The RFP Database
New business relationships start here

Medical and Universal Waste Removal


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

2

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 36C25019Q1466 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Medical Waste and Universal Waste (Batteries) Removal Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.B This requirement is a Service Disabled Veteran Owned Small Business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 562112.

REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors to provide Regulated Medical Waste Removal and Universal Waste (Batteries) removal at the Cleveland VA Medical Center (10701 East Blvd, Cleveland, OH 44106) and all Community Based Outpatient Clinics. The contract will be for a base year with three 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 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) (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: Heavy-Equipment Operator WG-10 ($29.71 with a fringe of $8.75), Laborer WG-2 ($16.90 with a fringe of $5.07), Environmental Technician GS-7 ($20.98 with a fringe of $6.29), Truck Driver Light WG-6 ($23.18 with a fringe of $6.95), Truck Drive Medium ($24.66 with a fringe of $7.39) and Truck Driver Heavy WG-8 ($26.30 with a fringe of $7.89) 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 October 4, 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 11, 2019.

Technical questions and Quotes must be sent by email to roman.savino@va.gov.



SERVICES REGULATED MEDICAL WASTE REMOVAL AND UNIVERSAL WASTE (BATTERIES) REMOVAL

PERFORMANCE WORK STATEMENT
Scope.
Contract Title: The Louis Stokes Cleveland VA Medical Center is seeking sources for a multi-year contract that can provide Regulated Medical Waste Removal and Universal Waste (Batteries) removal at the Cleveland VA Medical Center (10701 East Blvd Cleveland, OH 44106) and all Community Based Outpatient Clinics. The contract will be a base year with three option periods.

Background: Medical Center shall provide to the contractor and contractor shall collect and remove from Medical Center premises, treat and dispose of all Biomedical Waste generated by Medical Center, and the Universal Waste (Batteries) in all CBOCs, Hemodialysis and Outpatient Surgery Center in accordance with the terms of this agreement. The term Biomedical Waste as used herein, shall include only those waste defined by the United States Environmental Protection Agency (USEPA) as infectious waste in its Guide for Infectious Waste Management #EPA/530-SW-86-014, or defined by the USEPA as medical waste in 40CFR259.30 and any other wastes identified as infectious waste in any other applicable federal, state, county or municipal laws, regulations and guidelines.

Specific Tasks: Infection waste consists of seven classes with these specifications included in all seven classes:
Cultures and Stocks: Cultures and stocks of infectious agents and associate biologicals including: cultures from medical and pathological laboratories, cultures and stock of infectious agents from research and industrial laboratories; waste from the production of biologicals; discarded live and attenuated vaccines and culture dishes and devices used to transfer, inoculate and mix cultures.

Pathological Wastes: Human pathological waste including tissues, organs and body parts and body fluids that are removed during surgery or autopsy, or other medical procedures and specimens of body fluids and their containers.

Human Blood and Blood Products: Liquid waste human blood and products of blood items saturated and/or dripping with human blood, including serum, plasma and other blood components and their containers which were used or extended for use in patient care, testing and laboratory analysis, the development of pharmaceuticals and intravenous bags.

Animal Waste: Contaminated animal carcasses, body parts and bedding of animals that were known to have been exposed to infectious agents during research (including research in veterinary hospitals) or testing of pharmaceuticals.

Isolation Waste: Biological waste and discarded materials contaminated with blood, excretion, exudates or secretions from humans who are isolated to protect other from certain highly communicable diseases or isolated animals known to be infected with highly communicable diseases.

Locations & Yearly Breakdown: Here are the locations and the distances of the Cleveland VA Medical Center and the Community Based Outpatient Clinics and the yearly average breakdown for all locations:
Location
Address and Phone Number
Wade Park Division Cleveland VA Medical Center

10701 East Blvd Cleveland, Ohio 44106 &
(216) 791-3800 Ext 4647
Akron Multi-Specialty Outpatient Clinic

55 West Waterloo Road, Akron, Ohio 44319 &
(330) 724-7715

Canton Multi-Specialty Outpatient Clinic
733 Market Avenue South Canton, Ohio 44702 & (330) 489-4600

East Liverpool/Calcutta Multi-Specialty Outpatient Clinic
Ogilvie Square, 15655 State Route 170, Suite A
Calcutta, Ohio 43920 & (330) 386-4303

McCafferty Multi-Specialty Outpatient Clinic
4242 Lorain Avenue Cleveland, Ohio 44113 &
(216) 939-0699
Lorain Multi-Specialty Outpatient Clinic
5255 N. Abbe Road Sheffield Village, Ohio 44035 & (440) 934-9158

Mansfield Multi-Specialty Outpatient Clinic

1025 South Trimble Road Mansfield, Ohio 44906 & (419) 529-4602

New Philadelphia Multi-Specialty Outpatient Clinic
1260 Monroe Avenue, Suite 1A, New Philadelphia, Ohio 44663 & (330) 602-5339

Lake County Outpatient Clinic
35000 Kaiser Court, Willoughby, Ohio 44094
& (440) 469-2600

Ravenna Multi-Specialty Outpatient
Clinic
6751 North Chestnut Street Ravenna, Ohio 44266 & (330) 296-3641

Warren Multi-Specialty Outpatient Clinic
3416 Todd Avenue North West Warren, Ohio 44485 & (330) 392-0311

Sandusky Multi-Specialty Outpatient Clinic
3416 Columbus Avenue 4th Floor Sandusky, Ohio 44870 & (419) 625-7350

Youngstown Multi-Specialty Outpatient Clinic
2031 Belmont Avenue Youngstown, Ohio 44505
& (330)740-920
Parma Multi-Specialty Outpatient Clinic
8787 Brookpark Road Parma, Ohio 44129 &
(216) 739-7000 Ext 2114
Dialysis Center
7000 Euclid Avenue Cleveland, Ohio 44102 &
(216) 391-0274

Outpatient Surgery Center
8900 Superior Avenue Cleveland, Ohio 44102 &
(216) 421-3133




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
CANTON
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

Location
Lbs./Year
Wade Park
32799
Out Pat Surgery Center
254
Akron CBOC
2979
Canton
5667
East Liverpool
987
Lorain
1837
Youngstown
2706
New Philadelphia
1148
Ravenna
867
Warren
1298
Lake County
1359
Parma
2475
Sandusky
1335
Hemodialysis
16210




Contractor will provide two (2) pick-up each week on Tuesdays and Fridays between the hours of 9:00 a.m. and 11:00 a.m. at the Louis Stokes Cleveland VA Medical Center (Wade Park Division) 10701 East Boulevard, Cleveland, Ohio 44106. Puncture proof, leak proof containers furnished by the contractor shall be supplied and delivered to the Medical Center to accommodate all using units. When filled, these containers will be delivered to the pick-up site by Environmental Management Service personnel. Pick-up sites are: Wade Park Basement Room E26, Wade Park Loading Dock, Morgue and Research Loading Dock. Medical waste pick-up is required each week on Tuesday and Fridays between the hours of 10:00 a.m. and 12:00 PM (Noon) at the Hemodialysis located at 7000 Euclid Ave, Cleveland, OH 44103 and Ambulatory Surgery Center located at E- 8901 Superior Ave, Cleveland Ohio 44106. Medical waste pick-up is also needed each week on Fridays between the hours of 8:00a.m. and 10:00 a.m. at the Parma clinic and Canton CBOC between the hours of 11:00a.m. and 1:00 p.m. Youngstown CBOC weekly pick-up on Wednesday between the hours of 9:00a.m. and 11:00 a.m. In addition, medical waste removal is needed on biweekly bases or on call bases (for the smaller clinics) for these CBOCs: Akron, East Liverpool, Lorain, Mansfield, McCafferty (Cleveland), New Philadelphia, Lake County, Ravenna, Sandusky, Warren.

Transportation:
An appropriate transport vehicle will be used to transport waste to the site of treatment. Safety standards will be implemented to protect patients, Medical Center staff and the private sector.

Vehicles must be owned/operated by contractor and be in compliance with all Federal and State requirements and be maintained in a clean and sanitary condition.

Vehicles will be equipped with Federal and State mandated spill kits.

Vehicles will be equipped with U.L. scales which will be used to weigh
medical regulated waste prior to being removed from the VA Medical
Center.

Driver/Technicians must be properly trained in the operations of handling and hauling regulated medical waste and OSHA requirements for Universal Precautions.

Contractor will be responsible from pick-up site to treatment. Contractor will be responsible for spills on or off VA Medical Center property once containers are placed in contractor s possession.

Treatment of Regulated Medical Waste:

Medical Waste must be treated by the OEPA approved methods within the time frame allotted by OEPA.
Contractor will provide shipping papers which will include the date, poundage and type of waste and number of containers treated.
Contractor will keep records of regulated waste treated and provide the VA Medical Center with copies monthly. Copies require three (3) signatures. Treatment site will be inspected by Medical Center personnel to ensure contractor is complying with the contract and standards established by the EPA.
Contractor is to incinerate/autoclave regulated medical waste in an incinerator/autoclave which is EPA approved for infectious waste. Contractor must possess a permit to operate incinerator/autoclave from the proper authority in jurisdiction where the incinerator/autoclave is located. Both autoclaving and incinerating are accepted methods in accordance with the Ohio Environmental Protection Agency the exception being pathological and chemotherapeutic waste, (both must be incinerated).

Packaging will be as follows provided by the contractor:
Fiberboard Box: If a fiberboard box is utilized for packaging:
The dimensions of the container will not exceed 21 x 21 x 36.
The container will have the capability of holding 65 pounds of waste with no structural damage.
A bio-hazard liner, red in color or containing the bio-hazard symbol will be included with each box at no additional charge to the VA Medical Center (liners are to be approved and shall have passed the water and dart test).

Reusable tubs: If a reusable tub is to be utilized for packaging:
Tubs are to be approved by VA Medical Center and properly
labeled with bio-hazard symbol.

Contractor will be responsible for the following:
Cleaning with approved disinfectant.
Will have an ample supply of containers readily available so as to meet the hospitals changing needs.

A flat reusable lid will be included with each reusable tub.
A bio-hazard liner, red in color or containing the bio-hazard symbol will be included with each container. The number of liners based on the number of tubs filled and emptied each month.
The container will have the capability of holding 65 lbs. of waste with no structural damage.
Tubs will be stackable with the lid and to a height of three tubs.

Contractor shall supply 54 containers for the Wade Park Division. The existing users of infectious waste containers at the Wade Park Division is 54, with a 3 par, a total of 162 containers should be available.
Contractor will make available to the VA Medical Center upon request from the Medical Center, a refrigerated trailer for onsite storage with electrical and maintenance provided by contractor, if for any reason services are interrupted through fault of the contractors.

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 these Regulated Medical and Universal Waste Removal services for 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.

Circumstances to be reported: The Contractor shall report any circumstances, which may affect the performance of the work and unhealthy or hazardous conditions or any delays or interference with work. Such reports shall be made within 2 hours of discovery by the Contractor to the COR by phone, email and a follow-up fax.

Phase-out Plan: The Contractor shall have a phase out plan. This plan shall describe the Contractor s methods and procedures to ensure smooth and uninterrupted service at contract expiration date for a period not to exceed 90 days. The Contractor shall fully cooperate with the successor Contractor and the Government so as not to interfere with their work or duties.

Contingency Plan: The shall furnish in their Phase-In Material a complete written Contingency Plan indicating that services can be and how they will be continued in the event of Contractor s equipment and /or production facility failure. This Contingency Plan must also include transportation vehicle failure. Contractor must provide an Emergency Plan in case of weather, terrorists, etc. Contractor must provide a contingency plan in event of any interruption of service.

Personnel Qualifications and Requirements for Contract Service:

The Contractors Plant Manager (CPM) and qualified alternate must be able to read, write, speak and understand the English language. The Contractor shall provide enough and adequately trained personnel, as necessary to perform the services required by this contract and shall meet all variations, shift schedules, and changes as may be required to assure prompt response to the requirements of contract.
No contractor personnel may be assigned to work under the contract until initial orientation and training, as specified in the Contractor s procedures manual is completed.
Documentation verifying the content of the training and a list of the personnel who attended shall be maintained by the Contractor. When the Government exercises one or more of the option years to the contract, the Contractor shall provide, to the COR, documentation that personnel have had refresher training.
Initial intensive training covering the topics below shall be completed prior to initial start-up for all personnel. Initial training plan, including topics, with a brief statement of content and method of training shall be available for review. Initial training will include but not limited to the following topics: A general orientation of basic bacteriological concepts, including the basics of how disease is caused and transmitted.
Infection control orientation, relating duty functions to how infections can be prevented, reduced, or contained through proper environmental sanitation methods and to the technical provisions of this specification.
Proper use and handling of supplies and equipment.
Care and maintenance of Contractor and Government-furnished property.
Familiarization with local fire prevention and safety procedures.
Familiarization with equipment operational manuals.
Individual duties and responsibilities.
Procedures for replenishing supplies and obtaining equipment repair.
Role of Contractor personnel and their impact on patient care.
Techniques or methods for measuring the quality of work performance.
A general orientation of regulated medical waste handling and operating procedures and policies.
Hazard communication, including location and access to the Material Safety Data Sheets (MSDS).
Compliance with Occupational Safety and Health Administration (OSHA) s Blood borne Pathogen Standard 29 CFR 1910.1030, which covers Universal precautions and use of Personal Protective Equipment (PPE). The link is https://www.osha.gov/
Hepatitis B Virus (HBV) requirement.
Safety or protective clothing PPE or equipment shall be provided and maintained by the contractor at the Contractor s own expense.
Sharps training to include the finding, handling, storage and documentation of sharps
Contractor personnel shall dress professional and be neat in appearance with a company logo or identification badge.

Exposure to Hazardous Working Conditions: Contractor personnel are required to perform work under potentially hazardous conditions. Contractor personnel shall be informed of potentially hazardous situations by Contractor, trained by Contractor in techniques required to recognize and deal with potentially hazardous situations in a manner which will minimize personal risk, and required to adhere to standard techniques for personal who may become injured or ill on the job at no cost to the Government.
Physical Examinations: The contractor will be responsible for any physical examinations and emergency medical care of personnel. Contractor s personnel who acquire a communicable illness must not perform service under the contract and must be free of illness before returning to work.
Miscellaneous: The Contractor is responsible for compliance with all appropriate JC and other regulatory agencies record keeping requirements. The link is https://www.jointcommission.org.
Quality Control and Quality Assurance for Contract Service: The Contractor shall have a Quality Control Program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be available for review by the COR. Subsequent changes to the approved Quality Control Program must also be reviewed by the COR and approved by the Contracting Officer. The program shall include, but not be limited to the following:
An inspection system covering the performance indicators given in QASP, of the Quality Assurance/Performance Requirements summary.
A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. For example: Quarterly Customer Surveys.
A file of all quality control inspections, inspection results, and any corrective action required shall be maintained by the Contractor throughout the duration of this contract. This file shall be the property of the LSVAMC and shall be available to the COR during normal working hours. The file shall be turned over to the Government within 14 days of completion of termination of the contract.
Quality Assurance: The Government will monitor the Contractor s performance under this contract using the Quality Assurance Procedures outlined in B.3.49. Assessments may be made monthly by the Government in accordance with stated limits on discrepancies.
Pre-Award Survey: The Contractor shall have management officials, of an appropriate level, represent the firm. The Contractor shall also be prepared to present a briefing regarding the manner in which these contractual obligations are to be accomplished. As a minimum, the Contractor shall address the following items of information in the presentation:
Start-up and phase-in schedule.
Procedures to secure Government property while under Contractor s jurisdiction.
Availability of labor force (manning chart), plan for recruiting, type and extent of training.
The role of the CPM and extent of authority.
A copy of the Contractor s Policy and Procedure Manual.
Plans and management procedures for logistical administrative support of all functions; that is receipt, processing, packaging and delivery of clean linens.
Procedures to be used to ensure contract requirements are met (Quality Control Program).
Contractor must also certify that all equipment used is disinfected with an EPA approved germicide.
The Contractor to ensure that all extraneous articles, except trash, found in areas under the jurisdiction of the Contractor (i.e., medical instruments and personal items) are turned in to the COR daily (Tuesday and Friday). A note will accompany the articles returned identifying the area or origination, and the type of item it was found on (ex: general OR, special).
Once the contract has been awarded, during the performance of contract, the Contractor must take such safety precautions as necessary to protect the lives and health of individuals within the facility and transportation vehicles.
Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, must be corrected immediately. If the Contractor fails or refuses to correct deficiencies promptly, the CO may issue an order stopping all or any part of the work and hold the Contractor in default of the contract.
The Contractor will comply with Federal, State, and local safety and fire regulations and codes. The Contractor shall keep abreast of and comply with changes in these regulations and codes.
Contractor s personnel shall follow policies concerning fire/disaster programs.
The Contractor shall display approved warning devices in all areas where operations cause traffic obstruction or personnel hazard.
Performance Monitoring The contractor shall develop, implement, and maintain a complete on-going quality control program to ensure the requirements of the contract are provided as specified and which meets the highest qualifications standards. One copy of the contractor's basic Quality Control Program will be provided to the Contracting Officer Representative (COR) no later than the contract start date and updates will be provided as changes occur.

The Government shall monitor and evaluate the contractor's performance under this contract using quality assurance procedures. All observations will be recorded by the COR and when an observation indicate defective performance. At any time during this contract, the COR may request the contractor's representative to sign and/or

Task
ID
Indicator
Standard
Acceptable Quality Level
Method of Surveillance
Incentive
RMW is properly handled from the storage areas to the delivery trucks.

Vendor will scan and weight all RMWs as they go out of the facility.





Vendor will handle and process RMW in their destruction site accordingly to Federal Regulations and Policies.




Observe the billing process.







1
Accessibility
Vendor will have to transport the RMW at 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 handling RMW
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 Regulated and Universal Waster removal.
The contractor must have been providing Regulated Medical and Universal Waste removal 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

Price Schedule: The Offeror will provide fixed rate pricing on a per pick-up rate for each of the CLINS and option years listed below. Prices should be stated in B= cent multiples.





MEDICAL WASTE REMOVAL

CLIN
Description
Quantity of units at all locations/Monthly
Unit
LBS
Unit Price Per Pick-Up
Total
0001
Pick-up Regulated Medical Waste Autoclaved at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
6042
1
$
$
0002
Pick-up Pathological and Trace Chemo Incinerated Medical Waste at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
2041
1
$
$

Base Year Total $______________________________________

CLIN
Description
Quantity of units at all locations/Monthly
Unit
LBS
Unit Price Per Pick-Up
Total
1001
Pick-up Regulated Medical Waste Autoclaved at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
6135
1
$
$
1002
Pick-up Pathological and Trace Chemo Incinerated Medical Waste at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
2062
1
$
$

Option Year One Total $______________________________________

CLIN
Description
Quantity of units at all locations/Monthly
Unit
LBS
Unit Price Per Pick-Up
Total
2001
Pick-up Regulated Medical Waste Autoclaved at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
6271
1
$
$
2002
Pick-up Pathological and Trace Chemo Incinerated Medical Waste at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
2085
1
$
$

Option Year Two Total $______________________________________

CLIN
Description
Quantity of units at all locations/Monthly
Unit
LBS
Unit Price Per Pick-Up
Total
3001
Pick-up Regulated Medical Waste Autoclaved at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
6355
1
$
$
3002
Pick-up Pathological and Trace Chemo Incinerated Medical Waste at Wade Park, Parma, Hemodialysis, OAC, and all CBOCs,
2112
1
$
$
Option Year Three Total $______________________________________

In addition, the contractor is required to pick-up and properly recycle and dispose two times a year of the batteries at the CBOC, Hemodialysis and Outpatient Surgery Center. Vendor will be reimbursed based on the real value of weight of the batteries disposed of and service for each pick-up and site, however, due to uncertainty of the weight and the different kind of batteries, please provide the pricing of the universal waste removal (approximately twice per year each time 22lb to 25lb unsorted batteries for each location), service and supplies cost in the provided table below.






Universal Waste Removal (Batteries) and Supplies Cost Amount
B
B
B
B
B
UOM
Charge/Unit/$Amount
Notes
Mobilization (per site fee)
per stop
B
Please consider the distance in the price from the process center
B
B
B
B
Labor
B
B
B
Lab Packing, Sorting, and Packaging
per hour
B
B
B
B
B
B
B
B
B
B
Batteries
B
B
B
Alkaline Batteries
per pound
B
B
Lead Acid Batteries
per pound
B
B
Nickel Cadmium/Nickel Metal Hydride Batteries
per pound
B
B
Lithium Batteries
per pound
B
B
Mixed Batteries
per pound
B
B
B
B
B
B
Supplies
B
B
B
5 Gallon DOT Approved Fiber Drum
each
B
B
15 Gallon DOT Approved Fiber Drum
each
B
B
30 Gallon DOT Approved Fiber Drum
each
B
B
55 Gallon DOT Approved Metal Drum
each
B
B
55 Gallon DOT Approved Poly Drum
each
B
B
85 Gallon Overpack Drum
each
B
B
DOT Approved Cubic Yard Box
each
B
B
Non-DOT Approved Cubic Yard Box
each
B
B
B
B
B
B



CLIN
DESCRIPTION
MEDICAL WASTE COST
UNIVERSAL WASTE (BATTERIES) COST
TOTAL COMBINED COST
0001
Base Year: Combined Total Price of Medical Waste and Universal Waste (Batteries)




1001
Option Year One: Combined Total Price of Medical Waste and Universal Waste (Batteries)





2001
Option Year Two: Combined Total Price of Medical Waste and Universal Waste (Batteries)




3001
Option Year Three: Combined Total Price of Medical Waste and Universal Waste (Batteries)






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**








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)
beta.SAM.gov
Page 12 of 20



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))."



















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: Life accident and health insurance plans sick leave pension plans civic and personal leave severance pay and savings and thrift plans.
Minimum employer contributions costing an average of $4.54 per hour computed on the basis of all hours worked up to 40 hours per week by service employees employed on the contract.




HEALTH & WELFARE EO 13706: Minimum employer contributions costing an average of $4.
22 per hour computed on the basis of all hours worked up to 40 hours per week by service employees employed on the covered contracts. *




*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.
V
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

Medical and Universal Waste Removal Services

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP