The RFP Database
New business relationships start here

552-18-3-6115-0031 Housekeeping Cleaning - 17 Buildings Dayton VA Medical Center


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

COMBINED SYNOPSIS/SOLICITATION FOR HOUSEKEEPING SERVICES OF
17 BUILDINGS AT THE DAYTON VA MEDICAL CENTER

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C250-18-Q-9337
Posted Date:
June 22, 2018
Original Response Date:
July 3, 2018
Current Response Date:

Product or Service Code:
S299 Other Housekeeping Services
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
561720 Janitorial Services (Housekeeping services (i.e., cleaning services)
Contracting Office Address
Network Contracting Office (NCO) 10
Department of Veterans Affairs
Dayton VA Medical Center
3140 Governor s Place Blvd, Suite 200
Kettering OH 45409
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued.

This solicitation is a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $18M.

The Network Contracting Office (NCO) 10 is seeking to purchase housekeeping/custodial services for 17 Buildings located at the Dayton VA Medical Center in a manner that will maintain a satisfactory facility condition and shall ensure that all employees present a clean, neat and professional appearance.

This procurement is a 100% Service Disabled Veteran Owned Small Business set-aside IAW FAR 19.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside.

The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/. The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (April 2014), applies to this solicitation. No addenda are attached.
FAR 52.212-2, Evaluation Commercial Items (January 1999) as amended.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the technically acceptable offer. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement , (2) past performance, and (3) price.B B

Technical and Past Performance factors, when combined, are equal to price.

Options. The Government will evaluate offers for award purposes by adding the total price of 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).
A written notice of award 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.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Jan 2017), applies to this solicitation. There are no addenda attached to this clause.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2018), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation:

FAR Clause 52.208-9 Contractor Use of Mandatory Sources of Supply or Services
FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Aside
FAR 52.204-14, Service Contract Reporting Requirements
FAR 52.213-2, Invoices
FAR 52.219-14, Limitations on Subcontracting
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached)
FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-55, Minimum Wages Under Executive Order 13658
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management
FAR 52.242-5, Payments to Small Business Subcontractors

Other VA Acquisition Regulation Provisions and Clauses
VAAR 852.203-70, Commercial Advertising
VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.237-70, Contractor Responsibility

SITE VISIT: A Mandatory Site Visit shall be conducted on Tuesday, June 26, 2018 from 1300 1500 hours (1:00pm 3:00pm). You will meet Paul Stuart and Craig Barnes in the Lobby of the Main Dayton VA Hospital (Building 330). Please be aware, walking will be required, comfortable shoes encouraged, the campus is quite large.

QUESTIONS shall be received between June 25 June 29, 2018 and answers shall be provided on Monday, July 2, 2018. Any and all questions or concerns regarding this solicitation should be forwarded in writing ONLY via e-mail to the contract specialist, Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov, AND Paul Stuart, EMS, paul.stuart@va.gov.

All offerors shall email proposals to donna.sizemore@va.gov. Proposals shall include:

Capabilities Statement on completing Performance Work Statement scope and requirements
five (5) past performance references (to include company name, individual contact name, phone number, dates of service to company)
cost proposal to include option years separately priced, supplies and equipment separately priced, Wage Categories, and the following:

Total hours labor hours per week:
Total labor cost per week ___ X ____=$______
Total health and welfare costs per week ___ X ____=$______
Total management costs per month = _____
Total supplies and equipment costs per month = _____
Total sick time accrual cost per month = _____

Total 5-year cost proposed is $______________ of the 5-year period of all elected for renewal
Base year monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #1 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #2 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #3 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #4 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
offeror shall list exception(s) and rationale for the exception(s).

Submission of Quotes shall be received not later than 1600, July 3, 2018 via email to Donna.Sizemore@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Point of Contact
Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov, (937) 268-6511 ext 2324


PERFORMANCE WORK STATEMENT (PWS)

Contract Number:

Task Order Number:

IFCAP Tracking Number:
552-18-3-6115-0031
Follow-on to Contract and Task Order Number:


Contracting Officer s Representative (COR)

Name:
Craig Barnes
Section:
EMS
Address:
4100 W Third Street Dayton, Ohio 45428
Phone Number:
937-268-6511 EXT. 2897
Fax Number:

E-Mail Address:
craig.barnes@va.gov

Contract Title: Housekeeping Services 17 Buildings
Background: Dayton VAMC has seventeen buildings with administrative areas that need housekeeping services to alleviate the burden of shortage of housekeeping staff.
Scope: The contractor shall provide housekeeping services for (Dayton Veterans Affairs Medical Center). Services to include all labor, supervision, and management to provide cleaning of treatment areas and administrative support offices. Contract will be for one (1) base year with four (4) option years for renewal. The service will consist of housekeeping for building 330, 115, 310, 322, 307, 315, 340, 341, 126, 128, 127, 408, 409, 411, 305, 302, 120. All services will be performed at Dayton VA Medical Center, 4100 W Third street Dayton, Ohio 45428.
Specific Tasks: Contractor will perform cleaning services in administrative and non-direct patient care areas.

WORK HOURS:

Second shift Work Hours: (Mon. thru Fri. 2:30pm to 11:00pm)

2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday.

SPECIFICATIONS:

Contractor s Personnel:
Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the contract. The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to the daily operation of this contract. The contract manager shall be able to read, write, speak, and understand English. The contract manager or alternate(s) shall be available during normal business hours and be able to meet, either in-person or telephonically, with VA personnel designated by the Contracting Officer within 24 hours to discuss deficiencies.
Contractor Employees: Contractor personnel shall present a neat appearance and be easily recognized as contract employees. This may be accomplished by wearing distinctive clothing bearing the company name and/or by wearing appropriate badges that prominently display the contractor s company name and the employee s name. Jeans, shorts and sandals are not considered appropriate or safe attire for this setting.
All Contractor Employees must display their government issued security (PIV) Badge at all times.
The contractor shall not employ persons for work on this contract if such an employee is identified to the contractor by VA Police or Contracting Officer as a potential threat to the health, safety, security, general well-being, or mission of the medical center and the VA.
The contactor shall not employ any person who is presently an employee of the U.S. Government when and if the employment of that person would create either a conflict of interest or the perception of such a conflict.

2. Building Security:

a. Keys. The contractor shall be provided keys or allowed access to all areas and rooms requiring cleaning. Keys provided to the contractor shall not be duplicated. In the event a key is lost or duplicated, all locks and keys on that system shall be replaced by the Government. The contractor shall be responsible for the total cost involved in replacing keys and cores. The contractor shall be responsible for immediately reporting the occurrence of a lost key to the Contracting Officer Technical Representative (COTR) or his/her designee.

b. Contractor employees shall not allow any unauthorized person the use of any key in their possession. They shall not open locked rooms or areas to permit entrance by persons other than contractor employees performing assigned duties. All rooms/areas required to be locked shall not be left unattended during the cleaning process and shall be relocked by contractor personnel after completing cleaning duties.

c. Contractor personnel shall turn off all lights in unoccupied areas after cleaning is performed. Ensure areas are secured and windows are closed and locked, the Contracting Officer or designee shall be notified of any unlocked doors or windows during his/her duty hours.

3. Safety:

a. The contractor shall display warning signs that have been approved by the COTR in all areas where housekeeping operations may cause traffic obstruction or personnel hazard.

b. The cleaning of lobbies and corridors resulting in a temporary wet or slippery floor surface shall be accomplished so that it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas (1/2 of the hallway or area at a time). The contractor must comply with all Life Safety Regulations.

Handling/Cleaning of VA Furniture/Equipment: (make sure all functions performed at the location are included such as radiology, LAB etc.)

a. Equipment that is plugged in for recharging shall not be unplugged.

b. Podiatry tables and equipment (except console), and examination tables and all other furniture and equipment shall be cleaned in accordance with the government requirements. The contractor shall be responsible for moving and returning the furniture when cleaning it or behind it.

c. All tasks accomplished by the contractor personnel shall be done so as to preclude damage or disfigurement of furniture and building structure. The contractor shall correct any damage caused by his employees to any part of the building or equipment or any area covered by this contract.

Frequency of Services Required: (ensure all functions are included such as medical waste removal, common sharp containers, entrance ways, floor mats, outside areas)

Daily

Exam Rooms/Lab - Dust desks, chairs, file cabinets and furniture. Empty all waste, clean and disinfect trash receptacles; inside and out. Wipe exam rooms foot rests. Mop floors.

Reception area - trash, dust chairs and counters, clean floors.

Lobbies - vacuum floors, dust chairs. Clean, disinfect and polish water fountain, front doors glass, frame and thresholds. Spot clean walls and magazine racks.

Restrooms - sanitization cleaning of lavatories, all fixtures, floors, toilet seat & bowl (inside and out), mirrors, soap dispensers, trash cans. Underside of sinks and pipes, faucets, paper towel holders, walls, doorknobs, ledges and light switches.

