SECTION B - CONTINUATION OF SF 1449 BLOCKS

48
SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: _____________________ _____________________ _____________________ b. GOVERNMENT: 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 3. INVOICES: Invoices shall be submitted in arrears after Government acceptance of items. 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be sent electronically by following instructions as stated at the website: http://www.gov/einvoice.asp. 5. ADDITIONAL INSTRUCTIONS TO OFFERORS Offers for furnishing the supplies or services in the Schedule shall be received at http://www.ebuy.gsa.gov, by the date and time specified in Block 8 of the SF 1449. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. Proposals shall be submitted electronically through GSA e-Buy at http://www.ebuy.gsa.gov SUBMISSION THROUGH E-MAIL IS NOT ACCEPTABLE ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: Federal Agency Administration Contracting Service, First Name Last Name Address City, State Zipcode

Transcript of SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 1: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 1 of 48

SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: _____________________ _____________________ _____________________ b. GOVERNMENT: 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 3. INVOICES: Invoices shall be submitted in arrears after Government acceptance of items. 4.  GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be sent

electronically by following instructions as stated at the website: http://www.gov/einvoice.asp. 5. ADDITIONAL INSTRUCTIONS TO OFFERORS Offers for furnishing the supplies or services in the Schedule shall be received at http://www.ebuy.gsa.gov, by the date and time specified in Block 8 of the SF 1449. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to all terms and conditions of this solicitation. Proposals shall be submitted electronically through GSA e-Buy at http://www.ebuy.gsa.gov SUBMISSION THROUGH E-MAIL IS NOT ACCEPTABLE ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:

Federal Agency Administration Contracting Service, First Name Last Name Address City, State Zipcode

Page 2: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 2 of 48

AMENDMENT NO DATE _________________________ __________________ _________________________ __________________ _________________________ __________________

6. MISSING PAGES Offerors shall examine this solicitation to verify that all pages have been received. In addition, in compiling this package, some pages may have been duplicated. If the offeror feels that pages are missing or duplicated, the offeror is encouraged to contact the Contracting Officer at the email or telephone number shown in Block 7B, Standard Form 1449, Solicitation / Contract / Order for Commercial Items. 7. CONTRACTOR’S FOREMAN/SUPERVISOR Contractor shall provide an English speaking Foreman/Supervisor at all times while performing the duties of this contract. This is to ensure proper communication between parties. On-site Contractors shall sign in daily, for security reasons, at location identified by the Contracting Officer’s Representative (COR) or cemetery personnel. 8. GOVERNMENT HOLIDAYS Holidays observed by the Federal Government:

New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December

If a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a national holiday. 9. NOTICE TO PROSPECTIVE OFFERORS Questions pertaining to this solicitation must be sent by e-mail to: [email protected] no later than 9:00 AM ET, January 5, 2015. Telephone inquiries will not be accepted. Questions received after this date and time will not be considered. Offerors shall inspect all sites where services are to be performed and to understand all general and local conditions that may affect the cost of contract performance (See Provision 52.237-1 Site Visit).

Page 3: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 3 of 48

In no event shall failure to inspect constitute grounds for a claim or request for equitable adjustment after contract award. To make arrangements for site visits, contact the following cemetery Point of Contact: First Name Last Name, Cemetery Director, Phone number: (111) 111-1111. B.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of CUSTOMER 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 CUSTOMER 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 aCustomerilable any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.

(End of Clause)

Page 4: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 4 of 48

B.3 SUPPLIES OR SERVICES AND SCHEDULE OF PRICES The contractor shall provide periodic inspection and minor maintenance of the installed sprinkler system at the Jobsite, Jobsite Address. The period of performance shall consist of a base period from Date of Award through September 30, 2015, with up to four (4) one-year options to extend the term of the task order through September 30, 2019, if exercised. “Note: all Option Years are subject to the availability of appropriated funds; options are not guaranteed, and the Government’s decision not to exercise an option shall not be understood, construed, or intended as a termination. BASE YEAR (Date of Award through September 30, 2015)

CLIN Irrigation Management Services Description EST. QTY UNIT UNIT COST

EST. TOTAL COST

0001 Manage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments 8 months $__________ $_________

0002 Irrigation Pump Station Maintenance 4 each $__________ $_________

0003 Irrigation Water Audit 1 job $__________ $_________

0004 Irrigation Schedule 1 job $__________ $_________

Schedule 003 100 Ancillary Supplies and/or Services estimated items

0005 Sprinkler Head Replacement 25 each $__________ $_________

0006 Sprinkler Head Repair 25 each $__________ $_________

0007 Electric Valve Repair 6 each $__________ $_________

0008 Electric Valve Replacement 2 each $__________ $_________

0009 Decoder Replacement 2 each $__________ $_________

0010 Control Wire Fault Location and Repair 2 each $__________ $_________

0011 Lateral Line Repair 8 each $__________ $_________

0012 Mainline Repair 2 each $__________ $_________

0013 Mainline Flushing 2 job $__________ $_________

0014 Replace Broken Valve Box 5 each $__________ $_________

0015 Flush Media Filters 1 each $__________ $_________

BASE PERIOD ESTIMATED TOTAL PRICE

$_________

Page 5: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 5 of 48

OPTION YEAR #1 October 1, 2015 through September 30, 2016

CLIN Irrigation Management Services Description EST. QTY UNIT UNIT COST

EST. TOTAL COST

1001 Manage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments 8 months $__________ $_________

1002 Irrigation Pump Station Maintenance 4 each $__________ $_________

1003 Irrigation Water Audit 1 job $__________ $_________

1004 Irrigation Schedule 1 job $__________ $_________

Schedule 003 100 Ancillary Supplies and/or Services estimated items

1005 Sprinkler Head Replacement 25 each $__________ $_________

1006 Sprinkler Head Repair 25 each $__________ $_________

1007 Electric Valve Repair 6 each $__________ $_________

1008 Electric Valve Replacement 2 each $__________ $_________

1009 Decoder Replacement 2 each $__________ $_________

1010 Control Wire Fault Location and Repair 2 each $__________ $_________

1011 Lateral Line Repair 8 each $__________ $_________

1012 Mainline Repair 2 each $__________ $_________

1013 Mainline Flushing 2 job $__________ $_________

1014 Replace Broken Valve Box 5 each $__________ $_________

1015 Flush Media Filters 1 each $__________ $_________

OPTION YEAR 1 ESTIMATED TOTAL PRICE

$_________

Page 6: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 6 of 48

OPTION YEAR #2 October 1, 2016 through September 30, 2017

CLIN Irrigation Management Services Description EST. QTY UNIT UNIT COST

EST. TOTAL COST

2001 Manage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments 8 months $__________ $_________

2002 Irrigation Pump Station Maintenance 4 each $__________ $_________

2003 Irrigation Water Audit 1 job $__________ $_________

2004 Irrigation Schedule 1 job $__________ $_________

Schedule 003 100 Ancillary Supplies and/or Services estimated items

2005 Sprinkler Head Replacement 25 each $__________ $_________

2006 Sprinkler Head Repair 25 each $__________ $_________

2007 Electric Valve Repair 6 each $__________ $_________

2008 Electric Valve Replacement 2 each $__________ $_________

2009 Decoder Replacement 2 each $__________ $_________

2010 Control Wire Fault Location and Repair 2 each $__________ $_________

2011 Lateral Line Repair 8 each $__________ $_________

2012 Mainline Repair 2 each $__________ $_________

2013 Mainline Flushing 2 job $__________ $_________

2014 Replace Broken Valve Box 5 each $__________ $_________

2015 Flush Media Filters 1 each $__________ $_________

OPTION YEAR 2 ESTIMATED TOTAL PRICE

$_________

Page 7: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 7 of 48

OPTION YEAR #3 October 1, 2017 through September 30, 2018

CLIN Irrigation Management Services Description EST. QTY UNIT UNIT COST

EST. TOTAL COST

3001 Manage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments 8 months $__________ $_________

3002 Irrigation Pump Station Maintenance 4 each $__________ $_________

3003 Irrigation Water Audit 1 job $__________ $_________

3004 Irrigation Schedule 1 job $__________ $_________

Schedule 003 100 Ancillary Supplies and/or Services estimated items

3005 Sprinkler Head Replacement 25 each $__________ $_________

3006 Sprinkler Head Repair 25 each $__________ $_________

3007 Electric Valve Repair 6 each $__________ $_________

3008 Electric Valve Replacement 2 each $__________ $_________

3009 Decoder Replacement 2 each $__________ $_________

3010 Control Wire Fault Location and Repair 2 each $__________ $_________

3011 Lateral Line Repair 8 each $__________ $_________

3012 Mainline Repair 2 each $__________ $_________

3013 Mainline Flushing 2 job $__________ $_________

3014 Replace Broken Valve Box 5 each $__________ $_________

3015 Flush Media Filters 1 each $__________ $_________

OPTION YEAR 3 ESTIMATED TOTAL PRICE

$_________

Page 8: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 8 of 48

OPTION YEAR #4 October 1, 2018 through September 30, 2019

CLIN Irrigation Management Services Description EST. QTY UNIT UNIT COST

EST. TOTAL COST

4001 Manage and Maintain Irrigation System including Scheduling and Sprinkler Adjustments 8 months $__________ $_________

4002 Irrigation Pump Station Maintenance 4 each $__________ $_________

4003 Irrigation Water Audit 1 job $__________ $_________

4004 Irrigation Schedule 1 job $__________ $_________

Schedule 003 100 Ancillary Supplies and/or Services estimated items

4005 Sprinkler Head Replacement 25 each $__________ $_________

4006 Sprinkler Head Repair 25 each $__________ $_________

4007 Electric Valve Repair 6 each $__________ $_________

4008 Electric Valve Replacement 2 each $__________ $_________

4009 Decoder Replacement 2 each $__________ $_________

4010 Control Wire Fault Location and Repair 2 each $__________ $_________

4011 Lateral Line Repair 8 each $__________ $_________

4012 Mainline Repair 2 each $__________ $_________

4013 Mainline Flushing 2 job $__________ $_________

4014 Replace Broken Valve Box 5 each $__________ $_________

4015 Flush Media Filters 1 each $__________ $_________

OPTION YEAR 4 ESTIMATED TOTAL PRICE

$_________

SUBTOTAL BASE YEAR $_________________

SUBTOTAL OPTION YEAR #1 $_________________

SUBTOTAL OPTION YEAR #2 $_________________

SUBTOTAL OPTION YEAR #3 $_________________

SUBTOTAL OPTION YEAR #4 $_________________ TOTAL AGGREGATE (Base Period plus 4 Option Years) $_________________

Page 9: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 9 of 48

B.4 STATEMENT OF WORK/SPECIFICATION

UNDERGROUND SPRINKLER SYSTEMS SYSTEM INSPECTION AND MAINTENANCE

A.  GENERAL: All work performed under this section is subject to the General Requirements and

Contract Documents which form a part of these specifications, and the Contractor shall be responsible for and governed by all the requirements there under.

B.   SCOPE: Work consists of periodic inspection and minor maintenance of the installed sprinkler

system at the Jobsite, Jobsite Address. C.  GENERAL REQUIREMENTS:

1.   DESCRIPTION: The work specified herein shall be provided to facilitate the successful and ongoing operation of an automatically controlled underground landscape irrigation system, including system controllers and control devices, remote control valves, isolation valves, sprinkler heads and field wiring.

2.   All repairs and maintenance shall be made using new materials to match the existing system components unless directed otherwise by the Contracting Officer’s Representative (COR).

3.   INSPECTIONS AND MAINTENANCE:

(i)   Inspect the entire irrigation system and report the system’s condition to the COR once each week on Wednesday. Provide maintenance and repairs to valves, valve boxes, valve wiring, lateral and mainline piping, and sprinkler heads. All irrigation materials and supplies are Contractor-provided and Contractor-installed. Monitor and manage the entire irrigation system, up to and including the point-of-connection, the water meter, backflow prevention devices if applicable, mainline, and immediately report any leaks, breaks and irregularities to the COR. Immediately control all leaks and/or breaks to ensure that no flooding or washouts occur.

(ii)   Make adjustments and repairs to sprinkler heads and irrigation/water control equipment

daily, weekly, or monthly as required to assure even distribution of water to all irrigated areas. Tasks include but are not limited to: leveling and/or adjusting sprinklers to grade; correct arc and radius adjustments to minimize overspray onto pavement; align heads perpendicular to grade; unclog sprinkler heads or nozzles; relocate sprinklers or add sprinklers as needed to avoid impediments which inhibit proper distribution; ensure consistent sprinkler nozzling and provide new nozzles sets for entire zones to increase Distribution Uniformity (DU) where possible.

(iii)   Repair or replace missing, defective, damaged, broken, malfunctioning and inoperative

sprinkler heads, backflow preventers, remote control valves, isolation valves – ball or gate, hydrometers, flow meters or sensors, irrigation controllers, control wires, and broken irrigation pipe and fittings, as often as necessary to properly maintain the health, quality appearance and vigor of all irrigated plant material.

(iv)   Flush mainlines and lateral lines after repair of line breaks to the satisfaction of the

COR. Direct water flow onto landscape areas or into approved storm drainage

Page 10: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 10 of 48

structures. Remove all heads on ends of lateral lines for lateral line flushing. Flush mainlines through quick coupling valves.

(v)   Provide regular system diagnostics and make repairs accordingly: Decoder Tests and

Two-Wire Short Tests. A report of this testing data shall be provided to the COR each time it is performed.

(vi)   In the event of the failure of any portion of the irrigation system, provide a temporary

means of irrigating the affected area until the system is restored to normal. D.   IRRIGATION PUMP STATION MAINTENANCE

(a)  SCOPE

(i)   Provide an Irrigation Pump Station preventive maintenance plan for booster pumps, electric motors, electrical switches, valves and filters based on manufacturer's Operations and Maintenance manuals. Offerors shall submit a copy of this plan with the proposal package. Any deviations from this plan shall be reviewed by the COR and changes will only be effective by written agreement of the parties and a formal modification by the contracting officer. This service is designed to: provide efficient equipment operation; extend the life of the pumping units; identify potential problems before major breakdowns occur; and reduce system down time.

(b)  GENERAL REQUIREMENTS

(i)   Pump service technician must be certified by the pump station manufacturer. Offerors

shall submit copies of documents and or certificates showing technicians meet this requirement with the proposal package.

(ii)   Provide monthly service calls during the turf growing season (March to November) plus

one additional (on-call) visit per year. Contractor will check entire system for proper functioning.

(iii)   Provide emergency service within 24 hours after notification.

(iv)   Provide written service report to COR after each visit and alert COR of any

recommended repairs. Submit quote for repair work for review of COR prior to beginning any work. Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the Contracting Officer or his authorized designee.

(v)   Provide the following services quarterly on each piece of equipment listed below in

accordance with the pump station manufacturer’s printed Operations and Maintenance (O&M) Manuals. Obtain a copy of the O&M Manuals from the COR if available.

1.   Visual inspection of pump station. 2.   Evaluate pump station operation at various flows. Take voltage and current rating

and compare to last report. 3.   Check all safety shutdown features. 4.   Confirm pump station is operating properly. 5.   Check tightness on flange and motor bolts. 6.   Check and verify PRV and High-Pressure Relief Valve operation. Adjust valves as

required.

Page 11: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 11 of 48

7.   Check coupling alignment on pump(s). 8.   Grease or oil motor bearing(s). 9.   Change motor bearing oil in spring during system startup. 10.   Check stuffing box for leakage. 11.   Open wye-strainer blow-down valve to provide heat exchanger flush. 12.   Inspect and tighten all electrical connections in electrical panel. 13.   Infrared Temperature Check (check electrical panels for hot spots, defective

transformers and detect loose connections). 14.   Inspect contactors for pitting and excessive wear. 15.   Remove and clean diaphragm and pilots on safety relief valve. 16.   Inspect Inverter and PLC and/or Starting Equipment. 17.   Verify all surge devices are visually sound. 18.   Verify all electrical connectors are at proper torque settings. 19.   Clean/change all cooling filters and grills. 20.   Remove all dirt and dust that has penetrated the unit interior, and that has

accumulated on the processor board. 21.   Clean station pumps, motors, control panel and associated components. 22.   Clean pump house interior. 23.   Provided written service report to COR within 5 business days of each visit. 24.   Advise COR of any recommended repairs. 25.   Flush media filters annually 26.   Physically clean/wipe off/dust the pump stations and associated equipment so the

appearance of the equipment is such that it looks well kept up.

E.   IRRIGATION SCHEDULING

(a)  NCA STANDARDS

(i)   Irrigation should be used to avoid the occurrence of permanent turfgrass injury.

(ii)   Set irrigation controllers to irrigate between the hours of 6:30 PM and 7:00 AM.

(iii)   Water should not be applied at a rate faster than it can be absorbed by the soil.

(iv)   Implement water use reduction strategies to reduce annual water use by 2 percent.

(v)   Turn irrigation off when not needed. Installing rain switches per controller is the best way to accomplish this, but at times it may be possible to turn off the irrigation control system prior to an anticipated rain event.

(b)  SCOPE

(i)   Irrigate all turf, tree, shrub and planting bed areas to ensure plant growth and health with no more than 10 percent “brown” areas due to water stress. Contractor must submit irrigation schedule for approval by the COR and MSN II Agronomist.

(ii)   Irrigation systems that are programmed to activate based on the measurement of

evapotranspiration at the site must maintain the equipment in accordance with manufacturer’s instructions.

Page 12: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 12 of 48

(iii)   Programming automated system irrigation frequency and quantity based upon the theoretical evapotranspiration will require fine-tuning based on visual observation of turfgrass health.

(iv)   Operate manually controlled sprinklers to assure even watering with no more than 10

percent brown area due to water stress.

(v)   Provide one irrigation audit for each representative turf irrigation zone that employs different sprinkler and or nozzle combination using the Irrigation Association Recommended Irrigation Audit guidelines at http://www.irrigation.org/uploadedfiles/Certification/CLIA-CGIA_AuditGuidelines.pdf. Provide irrigation audits for no less than ten (10) turf rotor zones per year as directed by the COR. Irrigation audits shall be conducted by a Certified Landscape Irrigation Auditor (CLIA) accredited by the Irrigation Association. Present a certificate of completion and current status to COR as evidence of credentials. Make adjustments to irrigation system based on written recommendations of irrigation audit. Calculate actual precipitation rate(s) and Distribution Uniformity (DU) for each irrigation zone audited and use this information to develop the irrigation schedule for zones with similar sprinkler/nozzle/pressure combinations.

(vi)   The Contractor’s Irrigation Manager shall be trained by the irrigation control system

manufacturer or an authorized representative in operation of irrigation system, information gathering, data entry, programming, and trouble-shooting of the central control system. Provide the irrigation manager with a minimum of 8-hours of on-site training. Submit a certificate of completion to the COR as evidence that the irrigation manager has completed the required training. All subsequent irrigation managers are required to complete the same training.

(vii)  Upon the direction of the COR, make necessary adjustments to the irrigation schedule to

comply with water use restrictions imposed by water suppliers, federal, state, and/or city mandates. The scheduling adjustments shall be made zone by zone according to a hierarchy of lowest to highest visually prominent areas designated by the Cemetery Administration.

(c)  GENERAL REQUIREMENTS

(i)   Irrigate turf infrequently in a quantity sufficient to wet the entire root zone (usually a

minimum 6 inch depth). Do not irrigate again until turf shows signs of wilt. Test water infiltration depths with a soil sampler, soil moisture probe or similar device. A soil moisture sensor shall be used to track soil moisture in key areas of the cemetery that usually exhibit turf stress sooner than most areas. When these typical “hot spot” areas have a soil moisture percentage in the range of wilt, then that portion of the cemetery should be irrigated that night.

(ii)   Submit an irrigation schedule in electronic format (Microsoft Word .doc or .docx) for

approval of COR and MSN II Agronomist. The schedule shall show each zone on the irrigation system and display total daily run times in minutes, total cycles per day, and frequency of watering in days per week. Determine run times based on the results of the water audit and infiltration rate of the soils. For each zone indicate irrigation head type, manufacturer, model number, nozzle size, nozzle precipitation rate in inches per hour, and total zone gallons per minute. All run time data shall be determined based upon historical evapotranspiration (ET) for the area.

Page 13: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 13 of 48

(iii)   Program irrigation controller to apply water to match the water infiltration rate of the site soils. Use several start times (or cycle and soak feature of the controller) to allow irrigation water to infiltrate soils and avoid water waste through run-off.

(iv)   Show monthly adjustments for each zone as total run times in minutes, or a percentage

reduction in peak water application for the month of July. List historical evapotranspiration (ET) rates for each month of the year for the cemetery. List source(s) of ET data.

(d)  WORK NOT INCLUDED: Maintenance service shall not include the performance of any

work required as a result of improper use, accidents, or negligence for which the contractor is not directly responsible.

F.   Respect for Headstones and Markers in National Cemeteries Handling of Markers and Headstones

1.   Every action by contractor personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Contractor employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals.

a.   Contractors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. Contractor personnel should use tools approved by the Contracting Officer Representative (COR), such as shovels, pry bars or pinch bars to lift flat markers out of the ground; pick axes are not an acceptable tool.

b.   No tools, equipment or other items will be placed or leaned on headstones or markers. Once headstones/markers are removed from the socket, do not place on dirt piles or mud; they should be carefully placed on each associated gravesite and protected in such a way as to prevent any soiling and be out of the way of any other work.

c.   Use care not to scratch or damage markers in any manner. The markers shall be laid with

inscription side up while the marker is lying horizontally on the ground. The marker shall be protected from direct ground contact while lying horizontally. The protection method shall be as approved by the COR and shall be free of deterioration in weather. An approved method is to support each marker with two wood 4X4’s. Alternate methods can be approved. Cardboard shall not be used. Wood or other suitable appropriate and attractive material shall be used to keep the markers from contact with the soil while lying horizontally. This also shows respect towards the families visiting the gravesites and the remains that are buried.

d.   Contractor shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work.

e.   Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (i.e., casket or urn), or outer burial container, the contractor must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance.

Page 14: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 14 of 48

2.   Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution.

3.   The contractor is required to discuss the guidance with this contractor employees and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin.

(END OF WORK STATEMENT)

SECTION C - CONTRACT CLAUSES

C.1 FSS RFQ INTRODUCTORY LANGUAGE The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence.

C.2 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule.

(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.

(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.

Page 15: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 15 of 48

(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2015.

(End of Clause)

C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

(End of Clause)

C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months, if extended.

(End of Clause)

C.5 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.

Page 16: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 16 of 48

(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

Page 17: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 17 of 48

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

Page 18: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 18 of 48

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.

Page 19: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 19 of 48

(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

Page 20: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 20 of 48

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

Page 21: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 21 of 48

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)

Page 22: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 22 of 48

C.6 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only: It is not a Wage Determination

Employee Class Monetary Wage—Fringe Benefits PLUMBER, MAINTENANCE, WG-9/2 $21.14 + $7.66

(End of Clause)

C.7 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS—PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014) (a) This clause applies to both contracts subject to area prevailing wage determinations and contracts subject to collective bargaining agreements.

(b) The Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause.

(c) The wage determination, issued under the Service Contract Labor Standards statute, (41 U.S.C. chapter 67), by the Administrator, Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, current on the anniversary date of a multiple year contract or the beginning of each renewal option period, shall apply to this contract. If no such determination has been made applicable to this contract, then the Federal minimum wage as established by section 6(a)(1) of the Fair Labor Standards Act of 1938, as amended, (29 U.S.C. 206) current on the anniversary date of a multiple year contract or the beginning of each renewal option period, shall apply to this contract.

(d) The contract price, contract unit price labor rates, or fixed hourly labor rates will be adjusted to reflect the Contractor's actual increase or decrease in applicable wages and fringe benefits to the extent that the increase is made to comply with or the decrease is voluntarily made by the Contractor as a result of:

(1) The Department of Labor wage determination applicable on the anniversary date of the multiple year contract, or at the beginning of the renewal option period. For example, the prior year wage determination required a minimum wage rate of $4.00 per hour. The Contractor chose to pay $4.10. The new wage determination increases the minimum rate to $4.50 per hour. Even if the Contractor voluntarily increases the rate to $4.75 per hour, the allowable price adjustment is $.40 per hour;

(2) An increased or decreased wage determination otherwise applied to the contract by operation of law; or

(3) An amendment to the Fair Labor Standards Act of 1938 that is enacted after award of this contract, affects the minimum wage, and becomes applicable to this contract under law.

Page 23: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 23 of 48

(e) Any adjustment will be limited to increases or decreases in wages and fringe benefits as described in paragraph (d) of this clause, and the accompanying increases or decreases in social security and unemployment taxes and workers' compensation insurance, but shall not otherwise include any amount for general and administrative costs, overhead, or profit.

(f) The Contractor shall notify the Contracting Officer of any increase claimed under this clause within 30 days after receiving a new wage determination unless this notification period is extended in writing by the Contracting Officer. The Contractor shall promptly notify the Contracting Officer of any decrease under this clause, but nothing in the clause shall preclude the Government from asserting a claim within the period permitted by law. The notice shall contain a statement of the amount claimed and the change in fixed hourly rates (if this is a time-and-materials or labor-hour contract), and any relevant supporting data, including payroll records, that the Contracting Officer may reasonably require. Upon agreement of the parties, the contract price, contract unit price labor rates, or fixed hourly rates shall be modified in writing. The Contractor shall continue performance pending agreement on or determination of any such adjustment and its effective date.

(g) The Contracting Officer or an authorized representative shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor until the expiration of 3 years after final payment under the contract.

(End of Clause)

C.8 52.222-99 - ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS. (DEVIATION) This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12, 2014, and OMB Policy Memorandum M-14-09, dated June 12, 2014.

(a) Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District of Columbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of any contractual relationship which may be alleged to exist between the Contractor and service employee, laborer, or mechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimum wage required to be paid to each service employee, laborer, or mechanic performing work on this contract between January 1, 2015, and December 31, 2015, shall be $10.10 per hour.

(b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor�s annual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in a higher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of Executive Order 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Order beginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the Federal Register no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicable minimum wage on www.wdol.gov (or any successor website). The applicable published minimum wage is incorporated by reference into this contract.

(c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increase in labor costs resulting from the annual inflation increases in the Executive Order 13658

Page 24: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 24 of 48

minimum wage beginning on January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workers impacted in determining the amount of the adjustment.

(d) The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result in duplicate price adjustments with the respective clause of this contract implementing the Service Contract Labor Standards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute (formerly known as the Davis Bacon Act).

(e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts.

(End of clause)

C.9 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2015. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2015, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

(End of Clause)

C.10 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

C.11 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.

(End of Clause)

Page 25: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 25 of 48

C.12 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) Customer’s Electronic Invoice Presentment and Payment System. (See Web site at http://www.gov/einvoice.asp.)

(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 (http://www.x12.org) 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;

Page 26: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 26 of 48

(4) Solicitations or contracts in which the designated agency office is a Customer entity other than the Customer Financial Services Center in Austin, Texas; or

(5) Solicitations or contracts in which the Customer designated agency office does not have electronic invoicing capability as described above.

(End of Clause)

C.13 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of contract performance. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)

Page 27: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 27 of 48

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS ATTACHMENT DESCRIPTION PAGE ATTACHMENT A U.S. DEPARTMENT OF LABOR WAGE DETERMINATION

SCA Wage Determination No.: 2005-2473 Revision No.: 16 Date Of Revision: 07/25/2014 30

ATTACHMENT B PAST PERFORMANCE QUESTIONNAIRE 39

Page 28: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 28 of 48

D.1 ATTACHMENT A - US DEPARTMENT OF LABOR WAGE DETERMINATION

WD 05-2473 (Rev.-16) was first posted on www.wdol.gov on 08/05/2014 ************************************************************************************ 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.: 2005-2473 Diane C. Koplewski Division of | Revision No.: 16 Director Wage Determinations| Date Of Revision: 07/25/2014 _______________________________________|____________________________________________ State: State Area: State Counties of Beaufort, City ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 11.74 01012 - Accounting Clerk II 13.17 01013 - Accounting Clerk III 14.73 01020 - Administrative Assistant 22.08 01040 - Court Reporter 17.83 01051 - Data Entry Operator I 11.61 01052 - Data Entry Operator II 13.05 01060 - Dispatcher, Motor Vehicle 17.93 01070 - Document Preparation Clerk 13.04 01090 - Duplicating Machine Operator 13.04 01111 - General Clerk I 11.74 01112 - General Clerk II 12.81 01113 - General Clerk III 14.38 01120 - Housing Referral Assistant 19.89 01141 - Messenger Courier 10.72 01191 - Order Clerk I 11.21 01192 - Order Clerk II 13.06 01261 - Personnel Assistant (Employment) I 15.87 01262 - Personnel Assistant (Employment) II 17.75 01263 - Personnel Assistant (Employment) III 19.80 01270 - Production Control Clerk 21.00 01280 - Receptionist 11.99 01290 - Rental Clerk 14.69 01300 - Scheduler, Maintenance 15.94 01311 - Secretary I 15.94 01312 - Secretary II 17.83 01313 - Secretary III 19.89 01320 - Service Order Dispatcher 15.37 01410 - Supply Technician 22.08 01420 - Survey Worker 15.19 01531 - Travel Clerk I 12.41 01532 - Travel Clerk II 12.41 01533 - Travel Clerk III 13.27 01611 - Word Processor I 12.82 01612 - Word Processor II 14.38 01613 - Word Processor III 16.09 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 18.93 05010 - Automotive Electrician 17.81 05040 - Automotive Glass Installer 16.96 05070 - Automotive Worker 18.35

Page 29: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 29 of 48

05110 - Mobile Equipment Servicer 15.27 05130 - Motor Equipment Metal Mechanic 20.18 05160 - Motor Equipment Metal Worker 18.35 05190 - Motor Vehicle Mechanic 20.18 05220 - Motor Vehicle Mechanic Helper 14.46 05250 - Motor Vehicle Upholstery Worker 17.46 05280 - Motor Vehicle Wrecker 18.35 05310 - Painter, Automotive 17.81 05340 - Radiator Repair Specialist 18.35 05370 - Tire Repairer 11.58 05400 - Transmission Repair Specialist 20.18 07000 - Food Preparation And Service Occupations 07010 - Baker 9.92 07041 - Cook I 8.79 07042 - Cook II 10.12 07070 - Dishwasher 7.75 07130 - Food Service Worker 8.14 07210 - Meat Cutter 12.95 07260 - Waiter/Waitress 8.62 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 14.92 09040 - Furniture Handler 12.21 09080 - Furniture Refinisher 15.92 09090 - Furniture Refinisher Helper 12.92 09110 - Furniture Repairer, Minor 14.43 09130 - Upholsterer 16.91 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 9.40 11060 - Elevator Operator 9.40 11090 - Gardener 13.00 11122 - Housekeeping Aide 9.54 11150 - Janitor 10.19 11210 - Laborer, Grounds Maintenance 10.51 11240 - Maid or Houseman 8.86 11260 - Pruner 9.66 11270 - Tractor Operator 12.16 11330 - Trail Maintenance Worker 10.51 11360 - Window Cleaner 11.09 12000 - Health Occupations 12010 - Ambulance Driver 15.69 12011 - Breath Alcohol Technician 16.81 12012 - Certified Occupational Therapist Assistant 23.34 12015 - Certified Physical Therapist Assistant 22.47 12020 - Dental Assistant 16.37 12025 - Dental Hygienist 25.78 12030 - EKG Technician 23.47 12035 - Electroneurodiagnostic Technologist 23.47 12040 - Emergency Medical Technician 16.80 12071 - Licensed Practical Nurse I 15.03 12072 - Licensed Practical Nurse II 16.81 12073 - Licensed Practical Nurse III 18.75 12100 - Medical Assistant 12.66 12130 - Medical Laboratory Technician 16.31 12160 - Medical Record Clerk 13.18 12190 - Medical Record Technician 13.98 12195 - Medical Transcriptionist 15.56 12210 - Nuclear Medicine Technologist 29.33 12221 - Nursing Assistant I 8.98 12222 - Nursing Assistant II 10.10 12223 - Nursing Assistant III 11.72 12224 - Nursing Assistant IV 13.15 12235 - Optical Dispenser 15.64 12236 - Optical Technician 16.41 12250 - Pharmacy Technician 13.15 12280 - Phlebotomist 13.30 12305 - Radiologic Technologist 23.12 12311 - Registered Nurse I 25.36

Page 30: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 30 of 48

12312 - Registered Nurse II 31.01 12313 - Registered Nurse II, Specialist 31.01 12314 - Registered Nurse III 37.52 12315 - Registered Nurse III, Anesthetist 37.52 12316 - Registered Nurse IV 44.98 12317 - Scheduler (Drug and Alcohol Testing) 20.83 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 17.09 13012 - Exhibits Specialist II 20.58 13013 - Exhibits Specialist III 25.92 13041 - Illustrator I 17.09 13042 - Illustrator II 20.58 13043 - Illustrator III 25.92 13047 - Librarian 23.47 13050 - Library Aide/Clerk 10.89 13054 - Library Information Technology Systems 21.18 Administrator 13058 - Library Technician 13.37 13061 - Media Specialist I 15.38 13062 - Media Specialist II 17.20 13063 - Media Specialist III 19.18 13071 - Photographer I 14.27 13072 - Photographer II 15.96 13073 - Photographer III 19.94 13074 - Photographer IV 24.16 13075 - Photographer V 29.24 13110 - Video Teleconference Technician 14.84 14000 - Information Technology Occupations 14041 - Computer Operator I 14.95 14042 - Computer Operator II 16.72 14043 - Computer Operator III 18.10 14044 - Computer Operator IV 20.72 14045 - Computer Operator V 22.94 14071 - Computer Programmer I (see 1) 25.00 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 14.95 14160 - Personal Computer Support Technician 22.70 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 29.60 15020 - Aircrew Training Devices Instructor (Rated) 35.81 15030 - Air Crew Training Devices Instructor (Pilot) 42.92 15050 - Computer Based Training Specialist / Instructor 29.60 15060 - Educational Technologist 28.28 15070 - Flight Instructor (Pilot) 42.92 15080 - Graphic Artist 19.13 15090 - Technical Instructor 18.87 15095 - Technical Instructor/Course Developer 23.09 15110 - Test Proctor 15.23 15120 - Tutor 15.23 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 8.80 16030 - Counter Attendant 8.80 16040 - Dry Cleaner 10.61 16070 - Finisher, Flatwork, Machine 8.80 16090 - Presser, Hand 8.80 16110 - Presser, Machine, Drycleaning 8.80 16130 - Presser, Machine, Shirts 8.80 16160 - Presser, Machine, Wearing Apparel, Laundry 8.80 16190 - Sewing Machine Operator 11.19 16220 - Tailor 11.73 16250 - Washer, Machine 9.26 19000 - Machine Tool Operation And Repair Occupations

Page 31: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 31 of 48

19010 - Machine-Tool Operator (Tool Room) 16.89 19040 - Tool And Die Maker 19.90 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 16.55 21030 - Material Coordinator 21.00 21040 - Material Expediter 21.00 21050 - Material Handling Laborer 11.60 21071 - Order Filler 10.97 21080 - Production Line Worker (Food Processing) 16.55 21110 - Shipping Packer 14.70 21130 - Shipping/Receiving Clerk 14.70 21140 - Store Worker I 11.68 21150 - Stock Clerk 15.03 21210 - Tools And Parts Attendant 16.55 21410 - Warehouse Specialist 16.55 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 23.48 23021 - Aircraft Mechanic I 22.34 23022 - Aircraft Mechanic II 23.48 23023 - Aircraft Mechanic III 25.09 23040 - Aircraft Mechanic Helper 16.81 23050 - Aircraft, Painter 21.21 23060 - Aircraft Servicer 18.92 23080 - Aircraft Worker 20.06 23110 - Appliance Mechanic 15.75 23120 - Bicycle Repairer 11.58 23125 - Cable Splicer 24.72 23130 - Carpenter, Maintenance 16.55 23140 - Carpet Layer 17.88 23160 - Electrician, Maintenance 19.10 23181 - Electronics Technician Maintenance I 21.79 23182 - Electronics Technician Maintenance II 23.04 23183 - Electronics Technician Maintenance III 24.27 23260 - Fabric Worker 16.86 23290 - Fire Alarm System Mechanic 19.91 23310 - Fire Extinguisher Repairer 15.84 23311 - Fuel Distribution System Mechanic 19.91 23312 - Fuel Distribution System Operator 15.84 23370 - General Maintenance Worker 16.10 23380 - Ground Support Equipment Mechanic 22.34 23381 - Ground Support Equipment Servicer 18.92 23382 - Ground Support Equipment Worker 20.06 23391 - Gunsmith I 15.84 23392 - Gunsmith II 17.88 23393 - Gunsmith III 19.91 23410 - Heating, Ventilation And Air-Conditioning 18.30 Mechanic 23411 - Heating, Ventilation And Air Contditioning 19.27 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 20.15 23440 - Heavy Equipment Operator 16.81 23460 - Instrument Mechanic 19.91 23465 - Laboratory/Shelter Mechanic 18.90 23470 - Laborer 11.59 23510 - Locksmith 16.15 23530 - Machinery Maintenance Mechanic 23.55 23550 - Machinist, Maintenance 18.26 23580 - Maintenance Trades Helper 12.46 23591 - Metrology Technician I 19.54 23592 - Metrology Technician II 20.54 23593 - Metrology Technician III 23.55 23640 - Millwright 22.10 23710 - Office Appliance Repairer 18.43 23760 - Painter, Maintenance 15.25 23790 - Pipefitter, Maintenance 17.55 23810 - Plumber, Maintenance 16.77 23820 - Pneudraulic Systems Mechanic 19.91

Page 32: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 32 of 48

23850 - Rigger 16.38 23870 - Scale Mechanic 17.88 23890 - Sheet-Metal Worker, Maintenance 16.08 23910 - Small Engine Mechanic 14.68 23931 - Telecommunications Mechanic I 22.03 23932 - Telecommunications Mechanic II 23.06 23950 - Telephone Lineman 19.23 23960 - Welder, Combination, Maintenance 16.56 23965 - Well Driller 20.43 23970 - Woodcraft Worker 19.91 23980 - Woodworker 12.94 24000 - Personal Needs Occupations 24570 - Child Care Attendant 8.39 24580 - Child Care Center Clerk 11.27 24610 - Chore Aide 9.59 24620 - Family Readiness And Support Services 11.17 Coordinator 24630 - Homemaker 11.61 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 21.88 25040 - Sewage Plant Operator 17.22 25070 - Stationary Engineer 21.88 25190 - Ventilation Equipment Tender 16.08 25210 - Water Treatment Plant Operator 17.22 27000 - Protective Service Occupations 27004 - Alarm Monitor 13.88 27007 - Baggage Inspector 11.87 27008 - Corrections Officer 15.07 27010 - Court Security Officer 15.07 27030 - Detection Dog Handler 13.81 27040 - Detention Officer 15.07 27070 - Firefighter 14.46 27101 - Guard I 11.87 27102 - Guard II 13.81 27131 - Police Officer I 16.36 27132 - Police Officer II 18.18 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 10.49 28042 - Carnival Equipment Repairer 11.13 28043 - Carnival Equpment Worker 8.53 28210 - Gate Attendant/Gate Tender 13.85 28310 - Lifeguard 11.87 28350 - Park Attendant (Aide) 15.49 28510 - Recreation Aide/Health Facility Attendant 11.31 28515 - Recreation Specialist 16.21 28630 - Sports Official 12.34 28690 - Swimming Pool Operator 14.92 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 21.56 29020 - Hatch Tender 21.56 29030 - Line Handler 21.56 29041 - Stevedore I 18.76 29042 - Stevedore II 22.80 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 35.77 30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 24.66 30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.40 30022 - Archeological Technician II 18.63 30023 - Archeological Technician III 23.07 30030 - Cartographic Technician 26.11 30040 - Civil Engineering Technician 20.35 30061 - Drafter/CAD Operator I 17.40 30062 - Drafter/CAD Operator II 18.63 30063 - Drafter/CAD Operator III 20.60 30064 - Drafter/CAD Operator IV 25.34 30081 - Engineering Technician I 15.46

Page 33: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 33 of 48

30082 - Engineering Technician II 17.35 30083 - Engineering Technician III 19.41 30084 - Engineering Technician IV 24.05 30085 - Engineering Technician V 29.42 30086 - Engineering Technician VI 35.59 30090 - Environmental Technician 23.27 30210 - Laboratory Technician 21.96 30240 - Mathematical Technician 22.69 30361 - Paralegal/Legal Assistant I 17.18 30362 - Paralegal/Legal Assistant II 20.30 30363 - Paralegal/Legal Assistant III 24.83 30364 - Paralegal/Legal Assistant IV 30.05 30390 - Photo-Optics Technician 22.69 30461 - Technical Writer I 20.14 30462 - Technical Writer II 25.75 30463 - Technical Writer III 31.16 30491 - Unexploded Ordnance (UXO) Technician I 22.74 30492 - Unexploded Ordnance (UXO) Technician II 27.51 30493 - Unexploded Ordnance (UXO) Technician III 32.97 30494 - Unexploded (UXO) Safety Escort 22.74 30495 - Unexploded (UXO) Sweep Personnel 22.74 30620 - Weather Observer, Combined Upper Air Or (see 3) 20.60 Surface Programs 30621 - Weather Observer, Senior (see 3) 20.45 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 10.49 31030 - Bus Driver 12.98 31043 - Driver Courier 13.08 31260 - Parking and Lot Attendant 9.13 31290 - Shuttle Bus Driver 12.71 31310 - Taxi Driver 10.49 31361 - Truckdriver, Light 13.98 31362 - Truckdriver, Medium 14.75 31363 - Truckdriver, Heavy 17.20 31364 - Truckdriver, Tractor-Trailer 17.20 99000 - Miscellaneous Occupations 99030 - Cashier 8.61 99050 - Desk Clerk 10.30 99095 - Embalmer 25.80 99251 - Laboratory Animal Caretaker I 9.88 99252 - Laboratory Animal Caretaker II 11.15 99310 - Mortician 29.43 99410 - Pest Controller 15.69 99510 - Photofinishing Worker 11.95 99710 - Recycling Laborer 13.91 99711 - Recycling Specialist 16.09 99730 - Refuse Collector 12.78 99810 - Sales Clerk 13.31 99820 - School Crossing Guard 10.35 99830 - Survey Party Chief 18.48 99831 - Surveying Aide 14.01 99832 - Surveying Technician 16.80 99840 - Vending Machine Attendant 11.23 99841 - Vending Machine Repairer 13.88 99842 - Vending Machine Repairer Helper 11.50 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 per month 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

Page 34: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 34 of 48

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: 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) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay. 3) 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

Page 35: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 35 of 48

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 and the 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 http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. 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. 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.

Page 36: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 36 of 48

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 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 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). 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 decision to the contractor. 6) The contractor informs the affected employees. 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" (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.

Page 37: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 37 of 48

ATTACHMENT B - PAST PERFORMANCE QUESTIONNAIRE

INSTRUCTIONS:    Offerors  must  identify  previous  federal,  state,  and  local  government  and  private  contracts  that  they  have  completed  and  that  are  similar  to  the  contract  being  evaluated.  List  at  least  three  (3),  but  no  more  than  five  (5)  contracts  for  evaluation  limited  to  the  last  three  (3)  years.  (One  contract  reference  per  form,  Form  may  be  duplicated)  

NOTE:    If  you  have  performed  any  National  Cemetery  Administration  contracts  list  them  first.  

 

Contractor  (you)  Information:  

Name:  _____________________________________________________________________  

Address:  ___________________________________________________________________  

Telephone  Number:  ___________________________________________________________  

E-­mail:  ______________________________________________________________________  

 

Contract  Information:  

Name  of  company/agency  you  provided  service  for:  ___________________________________  

Contract  Number:    _____________________________________________________________  

Type  of  Contract:  _______________________________________________________________  

Contract  Dollar  Value:    ___________________________________________________________  

Date  of  Award:    _________________________________________________________________  

Status:  Completed,  Yes____  No____  If  not  completed,  projected  completion  date____________  If  not  completed,  why?___________________________________________________________  

 

Point  of  Contact  Information  for  the  company/agency  you  serviced:  

Name  of  the  Contract  Person  &  their  position:  ________________________________________  

Address:  ______________________________________________________________________  

Telephone  Number:  _____________________________________________________________  

E-­mail:  ________________________________________________________________________  

 

   

 

 

Page 38: SECTION B - CONTINUATION OF SF 1449 BLOCKS

VA786-15-R-0049

Page 38 of 48

Description  of  Supply/Service(s)  provided,  location  &  relevancy  of  work:  

   

 

 

 

 

Complexity  of  Product/Service,  if  any:  

 

   

 

Percentage  of  Work  completed  by  your  company/by  subcontractor:  

   

 

 

Provide  information  on  problems  encountered  during  performance  of  this  contract  and  your  corrective  actions,  (if  applicable):  

   

 

 

 

 

                                                                                                                                 (End  of  Section)

Page 39: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 39 of 48

SECTION E - SOLICITATION PROVISIONS

E.1 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (APR 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall

Page 40: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 40 of 48

be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers.

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

Page 41: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 41 of 48

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1)(i) The Customer Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—

Customer Address City, State, Zipcode Telephone (111) 111-111 Facsimile (111) 111-111. (ii) If the Customers issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(i) ASSIST (https://assist.dla.mil/online/start/);

(ii) Quick Search (http://quicksearch.dla.mil/);

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by?

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

Page 42: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 42 of 48

(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.

(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of Provision)

Page 43: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 43 of 48

ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS Offers for furnishing the supplies or services in the Schedule shall be received at http://www.ebuy.gsa.gov, by the date and time specified in Block 8 of the SF 1449. The proposal package shall contain the following:

a.   Completed and signed SF 1449 with all required blocks completed in Portable Document Format (PDF).

b.   Technical Qualifications in a written narrative in .doc or .docx format or PDF as specified

on pages 47-48 for the Government’s evaluation.

c.   Three (3) past performance references within the last 3 years that are similar in size and scope to this solicitation in .doc or .docx format or PDF. Use the Past Performance Questionnaire (Attachment B). Prepare one for each reference. Additional references will not be acknowledged. Only the (3) most current past performances will be reviewed.

d.   Completed Schedule of Prices in .doc or .docx format or PDF.

e.   Required representations and certifications in .doc or .docx format or PDF.

f.   Acknowledgement of any amendments

Failure to submit all required documentation may result in your submission being determined technically unacceptable and removed from further consideration.

PROPOSAL FORMAT

1.   Page size shall be no greater than 8 1/2" x 11". The top, bottom, left, and right margins shall be a minimum of one (1) inch each.

2.   Font size shall be no smaller than 11-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale.

3.   Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape.

4.   Line spacing shall be set at no less than single space. 5.   Each paragraph shall be separated by at least one blank line. 6.   Page numbers, company logos, and headers and footers may be within the page margins only and

are not bound by the 11-point font requirement. 7.   Footnotes to text shall not be added. 8.   If the Offeror submits annexes, documentation, attachments or the like, not specifically required

by this solicitation, such will count against the offeror’s page limitations unless otherwise indicated in the specific volume instructions below.

9.   Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated.

10.  The following page limitations are applicable to this procurement:

Volume Factor Page Limitations Volume I Technical 20 pages single-sided Volume II Past Performance 6 pages single-sided

(Excludes Business Management Questionnaires) Volume III Price No Limit

Page 44: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 44 of 48

A cover page and/or table of contents which are not required, will be included in the page count of the Technical Volume if included in the Volume. A glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume. Proposal packages that do not contain all the above materials may be rejected. Proposal packages that fail to include sufficient Technical, Past Performance and/or Price information for a competitive evaluation may result in the proposal being rejected and not considered. Proposals that are not received completely by the time and date specified in Block 8 of the SF 1449 will be rejected and shall not be considered. The following list is not intended to be all inclusive. It is intended to give offerors some idea of what should be provided in each volume for evaluation. Technical Volume: Offerors shall provide the following: The project plan for managing this project, with any proposed subcontractors listed and their socioeconomic status (i.e. Disabled/Veteran owned, Woman owned, Small, Large Business, etc) – list the type and percentage of work the Prime Contractor will perform and that the subcontractor will perform. Also provide information on your company’s capabilities; e.g., years in business; type and age of equipment/vehicles to be used on the project; all licenses, permits, insurance information of the offeror and personnel; key personnel information; training and experiences of personnel who will be working this project; company’s experiences in working similar/like type projects; number of jobs you have completed that are similar to this request; your quality assurance plan; any phasing plan, number of projects currently ongoing; any affect they may have on this proposal; any surveyor/survey company you will be using, your projected duration for this project. Submit a proposed project work schedule with timeline. Please provide any additional information that will assist in understanding your plan/approach and superiority in providing services. Past Performance Volume: Offerors shall provide at least three (3) references/referrals that specifically address offeror’s performance on projects within the last three (3) years that are similar or of the same type in terms of scope, size, and pricing (e.g., Scope – all types of work this project is asking for as described in the solicitation; Size - approximately the same unit quantities as this project is asking for; Price – approximately the same price or better than offeror’s price proposal for this project). Offerors are encouraged to submit referrals that specifically address experiences with cemeteries. Contact information provided with referrals must be reachable by telephone or email. The Government will not research contact numbers or emails. If a referral cannot be reached with the information provided, offeror will not get credit for that referral. Offerors shall also provide the number of projects they are currently working on for NCA, with the corresponding Contracting Officer’s name, telephone and contract information. Offerors shall provide a list of the subcontractors they commonly use on their projects. Offerors shall also provide contact information on any active or pending assignment of claims or factoring agreements. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably nor unfavorably on past performance. Price Volume: Offerors shall provide a price proposal based on the price schedule in Section B (Contract Admin. & Price Schedule), as described above. The lowest priced proposal will not necessarily get this award. This is not an Invitation For Bid (IFB).

Page 45: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 45 of 48

E.2 52.212-2 EVALUATION—COMMERCIAL ITEMS (JAN 1999)

  (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (i.e., best value), price and other factors considered. The following factors, listed in descending order of importance, will be used to evaluate offers: Non Price Factors (1) Past Performance; (2) Technical Qualifications; and Price. Overall, factors 1 & 2 when combined are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision) Addendum to FAR 52.212-2 Evaluation Process: The Government will use a “best value” approach to select the awardee. Proposals will be evaluated based on the following factors, listed as shown below:

1.   Past Performance: Past performance will be evaluated for quality, schedule, business relations, problem resolution, management of key personnel, safety, price/invoices control, regulatory compliance and overall performance. In addition, the Government will evaluate the relevance of your past performance (ie experience in providing services similar in size, scope, and complexity as described in the Statement of Work (SOW)). If no past performance information is readily available (FAR 15.305(a) (2) (iv)), the Offeror’s past performance will be evaluated neither favorably nor unfavorably.

a.   Provide at least three (3) references to include same or similar work. Use Past Performance Questionnaire (Pages 39-40). You must include accurate and current POC name, telephone numbers and email address with each reference. The Government will not research contact phone numbers or emails. If a reference cannot be reached with the information provided, the offeror will not get credit for that referral. However, the absence of past performance information will be evaluated neither favorably nor unfavorably. References that are not comparable in size, scope and value to the solicited requirement may be given less consideration.

2.   Technical Qualifications: Technical capability will be evaluated to determine the extent to

which it demonstrates a clear understanding of all features involved in performance of the requirements identified in the SOW. The proposal should not simply restate the Government’s requirements, but it should describe, in detail, how the Offeror intends to meet the requirements.

Page 46: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 46 of 48

In particular, offerors must provide information for the following sub-factors, which are weighted equally:

a.   Experience of company and / or subcontractors in performing this type of work: have you done/performed services for a cemetery in the past? Have you performed Cemetery Facilities Maintenance in the past? Please explain. See Statement of Work for description of requirements.

b.   Qualification of Technical personnel (training, experience, résumés of key technical personnel, certifications, etc.)

c.   Sufficient Personnel/Equipment (list): to include proposed man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information, etc.

d.   Managerial Qualifications of Key Personnel to include information on key personnel, including manager’s résumés with relevant experience, identification of any sub-contractors(s) used in performance of the contract.

e.   Performance Plan: submit a detailed performance plan to indicate how the contractor plans to meet the goals of the cemetery. (i.e. performance schedule, frequency, etc.) The contractor’s proposal will be evaluated on how well it meets the performance goals of this contract. If using a subcontractor, list the type and percent of work you will perform and that they will perform along with your subcontractor’s social economic status (i.e. Disable/Veteran owned, Woman owned, Small, Large Business, etc.)

f.   Overall technical capability.

3.   Price: Price analysis will be conducted to determine a fair and reasonable price. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price.

Past performance and technical, when combined, are significantly more important than price. The Government will research information and databases to aid in establishing contractor’s responsibility and ability to perform. The databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA. Bonding: The Government retains the right to ask for bonding (bid, performance, payment) if it is determined to be necessary to address Government concerns. In such cases, the Government will reimburse 100% of the bonding price. Failure to receive or qualify for bonding will result in removal from further consideration for award. The Experian Credit Report will be one of the tools used to determine if bonding should be required due to the business financial stress score/summary. The number of contracts outstanding will be another consideration in determining if bonding will be needed. Failure to obtain bonding within a reasonable time will result in withdrawal of award and discussion with the next best offer. If bonding is not required, the prime contractor is required to notify all subcontractors that there is no bonding on the contract. Reference FAR 52.228-16 Performance and Payment Bonds – Other than construction. The Government retains the right to award without discussions. Therefore, offerors are encouraged to provide their best proposals with the materials requested for evaluation. Failure to submit all required documentation as required may result in your submission being found to be technically unacceptable.

(End of Provision)

Page 47: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 47 of 48

E.3 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)

E.4 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that—

(1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.

(2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that—

(1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

(2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.

(End of Provision)

E.5 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, Customer shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors.

(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov).

Page 48: SECTION B - CONTINUATION OF SF 1449 BLOCKS

Page 48 of 48

(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov).

(End of Provision)

E.6 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)

E.7 AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.

(End of Provision)