R--Paper Recycling and Shredding

expired opportunity(Expired)
From: Federal Government(Federal)
36C25019Q1436

Basic Details

started - 21 Oct, 2019 (about 4 years ago)

Start Date

21 Oct, 2019 (about 4 years ago)
due - 25 Oct, 2019 (about 4 years ago)

Due Date

25 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25019Q1436

Identifier

36C25019Q1436
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Sep 06, 2019 7:28 amDESCRIPTION: 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number 36C25019Q1436 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for pickup recycling and shredding paper. This requirement is a Service Disabled Veteran Owned Small Business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 423930.REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors to the pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional
CBOCs. The contract will be for a base year with four one-year options.PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above.NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Service-Disabled Veteran Owned Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct.ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971.Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 (This Statement is for Information Only: It is not a Wage Determination. This is for Instructional Only. The Contractor shall be responsible for the correct title classification of workers and compliance with all applicable wage and hour laws and assume all risks. The VA does not assume any risk, Employee Class: Recycling Laborer and Monetary Wage-Fringe Benefits ($19.25 with a fringe of $5.77) 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote.All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by September 30, 2019 by 3 pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday October 4th, 2019.Technical questions and Quotes must be sent by email to roman.savino@va.gov.SERVICES FOR PICKUP, RECYCLING AND SHREDDING OF PAPERPERFORMANCE WORK STATEMENTSCOPE.CONTRACT TITLE:The Louis Stokes Veterans Affairs Medical Center (LSVAMC) Cleveland Ohio has a recurring need for recycling services. The LSVAMC is requesting quotes from offerors with the appropriate experience capacity, facility and expertise to provide recycling and shredding services of white ledger paper, sorted office paper (mixed).The contractor shall provide all labor, material, equipment, transportations and supervision necessary to provide service to pick up white ledger paper, mixed paper, sorted office waste at the Louis Stokes VA Medical Center, Wade Park Division, 10701 East Blvd, Cleveland, Ohio 44106, Parma CBOC located at 8787 Brookpark Road, Parma, Ohio 44129, Hemodialysis, Outpatient Surgery Center and all CBOCs (list and distances from CBOCs is provided below). The contractor will provide at no cost large tan 64- and 95-Gallon wheeled containers with a lockable top/lid for pick up and storage of recycled paper. Containers picked up will be replaced on an even exchange basis. Contractor will pick up recycled paper on Fridays at the Wade Park division, Friday one time per week at Parma CBOC, Hemodialysis, Outpatient Surgery Center and all the CBOCs monthly or on as needed bases. The contractor will process all paper and remit any payment to Louis Stokes VA Medical Center or bill the service for the due amount based on the paper market rate.All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility.All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org.Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval.Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC.The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract.SUPERVISION BY CONTRACTOR:The Contractor shall assign a manager/representative at their facility location/plant who shall be physically present during prescribed work hours. These work hours are Monday through Friday from 8:00 am - 4:30 pm. The manager/representative is solely responsible to supervise the provision of recycling services of white ledger paper, sorted and mixed office paper from the medical center and all other locations mentioned here, and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for manager/representative in his absence or during periods of work performed after normal work hours.CONTRACTOR RESPONSIBILITY:It is the responsibility of the contractor to thoroughly review the specifications mentioned here so the contractor becomes familiar prior to submitting their quote and be fully aware of the services required. Failure to do so will not relieve the bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government.CONTRACTOR REQUIREMENTS:Since this contract will be based on actual cost of recycled paper please provide the cost per LB of Off-Site Secure shredding and use this data on preparing your bid: Approximately 45000 lb. per month of paper, there are 106 totters needed for all services, and the service fee for handling and processing the recycled paper. To eliminate any misunderstanding of these requirements, CO will make available to all bidder s face to face meeting or the CO and COR would be available on the phone to answer questions that might come up. A note of caution, all questions and answers will be shared with all bidders.Contractor will provide at no cost to the VA:Pick up and recycle White Ledger Paper, Sorted Office Paper (mixed) one time per week at the Wade Park division, once a week at the Parma CBOC and Hemodialysis, Outpatient Surgery Center. Monthly for all other CBOCs as well as on as needed bases.Contract requires that recycle paper shall be destroyed within 5 (five) working days. Vendor will supply lockable containers to hold paper which is then transferred into a secured vault collection truck and is transported directly to the processing facility. Recycled paper is shredded, baled then transported to a pulping mill in a locked transporter.A certificate of destruction from paper mill will be obtained by vendor and forwarded to the VA Medical Center.The cost will be for pick up.Vendor will furnish and exchange lockable recycle containers at the Wade Park and all CBOCs on an even exchange basis. All the containers shall have locks that work for patient privacy. Vendor will inspect containers to insure they can be locked and repair and replace as needed.Pick-Up service.Contractor will pick-up recycled paper at Wade Park division, on Friday, and paper pick-up once a week on Fridays in Room 3C110. Parma CBOC will be picked-up on Fridays. All CBOCs will be picked up monthly or on as needed bases, exclude weekend and Federal Holidays. Driver will call 2 hours prior to arrival time to assure that all Totters and bales are ready for pick up. (This is a must requirement for the main medical center).Scope of Service.Furnish and Exchange recycle containers.Furnish and Exchange 64 and 95 gallons lockable, wheeled recycle containers.Provide a certificate of destruction to the Contracting Officer Representatives certifying destruction of paper materials picked up and received. Contractor will guarantee all materials will be destroyed within 5 days of pick up. No third party will be granted access to confidential materials or permitted to review information in the recyclable containers.The VA reserves the rights to thoroughly inspect Contractor s facility to assure acceptable standard of performance prior to award.These are the locations and the distances of the CBOC and the Medical Center:1. Wade Park Division Cleveland VA Medical Center10701 East BoulevardCleveland, Ohio 44106(216) 791-3800 Ext 46472. Akron Multi-Specialty Outpatient Clinic,55 West Waterloo Road,Akron, Ohio 44319(330) 724-77153. Canton Multi-Specialty Outpatient Clinic,733 Market Avenue SouthCanton, Ohio 44702(330) 489-46004. East Liverpool/Calcutta Multi-Specialty Outpatient Clinic,Ogilvie Square, 15655 State Route 170, Suite ACalcutta, Ohio 43920(330) 386-43035. McCafferty Multi-Specialty Outpatient Clinic,4242 Lorain AvenueCleveland, Ohio 44113(216) 939-06996. Lorain Multi-Specialty Outpatient Clinic,5255 N. Abbe RoadSheffield Village, Ohio 44035(440) 934-91587. Mansfield Multi-Specialty Outpatient Clinic1025 South Trimble RoadMansfield, Ohio 