The RFP Database
New business relationships start here

Paper Recycling and Shredding


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

DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.B This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number 36C25019Q1436 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for pickup recycling and shredding paper.B This requirement is a Service Disabled Veteran Owned Small Business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 423930.

REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors to the pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional CBOCs. The contract will be for a base year with four one-year options.

PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). 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, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above.

NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Service-Disabled Veteran Owned Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct.

ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971.

Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 (This Statement is for Information Only: It is not a Wage Determination. This is for Instructional Only. The Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws and assume all risks. The VA does not assume any risk, Employee Class: Recycling Laborer and Monetary Wage-Fringe Benefits ($19.25 with a fringe of $5.77) 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote.

All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by September 30, 2019 by 3 pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday October 4th, 2019.
Technical questions and Quotes must be sent by email to roman.savino@va.gov.



SERVICES FOR PICKUP, RECYCLING AND SHREDDING OF PAPER

PERFORMANCE WORK STATEMENT
SCOPE.

CONTRACT TITLE:

The Louis Stokes Veterans Affairs Medical Center (LSVAMC) Cleveland Ohio has a recurring need for recycling services. The LSVAMC is requesting quotes from offerors with the appropriate experience capacity, facility and expertise to provide recycling and shredding services of white ledger paper, sorted office paper (mixed).The contractor shall provide all labor, material, equipment, transportations and supervision necessary to provide service to pick up white ledger paper, mixed paper, sorted office waste at the Louis Stokes VA Medical Center, Wade Park Division, 10701 East Blvd, Cleveland, Ohio 44106, Parma CBOC located at 8787 Brookpark Road, Parma, Ohio 44129, Hemodialysis, Outpatient Surgery Center and all CBOCs (list and distances from CBOCs is provided below). The contractor will provide at no cost large tan 64- and 95-Gallon wheeled containers with a lockable top/lid for pick up and storage of recycled paper. Containers picked up will be replaced on an even exchange basis. Contractor will pick up recycled paper on Fridays at the Wade Park division, Friday one time per week at Parma CBOC, Hemodialysis, Outpatient Surgery Center and all the CBOCs monthly or on as needed bases. The contractor will process all paper and remit any payment to Louis Stokes VA Medical Center or bill the service for the due amount based on the paper market rate.
All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility.
All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org.
Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval.
Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC.
The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract.

SUPERVISION BY CONTRACTOR:

The Contractor shall assign a manager/representative at their facility location/plant who shall be physically present during prescribed work hours. These work hours are Monday through Friday from 8:00 am - 4:30 pm. The manager/representative is solely responsible to supervise the provision of recycling services of white ledger paper, sorted and mixed office paper from the medical center and all other locations mentioned here, and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for manager/representative in his absence or during periods of work performed after normal work hours.
CONTRACTOR RESPONSIBILITY:

It is the responsibility of the contractor to thoroughly review the specifications mentioned here so the contractor becomes familiar prior to submitting their quote and be fully aware of the services required. Failure to do so will not relieve the bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government.
CONTRACTOR REQUIREMENTS:

Since this contract will be based on actual cost of recycled paper please provide the cost per LB of Off-Site Secure shredding and use this data on preparing your bid: Approximately 45000 lb. per month of paper, there are 106 totters needed for all services, and the service fee for handling and processing the recycled paper. To eliminate any misunderstanding of these requirements, CO will make available to all bidder s face to face meeting or the CO and COR would be available on the phone to answer questions that might come up. A note of caution, all questions and answers will be shared with all bidders.
Contractor will provide at no cost to the VA:
Pick up and recycle White Ledger Paper, Sorted Office Paper (mixed) one time per week at the Wade Park division, once a week at the Parma CBOC and Hemodialysis, Outpatient Surgery Center. Monthly for all other CBOCs as well as on as needed bases.
Contract requires that recycle paper shall be destroyed within 5 (five) working days. Vendor will supply lockable containers to hold paper which is then transferred into a secured vault collection truck and is transported directly to the processing facility. Recycled paper is shredded, baled then transported to a pulping mill in a locked transporter.
A certificate of destruction from paper mill will be obtained by vendor and forwarded to the VA Medical Center.
The cost will be for pick up.
Vendor will furnish and exchange lockable recycle containers at the Wade Park and all CBOCs on an even exchange basis. All the containers shall have locks that work for patient privacy. Vendor will inspect containers to insure they can be locked and repair and replace as needed.

Pick-Up service.
Contractor will pick-up recycled paper at Wade Park division, on Friday, and paper pick-up once a week on Fridays in Room 3C110. Parma CBOC will be picked-up on Fridays. All CBOCs will be picked up monthly or on as needed bases, exclude weekend and Federal Holidays. Driver will call 2 hours prior to arrival time to assure that all Totters and bales are ready for pick up. (This is a must requirement for the main medical center).

Scope of Service.
Furnish and Exchange recycle containers.
Furnish and Exchange 64 and 95 gallons lockable, wheeled recycle containers.
Provide a certificate of destruction to the Contracting Officer Representatives certifying destruction of paper materials picked up and received. Contractor will guarantee all materials will be destroyed within 5 days of pick up. No third party will be granted access to confidential materials or permitted to review information in the recyclable containers.
The VA reserves the rights to thoroughly inspect Contractor s facility to assure acceptable standard of performance prior to award.

These are the locations and the distances of the CBOC and the Medical Center:
1. Wade Park Division Cleveland VA Medical Center
10701 East Boulevard
Cleveland, Ohio 44106
(216) 791-3800 Ext 4647
2. Akron Multi-Specialty Outpatient Clinic,
55 West Waterloo Road,
Akron, Ohio 44319
(330) 724-7715
3. Canton Multi-Specialty Outpatient Clinic,
733 Market Avenue South
Canton, Ohio 44702
(330) 489-4600
4. East Liverpool/Calcutta Multi-Specialty Outpatient Clinic,
Ogilvie Square, 15655 State Route 170, Suite A
Calcutta, Ohio 43920
(330) 386-4303
5. McCafferty Multi-Specialty Outpatient Clinic,
4242 Lorain Avenue
Cleveland, Ohio 44113
(216) 939-0699
6. Lorain Multi-Specialty Outpatient Clinic,
5255 N. Abbe Road
Sheffield Village, Ohio 44035
(440) 934-9158
7. Mansfield Multi-Specialty Outpatient Clinic
1025 South Trimble Road
Mansfield, Ohio 44906
(419) 529-4602
8. New Philadelphia Multi-Specialty Outpatient Clinic,
1260 Monroe Avenue, Suite 1A
New Philadelphia, Ohio 44663
(330) 602-5339
9. Lake County Outpatient Clinic
35000 Kaiser Court,
Willoughby, Ohio 44094
(440) 469-2600
10. Ravenna Multi-Specialty Outpatient Clinic
6751 North Chestnut Street
Ravenna, Ohio 44266
(330) 296-3641
11. Warren Multi-Specialty Outpatient Clinic
3416 Todd Avenue North West
Warren, Ohio 44485
(330) 392-0311
12. Sandusky Multi-Specialty Outpatient Clinic
3416 Columbus Avenue 4th Floor
Sandusky, Ohio 44870
(419) 625-7350
13. Youngstown Multi-Specialty Outpatient Clinic
2031 Belmont Avenue
Youngstown, Ohio 44505
(330)740-9200
14. Parma Multi-Specialty Outpatient Clinic
8787 Brookpark road
Parma, Ohio 44129
(216) 739-7000 Ext 2114
15. Dialysis Center
7000 Euclid Avenue
Cleveland, Ohio 44102
(216) 391-0274
16. Outpatient Surgery Center
8900 Superior Avenue
Cleveland, Ohio 44102
(216) 421-3133

LOCATION FREQUENCY CONTAINERS
Main Campus W 52 locked 95
VA Akron CBOC
EOW



4 locked 95
VA Akron CRRC
M



5 locked 95
VA Canton CBOC
W



4 locked 95
VA Cleveland ASC
M



1 locked 95
VA Cleveland CRRC
M

2 consoles

1 locked 95
VA East Liverpool CBOC
EOW



2 locked 95
VA Independence VSC
OC



1 locked 95
VA Lorain CBOC
W



2 locked 95
VA Mansfield CBOC
EOW



2 locked 95
VA McCafferty CBOC
M



1 locked 95
VA New Philadelphia CBOC
EOW



1 locked 95
VA Willoughby CBOC
M



2 locked 95
VA Ravenna CBOC
EOW



1 locked 95
VA Sandusky CBOC
OC



2 locked 95
VA Warren CBOC
EOW



2 locked 95
VA Youngstown CBOC
M



2 locked 95

Distance of CBOCs from the Medical Center and Distance from CBOC to CBOC
B
AKR
BREX
CANT
CLE (MC)
EL
LOR
MAN
NP
LAKE
RAV
SAND
WP
WARR
YNGS
AKR
B
25
21
40
83
58
63
45
60
25
87
42
45
52
BREX
25
B
45
17
90
37
69
69
45
25
66
19
46
58
CANT
21
45
B
60
51
79
67
25
77
31
108
62
53
55
CLE(MC)
40
17
60
B
104
25
82
83
31
39
58
8
61
73
EL
83
90
51
104
B
123
117
67
104
66
153
108
54
45
LOR
58
37
79
25
123
B
64
102
57
59
33
32
79
91
MAN
63
69
67
82
117
64
B
70
109
91
54
86
111
112
NP
45
69
25
83
67
102
70
B
103
59
102
86
77
92
LAKE
60
45
77
31
104
57
109
103
B
42
90
27
47
64
RAV
25
25
31
39
66
59
91
59
42
B
87
41
25
35
SAND
87
66
108
58
153
33
54
102
90
87
B
65
108
120
WP
42
19
62
8
108
32
86
86
27
41
65
B
51
77
WARR
45
46
53
61
54
79
111
77
47
25
108
51
B
15
YNGS
52
58
55
73
45
91
112
92
64
35
120
77
15
B
Contractor shall furnish all labor, equipment, supervision, management, supplies, transportation, and facilities necessary to perform contractor owned/operated of recycling services of white ledger paper, sorted office paper and mixed. Removal from the Department of Veterans Affairs. This includes (LSVAMC) in Cleveland, Ohio, and all affiliated Community Based Outpatient Clinics (CBOC s) listed herein, Dialysis Center and Outpatient Surgery Center. All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility.
All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org.
Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval.
Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC.
This specification is intended to produce minimal acceptable level of performance. The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract.


QUALITY ASSURANCE SURVEILLANCE PLAN

Contract Number: Time period: November 1, 2019 through October 31, 2024

Contract Description: The pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional CBOCs.

Contractor s name: ______________________________________


1. PURPOSE

This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following:
What will be monitored.
How monitoring will take place.
Who will conduct the monitoring?
How monitoring efforts and results will be documented.

This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance.

This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities.


2. GOVERNMENT ROLES AND RESPONSIBILITIES

The following personnel shall oversee and coordinate surveillance activities.

a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance.

Assigned CO: Roman Savino
Organization or Agency: VA Healthcare Systems of Ohio

b. Contracting Officer s Technical Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf.

Assigned COR: Arqile Jani

c. Other Key Government Personnel N/A


3. CONTRACTOR REPRESENTATIVES

The following employees of the contractor serve as the contractor s program manager for this contract.

Name/Title: ___________________

4. PERFORMANCE STANDARDS

Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards.

The Performance Requirements Summary Matrix, paragraph (there is no PRS Matrix in the PWS) in the Performance Work Statement (PWS), includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL).

Note: The subject contract does not contain a Performance Requirements section in the SOW. As such, the below listed Tasks, Indicators, and Standards have been extracted from SOW:

Task
ID
Indicator
Standard
Acceptable Quality Level
Method of Surveillance
Incentive
Recycling services of white ledger paper sorted office paper











Vendor will handle and process recycling services of white ledger paper, sorted office paper to include the destruction of it accordingly to Federal Regulations and Policies.




Observe the billing process.







1
Accessibility
Vendor will have to transport the recycling services of white ledger paper, sorted office paper from the VA facilities as written in the contract
100%
Direct Observation
Exercise of Option Period
2
Professional Oversight
Contracted vendor will adhere to all State and Federal regulations for RMW handling and patient privacy
100%
Review of State and Federal Regulations
Exercise of Option Period
3
Implement VA requirements of recycling services of white ledger paper, sorted office paper handling
Contractor will implement and manage a program that complies with State and Federal Standards established by the VA,
100%
Random Direct Review of the process reserve the rights for unannounced visit to plant and check finished work.



Exercise of Option Period

Costs
The contractor will bill the VA correctly based on the terms of the contract
100%
Review of billing statements



Exercise of Option Period

HIPPA Compliance
5
Adherence to HIPPA
The contractor must adhere to the provisions of HIPPA and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI)
100%
Direct Observation and Validated User/Customer Complaints






Exercise of Option Period


Technical Requirements

The contractor shall meet the following requirements;

The Contractor shall have experience in providing recycling and shredding services of white ledger paper and sorted office paper (mixed).
The Contractor must have been providing recycling and shredding services to either a VA Medical Center or other Similar Healthcare Environments for a minimum of three consecutive years prior to submitting quote.

PRICING/SCHEDULE

Period of performance:

Base Year: November 1, 2019 through October 31, 2020
Option Year One: November 1, 2020 through October 31, 2021
Option Year Two: November 1, 2021 through October 31, 2022
Option Year Three: November 1, 2022 through October 31, 2023
Option Year Four: November 1, 2023 through October 31, 2024







CLIN
DESCRIPTION
COST
0001
Base Year: Recycling and Shredding Services

1001
Option Year One: Recycling and Shredding Services

2001
Option Year Two: Recycling and Shredding Services

3001
Option Year Three: Recycling and Shredding Services

4001
Option Year Four: Recycling and Shredding Services


Grand Total Cost




WAGE DETERMINATION LIST

The Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws.






LABOR
"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF


THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION

By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2015-4727

Daniel W. Simms
Division of |
Revision No.:
9
Director
Wage Determinations|
Date Of Last Revision:
07/16/2019
| Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.60 for
calendar year 2019 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2015. If this contract is covered by the EO the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination if it is higher) for all hours spent performing on the contract in calendar year 2019. The EO minimum wage rate will be adjusted annually.
Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.


State: Ohio





Area: Ohio Counties of Cuyahoga Geauga Lake Lorain Medina



**Fringe Benefits Required Follow the Occupational Listing**

OCCUPATION CODE - TITLE FOOTNOTE RATE


01000 -
Administrative Support And Clerical Occupations

01011
- Accounting Clerk I
15.09
01012
- Accounting Clerk II
16.94
01013
- Accounting Clerk III
18.95
01020
- Administrative Assistant
27.97
01035
- Court Reporter
20.56
01041
- Customer Service Representative I
13.65
01042
- Customer Service Representative II
15.35
01043
- Customer Service Representative III
16.75
01051
- Data Entry Operator I
14.60
01052
- Data Entry Operator II
15.94
01060
- Dispatcher Motor Vehicle
20.85
01070
- Document Preparation Clerk
14.50
01090
- Duplicating Machine Operator
14.50
01111
- General Clerk I
13.46
01112
- General Clerk II
14.87
01113
- General Clerk III
16.65
01120
- Housing Referral Assistant
20.31
01141
- Messenger Courier
13.46
01191
- Order Clerk I
15.27
01192
- Order Clerk II
16.67
01261
- Personnel Assistant (Employment) I
16.00
01262
- Personnel Assistant (Employment) II
17.90
01263
- Personnel Assistant (Employment) III
19.95
01270
- Production Control Clerk
21.93
01290
- Rental Clerk
15.48
01300
- Scheduler Maintenance
16.19
01311
- Secretary I
16.19
01312
- Secretary II
18.22
01313
- Secretary III
20.31
01320
- Service Order Dispatcher
18.84
01410
- Supply Technician
27.97
01420
- Survey Worker
15.88
01460
- Switchboard Operator/Receptionist
13.97
01531
- Travel Clerk I
14.77


01532
- Travel Clerk II
15.76
01533
- Travel Clerk III
16.71
01611
- Word Processor I
14.47
01612
- Word Processor II
16.25
01613
- Word Processor III
18.18
05000 -
Automotive Service Occupations

05005
- Automobile Body Repairer Fiberglass
20.43
05010
- Automotive Electrician
19.67
05040
- Automotive Glass Installer
18.92
05070
- Automotive Worker
18.92
05110
- Mobile Equipment Servicer
17.27
05130
- Motor Equipment Metal Mechanic
20.33
05160
- Motor Equipment Metal Worker
18.92
05190
- Motor Vehicle Mechanic
20.33
05220
- Motor Vehicle Mechanic Helper
16.50
05250
- Motor Vehicle Upholstery Worker
18.07
05280
- Motor Vehicle Wrecker
18.92
05310
- Painter Automotive
19.67
05340
- Radiator Repair Specialist
18.92
05370
- Tire Repairer
15.89
05400
- Transmission Repair Specialist
20.33
07000 -
Food Preparation And Service Occupations

07010
- Baker
12.30
07041
- Cook I
13.29
07042
- Cook II
14.97
07070
- Dishwasher
9.77
07130
- Food Service Worker
11.06
07210
- Meat Cutter
19.09
07260
- Waiter/Waitress
9.94
09000 -
Furniture Maintenance And Repair Occupations

09010
- Electrostatic Spray Painter
20.60
09040
- Furniture Handler
13.89
09080
- Furniture Refinisher
20.60
09090
- Furniture Refinisher Helper
15.71
09110
- Furniture Repairer Minor
17.22
09130
- Upholsterer
20.60
11000 -
General Services And Support Occupations



11030
- Cleaner Vehicles
11.78
11060
- Elevator Operator
12.06
11090
- Gardener
16.98
11122
- Housekeeping Aide
12.06
11150
- Janitor
12.06
11210
- Laborer Grounds Maintenance
13.54
11240
- Maid or Houseman
10.78
11260
- Pruner
12.41
11270
- Tractor Operator
15.88
11330
- Trail Maintenance Worker
13.54
11360
- Window Cleaner
12.97
12000 -
Health Occupations

12010
- Ambulance Driver
17.98
12011
- Breath Alcohol Technician
20.29
12012
- Certified Occupational Therapist Assistant
29.96
12015
- Certified Physical Therapist Assistant
29.52
12020
- Dental Assistant
17.24
12025
- Dental Hygienist
33.67
12030
- EKG Technician
28.11
12035
- Electroneurodiagnostic Technologist
28.11
12040
- Emergency Medical Technician
17.98
12071
- Licensed Practical Nurse I
18.13
12072
- Licensed Practical Nurse II
20.29
12073
- Licensed Practical Nurse III
22.61
12100
- Medical Assistant
15.89
12130
- Medical Laboratory Technician
25.63
12160
- Medical Record Clerk
18.16
12190
- Medical Record Technician
20.31
12195
- Medical Transcriptionist
18.97
12210
- Nuclear Medicine Technologist
35.97
12221
- Nursing Assistant I
11.49
12222
- Nursing Assistant II
12.91
12223
- Nursing Assistant III
14.09
12224
- Nursing Assistant IV
15.82
12235
- Optical Dispenser
19.27
12236
- Optical Technician
15.05
12250
- Pharmacy Technician
15.45


12280
- Phlebotomist
17.17
12305
- Radiologic Technologist
28.70
12311
- Registered Nurse I
22.85
12312
- Registered Nurse II
27.71
12313
- Registered Nurse II Specialist
27.71
12314
- Registered Nurse III
33.52
12315
- Registered Nurse III Anesthetist
33.52
12316
- Registered Nurse IV
40.18
12317
- Scheduler (Drug and Alcohol Testing)
25.12
12320
- Substance Abuse Treatment Counselor
22.03
13000 -
Information And Arts Occupations

13011
- Exhibits Specialist I
20.58
13012
- Exhibits Specialist II
24.76
13013
- Exhibits Specialist III
30.29
13041
- Illustrator I
20.35
13042
- Illustrator II
25.21
13043
- Illustrator III
30.83
13047
- Librarian
29.41
13050
- Library Aide/Clerk
13.48
13054
- Library Information Technology Systems
22.30
Administrator
13058
- Library Technician
17.96
13061
- Media Specialist I
17.87
13062
- Media Specialist II
20.00
13063
- Media Specialist III
22.30
13071
- Photographer I
16.70
13072
- Photographer II
18.68
13073
- Photographer III
23.14
13074
- Photographer IV
28.30
13075
- Photographer V
34.24
13090
- Technical Order Library Clerk
16.93
13110
- Video Teleconference Technician
19.15
14000 -
Information Technology Occupations

14041
- Computer Operator I
15.48
14042
- Computer Operator II
17.32
14043
- Computer Operator III
19.31
14044
- Computer Operator IV
22.64


14045
- Computer Operator V

25.06
14071
- Computer Programmer I (see
1)
22.13
14072
- Computer Programmer II (see
1)
27.20
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

15.48
14160
- Personal Computer Support Technician

22.64
14170
- System Support Specialist

26.87
15000 -
Instructional Occupations


15010
- Aircrew Training Devices Instructor (Non-Rated)

28.53
15020
- Aircrew Training Devices Instructor (Rated)

35.35
15030
- Air Crew Training Devices Instructor (Pilot)

41.38
15050
- Computer Based Training Specialist / Instructor

30.23
15060
- Educational Technologist

34.28
15070
- Flight Instructor (Pilot)

41.38
15080
- Graphic Artist

22.54
15085
- Maintenance Test Pilot Fixed Jet/Prop

38.56
15086
- Maintenance Test Pilot Rotary Wing

38.56
15088
- Non-Maintenance Test/Co-Pilot

38.56
15090
- Technical Instructor

24.57
15095
- Technical Instructor/Course Developer

30.06
15110
- Test Proctor

19.84
15120
- Tutor

19.84
16000 -
Laundry Dry-Cleaning Pressing And Related Occupations


16010
- Assembler

10.25
16030
- Counter Attendant

10.25
16040
- Dry Cleaner

12.72
16070
- Finisher Flatwork Machine

10.25
16090
- Presser Hand

10.25
16110
- Presser Machine Drycleaning

10.25
16130
- Presser Machine Shirts

10.25
16160
- Presser Machine Wearing Apparel Laundry

10.25
16190
- Sewing Machine Operator

13.63
16220
- Tailor

14.53

16250 - Washer Machine 10.91

19000 -
Machine Tool Operation And Repair Occupations

19010
- Machine-Tool Operator (Tool Room)
23.45
19040
- Tool And Die Maker
27.31
21000 -
Materials Handling And Packing Occupations

21020
- Forklift Operator
16.87
21030
- Material Coordinator
21.93
21040
- Material Expediter
21.93
21050
- Material Handling Laborer
13.57
21071
- Order Filler
13.69
21080
- Production Line Worker (Food Processing)
16.87
21110
- Shipping Packer
16.72
21130
- Shipping/Receiving Clerk
16.72
21140
- Store Worker I
15.96
21150
- Stock Clerk
20.92
21210
- Tools And Parts Attendant
16.87
21410
- Warehouse Specialist
16.87
23000 -
Mechanics And Maintenance And Repair Occupations

23010
- Aerospace Structural Welder
32.11
23019
- Aircraft Logs and Records Technician
26.57
23021
- Aircraft Mechanic I
30.89
23022
- Aircraft Mechanic II
32.11
23023
- Aircraft Mechanic III
33.22
23040
- Aircraft Mechanic Helper
23.38
23050
- Aircraft Painter
29.50
23060
- Aircraft Servicer
26.57
23070
- Aircraft Survival Flight Equipment Technician
29.50
23080
- Aircraft Worker
28.16
23091
- Aircrew Life Support Equipment (ALSE) Mechanic
28.16
I


23092
- Aircrew Life Support Equipment (ALSE) Mechanic
30.89
II


23110
- Appliance Mechanic
21.53
23120
- Bicycle Repairer
21.99
23125
- Cable Splicer
33.34
23130
- Carpenter Maintenance
26.83
23140
- Carpet Layer
25.85


23160
- Electrician Maintenance

28.68
23181
- Electronics Technician Maintenance
I
24.10
23182
- Electronics Technician Maintenance
II
25.24
23183
- Electronics Technician Maintenance
III
28.36
23260
- Fabric Worker

23.40
23290
- Fire Alarm System Mechanic

21.77
23310
- Fire Extinguisher Repairer

22.02
23311
- Fuel Distribution System Mechanic

33.39
23312
- Fuel Distribution System Operator

27.02
23370
- General Maintenance Worker
19.16
23380
- Ground Support Equipment Mechanic
30.89
23381
- Ground Support Equipment Servicer
26.57
23382
- Ground Support Equipment Worker
28.16
23391
- Gunsmith I
22.02
23392
- Gunsmith II
24.81
23393
- Gunsmith III
27.21
23410
- Heating Ventilation And Air-Conditioning
24.37
Mechanic
23411 - Heating Ventilation And Air Contidioning 25.33
Mechanic (Research Facility)

23430
- Heavy Equipment Mechanic
28.37
23440
- Heavy Equipment Operator
32.86
23460
- Instrument Mechanic
30.09
23465
- Laboratory/Shelter Mechanic
25.98
23470
- Laborer
13.57
23510
- Locksmith
20.60
23530
- Machinery Maintenance Mechanic
26.22
23550
- Machinist Maintenance
21.77
23580
- Maintenance Trades Helper
16.05
23591
- Metrology Technician I
30.09
23592
- Metrology Technician II
31.37
23593
- Metrology Technician III
32.45
23640
- Millwright
33.74
23710
- Office Appliance Repairer
21.04
23760
- Painter Maintenance
21.74
23790
- Pipefitter Maintenance
32.54
23810
- Plumber Maintenance
31.07


23820
- Pneudraulic Systems Mechanic
27.21
23850
- Rigger
27.21
23870
- Scale Mechanic
24.81
23890
- Sheet-Metal Worker Maintenance
26.74
23910
- Small Engine Mechanic
19.82
23931
- Telecommunications Mechanic I
27.63
23932
- Telecommunications Mechanic II
28.81
23950
- Telephone Lineman
24.10
23960
- Welder Combination Maintenance
19.36
23965
- Well Driller
27.21
23970
- Woodcraft Worker
27.21
23980
- Woodworker
21.99
24000 -
Personal Needs Occupations

24550
- Case Manager
15.72
24570
- Child Care Attendant
12.25
24580
- Child Care Center Clerk
15.29
24610
- Chore Aide
10.80
24620
- Family Readiness And Support Services
15.72
Coordinator
24630
- Homemaker
17.23
25000 -
Plant And System Operations Occupations

25010
- Boiler Tender
29.10
25040
- Sewage Plant Operator
26.41
25070
- Stationary Engineer
29.10
25190
- Ventilation Equipment Tender
22.02
25210
- Water Treatment Plant Operator
26.41
27000 -
Protective Service Occupations

27004
- Alarm Monitor
21.51
27007
- Baggage Inspector
13.53
27008
- Corrections Officer
22.76
27010
- Court Security Officer
23.42
27030
- Detection Dog Handler
16.31
27040
- Detention Officer
22.76
27070
- Firefighter
24.59
27101
- Guard I
13.53
27102
- Guard II
16.31
27131
- Police Officer I
26.51


27132
- Police Officer II


29.47
28000 -
Recreation Occupations



28041
- Carnival Equipment Operator


12.24
28042
- Carnival Equipment Repairer


13.09
28043
- Carnival Worker


9.57
28210
- Gate Attendant/Gate Tender


14.66
28310
- Lifeguard


11.34
28350
- Park Attendant (Aide)


16.41
28510
- Recreation Aide/Health Facility Attendant


11.97
28515
- Recreation Specialist


20.32
28630
- Sports Official


13.06
28690
- Swimming Pool Operator


18.62
29000 -
Stevedoring/Longshoremen Occupational Services



29010
- Blocker And Bracer


21.04
29020
- Hatch Tender


21.04
29030
- Line Handler


21.04
29041
- Stevedore I


19.85
29042
- Stevedore II


21.96
30000 -
Technical Occupations



30010
- Air Traffic Control Specialist Center (HFO)
(see
2)
40.38
30011
- Air Traffic Control Specialist Station (HFO)
(see
2)
27.85
30012
- Air Traffic Control Specialist Terminal (HFO)
(see
2)
30.67
30021
- Archeological Technician I


18.14
30022
- Archeological Technician II


20.46
30023
- Archeological Technician III


24.18
30030
- Cartographic Technician


25.34
30040
- Civil Engineering Technician


29.11
30051
- Cryogenic Technician I


26.95
30052
- Cryogenic Technician II


29.77
30061
- Drafter/CAD Operator I


18.14
30062
- Drafter/CAD Operator II


20.46
30063
- Drafter/CAD Operator III


22.81
30064
- Drafter/CAD Operator IV


28.07
30081
- Engineering Technician I


16.70
30082
- Engineering Technician II


18.75
30083
- Engineering Technician III


20.98
30084
- Engineering Technician IV


25.99


30085 - Engineering Technician V

31.78
30086 - Engineering Technician VI

38.46
30090 - Environmental Technician

23.34
30095 - Evidence Control Specialist

24.34
30210 - Laboratory Technician

22.81
30221 - Latent Fingerprint Technician I

26.95
30222 - Latent Fingerprint Technician II

29.77
30240 - Mathematical Technician

25.32
30361 - Paralegal/Legal Assistant I

18.72
30362 - Paralegal/Legal Assistant II

23.34
30363 - Paralegal/Legal Assistant III

30.33
30364 - Paralegal/Legal Assistant IV

36.70
30375 - Petroleum Supply Specialist

29.77
30390 - Photo-Optics Technician

25.34
30395 - Radiation Control Technician

29.77
30461 - Technical Writer I

30.39
30462 - Technical Writer II

35.40
30463 - Technical Writer III

30.60
30491 - Unexploded Ordnance (UXO) Technician I

25.67
30492 - Unexploded Ordnance (UXO) Technician II

31.05
30493 - Unexploded Ordnance (UXO) Technician III

37.22
30494 - Unexploded (UXO) Safety Escort

25.67
30495 - Unexploded (UXO) Sweep Personnel

25.67
30501 - Weather Forecaster I

26.95
30502 - Weather Forecaster II

32.78
30620 - Weather Observer Combined Upper Air Or
(see 2)
23.15
Surface Programs


30621 - Weather Observer Senior
(see 2)
25.34
31000 - Transportation/Mobile Equipment Operation
Occupations

31010 - Airplane Pilot

31.05
31020 - Bus Aide

15.20
31030 - Bus Driver

20.26
31043 - Driver Courier

15.37
31260 - Parking and Lot Attendant

10.41
31290 - Shuttle Bus Driver

16.42
31310 - Taxi Driver

11.78
31361 - Truckdriver Light

16.42


31362
- Truckdriver Medium
19.05
31363
- Truckdriver Heavy
23.70
31364
- Truckdriver Tractor-Trailer
23.70
99000 -
Miscellaneous Occupations

99020
- Cabin Safety Specialist
15.14
99030
- Cashier
10.67
99050
- Desk Clerk
11.15
99095
- Embalmer
33.31
99130
- Flight Follower
25.67
99251
- Laboratory Animal Caretaker I
12.30
99252
- Laboratory Animal Caretaker II
13.16
99260
- Marketing Analyst
30.16
99310
- Mortician
33.31
99410
- Pest Controller
16.03
99510
- Photofinishing Worker
14.88
99710
- Recycling Laborer
22.21
99711
- Recycling Specialist
26.04
99730
- Refuse Collector
20.36
99810
- Sales Clerk
12.24
99820
- School Crossing Guard
14.63
99830
- Survey Party Chief
28.64
99831
- Surveying Aide
16.34
99832
- Surveying Technician
24.53
99840
- Vending Machine Attendant
13.42
99841
- Vending Machine Repairer
15.74
99842
- Vending Machine Repairer Helper
13.42
















Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for Federal

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




ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:





HEALTH & WELFARE: $4.54 per hour up to 40 hours per week or $181.60 per week or
$786.93 per month





HEALTH & WELFARE EO 13706: $4.22 per hour up to 40 hours per week or $168.80 per week or $731.47 per month*




*This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706 Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706.




VACATION: 2 weeks paid vacation after 1 year of service with a contractor or

successor 3 weeks after 5 years and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor wherever employed and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)




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











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:

The application of systems analysis techniques and procedures including consulting with users to determine hardware software or system functional specifications;

The design development documentation analysis creation testing or modification of computer systems or programs including prototypes based on and related to user or system design specifications;

The design documentation testing creation or modification of computer programs related to machine operating systems; or

A combination of the aforementioned duties the performance of which requires the same level of skills. (29 C.F.R. 541.400).




2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.
If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).






** HAZARDOUS PAY DIFFERENTIAL **





An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance explosives and incendiary materials. This includes work such as screening blending dying mixing and pressing of sensitive ordnance explosives
and pyrotechnic compositions such as lead azide black powder and photoflash powder.
All dry-house activities involving propellants or explosives. Demilitarization modification renovation demolition and maintenance operations on sensitive ordnance explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges.




A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with or in close proximity to ordnance (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands face or arms of the employee engaged in the operation irritation of the skin minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving unloading storage and hauling of ordnance explosive and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance explosives and incendiary material differential pay.




** UNIFORM ALLOWANCE **





If employees are required to wear uniforms in the performance of this contract

(either by the terms of the Government contract by the employer by the state or local law etc.) the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:




The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition where uniform cleaning and maintenance is made the responsibility of the employee all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount or the furnishing of contrary affirmative proof as to the actual cost) reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However in those instances where the uniforms furnished are made of ""wash and wear"" materials may be routinely washed and dried with other personal garments and do not require any special treatment such as dry cleaning daily washing or commercial
laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract by the contractor by law or by the nature of the work there is no requirement that employees be reimbursed for uniform maintenance costs.




** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **





The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"" Fifth Edition (Revision 1) dated September 2015 unless otherwise indicated.




** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard

Form 1444 (SF-1444) **





Conformance Process:





The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e. the work to be performed is not performed by any classification listed in the wage determination) be classified by the contractor so as to provide a reasonable relationship (i.e. appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification wage rate and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed.




The process for preparing a conformance request is as follows:





When preparing the bid the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).



After contract award the contractor prepares a written report listing in order the proposed classification title(s) a Federal grade equivalency (FGE) for each proposed classification(s) job description(s) and rationale for proposed wage rate(s) including information regarding the agreement or disagreement of the authorized representative of the employees involved or where there is no authorized representative the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.




The contracting officer reviews the proposed action and promptly submits a report of the action together with the agency's recommendations and pertinent
information including the position of the contractor and the employees to the U.S. Department of Labor Wage and Hour Division for review (See 29 CFR 4.6(b)(2)(ii)).




Within 30 days of receipt the Wage and Hour Division approves modifies or disapproves the action via transmittal to the agency contracting officer or notifies the contracting officer that additional time will be required to process the request.




The contracting officer transmits the Wage and Hour Division's decision to the contractor.




Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)).

Information required by the Regulations must be submitted on SF-1444 or bond paper.



When preparing a conformance request the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember it is not the job title but the required tasks that determine whether a class is included in an established wage determination.
Conformances may not be used to artificially split combine or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1))."

Roman Savino
Contracting Officer

Paper Shredding and Recycling

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP