2019
- Archive Date
- 5/19/2019
- Point of Contact
- Charles Brown
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 32 of 32 Original Date: 10/12/17 Revision 01 Date: 01/08/18 Page 32 of 32 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a 36C25719Q0214 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111, with a small business size standard of $38.5M. SET-ASIDE: This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 562111. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform daily waste removal services as defined in this statement of work except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. All interested companies shall provide quotes for the following: Services STATEMENT OF WORK PROJECT TITLE: DAILY WASTE REMOVAL PROJECT LOCATION: Amarillo VA Health Care System 6010 Amarillo Boulevard West Amarillo, TX 79106-1990 PROJECT DESCRIPTION: Waste Removal 6 days per week for 6 dumpsters GENERAL I. BACKGROUND REQUIREMENTS: The Amarillo VA Health Care System (AVAHCS) in Amarillo, Texas, requires removal of waste generated by the facility. The current facility requirement includes providing two (2) 4-yard dumpsters and four (4) 8-yard dumpsters. The location of these dumpsters is as follows: Two 4-yard dumpsters located in the shops/grounds areas; one 8-yard dumpster at the Building 28 dock; two 8-yard dumpsters at the Building 4 Courtyard Dock; and one 8-yard dumpster at Building 44 parking lot. The contractor shall provide daily pickups six (6) times per week, Monday through Saturday. The contractor shall assure dumpster safety and cleanliness by providing dumpsters with intact surfaces sufficient to assure appropriate containment so as not to cause leaking of soiled material; with no sharp or broken edges, broken doors, or malfunctioning ledges used to lift dumpsters. Dumpsters are to be circulated and cleaned out as necessary to avoid buildup of soiled materials that attract vermin and flies. Contractor is to notify the Contracting Officers Representative (COR) if pickup is not possible due to contractor emergency, equipment malfunction, or weather. Contractor is required to specify final disposition of waste and notify COR if final location of waste disposition changes. The contractor may, at its discretion and in corroboration with the AVAHCS, conduct a dumpster waste audit to assure only appropriate materials are disposed of in dumpsters. The contractor will notify the COR of findings and work with the AVAHCS to devise a plan for correction, if necessary. The contractor shall comply with all rules and signs as posted on federal property. SUMMARY OF WORK ACCESS TO WORK SITE: The contractor schedules the AVAHCS in its daily route and empties each dumpster daily at the established locations. There are no physical access restrictions to the dumpster sites at this time, and the government will assure the dumpsters are not blocked by vehicles. Should the contractor find a dumpster blocked, the contractor will notify the COR promptly to attempt clearing of the obstacle. Normal work hours for the Amarillo VA are 8:00am to 4:30pm, and pickups typically occur within this range of hours at a consistent time. If the time of the standard pickup schedule must shift significantly, the contractor shall notify the COR. CONTRACTOR FURNISHED MATERIAL: The contractor will be required to furnish all dumpsters as well as tools and equipment necessary to pick up waste from the dumpsters. IV. SPECIFIC TASKS: A. The general outline of work to be performed includes, but is not limited to the following items: 1. Equipment: The contractor will be required to provide all the necessary equipment to do all of the services required in the Statement of Work. Service Information: The contractor will confirm these descriptions of services with the COR. The COR will be able to confirm or make adjustments to any of the following descriptions of services. The service will include an invoice that includes dates of service and total charge. General Information on Invoice: Facility Name, address, and phone number Type of service performed Date(s) of service Testing: N/A Service and/or Maintenance (if required): See Item 2 The contractor shall empty waste from the dumpsters 6 days per week (Sunday excluded). The contractor shall assure dumpster safety and cleanliness, circulating and cleaning out the containers to prevent buildup of soiled materials that attract vermin and flies. Schedule: Pickup is to occur daily, Monday through Saturday, usually in the morning. Although the Federal Government observes ten holidays annually, as a 24/7 facility, the Amarillo VAHCS generates waste daily that requires pickup 6 days per week. V. EXECUTION All work shall be performed in a safe and efficient manner. Site Clean-up: The Contractor shall assure its processes do not create an unclean or unsafe environment for AVAHCS and do not damage or destroy government property. Final Inspection: The COR will notify the Contractor of any issues raised from the daily pickup of waste from the dumpsters. The delivery/task order period of performance is: Base year with four (4) one (1) year option year periods: BASE YEAR: April 1, 2019 thru March 31, 2020 OPTION PERIOD I: April 1, 2020 thru March 31, 2021 OPTION PERIOD II: April 1, 2021 thru March 31, 2022 OPTION PERIOD III: April 1, 2022 thru March 31, 2023 OPTION PERIOD IV: April 1, 2023 thru March 31, 2024 Delivery shall be provided April 1, 2019 no later than 10 days after award of contract. Delivery terms FOB destination. The contractor shall deliver line item service removal of daily (6 days per week) waste from dumpsters (12 months per period) to the following: Place of Performance Address: Dept. of Veterans Affairs Environmental Management 6010 Amarillo Blvd West Amarillo, TX Postal Code: 79106 Country: UNITED STATES Award shall be made to the contractor whose proposal is based off technical capability and price. The following solicitation provisions apply to this acquisition: FAR 52.212-3, Offerors Representations and Certifications Commercial Items [October 2018 of provision] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [OCT 2018] The following subparagraphs of FAR 52.212-5 are applicable: [Indicate which FAR clauses listed in FAR 52.212-5 will be applicable, e.g., subparagraph (b)(1), etc.] Point of Contact Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. All questions must be emailed to Charles.Brown9@va.gov, no later than Monday March 18, 2019 12:00PM CST. The subject line must specify 36C25719Q0214. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Wednesday, March 20, 2019, 12:00PM CST. Email your quote to Charles.Brown9@va.gov. The subject line must specify 36C25719Q0214. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Waste Management Removal for VA Amarillo Texas Location Period: Base POP Begin: 04-01-2019 POP End: 03-31-2020 12.00 MO $ $ 0002 Waste Management Removal for VA Amarillo Texas Location Period: Option Year 1 POP Begin: 04-01-2020 POP End: 03-31-2021 12.00 MO $ $ 0003 Waste Management Removal for VA Amarillo Texas Location Period: Option Year 2 POP Begin: 04-01-2021 POP End: 03-31-2022 12.00 MO $ $ 0004 Waste Management Removal for VA Amarillo Texas Location Period: Option Year 3 POP Begin: 04-01-2022 POP End: 03-31-2023 12.00 MO $ $ 0005 Waste Management Removal for VA Amarillo Texas Location Period: Option Year 4 POP Begin: 04-01-2023 POP End: 03-31-2024 12.00 MO $ $ GRAND TOTAL $ ________________________________ A.1 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011) (a) Definition. "Service-disabled veteran-owned small business concern" (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) Applicability. This clause applies only to (1) Contracts that have been set aside or reserved for service-disabled veteran-owned small business concerns; (2) Part or parts of a multiple-award contract that have been set aside for service-disabled veteran-owned small business concerns; and (3) Orders set aside for service-disabled veteran-owned small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) 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 will be made to a service-disabled veteran-owned small business concern. (d) 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 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 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 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 service-disabled veteran-owned small business concerns. (e) 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) (f) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) WD 15-5213 (Rev.-7) was first posted on www.wdol.gov on 01/01/2019 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5213 Daniel W. Simms Division of | Revision No.: 7 Director Wage Determinations| Date Of Revision: 12/26/2018 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ State: Texas Area: Texas Counties of Armstrong, Carson, Oldham, Potter, Randall ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.58 01012 - Accounting Clerk II 15.25 01013 - Accounting Clerk III 17.06 01020 - Administrative Assistant 25.51 01035 - Court Reporter 17.77 01041 - Customer Service Representative I 10.97 01042 - Customer Service Representative II 12.35 01043 - Customer Service Representative III 13.47 01051 - Data Entry Operator I 14.53 01052 - Data Entry Operator II 15.85 01060 - Dispatcher, Motor Vehicle 18.03 01070 - Document Preparation Clerk 14.52 01090 - Duplicating Machine Operator 14.52 01111 - General Clerk I 11.81 01112 - General Clerk II 16.25 01113 - General Clerk III 16.70 01120 - Housing Referral Assistant 19.29 01141 - Messenger Courier 10.96 01191 - Order Clerk I 14.53 01192 - Order Clerk II 16.54 01261 - Personnel Assistant (Employment) I 15.21 01262 - Personnel Assistant (Employment) II 17.32 01263 - Personnel Assistant (Employment) III 18.97 01270 - Production Control Clerk 21.48 01290 - Rental Clerk 13.42 01300 - Scheduler, Maintenance 15.46 01311 - Secretary I 15.46 01312 - Secretary II 17.77 01313 - Secretary III 19.29 01320 - Service Order Dispatcher 16.09 01410 - Supply Technician 25.51 01420 - Survey Worker 15.43 01460 - Switchboard Operator/Receptionist 11.69 01531 - Travel Clerk I 11.80 01532 - Travel Clerk II 12.71 01533 - Travel Clerk III 13.54 01611 - Word Processor I 13.77 01612 - Word Processor II 15.46 01613 - Word Processor III 17.77 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 22.78 05010 - Automotive Electrician 21.64 05040 - Automotive Glass Installer 20.22 05070 - Automotive Worker 20.22 05110 - Mobile Equipment Servicer 17.43 05130 - Motor Equipment Metal Mechanic 23.14 05160 - Motor Equipment Metal Worker 20.22 05190 - Motor Vehicle Mechanic 23.14 05220 - Motor Vehicle Mechanic Helper 16.10 05250 - Motor Vehicle Upholstery Worker 18.77 05280 - Motor Vehicle Wrecker 20.22 05310 - Painter, Automotive 21.64 05340 - Radiator Repair Specialist 20.22 05370 - Tire Repairer 12.90 05400 - Transmission Repair Specialist 23.14 07000 - Food Preparation And Service Occupations 07010 - Baker 10.56 07041 - Cook I 11.27 07042 - Cook II 13.07 07070 - Dishwasher 9.15 07130 - Food Service Worker 10.10 07210 - Meat Cutter 13.09 07260 - Waiter/Waitress 9.21 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 21.09 09040 - Furniture Handler 12.91 09080 - Furniture Refinisher 21.09 09090 - Furniture Refinisher Helper 15.69 09110 - Furniture Repairer, Minor 18.29 09130 - Upholsterer 21.09 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.92 11060 - Elevator Operator 9.92 11090 - Gardener 14.91 11122 - Housekeeping Aide 11.51 11150 - Janitor 11.51 11210 - Laborer, Grounds Maintenance 12.80 11240 - Maid or Houseman 9.03 11260 - Pruner 11.44 11270 - Tractor Operator 15.52 11330 - Trail Maintenance Worker 12.80 11360 - Window Cleaner 12.53 12000 - Health Occupations 12010 - Ambulance Driver 18.32 12011 - Breath Alcohol Technician 20.30 12012 - Certified Occupational Therapist Assistant 28.82 12015 - Certified Physical Therapist Assistant 29.25 12020 - Dental Assistant 16.12 12025 - Dental Hygienist 39.47 12030 - EKG Technician 25.38 12035 - Electroneurodiagnostic Technologist 25.38 12040 - Emergency Medical Technician 18.32 12071 - Licensed Practical Nurse I 18.15 12072 - Licensed Practical Nurse II 20.30 12073 - Licensed Practical Nurse III 22.64 12100 - Medical Assistant 13.88 12130 - Medical Laboratory Technician 19.31 12160 - Medical Record Clerk 16.65 12190 - Medical Record Technician 19.75 12195 - Medical Transcriptionist 18.35 12210 - Nuclear Medicine Technologist 39.53 12221 - Nursing Assistant I 10.76 12222 - Nursing Assistant II 12.11 12223 - Nursing Assistant III 13.21 12224 - Nursing Assistant IV 14.83 12235 - Optical Dispenser 15.40 12236 - Optical Technician 14.40 12250 - Pharmacy Technician 16.19 12280 - Phlebotomist 14.52 12305 - Radiologic Technologist 25.39 12311 - Registered Nurse I 24.19 12312 - Registered Nurse II 29.61 12313 - Registered Nurse II, Specialist 29.61 12314 - Registered Nurse III 35.83 12315 - Registered Nurse III, Anesthetist 35.83 12316 - Registered Nurse IV 42.91 12317 - Scheduler (Drug and Alcohol Testing) 25.12 12320 - Substance Abuse Treatment Counselor 24.37 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 19.72 13012 - Exhibits Specialist II 24.43 13013 - Exhibits Specialist III 29.88 13041 - Illustrator I 19.72 13042 - Illustrator II 24.43 13043 - Illustrator III 29.88 13047 - Librarian 27.06 13050 - Library Aide/Clerk 11.83 13054 - Library Information Technology Systems 24.43 Administrator 13058 - Library Technician 14.76 13061 - Media Specialist I 17.63 13062 - Media Specialist II 19.72 13063 - Media Specialist III 21.99 13071 - Photographer I 17.63 13072 - Photographer II 19.72 13073 - Photographer III 24.43 13074 - Photographer IV 29.88 13075 - Photographer V 36.16 13090 - Technical Order Library Clerk 15.12 13110 - Video Teleconference Technician 17.63 14000 - Information Technology Occupations 14041 - Computer Operator I 14.67 14042 - Computer Operator II 16.41 14043 - Computer Operator III 19.48 14044 - Computer Operator IV 21.63 14045 - Computer Operator V 23.96 14071 - Computer Programmer I (see 1) 25.49 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 14.67 14160 - Personal Computer Support Technician 21.63 14170 - System Support Specialist 24.54 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 27.98 15020 - Aircrew Training Devices Instructor (Rated) 34.92 15030 - Air Crew Training Devices Instructor (Pilot) 40.99 15050 - Computer Based Training Specialist / Instructor 27.98 15060 - Educational Technologist 27.75 15070 - Flight Instructor (Pilot) 40.99 15080 - Graphic Artist 19.64 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 40.99 15086 - Maintenance Test Pilot, Rotary Wing 40.99 15088 - Non-Maintenance Test/Co-Pilot 40.99 15090 - Technical Instructor 19.98 15095 - Technical Instructor/Course Developer 24.45 15110 - Test Proctor 17.77 15120 - Tutor 17.77 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 9.09 16030 - Counter Attendant 9.09 16040 - Dry Cleaner 10.48 16070 - Finisher, Flatwork, Machine 9.09 16090 - Presser, Hand 9.09 16110 - Presser, Machine, Drycleaning 9.09 16130 - Presser, Machine, Shirts 9.09 16160 - Presser, Machine, Wearing Apparel, Laundry 9.09 16190 - Sewing Machine Operator 11.10 16220 - Tailor 11.67 16250 - Washer, Machine 9.60 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 21.14 19040 - Tool And Die Maker 26.75 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 16.37 21030 - Material Coordinator 21.48 21040 - Material Expediter 21.48 21050 - Material Handling Laborer 12.57 21071 - Order Filler 11.56 21080 - Production Line Worker (Food Processing) 16.37 21110 - Shipping Packer 14.33 21130 - Shipping/Receiving Clerk 14.33 21140 - Store Worker I 10.48 21150 - Stock Clerk 14.42 21210 - Tools And Parts Attendant 16.37 21410 - Warehouse Specialist 16.37 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 30.40 23019 - Aircraft Logs and Records Technician 22.65 23021 - Aircraft Mechanic I 28.69 23022 - Aircraft Mechanic II 30.40 23023 - Aircraft Mechanic III 32.10 23040 - Aircraft Mechanic Helper 20.22 23050 - Aircraft, Painter 26.11 23060 - Aircraft Servicer 22.65 23070 - Aircraft Survival Flight Equipment Technician 26.11 23080 - Aircraft Worker 24.28 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 24.28 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 28.69 II 23110 - Appliance Mechanic 21.14 23120 - Bicycle Repairer 17.02 23125 - Cable Splicer 25.40 23130 - Carpenter, Maintenance 19.32 23140 - Carpet Layer 19.74 23160 - Electrician, Maintenance 26.81 23181 - Electronics Technician Maintenance I 22.59 23182 - Electronics Technician Maintenance II 24.19 23183 - Electronics Technician Maintenance III 25.86 23260 - Fabric Worker 18.33 23290 - Fire Alarm System Mechanic 20.95 23310 - Fire Extinguisher Repairer 17.02 23311 - Fuel Distribution System Mechanic 20.82 23312 - Fuel Distribution System Operator 16.56 23370 - General Maintenance Worker 16.12 23380 - Ground Support Equipment Mechanic 28.69 23381 - Ground Support Equipment Servicer 22.65 23382 - Ground Support Equipment Worker 24.28 23391 - Gunsmith I 17.02 23392 - Gunsmith II 19.74 23393 - Gunsmith III 22.60 23410 - Heating, Ventilation And Air-Conditioning 23.99 Mechanic 23411 - Heating, Ventilation And Air Contidioning 25.51 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 22.80 23440 - Heavy Equipment Operator 19.24 23460 - Instrument Mechanic 22.60 23465 - Laboratory/Shelter Mechanic 21.14 23470 - Laborer 12.57 23510 - Locksmith 16.96 23530 - Machinery Maintenance Mechanic 23.11 23550 - Machinist, Maintenance 21.58 23580 - Maintenance Trades Helper 13.56 23591 - Metrology Technician I 22.60 23592 - Metrology Technician II 24.03 23593 - Metrology Technician III 25.41 23640 - Millwright 22.60 23710 - Office Appliance Repairer 18.66 23760 - Painter, Maintenance 16.96 23790 - Pipefitter, Maintenance 21.54 23810 - Plumber, Maintenance 20.23 23820 - Pneudraulic Systems Mechanic 22.60 23850 - Rigger 22.60 23870 - Scale Mechanic 19.74 23890 - Sheet-Metal Worker, Maintenance 25.61 23910 - Small Engine Mechanic 19.16 23931 - Telecommunications Mechanic I 23.49 23932 - Telecommunications Mechanic II 24.98 23950 - Telephone Lineman 23.45 23960 - Welder, Combination, Maintenance 19.24 23965 - Well Driller 22.60 23970 - Woodcraft Worker 22.60 23980 - Woodworker 17.02 24000 - Personal Needs Occupations 24550 - Case Manager 15.93 24570 - Child Care Attendant 9.07 24580 - Child Care Center Clerk 12.97 24610 - Chore Aide 8.97 24620 - Family Readiness And Support Services 13.06 Coordinator 24630 - Homemaker 15.93 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 22.87 25040 - Sewage Plant Operator 17.40 25070 - Stationary Engineer 22.87 25190 - Ventilation Equipment Tender 15.88 25210 - Water Treatment Plant Operator 17.40 27000 - Protective Service Occupations 27004 - Alarm Monitor 18.09 27007 - Baggage Inspector 15.22 27008 - Corrections Officer 19.87 27010 - Court Security Officer 23.43 27030 - Detection Dog Handler 19.04 27040 - Detention Officer 19.87 27070 - Firefighter 24.30 27101 - Guard I 15.22 27102 - Guard II 19.04 27131 - Police Officer I 26.77 27132 - Police Officer II 29.74 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 12.47 28042 - Carnival Equipment Repairer 13.19 28043 - Carnival Worker 9.17 28210 - Gate Attendant/Gate Tender 16.26 28310 - Lifeguard 11.34 28350 - Park Attendant (Aide) 18.19 28510 - Recreation Aide/Health Facility Attendant 13.28 28515 - Recreation Specialist 20.23 28630 - Sports Official 14.49 28690 - Swimming Pool Operator 15.66 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 20.51 29020 - Hatch Tender 20.51 29030 - Line Handler 20.51 29041 - Stevedore I 19.04 29042 - Stevedore II 21.95 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 38.15 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.30 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 28.97 30021 - Archeological Technician I 16.44 30022 - Archeological Technician II 18.22 30023 - Archeological Technician III 22.79 30030 - Cartographic Technician 22.79 30040 - Civil Engineering Technician 21.39 30051 - Cryogenic Technician I 25.24 30052 - Cryogenic Technician II 27.87 30061 - Drafter/CAD Operator I 16.44 30062 - Drafter/CAD Operator II 18.22 30063 - Drafter/CAD Operator III 20.71 30064 - Drafter/CAD Operator IV 25.24 30081 - Engineering Technician I 15.07 30082 - Engineering Technician II 16.91 30083 - Engineering Technician III 18.92 30084 - Engineering Technician IV 23.44 30085 - Engineering Technician V 28.66 30086 - Engineering Technician VI 34.68 30090 - Environmental Technician 22.79 30095 - Evidence Control Specialist 22.79 30210 - Laboratory Technician 21.38 30221 - Latent Fingerprint Technician I 25.24 30222 - Latent Fingerprint Technician II 27.87 30240 - Mathematical Technician 22.79 30361 - Paralegal/Legal Assistant I 18.59 30362 - Paralegal/Legal Assistant II 22.30 30363 - Paralegal/Legal Assistant III 27.32 30364 - Paralegal/Legal Assistant IV 33.00 30375 - Petroleum Supply Specialist 27.87 30390 - Photo-Optics Technician 22.58 30395 - Radiation Control Technician 27.87 30461 - Technical Writer I 23.80 30462 - Technical Writer II 29.10 30463 - Technical Writer III 35.21 30491 - Unexploded Ordnance (UXO) Technician I 24.24 30492 - Unexploded Ordnance (UXO) Technician II 29.33 30493 - Unexploded Ordnance (UXO) Technician III 35.16 30494 - Unexploded (UXO) Safety Escort 24.24 30495 - Unexploded (UXO) Sweep Personnel 24.24 30501 - Weather Forecaster I 25.24 30502 - Weather Forecaster II 30.70 30620 - Weather Observer, Combined Upper Air Or (see 2) 20.71 Surface Programs 30621 - Weather Observer, Senior (see 2) 22.79 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 29.33 31020 - Bus Aide 13.21 31030 - Bus Driver 18.76 31043 - Driver Courier 13.41 31260 - Parking and Lot Attendant 10.87 31290 - Shuttle Bus Driver 14.50 31310 - Taxi Driver 11.68 31361 - Truckdriver, Light 14.50 31362 - Truckdriver, Medium 16.14 31363 - Truckdriver, Heavy 21.01 31364 - Truckdriver, Tractor-Trailer 21.01 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 14.30 99030 - Cashier 9.69 99050 - Desk Clerk 11.45 99095 - Embalmer 24.24 99130 - Flight Follower 24.24 99251 - Laboratory Animal Caretaker I 11.39 99252 - Laboratory Animal Caretaker II 12.33 99260 - Marketing Analyst 30.07 99310 - Mortician 24.24 99410 - Pest Controller 17.66 99510 - Photofinishing Worker 12.74 99710 - Recycling Laborer 16.67 99711 - Recycling Specialist 20.25 99730 - Refuse Collector 14.89 99810 - Sales Clerk 11.55 99820 - School Crossing Guard 9.65 99830 - Survey Party Chief 19.04 99831 - Surveying Aide 13.26 99832 - Surveying Technician 18.18 99840 - Vending Machine Attendant 13.86 99841 - Vending Machine Repairer 17.38 99842 - Vending Machine Repairer Helper 13.86 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.48 per hour or $179.20 per week or $776.53 per month HEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 8 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. (See 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) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)). ATTACHMENT 1 PAST EXPERIENCE REFERENCES Name of company submitting this form: ___________________________________________ Complete the following past experience information for your top five Department of Veterans Affairs (VA) Facilities. Past experience information submitted should be for five VA Medical Center Contracts performed within the past three years. If your company has not provided Solid Waste Pickup & Disposal Services to five VA s, include information for five non-VA Facilities. First, provide information for any VA s, then, information for services to other federal government facilities (Department of Defense, Public Health, Bureau of Prisons, etc.), and then, commercial facilities. These should be contracts directly provided to the facility listed and not a subcontract. 1. Facility Name: Facility is: (put X in blank in front of correct response) ____ VA Facility ____Other non-VA Federal Facility ____ State Facility ____Commercial Facility Point of Contact: Phone Number: Services Provided: Email Address: _______________________________________________________ Contract Number: ______________________Date Service Provided: ______________ 2. Facility Name: Facility is: (put X in blank in front of correct response) ____ VA Facility ____Other non-VA Federal Facility ____ State Facility ____Commercial Facility Point of Contact: Phone Number: Services Provided: Email Address: _______________________________________________________ Contract Number: ______________________Date Service Provided: ______________ 3. Facility Name: Facility is: (put X in blank in front of correct response) ____ VA Facility ____Other non-VA Federal Facility ____ State Facility ____Commercial Facility Point of Contact: Phone Number: Services Provided: Email Address: _______________________________________________________ Contract Number: ______________________Date Service Provided: ______________ 4. Facility Name: Facility is: (put X in blank in front of correct response) ____ VA Facility ____Other non-VA Federal Facility ____ State Facility ____Commercial Facility Point of Contact: Phone Number: Services Provided: Email Address: _______________________________________________________ Contract Number: ______________________Date Service Provided: ______________ 5. Facility Name: Facility is: (put X in blank in front of correct response) ____ VA Facility ____Other non-VA Federal Facility ____ State Facility ____Commercial Facility Point of Contact: Phone Number: Services Provided: Email Address: _______________________________________________________ Contract Number: ______________________Date Service Provided: ______________ End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q0214/listing.html)
- Place of Performance
- Address: Department of Veteran Affairs;6010 Amarillo Blvd West;Amarillo;TX
- Zip Code: 79106
- Country: US
- Zip Code: 79106
- Record
- SN05246377-F 20190313/190311230034 (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 |