44906(419) 529-46028. New Philadelphia Multi-Specialty Outpatient Clinic,1260 Monroe Avenue, Suite 1ANew Philadelphia, Ohio 44663(330) 602-53399. Lake County Outpatient Clinic35000 Kaiser Court,Willoughby, Ohio 44094(440) 469-260010. Ravenna Multi-Specialty Outpatient Clinic6751 North Chestnut StreetRavenna, Ohio 44266(330) 296-364111. Warren Multi-Specialty Outpatient Clinic3416 Todd Avenue North WestWarren, Ohio 44485(330) 392-031112. Sandusky Multi-Specialty Outpatient Clinic3416 Columbus Avenue 4th FloorSandusky, Ohio 44870(419) 625-735013. Youngstown Multi-Specialty Outpatient Clinic2031 Belmont AvenueYoungstown, Ohio 44505(330)740-920014. Parma Multi-Specialty Outpatient Clinic8787 Brookpark roadParma, Ohio 44129(216) 739-7000 Ext 211415. Dialysis Center7000 Euclid AvenueCleveland, Ohio 44102(216) 391-027416. Outpatient Surgery Center8900 Superior AvenueCleveland, Ohio 44102(216) 421-3133LOCATION FREQUENCY CONTAINERSMain Campus W 52 locked 95VA Akron CBOCEOW4 locked 95VA Akron CRRCM5 locked 95VA Canton CBOCW4 locked 95VA Cleveland ASCM1 locked 95VA Cleveland CRRCM2 consoles1 locked 95VA East Liverpool CBOCEOW2 locked 95VA Independence VSCOC1 locked 95VA Lorain CBOCW2 locked 95VA Mansfield CBOCEOW2 locked 95VA McCafferty CBOCM1 locked 95VA New Philadelphia CBOCEOW1 locked 95VA Willoughby CBOCM2 locked 95VA Ravenna CBOCEOW1 locked 95VA Sandusky CBOCOC2 locked 95VA Warren CBOCEOW2 locked 95VA Youngstown CBOCM2 locked 95Distance of CBOCs from the Medical Center and Distance from CBOC to CBOCAKRBREXCANTCLE (MC)ELLORMANNPLAKERAVSANDWPWARRYNGSAKR25214083586345602587424552BREX25451790376969452566194658CANT214560517967257731108625355CLE(MC)40176010425828331395886173EL83905110412311767104661531085445LOR5837792512364102575933327991MAN636967821176470109915486111112NP45692583671027010359102867792LAKE60457731104571091034290274764RAV25253139665991594287412535SAND8766108581533354102908765108120WP42196281083286862741655177WARR4546536154791117747251085115YNGS5258557345911129264351207715Contractor shall furnish all labor, equipment, supervision, management, supplies, transportation, and facilities necessary to perform contractor owned/operated of recycling services of white ledger paper, sorted office paper and mixed. Removal from the Department of Veterans Affairs. This includes (LSVAMC) in Cleveland, Ohio, and all affiliated Community Based Outpatient Clinics (CBOC s) listed herein, Dialysis Center and Outpatient Surgery Center. All services are to be performed in accordance with standard industry practices and quality control measures. Services shall include pick-up and delivery of items by contractor personnel. These services are in support of a patient care programs. Services are required Fridays for the medical center and Parma and monthly and on call bases for all CBPCs and Hemodialysis and Outpatient Surgery Center. The LSVAMC is required to provide 24-hour support operations essential to patient care. The contracted services shall be performed accordingly to support VAMC (s) operations. All services shall be provided FOB Destination at VAMC (s) location. Due to construction at the LSVAMC, the Contracting Officer Representative (COR) reserves the right to adjust quantities required and methods of delivery with an agreed upon notice between the contractor and facility.All workmanship shall be in accordance with practices established by the National Association and accepted industry standards. It is intended that services shall include all processes necessary for recycling services of white ledger paper, sorted and mixed office paper. All work shall be performed under conditions as specified by the Joint Commission (JC). The link is https://www.jointcommission.org.Any change of function by the Government, which may affect this contract as contemplated by this paragraph, and which requires permanent adjustments in frequency or type of performance, will be coordinated with the Contractor by the Contracting Officer Representative (COR) and Contracting Officer (CO) prior to initiation of such a change to assure adequate contractual coverage. Any modification to terms of this contract will require CO approval.Scheduled services are to be accomplished subject to emergency situations, which may require alteration of or addition to schedules. Emergency situations will be defined by the COR. In the event of any LSVAMC facility emergencies, disaster, or drills, the Contractor shall perform all services required by the LSVAMC.This specification is intended to produce minimal acceptable level of performance. The Government does recognize the possibility of the Contractor achieving the same or improved results due to innovative approaches, advances in the state-of-the-art materials, equipment and supplies. Accordingly, provision is hereby made for alterations when a Contractor demonstrates the ability to maintain the standards established herein through use of improved techniques, materials, scheduling, etc. Therefore, the LSVAMC will have to approve any changes to the process that would change the requirements of the contract.QUALITY ASSURANCE SURVEILLANCE PLANContract Number: Time period: November 1, 2019 through October 31, 2024Contract Description: The pickup, recycling and shredding of paper at the Cleveland VA Medical Center and Parma Community Based Outpatient Clinic and additional CBOCs.Contractor s name: ______________________________________1. PURPOSEThis Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following:What will be monitored.How monitoring will take place.Who will conduct the monitoring?How monitoring efforts and results will be documented.This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance.This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities.2. GOVERNMENT ROLES AND RESPONSIBILITIESThe following personnel shall oversee and coordinate surveillance activities.a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance.Assigned CO: Roman SavinoOrganization or Agency: VA Healthcare Systems of Ohiob. Contracting Officer s Technical Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf.Assigned COR: Arqile Janic. Other Key Government Personnel N/A3. CONTRACTOR REPRESENTATIVESThe following employees of the contractor serve as the contractor s program manager for this contract.Name/Title: ___________________4. PERFORMANCE STANDARDSPerformance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards.The Performance Requirements Summary Matrix, paragraph (there is no PRS Matrix in the PWS) in the Performance Work Statement (PWS), includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL).Note: The subject contract does not contain a Performance Requirements section in the SOW. As such, the below listed Tasks, Indicators, and Standards have been extracted from SOW:TaskIDIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentiveRecycling services of white ledger paper sorted office paperVendor will handle and process recycling services of white ledger paper, sorted office paper to include the destruction of it accordingly to Federal Regulations and Policies.Observe the billing process.1AccessibilityVendor will have to transport the recycling services of white ledger paper, sorted office paper from the VA facilities as written in the contract100%Direct ObservationExercise of Option Period2Professional OversightContracted vendor will adhere to all State and Federal regulations for RMW handling and patient privacy100%Review of State and Federal RegulationsExercise of Option Period3Implement VA requirements of recycling services of white ledger paper, sorted office paper handlingContractor 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 PeriodCostsThe contractor will bill the VA correctly based on the terms of the contract100%Review of billing statementsExercise of Option PeriodHIPPA Compliance5Adherence to HIPPAThe 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 ComplaintsExercise of Option PeriodTechnical RequirementsThe contractor shall meet the following requirements;The Contractor shall have experience in providing recycling and shredding services of white ledger paper and sorted office paper (mixed).The Contractor must have been providing recycling and shredding services to either a VA Medical Center or other Similar Healthcare Environments for a minimum of three consecutive years prior to submitting quote.PRICING/SCHEDULEPeriod of performance:Base Year: November 1, 2019 through October 31, 2020Option Year One: November 1, 2020 through October 31, 2021Option Year Two: November 1, 2021 through October 31, 2022Option Year Three: November 1, 2022 through October 31, 2023Option Year Four: November 1, 2023 through October 31, 2024CLINDESCRIPTIONCOST0001Base Year: Recycling and Shredding Services1001Option Year One: Recycling and Shredding Services2001Option Year Two: Recycling and Shredding Services3001Option Year Three: Recycling and Shredding Services4001Option Year Four: Recycling and Shredding ServicesGrand Total CostWAGE DETERMINATION LISTThe 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 OFTHE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION| WASHINGTON D.C. 20210|||| Wage Determination No.: 2015-4727Daniel W. SimmsDivision of |Revision No.:9DirectorWage Determinations|Date Of Last Revision:07/16/2019| Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.60 forcalendar 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: OhioArea: Ohio Counties of Cuyahoga Geauga Lake Lorain Medina**Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 -Administrative Support And Clerical Occupations01011- Accounting Clerk I15.0901012- Accounting Clerk II16.9401013- Accounting Clerk III18.9501020- Administrative Assistant27.9701035- Court Reporter20.5601041- Customer Service Representative I13.6501042- Customer Service Representative II15.3501043- Customer Service Representative III16.7501051- Data Entry Operator I14.6001052- Data Entry Operator II15.9401060- Dispatcher Motor Vehicle20.8501070- Document Preparation Clerk14.5001090- Duplicating Machine Operator14.5001111- General Clerk I13.4601112- General Clerk II14.8701113- General Clerk III16.6501120- Housing Referral Assistant20.3101141- Messenger Courier13.4601191- Order Clerk I15.2701192- Order Clerk II16.6701261- Personnel Assistant (Employment) I16.0001262- Personnel Assistant (Employment) II17.9001263- Personnel Assistant (Employment) III19.9501270- Production Control Clerk21.9301290- Rental Clerk15.4801300- Scheduler Maintenance16.1901311- Secretary I16.1901312- Secretary II18.2201313- Secretary III20.3101320- Service Order Dispatcher18.8401410- Supply Technician27.9701420- Survey Worker15.8801460- Switchboard Operator/Receptionist13.9701531- Travel Clerk I14.7701532- Travel Clerk II15.7601533- Travel Clerk III16.7101611- Word Processor I14.4701612- Word Processor II16.2501613- Word Processor III18.1805000 -Automotive Service Occupations05005- Automobile Body Repairer Fiberglass20.4305010- Automotive Electrician19.6705040- Automotive Glass Installer18.9205070- Automotive Worker18.9205110- Mobile Equipment Servicer17.2705130- Motor Equipment Metal Mechanic20.3305160- Motor Equipment Metal Worker18.9205190- Motor Vehicle Mechanic20.3305220- Motor Vehicle Mechanic Helper16.5005250- Motor Vehicle Upholstery Worker18.0705280- Motor Vehicle Wrecker18.9205310- Painter Automotive19.6705340- Radiator Repair Specialist18.9205370- Tire Repairer15.8905400- Transmission Repair Specialist20.3307000 -Food Preparation And Service Occupations07010- Baker12.3007041- Cook I13.2907042- Cook II14.9707070- Dishwasher9.7707130- Food Service Worker11.0607210- Meat Cutter19.0907260- Waiter/Waitress9.9409000 -Furniture Maintenance And Repair Occupations09010- Electrostatic Spray Painter20.6009040- Furniture Handler13.8909080- Furniture Refinisher20.6009090- Furniture Refinisher Helper15.7109110- Furniture Repairer Minor17.2209130- Upholsterer20.6011000 -General Services And Support Occupations11030- Cleaner Vehicles11.7811060- Elevator Operator12.0611090- Gardener16.9811122- Housekeeping Aide12.0611150- Janitor12.0611210- Laborer Grounds Maintenance13.5411240- Maid or Houseman10.7811260- Pruner12.4111270- Tractor Operator15.8811330- Trail Maintenance Worker13.5411360- Window Cleaner12.9712000 -Health Occupations12010- Ambulance Driver17.9812011- Breath Alcohol Technician20.2912012- Certified Occupational Therapist Assistant29.9612015- Certified Physical Therapist Assistant29.5212020- Dental Assistant17.2412025- Dental Hygienist33.6712030- EKG Technician28.1112035- Electroneurodiagnostic Technologist28.1112040- Emergency Medical Technician17.9812071- Licensed Practical Nurse I18.1312072- Licensed Practical Nurse II20.2912073- Licensed Practical Nurse III22.6112100- Medical Assistant15.8912130- Medical Laboratory Technician25.6312160- Medical Record Clerk18.1612190- Medical Record Technician20.3112195- Medical Transcriptionist18.9712210- Nuclear Medicine Technologist35.9712221- Nursing Assistant I11.4912222- Nursing Assistant II12.9112223- Nursing Assistant III14.0912224- Nursing Assistant IV15.8212235- Optical Dispenser19.2712236- Optical Technician15.0512250- Pharmacy Technician15.4512280- Phlebotomist17.1712305- Radiologic Technologist28.7012311- Registered Nurse I22.8512312- Registered Nurse II27.7112313- Registered Nurse II Specialist27.7112314- Registered Nurse III33.5212315- Registered Nurse III Anesthetist33.5212316- Registered Nurse IV40.1812317- Scheduler (Drug and Alcohol Testing)25.1212320- Substance Abuse Treatment Counselor22.0313000 -Information And Arts Occupations13011- Exhibits Specialist I20.5813012- Exhibits Specialist II24.7613013- Exhibits Specialist III30.2913041- Illustrator I20.3513042- Illustrator II25.2113043- Illustrator III30.8313047- Librarian29.4113050- Library Aide/Clerk13.4813054- Library Information Technology Systems22.30Administrator13058- Library Technician17.9613061- Media Specialist I17.8713062- Media Specialist II20.0013063- Media Specialist III22.3013071- Photographer I16.7013072- Photographer II18.6813073- Photographer III23.1413074- Photographer IV28.3013075- Photographer V34.2413090- Technical Order Library Clerk16.9313110- Video Teleconference Technician19.1514000 -Information Technology Occupations14041- Computer Operator I15.4814042- Computer Operator II17.3214043- Computer Operator III19.3114044- Computer Operator IV22.6414045- Computer Operator V25.0614071- Computer Programmer I (see1)22.1314072- Computer Programmer II (see1)27.2014073- Computer Programmer III (see1)14074- Computer Programmer IV (see1)14101- Computer Systems Analyst I (see1)14102- Computer Systems Analyst II (see1)14103- Computer Systems Analyst III (see1)14150- Peripheral Equipment Operator15.4814160- Personal Computer Support Technician22.6414170- System Support Specialist26.8715000 -Instructional Occupations15010- Aircrew Training Devices Instructor (Non-Rated)28.5315020- Aircrew Training Devices Instructor (Rated)35.3515030- Air Crew Training Devices Instructor (Pilot)41.3815050- Computer Based Training Specialist / Instructor30.2315060- Educational Technologist34.2815070- Flight Instructor (Pilot)41.3815080- Graphic Artist22.5415085- Maintenance Test Pilot Fixed Jet/Prop38.5615086- Maintenance Test Pilot Rotary Wing38.5615088- Non-Maintenance Test/Co-Pilot38.5615090- Technical Instructor24.5715095- Technical Instructor/Course Developer30.0615110- Test Proctor19.8415120- Tutor19.8416000 -Laundry Dry-Cleaning Pressing And Related Occupations16010- Assembler10.2516030- Counter Attendant10.2516040- Dry Cleaner12.7216070- Finisher Flatwork Machine10.2516090- Presser Hand10.2516110- Presser Machine Drycleaning10.2516130- Presser Machine Shirts10.2516160- Presser Machine Wearing Apparel Laundry10.2516190- Sewing Machine Operator13.6316220- Tailor14.5316250 - Washer Machine 10.9119000 -Machine Tool Operation And Repair Occupations19010- Machine-Tool Operator (Tool Room)23.4519040- Tool And Die Maker27.3121000 -Materials Handling And Packing Occupations21020- Forklift Operator16.8721030- Material Coordinator21.9321040- Material Expediter21.9321050- Material Handling Laborer13.5721071- Order Filler13.6921080- Production Line Worker (Food Processing)16.8721110- Shipping Packer16.7221130- Shipping/Receiving Clerk16.7221140- Store Worker I15.9621150- Stock Clerk20.9221210- Tools And Parts Attendant16.8721410- Warehouse Specialist16.8723000 -Mechanics And Maintenance And Repair Occupations23010- Aerospace Structural Welder32.1123019- Aircraft Logs and Records Technician26.5723021- Aircraft Mechanic I30.8923022- Aircraft Mechanic II32.1123023- Aircraft Mechanic III33.2223040- Aircraft Mechanic Helper23.3823050- Aircraft Painter29.5023060- Aircraft Servicer26.5723070- Aircraft Survival Flight Equipment Technician29.5023080- Aircraft Worker28.1623091- Aircrew Life Support Equipment (ALSE) Mechanic28.16I23092- Aircrew Life Support Equipment (ALSE) Mechanic30.89II23110- Appliance Mechanic21.5323120- Bicycle Repairer21.9923125- Cable Splicer33.3423130- Carpenter Maintenance26.8323140- Carpet Layer25.8523160- Electrician Maintenance28.6823181- Electronics Technician MaintenanceI24.1023182- Electronics Technician MaintenanceII25.2423183- Electronics Technician MaintenanceIII28.3623260- Fabric Worker23.4023290- Fire Alarm System Mechanic21.7723310- Fire Extinguisher Repairer22.0223311- Fuel Distribution System Mechanic33.3923312- Fuel Distribution System Operator27.0223370- General Maintenance Worker19.1623380- Ground Support Equipment Mechanic30.8923381- Ground Support Equipment Servicer26.5723382- Ground Support Equipment Worker28.1623391- Gunsmith I22.0223392- Gunsmith II24.8123393- Gunsmith III27.2123410- Heating Ventilation And Air-Conditioning24.37Mechanic23411 - Heating Ventilation And Air Contidioning 25.33Mechanic (Research Facility)23430- Heavy Equipment Mechanic28.3723440- Heavy Equipment Operator32.8623460- Instrument Mechanic30.0923465- Laboratory/Shelter Mechanic25.9823470- Laborer13.5723510- Locksmith20.6023530- Machinery Maintenance Mechanic26.2223550- Machinist Maintenance21.7723580- Maintenance Trades Helper16.0523591- Metrology Technician I30.0923592- Metrology Technician II31.3723593- Metrology Technician III32.4523640- Millwright33.7423710- Office Appliance Repairer21.0423760- Painter Maintenance21.7423790- Pipefitter Maintenance32.5423810- Plumber Maintenance31.0723820- Pneudraulic Systems Mechanic27.2123850- Rigger27.2123870- Scale Mechanic24.8123890- Sheet-Metal Worker Maintenance26.7423910- Small Engine Mechanic19.8223931- Telecommunications Mechanic I27.6323932- Telecommunications Mechanic II28.8123950- Telephone Lineman24.1023960- Welder Combination Maintenance19.3623965- Well Driller27.2123970- Woodcraft Worker27.2123980- Woodworker21.9924000 -Personal Needs Occupations24550- Case Manager15.7224570- Child Care Attendant12.2524580- Child Care Center Clerk15.2924610- Chore Aide10.8024620- Family Readiness And Support Services15.72Coordinator24630- Homemaker17.2325000 -Plant And System Operations Occupations25010- Boiler Tender29.1025040- Sewage Plant Operator26.4125070- Stationary Engineer29.1025190- Ventilation Equipment Tender22.0225210- Water Treatment Plant Operator26.4127000 -Protective Service Occupations27004- Alarm Monitor21.5127007- Baggage Inspector13.5327008- Corrections Officer22.7627010- Court Security Officer23.4227030- Detection Dog Handler16.3127040- Detention Officer22.7627070- Firefighter24.5927101- Guard I13.5327102- Guard II16.3127131- Police Officer I26.5127132- Police Officer II29.4728000 -Recreation Occupations28041- Carnival Equipment Operator12.2428042- Carnival Equipment Repairer13.0928043- Carnival Worker9.5728210- Gate Attendant/Gate Tender14.6628310- Lifeguard11.3428350- Park Attendant (Aide)16.4128510- Recreation Aide/Health Facility Attendant11.9728515- Recreation Specialist20.3228630- Sports Official13.0628690- Swimming Pool Operator18.6229000 -Stevedoring/Longshoremen Occupational Services29010- Blocker And Bracer21.0429020- Hatch Tender21.0429030- Line Handler21.0429041- Stevedore I19.8529042- Stevedore II21.9630000 -Technical Occupations30010- Air Traffic Control Specialist Center (HFO)(see2)40.3830011- Air Traffic Control Specialist Station (HFO)(see2)27.8530012- Air Traffic Control Specialist Terminal (HFO)(see2)30.6730021- Archeological Technician I18.1430022- Archeological Technician II20.4630023- Archeological Technician III24.1830030- Cartographic Technician25.3430040- Civil Engineering Technician29.1130051- Cryogenic Technician I26.9530052- Cryogenic Technician II29.7730061- Drafter/CAD Operator I18.1430062- Drafter/CAD Operator II20.4630063- Drafter/CAD Operator III22.8130064- Drafter/CAD Operator IV28.0730081- Engineering Technician I16.7030082- Engineering Technician II18.7530083- Engineering Technician III20.9830084- Engineering Technician IV25.9930085 - Engineering Technician V31.7830086 - Engineering Technician VI38.4630090 - Environmental Technician23.3430095 - Evidence Control Specialist24.3430210 - Laboratory Technician22.8130221 - Latent Fingerprint Technician I26.9530222 - Latent Fingerprint Technician II29.7730240 - Mathematical Technician25.3230361 - Paralegal/Legal Assistant I18.7230362 - Paralegal/Legal Assistant II23.3430363 - Paralegal/Legal Assistant III30.3330364 - Paralegal/Legal Assistant IV36.7030375 - Petroleum Supply Specialist29.7730390 - Photo-Optics Technician25.3430395 - Radiation Control Technician29.7730461 - Technical Writer I30.3930462 - Technical Writer II35.4030463 - Technical Writer III30.6030491 - Unexploded Ordnance (UXO) Technician I25.6730492 - Unexploded Ordnance (UXO) Technician II31.0530493 - Unexploded Ordnance (UXO) Technician III37.2230494 - Unexploded (UXO) Safety Escort25.6730495 - Unexploded (UXO) Sweep Personnel25.6730501 - Weather Forecaster I26.9530502 - Weather Forecaster II32.7830620 - Weather Observer Combined Upper Air Or(see 2)23.15Surface Programs30621 - Weather Observer Senior(see 2)25.3431000 - Transportation/Mobile Equipment OperationOccupations31010 - Airplane Pilot31.0531020 - Bus Aide15.2031030 - Bus Driver20.2631043 - Driver Courier15.3731260 - Parking and Lot Attendant10.4131290 - Shuttle Bus Driver16.4231310 - Taxi Driver11.7831361 - Truckdriver Light16.4231362- Truckdriver Medium19.0531363- Truckdriver Heavy23.7031364- Truckdriver Tractor-Trailer23.7099000 -Miscellaneous Occupations99020- Cabin Safety Specialist15.1499030- Cashier10.6799050- Desk Clerk11.1599095- Embalmer33.3199130- Flight Follower25.6799251- Laboratory Animal Caretaker I12.3099252- Laboratory Animal Caretaker II13.1699260- Marketing Analyst30.1699310- Mortician33.3199410- Pest Controller16.0399510- Photofinishing Worker14.8899710- Recycling Laborer22.2199711- Recycling Specialist26.0499730- Refuse Collector20.3699810- Sales Clerk12.2499820- School Crossing Guard14.6399830- Survey Party Chief28.6499831- Surveying Aide16.3499832- Surveying Technician24.5399840- Vending Machine Attendant13.4299841- Vending Machine Repairer15.7499842- Vending Machine Repairer Helper13.42Note: Executive Order (EO) 13706 Establishing Paid Sick Leave for FederalContractors 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 orstalking. 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 monthHEALTH & 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 orsuccessor 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 DayLabor 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 ratethen 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; orA 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 explosivesand 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 commerciallaundering 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 StandardForm 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 pertinentinformation 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))."

Cleveland VA Medical Center;10701 East Blvd;Cleveland, Ohio 44106 USALocation

Place Of Performance : Cleveland VA Medical Center;10701 East Blvd;Cleveland, Ohio 44106 USA

Country : United States

You may also like

J&A Refuse and Recycling - USCG Base Alameda

Due: 09 May, 2024 (in 20 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

SOLID WASTE, PAPER SHREDDING AND RECYCLING REMOVAL SERVICES FOR OFFICE OF FIREARMS AND TACTICAL PROGRAMS.

Due: 14 Sep, 2025 (in 17 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

RECYCLING CARDBOARD AND PAPER

Due: 14 Oct, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

423 -- Merchant Wholesalers, Durable Goods/423930 -- Recyclable Material Merchant Wholesalers
naicsCode 423930Recyclable Material Merchant Wholesalers
pscCode RElectronic Records Management Services