NOTE: All restroom floors shall be damp mopped with hospital grade germicide solution; changed after each restroom.

Hospital grade germicide will be used on sinks and toilets. Refill all dispensers.

All areas - replace trash liners as required, not less than twice per week. Spot clean all doors, door frames, and areas around light switches. Thoroughly clean all glass.

Floors - shall be dust mopped and wet mopped with disinfectant/detergent as stated in specifications.

Break room shall be dust mopped and wet mopped. All counters, sinks and tables to be cleaned using disinfectant/detergent.

Weekly or as Needed

Buff floors - Fridays
All medical waste receptacles need to be wiped down on Tuesdays. Thoroughly clean soiled walls, carpets and chairs.
Light fixtures, damp wiping of handrails, door frames, fire extinguishers.
All air vents shall be dusted.
All window ledges and blinds shall be cleaned and dusted.

Monthly or as Needed

Windows - inside, window sills, window blinds.
All light fixtures shall be wiped down.

Semi-annual or as Needed

Hard-surface floor care (stripping and waxing).

Carpet care (shampooing). No dust building-up in corners, edges or under or behind furniture. Spot/stains are to be promptly removed.


GOVERNMENT FURNISHED EQUIPMENT/SUPPLIES

(paper towels, toilet paper, hand soap, hand sanitizer, detergent, disinfectant) solution, power equipment and any other supplies needed to accomplish daily tasks.

CONTRACTOR FURNISHED EQUIPMENT/SUPPLIES

1. The contractor shall be furnished the supplies necessary to perform all services required. Supplies and equipment shall meet the specifications below and comply with VA, federal or state Occupational Safety and Health Standards and fire regulations. Contractor furnished items shall be subject to use by VA employees. A listing of these items follows, paper towels, toilet paper, hand soap, hand sanitizer, power equipment etc.).

2. All items shall be approved by the facilities Infection Control Committee (ICC) and the COTR prior to being used. The contractor shall obtain Material Safety Data Sheets, Occupational Safety and Health Administration (OSHA) Form 20 for all chemical products used and must provide a copy to the COTR. New supplies or changes in previously approved materials shall require product literature and may require samples.

NOTE: Aerosol sprays shall not be used in patient treatment areas.

3. Contractor personnel shall not use steel wool, abrasive metal cleaners, or any other cleaning materials or supplies which could cause damage to government property. At no time shall chairs, wastebaskets, brooms, mops, or any other items normally placed on the floor be placed on any surface of furniture or equipment.

4. All containers of cleaning chemicals and similar products shall be conspicuously marked (preferably with a factory label), to identify contents. All other labels must be removed or defaced. Materials bearing a Department of Transportation (DOT) red label (flammable) shall not be used. No unlabeled chemicals are permitted for use anywhere within the facility.

All equipment shall be cleaned with a disinfectant/detergent each day prior to storage.

6. All electrically operated equipment shall be equipped with hospital quiet-type motor, be third-wire grounded, and equipped with an appropriate length of UL approved three-conductor cord. Extension cords are prohibited.

7. When not in use, equipment shall be stored in designated areas only. Trash containers shall be washed each day or as needed prior to storage.

8. Supplies and equipment shall not be transported in trash barrels, mop buckets, etc. All materials not immediately used shall be properly stored.

9. The disinfectant/detergent shall be currently Environmental Protection Agency (EPA) registered as a hospital grade germicidal (pseudomonicidal and staphylocidal), fungicidal and viricidal at the recommended use dilution. The manufacturer s labeled instructions for use dilution should be followed. The disinfectant/detergent used shall be compatible in use with the microorganisms which may be prevalent in the local area. In the event of an outbreak of Methicillin Resistant Staphlococcus Aureus (MRSA), Clostridium Difficile (C-Diff) etc., COTR will instruct contractor on proper cleaning procedures.

10. Mop heads shall be laundered after each use. Disposable mop heads may be made of non-woven fabric or a listless fabric consisting of textile fibers or a combination of fibers and yam and be clear or neutral in color. No oil based treatments are allowable. The chemical treatment shall not have a flashpoint of less than 330B: Fahrenheit and shall be free of specifiable matter. The compound shall not heat spontaneously under service conditions. Total treatment residue in mop heads shall contain no carbon residue.

11. Vacuum Cleaners shall have hospital grade micro static impaction type filtration system which shall filter out all dust and bacteria particles larger than 0.3 micros. All vacuum equipment (i.e. tank, hose and bag) shall be cleaned daily with hospital disinfectant/detergent. Vacuum filters shall be cleaned weekly.

12. Trash collection containers shall be rigid, with a smooth interior finish, equipped with a snug fitting cover and hard rubber, non-marking, silent running casters. All trash containers shall meet local base fire regulations. Trash carts shall be of such size that will not block width or block passageways for building evacuation. All trash collection containers shall be thoroughly cleaned and disinfected daily.

13. The double bucket mopping or microfiber system shall be used. Buckets shall be constructed of non-porous, acid resistant, seamless material.

14. Signs shall contain easily understood directions and guidance in English and Spani

15. When routine facility s defects (dripping faucet, loose door, loose window frames, etc.) are found, they shall be reported to the COTR or his/her representative.

16. All areas are to be pre-inspected by the contractor and shall receive cleaning, protection and beautification in keeping with the minimum standards established by the government.

CLEANING FREQUENCY CHART

Restrooms
Daily
Weekly
Bi-Monthly
Semi-Annually
Annually
As Needed
Vacuum, scrub/mop floors
X




X
Clean/disinfect sinks and sink surfaces
X




X
Clean mirrors
X




X
Clean/disinfect commodes
X





Spot-clean all walls (room and stalls)


X


X
Refill dispensers (toilet paper, paper towels, toilet seat covers)
X




X
Replace string on call buttons





X
Deep clean grout (walls and floors)



X

X


All other space
Daily
Weekly
Bi-Monthly
Semi-Annually
Annually
As Needed
Vacuum and mop tile floors
X




X
Clean cove base



X

X
Stop and refinish tile floors




X
X
Top scrub and recoat



X

X
Buff tile floors

X



X
High dust walls/wall art

X



X
Wash Walls/Cabinet/Fronts, etc.





X
Dust all flat surfaces (i.e. file and general cabinet tops, refrigerator tops, window sills, etc.)

X



X
Furniture/Furnishings


X


X
Light Fixtures and Vents (clean exterior, remove dead bugs and dust)



X



X
Equipment
x






Glass
Daily
Weekly
Bi-Monthly
Semi-Annually
Annually
As Needed
Interior Window Glass (including doors)
X




X
Interior glass
X




X
Other exterior glass



X

X

QUALITY ASSURANCE: The Government will receive and investigate complaints from various customers located at Dayton VA Medical Center. All information received will be provided either verbally and/or in writing to the contractor for appropriate action.

Performance Objective
Performance Threshold
Contractor provides total cleaning in accordance with specifications listed above.
Less than two (2) complaints of inadequate support up per quarter.

G. Areas of work that will be performed: The following buildings will be serviced.
Building 115
Building 330
Building 310
Building 322
Building 307
Building 315
Building 340
Building 341
Building 126
Building 128
Building 127
Building 408
Building 409
Building 411
Building 305
Building 302
Building 120


Performance Monitoring: On site monitoring shall be conducted by Contract Manager supervisor Monday through Friday with weekly QA inspections and document discrepancies and resolve.

Security Requirements: No contractor access to a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System VA Protected Health Information (PHI), nor VA Personally Identifiable Information(PII) is allowed or performed on this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards and VA Directives and Handbooks as VA personnel regarding information and information system security. Dayton VA PIV Badge.

Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Supplies and equipment needed to perform cleaning services shall be in accordance with Paragraph 5) Specific Tasks, C. and D. as stated above.

Other Pertinent Information or Special Considerations: N/A

Risk Control: N/A

Place of Performance: Dayton VA Medical Center; Buildings 330, 115, 310, 322, 307, 315, 340, 341, 126, 128, 127, 408, 409, 411, 305, 302, 120.

Period of Performance
Base year - 8/1/2018 7/30/2019
Option year one 8/1/2019 7/30/2020
Option year two 8/1/2020 7/30/2021
Option year three 8/1/2021 7/30/2022
Option year four 8/1/2022 7/30/2023

Delivery Schedule: N/A


WD 15-4731 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018
******************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2015-4731
Daniel W. Simms Division of | Revision No.: 5
Director Wage Determinations | Date Of Revision: 01/10/2018
_______________________________________|______________________________________
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for
calendar year 2018 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 $10.35 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 2018. 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 Greene, Miami, Montgomery
______________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE RATE
01000 - Administrative Support And Clerical Occupations
01011 - Accounting Clerk I 14.26
01012 - Accounting Clerk II 16.00
01013 - Accounting Clerk III 17.90
01020 - Administrative Assistant 24.34
01035 - Court Reporter 19.34
01041 - Customer Service Representative I 12.48
01042 - Customer Service Representative II 14.03
01043 - Customer Service Representative III 15.31
01051 - Data Entry Operator I 12.22
01052 - Data Entry Operator II 13.34
01060 - Dispatcher, Motor Vehicle 17.40
01070 - Document Preparation Clerk 13.37
01090 - Duplicating Machine Operator 13.37
01111 - General Clerk I 13.25
01112 - General Clerk II 14.46
01113 - General Clerk III 16.22
01120 - Housing Referral Assistant 20.69
01141 - Messenger Courier 11.82
01191 - Order Clerk I 16.06
01192 - Order Clerk II 17.53
01261 - Personnel Assistant (Employment) I 15.68
01262 - Personnel Assistant (Employment) II 17.54
01263 - Personnel Assistant (Employment) III 19.56
01270 - Production Control Clerk 21.35
01290 - Rental Clerk 14.69
01300 - Scheduler, Maintenance 16.59
01311 - Secretary I 16.59
01312 - Secretary II 18.57
01313 - Secretary III 20.69
01320 - Service Order Dispatcher 16.58
01410 - Supply Technician 24.34
01420 - Survey Worker 17.54
01460 - Switchboard Operator/Receptionist 12.06
01531 - Travel Clerk I 12.86
01532 - Travel Clerk II 13.72
01533 - Travel Clerk III 14.55
01611 - Word Processor I 16.63
01612 - Word Processor II 18.66
01613 - Word Processor III 20.88
05000 - Automotive Service Occupations
05005 - Automobile Body Repairer, Fiberglass 20.43
05010 - Automotive Electrician 20.69
05040 - Automotive Glass Installer 19.88
05070 - Automotive Worker 19.88
05110 - Mobile Equipment Servicer 18.30
05130 - Motor Equipment Metal Mechanic 19.53
05160 - Motor Equipment Metal Worker 19.88
05190 - Motor Vehicle Mechanic 18.33
05220 - Motor Vehicle Mechanic Helper 17.51
05250 - Motor Vehicle Upholstery Worker 19.10
05280 - Motor Vehicle Wrecker 19.88
05310 - Painter, Automotive 20.69
05340 - Radiator Repair Specialist 19.88
05370 - Tire Repairer 15.24
05400 - Transmission Repair Specialist 19.53
07000 - Food Preparation And Service Occupations
07010 - Baker 12.54
07041 - Cook I 12.58
07042 - Cook II 14.02
07070 - Dishwasher 9.08
07130 - Food Service Worker 9.71
07210 - Meat Cutter 16.25
07260 - Waiter/Waitress 9.92
09000 - Furniture Maintenance And Repair Occupations
09010 - Electrostatic Spray Painter 19.62
09040 - Furniture Handler 14.20
09080 - Furniture Refinisher 19.62
09090 - Furniture Refinisher Helper 16.28
09110 - Furniture Repairer, Minor 18.11
09130 - Upholsterer 20.23
11000 - General Services And Support Occupations
11030 - Cleaner, Vehicles 11.36
11060 - Elevator Operator 14.74
11090 - Gardener 16.30
11122 - Housekeeping Aide 14.76
11150 - Janitor 14.76
11210 - Laborer, Grounds Maintenance 14.25
11240 - Maid or Houseman 9.61
11260 - Pruner 13.74
11270 - Tractor Operator 15.71
11330 - Trail Maintenance Worker 14.25
11360 - Window Cleaner 15.54
12000 - Health Occupations
12010 - Ambulance Driver 15.02
12011 - Breath Alcohol Technician 18.86
12012 - Certified Occupational Therapist Assistant 27.85
12015 - Certified Physical Therapist Assistant 26.38
12020 - Dental Assistant 18.50
12025 - Dental Hygienist 33.69
12030 - EKG Technician 25.97
12035 - Electroneurodiagnostic Technologist 25.97
12040 - Emergency Medical Technician 15.02
12071 - Licensed Practical Nurse I 18.88
12072 - Licensed Practical Nurse II 21.13
12073 - Licensed Practical Nurse III 23.56
12100 - Medical Assistant 14.39
12130 - Medical Laboratory Technician 19.02
12160 - Medical Record Clerk 13.92
12190 - Medical Record Technician 15.58
12195 - Medical Transcriptionist 16.81
12210 - Nuclear Medicine Technologist 35.17
12221 - Nursing Assistant I 11.53
12222 - Nursing Assistant II 12.96
12223 - Nursing Assistant III 14.14
12224 - Nursing Assistant IV 15.87
12235 - Optical Dispenser 16.80
12236 - Optical Technician 14.78
12250 - Pharmacy Technician 13.67
12280 - Phlebotomist 15.01
12305 - Radiologic Technologist 25.65
12311 - Registered Nurse I 23.52
12312 - Registered Nurse II 28.78
12313 - Registered Nurse II, Specialist 28.78
12314 - Registered Nurse III 34.81
12315 - Registered Nurse III, Anesthetist 34.81
12316 - Registered Nurse IV 41.74
12317 - Scheduler (Drug and Alcohol Testing) 23.37
12320 - Substance Abuse Treatment Counselor 21.64
13000 - Information And Arts Occupations
13011 - Exhibits Specialist I 22.17
13012 - Exhibits Specialist II 27.46
13013 - Exhibits Specialist III 33.58
13041 - Illustrator I 22.55
13042 - Illustrator II 27.93
13043 - Illustrator III 34.16
13047 - Librarian 28.17
13050 - Library Aide/Clerk 12.35
13054 - Library Information Technology Systems 24.18
Administrator
13058 - Library Technician 17.46
13061 - Media Specialist I 17.74
13062 - Media Specialist II 19.85
13063 - Media Specialist III 22.13
13071 - Photographer I 15.95
13072 - Photographer II 17.84
13073 - Photographer III 22.11
13074 - Photographer IV 27.04
13075 - Photographer V 32.71
13090 - Technical Order Library Clerk 16.08
13110 - Video Teleconference Technician 18.20
14000 - Information Technology Occupations
14041 - Computer Operator I 16.79
14042 - Computer Operator II 18.79
14043 - Computer Operator III 20.95
14044 - Computer Operator IV 23.28
14045 - Computer Operator V 25.78
14071 - Computer Programmer I (see 1) 25.51
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 16.79
14160 - Personal Computer Support Technician 23.28
14170 - System Support Specialist 27.77
15000 - Instructional Occupations
15010 - Aircrew Training Devices Instructor (Non-Rated) 30.08
15020 - Aircrew Training Devices Instructor (Rated) 36.39
15030 - Air Crew Training Devices Instructor (Pilot) 42.16
15050 - Computer Based Training Specialist / Instructor 30.08
15060 - Educational Technologist 31.28
15070 - Flight Instructor (Pilot) 42.16
15080 - Graphic Artist 22.43
15085 - Maintenance Test Pilot, Fixed, Jet/Prop 41.55
15086 - Maintenance Test Pilot, Rotary Wing 41.55
15088 - Non-Maintenance Test/Co-Pilot 41.55
15090 - Technical Instructor 20.75
15095 - Technical Instructor/Course Developer 25.39
15110 - Test Proctor 16.95
15120 - Tutor 16.95
16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 - Assembler 9.88
16030 - Counter Attendant 9.88
16040 - Dry Cleaner 12.25
16070 - Finisher, Flatwork, Machine 9.88
16090 - Presser, Hand 9.88
16110 - Presser, Machine, Drycleaning 9.88
16130 - Presser, Machine, Shirts 9.88
16160 - Presser, Machine, Wearing Apparel, Laundry 9.88
16190 - Sewing Machine Operator 13.11
16220 - Tailor 13.97
16250 - Washer, Machine 10.49
19000 - Machine Tool Operation And Repair Occupations
19010 - Machine-Tool Operator (Tool Room) 20.44
19040 - Tool And Die Maker 23.85
21000 - Materials Handling And Packing Occupations
21020 - Forklift Operator 16.46
21030 - Material Coordinator 21.44
21040 - Material Expediter 21.44
21050 - Material Handling Laborer 17.65
21071 - Order Filler 13.18
21080 - Production Line Worker (Food Processing) 16.46
21110 - Shipping Packer 14.59
21130 - Shipping/Receiving Clerk 14.59
21140 - Store Worker I 15.64
21150 - Stock Clerk 19.71
21210 - Tools And Parts Attendant 16.46
21410 - Warehouse Specialist 16.46
23000 - Mechanics And Maintenance And Repair Occupations
23010 - Aerospace Structural Welder 27.61
23019 - Aircraft Logs and Records Technician 23.37
23021 - Aircraft Mechanic I 26.66
23022 - Aircraft Mechanic II 27.61
23023 - Aircraft Mechanic III 28.62
23040 - Aircraft Mechanic Helper 20.72
23050 - Aircraft, Painter 25.82
23060 - Aircraft Servicer 23.37
23070 - Aircraft Survival Flight Equipment Technician 25.82
23080 - Aircraft Worker 24.56
23091 - Aircrew Life Support Equipment (ALSE) Mechanic I 24.56
23092 - Aircrew Life Support Equipment (ALSE) Mechanic II 26.66
23110 - Appliance Mechanic 18.83
23120 - Bicycle Repairer 18.44
23125 - Cable Splicer 30.64
23130 - Carpenter, Maintenance 22.43
23140 - Carpet Layer 21.18
23160 - Electrician, Maintenance 25.95
23181 - Electronics Technician Maintenance I 25.35
23182 - Electronics Technician Maintenance II 26.55
23183 - Electronics Technician Maintenance III 27.51
23260 - Fabric Worker 20.15
23290 - Fire Alarm System Mechanic 22.16
23310 - Fire Extinguisher Repairer 19.00
23311 - Fuel Distribution System Mechanic 24.56
23312 - Fuel Distribution System Operator 20.30
23370 - General Maintenance Worker 18.07
23380 - Ground Support Equipment Mechanic 26.66
23381 - Ground Support Equipment Servicer 23.37
23382 - Ground Support Equipment Worker 24.56
23391 - Gunsmith I 19.00
23392 - Gunsmith II 21.18
23393 - Gunsmith III 22.98
23410 - Heating, Ventilation And Air-Conditioning 21.03
Mechanic
23411 - Heating, Ventilation And Air Contidioning 21.78
Mechanic (Research Facility)
23430 - Heavy Equipment Mechanic 22.76
23440 - Heavy Equipment Operator 25.31
23460 - Instrument Mechanic 22.98
23465 - Laboratory/Shelter Mechanic 22.18
23470 - Laborer 15.39
23510 - Locksmith 22.18
23530 - Machinery Maintenance Mechanic 24.82
23550 - Machinist, Maintenance 21.16
23580 - Maintenance Trades Helper 16.60
23591 - Metrology Technician I 22.98
23592 - Metrology Technician II 23.81
23593 - Metrology Technician III 24.67
23640 - Millwright 30.67
23710 - Office Appliance Repairer 20.23
23760 - Painter, Maintenance 18.10
23790 - Pipefitter, Maintenance 26.29
23810 - Plumber, Maintenance 25.37
23820 - Pneudraulic Systems Mechanic 22.98
23850 - Rigger 26.42
23870 - Scale Mechanic 21.18
23890 - Sheet-Metal Worker, Maintenance 24.75
23910 - Small Engine Mechanic 17.14
23931 - Telecommunications Mechanic I 25.05
23932 - Telecommunications Mechanic II 25.94
23950 - Telephone Lineman 24.99
23960 - Welder, Combination, Maintenance 18.86
23965 - Well Driller 22.98
23970 - Woodcraft Worker 20.97
23980 - Woodworker 19.00
24000 - Personal Needs Occupations
24550 - Case Manager 14.04
24570 - Child Care Attendant 10.05
24580 - Child Care Center Clerk 14.92
24610 - Chore Aide 11.06
24620 - Family Readiness And Support Services 14.04
Coordinator
24630 - Homemaker 15.80
25000 - Plant And System Operations Occupations
25010 - Boiler Tender 27.58
25040 - Sewage Plant Operator 24.94
25070 - Stationary Engineer 27.58
25190 - Ventilation Equipment Tender 21.43
25210 - Water Treatment Plant Operator 24.94
27000 - Protective Service Occupations
27004 - Alarm Monitor 22.25
27007 - Baggage Inspector 13.11
27008 - Corrections Officer 23.27
27010 - Court Security Officer 21.92
27030 - Detection Dog Handler 17.82
27040 - Detention Officer 23.27
27070 - Firefighter 22.55
27101 - Guard I 13.11
27102 - Guard II 17.82
27131 - Police Officer I 26.75
27132 - Police Officer II 29.73
28000 - Recreation Occupations
28041 - Carnival Equipment Operator 12.98
28042 - Carnival Equipment Repairer 13.34
28043 - Carnival Worker 11.15
28210 - Gate Attendant/Gate Tender 14.72
28310 - Lifeguard 12.03
28350 - Park Attendant (Aide) 16.47
28510 - Recreation Aide/Health Facility Attendant 12.02
28515 - Recreation Specialist 20.40
28630 - Sports Official 13.12
28690 - Swimming Pool Operator 18.63
29000 - Stevedoring/Longshoremen Occupational Services
29010 - Blocker And Bracer 23.30
29020 - Hatch Tender 23.30
29030 - Line Handler 23.30
29041 - Stevedore I 22.18
29042 - Stevedore II 24.40
30000 - Technical Occupations
30010 - Air Traffic Control Specialist, Center (HFO) (see 2) 39.04
30011 - Air Traffic Control Specialist, Station (HFO) (see 2) 26.92
30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.64
30021 - Archeological Technician I 18.39
30022 - Archeological Technician II 20.58
30023 - Archeological Technician III 25.49
30030 - Cartographic Technician 25.49
30040 - Civil Engineering Technician 22.93
30051 - Cryogenic Technician I 24.91
30052 - Cryogenic Technician II 27.52
30061 - Drafter/CAD Operator I 18.39
30062 - Drafter/CAD Operator II 20.58
30063 - Drafter/CAD Operator III 22.94
30064 - Drafter/CAD Operator IV 29.65
30081 - Engineering Technician I 15.77
30082 - Engineering Technician II 17.69
30083 - Engineering Technician III 20.55
30084 - Engineering Technician IV 24.52
30085 - Engineering Technician V 30.00
30086 - Engineering Technician VI 36.30
30090 - Environmental Technician 20.32
30095 - Evidence Control Specialist 22.49
30210 - Laboratory Technician 22.76
30221 - Latent Fingerprint Technician I 24.91
30222 - Latent Fingerprint Technician II 27.52
30240 - Mathematical Technician 25.49
30361 - Paralegal/Legal Assistant I 19.22
30362 - Paralegal/Legal Assistant II 23.81
30363 - Paralegal/Legal Assistant III 31.43
30364 - Paralegal/Legal Assistant IV 37.70
30375 - Petroleum Supply Specialist 27.52
30390 - Photo-Optics Technician 25.49
30395 - Radiation Control Technician 27.52
30461 - Technical Writer I 24.05
30462 - Technical Writer II 29.40
30463 - Technical Writer III 35.57
30491 - Unexploded Ordnance (UXO) Technician I 24.81
30492 - Unexploded Ordnance (UXO) Technician II 30.02
30493 - Unexploded Ordnance (UXO) Technician III 35.98
30494 - Unexploded (UXO) Safety Escort 24.81
30495 - Unexploded (UXO) Sweep Personnel 24.81
30501 - Weather Forecaster I 24.91
30502 - Weather Forecaster II 30.30
30620 - Weather Observer, Combined Upper Air Or (see 2) 22.94
Surface Programs
30621 - Weather Observer, Senior (see 2) 23.88
31000 - Transportation/Mobile Equipment Operation Occupations
31010 - Airplane Pilot 30.02
31020 - Bus Aide 14.92
31030 - Bus Driver 21.53
31043 - Driver Courier 17.02
31260 - Parking and Lot Attendant 9.51
31290 - Shuttle Bus Driver 18.11
31310 - Taxi Driver 11.56
31361 - Truckdriver, Light 18.11
31362 - Truckdriver, Medium 18.43
31363 - Truckdriver, Heavy 19.73
31364 - Truckdriver, Tractor-Trailer 19.73
99000 - Miscellaneous Occupations
99020 - Cabin Safety Specialist 14.63
99030 - Cashier 9.87
99050 - Desk Clerk 10.05
99095 - Embalmer 34.47
99130 - Flight Follower 24.81
99251 - Laboratory Animal Caretaker I 11.85
99252 - Laboratory Animal Caretaker II 12.61
99260 - Marketing Analyst 28.37
99310 - Mortician 34.47
99410 - Pest Controller 16.18
99510 - Photofinishing Worker 13.48
99710 - Recycling Laborer 17.59
99711 - Recycling Specialist 20.18
99730 - Refuse Collector 16.30
99810 - Sales Clerk 12.05
99820 - School Crossing Guard 15.64
99830 - Survey Party Chief 28.64
99831 - Surveying Aide 14.72
99832 - Surveying Technician 22.53
99840 - Vending Machine Attendant 14.77
99841 - Vending Machine Repairer 16.64
99842 - Vending Machine Repairer Helper 14.77

______________________________________________________________________________
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: $4.41 per hour or $176.40 per week or $764.40 per month

HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 per
month*

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

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor, 3 weeks after 8 years, and 4 weeks after 15 years. Length of service
includes the whole span of continuous service with the present contractor or
successor, wherever employed, and with the predecessor contractors in the
performance of similar work at the same Federal facility. (See 29 CFR 4.173)

HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin

Donna Sizemore, Contractor, TAG
Journeyman Contract Support Specialist
The Arcanum Group (TAG) in support of the VHA
donna.sizemore@va.gov
(937) 268-6511 ext 2324

Donna.Sizemore@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP