The RFP Database
New business relationships start here

Elevator Maintenance Service - Birmingham, AL


Alabama, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for Preventative & Reparative Elevator Maintenance prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price is anticipated.
(ii) The solicitation number is VA247-17-Q-0678 and is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95
(iv) This solicitation is 100% Set Aside for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 238290 has a small business size standard of $15M
(v) Contract Line Item Numbers (CLINs):
This is a complete service contract for Preventive Maintenance and repair for the proper functioning of the elevator and dumbwaiter systems at the Department of Veterans Affairs Medical Center (DVAMC) Birmingham, Alabama. This contract is for a base year and 4 option years to cover the vertical hoists as listed, for each of the years. Contractor will provide at contractor s expense all tools, materials, supplies, equipment and labor to perform the work.
** Full statement of work is attached **


TOTAL PRICING FOR BASE YEAR: $ _______________________________________
TOTAL PRICING FOR OPTIONAL YEAR 1: $ _________________________________
TOTAL PRICING FOR OPTIONAL YEAR 2: $ _________________________________
TOTAL PRICING FOR OPTIONAL YEAR 3: $ _________________________________
TOTAL PRICING FOR OPTIONAL YEAR 4: $ _________________________________

CLIN
(Elevator #)
Machine room location
Type
Levels
Unit Price
Qty
Unit of Issue
Extended Price
0001
11th Floor Mechanical Room
Automatic Traction
11

12
Months

0002
11th Floor Mechanical Room
Automatic Traction
11

12
Months

0003
11th Floor Mechanical Room
Automatic Traction
11

12
Months

0004
11th Floor Mechanical Room
Automatic Traction
11

12
Months

0005
11th Floor Mechanical Room
Automatic Traction
11

12
Months

0006
Research bldg above MR 3 machine room
Automatic Traction
5

12
Months

0007
Room 9215
Automatic Hydraulic
2

12
Months

0008
Ground Floor G417A
Automatic Traction
8

12
Months

0009
Ground Floor G417A
Automatic Traction
8

12
Months

0010
Z (Blind Rehab) building roof
Automatic Traction
7

12
Months

0011
7th Floor roof outside Police office
Automatic Traction
7

12
Months

0012
7th Floor roof outside Police office
Automatic Traction
7

12
Months

0014
Ground Floor G510
Automatic Hydraulic
2

12
Months

0015
10th Floor Mechanical Room
Automatic Traction
10

12
Months

0016
10th Floor Mechanical Room
Automatic Traction
10

12
Months

0017
10th Floor Mechanical Room
Automatic Traction
10

12
Months

0018
10th Floor Mechanical Room
Automatic Traction
10

12
Months









Dumbwaiters
00T1
Room 9304 D
Automatic Traction
7

12
Months

00T2
Room 9304 D
Automatic Traction
7

12
Months

00T3
5D103 A
Automatic Traction
5

12
Months

Period Of Performance 1 Oct 2017 30 Sep 2018 | TOTAL BASE YEAR VALUE



CLIN
(Elevator #)
Machine room location
Type
Levels
Unit Price
Qty
Unit of Issue
Extended Price
1001
11th Floor Mechanical Room
Automatic Traction
11

12
Months

1002
11th Floor Mechanical Room
Automatic Traction
11

12
Months

1003
11th Floor Mechanical Room
Automatic Traction
11

12
Months

1004
11th Floor Mechanical Room
Automatic Traction
11

12
Months

1005
11th Floor Mechanical Room
Automatic Traction
11

12
Months

1006
Research bldg above MR 3 machine room
Automatic Traction
5

12
Months

1007
Room 9215
Automatic Hydraulic
2

12
Months

1008
Ground Floor G417A
Automatic Traction
8

12
Months

1009
Ground Floor G417A
Automatic Traction
8

12
Months

1010
Z (Blind Rehab) building roof
Automatic Traction
7

12
Months

1011
7th Floor roof outside Police office
Automatic Traction
7

12
Months

1012
7th Floor roof outside Police office
Automatic Traction
7

12
Months

1014
Ground Floor G510
Automatic Hydraulic
2

12
Months

1015
10th Floor Mechanical Room
Automatic Traction
10

12
Months

1016
10th Floor Mechanical Room
Automatic Traction
10

12
Months

1017
10th Floor Mechanical Room
Automatic Traction
10

12
Months

1018
10th Floor Mechanical Room
Automatic Traction
10

12
Months









Dumbwaiters
10T1
Room 9304 D
Automatic Traction
7

12
Months

10T2
Room 9304 D
Automatic Traction
7

12
Months

10T3
5D103 A
Automatic Traction
5

12
Months

Period Of Performance 1 Oct 2018 30 Sep 2019 | TOTAL OPTIONAL YEAR 1 VALUE




CLIN
(Elevator #)
Machine room location
Type
Levels
Unit Price
Qty
Unit of Issue
Extended Price
2001
11th Floor Mechanical Room
Automatic Traction
11

12
Months

2002
11th Floor Mechanical Room
Automatic Traction
11

12
Months

2003
11th Floor Mechanical Room
Automatic Traction
11

12
Months

2004
11th Floor Mechanical Room
Automatic Traction
11

12
Months

2005
11th Floor Mechanical Room
Automatic Traction
11

12
Months

2006
Research bldg above MR 3 machine room
Automatic Traction
5

12
Months

2007
Room 9215
Automatic Hydraulic
2

12
Months

2008
Ground Floor G417A
Automatic Traction
8

12
Months

2009
Ground Floor G417A
Automatic Traction
8

12
Months

2010
Z (Blind Rehab) building roof
Automatic Traction
7

12
Months

2011
7th Floor roof outside Police office
Automatic Traction
7

12
Months

2012
7th Floor roof outside Police office
Automatic Traction
7

12
Months

2014
Ground Floor G510
Automatic Hydraulic
2

12
Months

2015
10th Floor Mechanical Room
Automatic Traction
10

12
Months

2016
10th Floor Mechanical Room
Automatic Traction
10

12
Months

2017
10th Floor Mechanical Room
Automatic Traction
10

12
Months

2018
10th Floor Mechanical Room
Automatic Traction
10

12
Months









Dumbwaiters
20T1
Room 9304 D
Automatic Traction
7

12
Months

20T2
Room 9304 D
Automatic Traction
7

12
Months

20T3
5D103 A
Automatic Traction
5

12
Months

Period Of Performance 1 Oct 2019 30 Sep 2020 | TOTAL OPTIONAL YEAR 2 VALUE



CLIN
(Elevator #)
Machine room location
Type
Levels
Unit Price
Qty
Unit of Issue
Extended Price
3001
11th Floor Mechanical Room
Automatic Traction
11

12
Months

3002
11th Floor Mechanical Room
Automatic Traction
11

12
Months

3003
11th Floor Mechanical Room
Automatic Traction
11

12
Months

3004
11th Floor Mechanical Room
Automatic Traction
11

12
Months

3005
11th Floor Mechanical Room
Automatic Traction
11

12
Months

3006
Research bldg above MR 3 machine room
Automatic Traction
5

12
Months

3007
Room 9215
Automatic Hydraulic
2

12
Months

3008
Ground Floor G417A
Automatic Traction
8

12
Months

3009
Ground Floor G417A
Automatic Traction
8

12
Months

3010
Z (Blind Rehab) building roof
Automatic Traction
7

12
Months

3011
7th Floor roof outside Police office
Automatic Traction
7

12
Months

3012
7th Floor roof outside Police office
Automatic Traction
7

12
Months

3014
Ground Floor G510
Automatic Hydraulic
2

12
Months

3015
10th Floor Mechanical Room
Automatic Traction
10

12
Months

3016
10th Floor Mechanical Room
Automatic Traction
10

12
Months

3017
10th Floor Mechanical Room
Automatic Traction
10

12
Months

3018
10th Floor Mechanical Room
Automatic Traction
10

12
Months









Dumbwaiters
30T1
Room 9304 D
Automatic Traction
7

12
Months

30T2
Room 9304 D
Automatic Traction
7

12
Months

30T3
5D103 A
Automatic Traction
5

12
Months

Period Of Performance 1 Oct 2020 30 Sep 2021 | TOTAL OPTIONAL YEAR 3 VALUE



CLIN
(Elevator #)
Machine room location
Type
Levels
Unit Price
Qty
Unit of Issue
Extended Price
4001
11th Floor Mechanical Room
Automatic Traction
11

12
Months

4002
11th Floor Mechanical Room
Automatic Traction
11

12
Months

4003
11th Floor Mechanical Room
Automatic Traction
11

12
Months

4004
11th Floor Mechanical Room
Automatic Traction
11

12
Months

4005
11th Floor Mechanical Room
Automatic Traction
11

12
Months

4006
Research bldg above MR 3 machine room
Automatic Traction
5

12
Months

4007
Room 9215
Automatic Hydraulic
2

12
Months

4008
Ground Floor G417A
Automatic Traction
8

12
Months

4009
Ground Floor G417A
Automatic Traction
8

12
Months

4010
Z (Blind Rehab) building roof
Automatic Traction
7

12
Months

4011
7th Floor roof outside Police office
Automatic Traction
7

12
Months

4012
7th Floor roof outside Police office
Automatic Traction
7

12
Months

4014
Ground Floor G510
Automatic Hydraulic
2

12
Months

4015
10th Floor Mechanical Room
Automatic Traction
10

12
Months

4016
10th Floor Mechanical Room
Automatic Traction
10

12
Months

4017
10th Floor Mechanical Room
Automatic Traction
10

12
Months

4018
10th Floor Mechanical Room
Automatic Traction
10

12
Months









Dumbwaiters
40T1
Room 9304 D
Automatic Traction
7

12
Months

40T2
Room 9304 D
Automatic Traction
7

12
Months

40T3
5D103 A
Automatic Traction
5

12
Months

Period Of Performance 1 Oct 2021 30 Sep 2022 | TOTAL OPTIONAL YEAR 4 VALUE



(vi) Requirements of Service Provider:
Must be certified/licensed by the State of Alabama
(vii) Period of Performance
Base Year - 1 Oct 2017 30 Sep 2018
Optional Year 1 - 1 Oct 2018 30 Sep 2019
Optional Year 2 - 1 Oct 2019 30 Sep 2020
Optional Year 3 1 Oct 2020 30 Sept 2021
Optional Year 4 1 Oct 2021 30 Sep 2022
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following instructions are added as addenda:
INSTRUCTIONS TO QUOTERS:
Quoter shall fill out pricing total by year AND per elevation in the spaces provided above.
Quote shall include at a copy of Alabama State Elevator Mechanic & Contractor license.
Quote shall include submit up to one page of information describing work experience
Quote may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service, period of performance and description of services rendered. References shall only be of similar scope and size to this solicitation.

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a firm-fixed price contract resulting from this solicitation.
(End of Provision)

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)

52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Department of Veterans Affairs
Network Contracting Office 7
2008 Weems Road
Tucker, GA 30084

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)

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)

852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)

(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester s representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.
(End of Provision)

852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)

As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
(End of Provision)

852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)

The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor.
(End of Provision)
(End of Addenda to 52.212-1)
(ix) In accordance with FAR 13.106-1(a)(2), award will be made to the offeror whose offer the best overall value to the government, considering price, experience & past performance.
(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:

IL 001AL-11-15 LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE
This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)
SUPPLEMENTAL INSURANCE REQUIREMENTS
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000 per occurrences.
(c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.
(End of Clause)
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 7 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 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.
(End of Clause)
852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of ALABAMA. 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)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil https://acquisition.gov/far
(C$END-OF-CLAUSE)
52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
52.232-18 Availability of Funds (APR 1984)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-8 Utilization of Small Business Concerns (OCT 2014)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (JUNE 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-35 Equal Opportunity for Veterans (OCT 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37 Employment Reports on Veterans (FEB 2016)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-41 Service Contract Labor Standards (MAY 2014)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
23210: Elevator Repairer
WG-10: $23.79/hr + $8.67/hr fringe
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.223-20 Aerosols (JUN 2016)
52.223-21 Foams (JUN 2016)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
(xiii) Additional contract requirements, terms or conditions.
WAGE DETERMINATION:
The following Wage Determination under the Service Contract Act is applicable to this acquisition. A copy of the full determination can be obtained from wdol.gov or by emailing the contracting officer at Evonne.Huggins@va.gov:



WD 85-0983 (Rev.-45) was first posted on www.wdol.gov on 05/02/2017
Elevator Services
**********************************************************************************
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
|
|
Daniel W. Simms Division of Wage | Wage Determination No: 1985-0983
Director Determinations | Revision No: 45
| Date Of Revision: 04/21/2017
----------------------------------------------------------------------------------
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for
calendar year 2017 applies to all contracts subject to the Service Contract Act
for which the contract is awarded (and any solicitation was issued) on or after
January 1, 2015. If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage determination at least
$10.20 per hour (or the applicable wage rate listed on this wage determination,
if it is higher) for all hours spent performing on the contract in calendar year
2017. The EO minimum wage rate will be adjusted annually. Additional information
on contractor requirements and worker protections under the EO is available at
www.dol.gov/whd/govcontracts.
States: Alabama, Mississippi
Area: Alabama Counties of Autauga, Barbour, Bibb, Blount, Bullock, Butler,
Calhoun, Chambers, Cherokee, Chilton, Clay, Cleburne, Coffee, Colbert, Coosa,
Cullman, Dallas, Elmore, Etowah, Fayette, Franklin, Greene, Hale, Jefferson,
Lamar, Lauderdale, Lawrence, Limestone, Lowndes, Macon, Madison, Marengo,
Marion, Marshall, Montgomery, Morgan, Perry, Pickens, Randolph, Shelby, St
Clair, Sumter, Talladega, Tallapoosa, Tuscaloosa, Walker, Winston
Mississippi Counties of Attala, Kemper, Leake, Lowndes, Neshoba, Noxubee,
Oktibbeha, Winston
----------------------------------------------------------------------------------

**Fringe Benefits Required Follow the Occupational Listing**


OCCUPATION CODE - TITLE FOOTNOTE RATE

23210 - Elevator Repairer 38.14
__________________________________________________________________________________
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal
Contractors, applies to all contracts subject to the Service Contract Act for
which the contract is awarded (and any solicitation was issued) on or after
January 1, 2017. If this contract is covered by the EO, the contractor must
provide employees with 1 hour of paid sick leave for every 30 hours they work,
up to 56 hours of paid sick leave each year. Employees must be permitted to use
paid sick leave for their own illness, injury or other health-related needs,
including preventive care; to assist a family member (or person who is like
family to the employee) who is ill, injured, or has other health-related needs,
including preventive care; or for reasons resulting from, or to assist a family
member (or person who is like family to the employee) who is the victim of,
domestic violence, sexual assault, or stalking. Additional information on
contractor requirements and worker protections under the EO is available at
www.dol.gov/whd/govcontracts.
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $15.275 per hour for all hours worked

VACATION: Annual vacation pay is accrued as follows: After 6 months but less
than 5 years of service in the industry, 6 percent of regular hourly rate for
all hours worked, not to exceed 120 hours pay; more than 5 years of service in
the industry, 8 percent of regular hourly rate for all hours worked, at least
160 hours vacation pay. Maximum hours of vacation pay are applicable to an
employee who works 1750 hours or more but less than 2000 hours in the year.

HOLIDAYS: A minimum of eight paid holidays per year: New Year's Day, Memorial
Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Day after
Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the
named holidays another day off with pay in accordance with a plan communicated
to the employees involved.) (See 29 CFR 4.174)

PENSION: Elevator Pension $9.46 per hour.
401(K) Annunity $6.25 per hour for all hours worked.
Elevator Education Fund $.60 per hour for all hours worked.
Elevator - Work Preservation Fund $.30.



PAYMENTS:

Invoices will be paid in arrears upon inspection & Acceptance of services
(xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
(xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 10am Eastern Time on the notice response date.
(xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov

Evonne A Huggins
Contract Specialist
404-321-6111

Evonne.Huggins@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP