Professional Documents
Culture Documents
This solicitation is an Invitation for Bids (IFB). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 effective 6-15-2018.
The Contracting Office at the International Institute of Tropical Forestry (IITF) intends to award a fixed-
price contract to provide commercial services, providing for all labor, equipment, materials, services,
supervision, management and transportation necessary to complete the environmental remediation
services for IITF in accordance with the below Scope of Work (SOW).
The associated North American Industrial Classification System (NAICS) code for this procurement is
562910 - Remediation Services, with a small business size standard of $20.5 million or 750 employees.
Set-Aside Requirement: The Government reserves the right to make no award from this solicitation.
A.4 SITE VISIT: The site visit will be held on Tuesday 7/24/2018 at 09:00 AM Eastern Standard
Time at the International Institute of Tropical Forestry, HQ Bldg., 1201 Ceiba Jardin Botanica Sur San
Juan, Puerto Rico 00926, (see Statement of Work). Vendors are required to contact the Contracting
Officer, Amelia Davila at (787) 764-7280 ameliadavila@fs.fed.us to sign up for the site visit. Bidders
shall meet Ms Davila in the foyer of the HQ Bldg.
* Per FAR clause 52.237-1 - Site Visit, interested prospective bidders are urged and expected to
inspect the site prior to submission of bids. *
1
You are reminded that representatives from your company SHALL NOT contact any IITF employee to
discuss this IFB during this IFB process. All questions and concerns regarding this IFB shall be directed
to Mike Belovsky, the Contract Specialist.
A.5 BIDDERS QUESTIONS: All questions regarding this IFB must be in writing and may be sent
by e‐mail to jbelovsky@fs.fed.us. Questions must be received no later than Tuesday 7/31/2018 at 09:00
AM Eastern Standard Time. No further questions will be accepted after that date and time.
A.7 BID SUBMISSION: Bids are due on/or before Wednesday 8/8/2018 by 2:00 PM Eastern
Standard Time. Bids shall be sent by e‐mail “only” to the Contract Specialist (Mike Belovsky)
at jbelovsky@fs.fed.us. The Government will award a Firm Fixed-Price Contract to provide commercial
services resulting from this IFB to the responsible bidder whose bid is the Lowest Price.
2
SCOPE OF WORK, SPECIFICATIONS
Quantities provided below are approximate. Prospective bidders are responsible for verifying all
dimensions and site conditions prior to submitting bids. Refer to Figures 1 through 6 for specific
locations of mold-impacted building materials and paint stabilization areas. See
Synopsis/Solicitation for site visit information.
1. GENERAL CONDITIONS
2. PRE-REMEDIATION ACTIVITIES
The Contractor shall submit the following for review prior to Notice To Proceed: ,
a) Respirator training and fit testing documentation.
b) Physician’s written opinion that employees are physically capable of wearing respirators.
c) Site specific Health and Safety Plan.
3
2.3 Building Conditions
The HVAC system shall be shut down or isolated from each work area until the Contractor’s
Certified Industrial Hygienist (CIH) has concluded that remediation is complete and is approved
by COR.
4
Service. At a minimum, half-face air purifying respirators with NIOSH approved P-100 filters
must be worn by the remediation workers and personnel entering the containment areas. It is
the responsibility of the Contractor to ensure that their employees utilize respirators in
accordance with a written respiratory protection and medical surveillance program. Remediation
workers shall be properly instructed on the use of respirators and at minimum shall receive
annual fit-testing with the appropriate respirator and filters. Disposable protective clothing which
covers the body, from head to toe, must be worn by personnel entering the containment areas.
Additional PPE must be worn including gloves, safety goggles (non-vented), work boots, and
hard hats where applicable. Protective clothing and equipment used by remediation workers
and personnel within the containment areas must be properly decontaminated or disposed of
prior to exiting the decontamination chamber. At no time may the Contractor leave the work
area wearing respirators or protective clothing.
3. REMEDIATION ACTIVITIES
5
Contracting Officers’ Representative (COR) will inspect the remediated area. The work area
shall be in a clean dust-free condition for the inspection to be deemed satisfactory. If evidence
of additional fungal growth and/or water damage is observed that extends beyond the areas
outlined, CO will advise Contractor to continue removal of additional materials and the areas will
be re-inspected. A change order may be executed to redefine scope of work. This process will
be repeated until damaged and/or contaminated materials are no longer observed.
3.4 Disposal
Building materials must be removed and discarded utilizing sealed double-bagged 6-mil
polyethylene plastic sheeting or bags sealed with duct tape. Remediated materials must be
discarded on a daily basis by the remediation Contractor and transported outside the building
for disposal. There are no special requirements for the disposal of water-damaged/mold
contaminated materials. The Contractor shall coordinate the placement of any dumpsters with
COR.
4. POST-REMEDIATION ACTIVITIES
4.1 Air-Scrubbing
Once the cleaning procedures in the NPEs have been deemed satisfactorily completed, the
exhaust tubing shall be removed by Contractor and any make up air vents must be sealed. The
AFDs with HEPA filters must be allowed to run for a period of approximately 24 hours to filter
and collect residual airborne particles.
5. RECONSTRUCTION
Cause(s) of water intrusion should be properly identified and repaired at the s ite prior to
reconstruction of the affected areas. Contractor shall bring a representative from Storm King,
(the window manufacturer) on site to inspect the Headquarter’s Building window leaks and
recommend corrective action. Contractor shall caulk and seal as directed. Any additional
corrective actions are not the responsibility of the Contractor.
6
Reconstruction of gypsum removal shall consist of replacement with in-kind materials.
Professionally patch, prime and paint to match existing surroundings. All areas calling for paint
stabilization shall be professionally patched, primed and painted to match existing surroundings.
f. Following removal of impacted materials, all surfaces within each NPE or work area
must be fine cleaned by wet wiping with a mild detergent and/or HEPA vacuuming.
g. After the CIH has tested and cleared the work areas safe for occupancy, the
Contractor shall have the window manufacturer’s (Storm King) representative come on
site and inspect the locations where the windows were leaking. The representative
shall provide corrective action recommendations. Contractor shall caulk and seal
areas as recommended. Any recommended repairs beyond caulking and sealing will
not be the Contractor’s responsibility.
h. Contractor to repair areas where gypsum board was removed. Patch, prime and paint
to match existing.
i. Patch, prime and paint all paint stabilized areas to match existing.
f. Following removal of impacted materials, all surfaces within each NPE or work area must
be fine cleaned by wet wiping with a mild detergent and/or HEPA vacuuming.
g. After the CIH has tested and cleared the work areas safe for occupancy, the Contractor
shall have the window manufacturer’s (Storm King) representative come on site and inspect
the locations where the windows were leaking. The representative shall provide corrective
action recommendations. Contractor shall caulk and seal areas as recommended. Any
recommended repairs beyond caulking and sealing will not be the Contractor’s
responsibility.
h. Contractor to repair areas where gypsum board was removed. Patch, prime and paint to
match existing.
i. Patch, prime and paint all paint-stabilized areas to match existing.
8
b. Isolate each work area as described in Section 1.3 Access Restrictions.
c. Conduct pre-cleaning of surfaces throughout each work area to remove excess dust and
dirt accumulation prior to installing plastic sheeting.
d. Construct NPEs to contain each work area with more than 10 square feet of mold/water
damage and/or more than 6 SF of paint damage as described in Section 2.5
Containment Preparation.
e. Perform paint stabilization in the areas listed below:
1. Main hallway east – conduct paint stabilization to remove loose and peeling paint
from the east ceiling area.
2. Main hallway north – conduct paint stabilization to remove loose and peeling paint
from the north ceiling area.
f. Following removal of impacted materials, all surfaces within each NPE or work area
must be fine cleaned by wet wiping with a mild detergent and/or HEPA vacuuming.
g. Patch, prime and paint all paint stabilized areas to match existing.
6.4 Sample Prep & Storage Chemical Lab & Solar Dryer Building
a. Install AFDs equipped with HEPA filters inside work area while containment preparation
is in progress and allow to operate in recirculation mode. See Figure 4.
b. Isolate work area as described in Section 1.3 Access Restrictions.
c. Conduct pre-cleaning of surfaces throughout each work area to remove excess dust and
dirt accumulation prior to installing poly sheeting.
d. Construct one or more NPEs as described in Section 2.5 Containment Preparation to
remove and dispose of mold-impacted gypsum wallboard including any wall or ceiling
cavity insulation and/or perform paint stabilization in the areas listed below, refer to
Figure 4 for additional information:
1. Balance Room – Remove lower gypsum board portion of north wall to bottom of
glass window blocks approximately 3’ x 6’ and above window blocks
approximately 1’ x 6’. Remove upper gypsum board northwest wall from floor to
bottom of window blocks approximately 5’ x 10’. Conduct paint stabilization to
remove loose and peeling paint from the ceiling area.
2. Hallway outside balance room – Remove lower northwest gypsum board wall
from floor to between 4’ and 6’ high (bottom of electrical boxes) – approximately
6’ long. Remove upper gypsum board north wall by Packaged Terminal Air
Conditioners (PTAC) unit from above doorway to ceiling approximately 4’ x 3’.
Remove upper gypsum board south wall (opposite side of PTAC unit) from above
doorway to ceiling approximately 5’ x 3’. Conduct paint stabilization to remove
loose and peeling paint from the south wall in stair landing area past hallway.
3. Glassware Room – Remove gypsum board ceiling approximately 20’ x 20’.
4. Global Change Room & Adjacent Hallway – Remove gypsum board ceiling
approximately 15’ x 20’ and gypsum board wall from floor to ceiling
approximately 40’ x 10’ total in global change room. Remove gypsum board
ceiling in adjacent hallway approximately 10’ x 5’.
5. Hallway to Conference Room – Remove and discard approximately five water
stained ceiling tiles.
e. Following removal of impacted materials, all surfaces within each NPE or work area
must be fine cleaned by wet wiping with a mild detergent and/or HEPA vacuuming.
Inspect the locations where the windows were leaking. Contractor shall caulk and seal
areas as recommended. Any recommended repairs beyond caulking and sealing will
not be the Contractor’s responsibility.
9
f. Contractor to repair all (floor and wall) areas where gypsum board was removed. Patch,
prime and paint to match existing.
g. Patch, prime and paint all paint stabilized areas to match existing.
h. Contractor will be required to remove and reinstall existing ceiling access panels, light
fixtures, speakers, smoke and heat detectors in all rooms requiring gypsum ceiling
replacement.
10
11
12
13
14
15
16
17
CLAUSES INCORPORATED BY REFERENCE
18
52.222-26 Equal Opportunity SEP 2016
52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans OCT 2015
of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action For Workers With Disabilities JUL 2014
52.222-37 Employment Reports Veterans FEB 2016
52.222-41 Service Contract Act Labor Standards MAY 2014
52.222-50 Combating Trafficking in Persons MAR 2015
52.223-6 Drug-Free Workplace MAY 2001
52.223-10 Waste Reduction Program MAY 2011
52.223-18 Encouraging Contractor Policies to Ban Text Messaging AUG 2011
While Driving
52.225-14 Inconsistency Between English Version and Translation of FEB 2000
Contract
52.225-25 Prohibition on Contracting with Entities Engaging in Certain OCT 2015
Activities or Transactions Relating to Iran—Representation
and Certification
52.232-1 Payments APR 1984
52.232-13 Notice of Progress Payments APR 1984
52.232-16 Progress Payments APR 2012
52.232-17 Interest MAY 2014
52.232-32 Performance-Based Payments APR 2012
52.232-33 Payment by Electronic Funds Transfer--Central Contractor JUL 2013
Registration
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.233-1 Disputes MAY 2014
52.233-2 Service of Protest SEP 2006
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment, and APR 1984
Vegetation
52.237-7 Indemnification and Medical Liability Insurance JAN 1997
52.242-13 Bankruptcy JUL 1995
52.242-15 Stop-Work Order AUG 1989
52.243-1 ALT1 Changes -- Fixed Price, Alternate I APR 1984
52.245-1 Government Property JAN 2017
52.249-1 Termination For Convenience Of The Government (Fixed APR 1984
Price) (Short Form)
52.249-4 Termination for Convenience of the Government APR 1984
(Services)(Short Form)
52.249-12 Termination (Personal Services) APR 1984
52.253-1 Computer Generated Forms JAN 1991
19
CLAUSES INCORPORATED IN FULL TEXT
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses,
which are incorporated in this contract by reference, to implement provisions of law or Executive
orders applicable to acquisitions of commercial items:
(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws
108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting
officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items:
_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006),
with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
_X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41
U.S.C. 3509).
_X_ (3) 52.203-15, Whistleblower Protections under the American Recovery and
Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts
funded by the American Recovery and Reinvestment Act of 2009).
___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
(Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
20
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117,
section 743 of Div. C).
___ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101
note).
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)
(15 U.S.C. 657a).
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its
offer)(15 U.S.C. 657a).
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.
644).
___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C.
637(d)(2) and (3)).
21
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637
(d)(4)).
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15
U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically
Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned
Small Business Concerns Eligible Under the Women-Owned Small Business Program
(Dec 2015) (15 U.S.C. 637(m)).
___ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018)
(E.O. 13126).
_X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
_X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C. 793).
22
___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations
Act (Dec 2010) (E.O. 13496).
_X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter
78 and E.O. 13627).
___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not
applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-
Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to
the acquisition of commercially available off-the-shelf items.)
___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O.13693).
___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun
2014) (E.O.s 13423 and 13514
___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s
13423 and 13514).
___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42
U.S.C. 8259b).
23
___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products
(Oct 2015) (E.O.s 13423 and 13514).
_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while
Driving (Aug 2011) (E.O. 13513).
___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May
2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805
note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53,
109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301
note).
_X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United
States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for
Fiscal Year 2008; 10 U.S.C. 2302 Note).
___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42
U.S.C. 5150).
24
___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.
4505, 10 U.S.C. 2307(f)).
_X_ (57) 52.232-33, Payment by Electronic Funds Transfer— System for Award
Management (Jul 2013) (31 U.S.C. 3332).
___ (58) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for
Award Management (Jul 2013) (31 U.S.C. 3332).
___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C.
637(d)(12)).
___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or executive orders applicable to acquisitions
of commercial items:
_X__ (1) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495)
_X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter
67.).
___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C.
206 and 41 U.S.C. chapter 67).
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price
Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41
U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price
Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
25
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards
to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements
(May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards
to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O.
13658).
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O.
13706).
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May
2014) (42 U.S.C. 1792).
___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C.
5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions
of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records --
Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s
directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter period specified in FAR Subpart 4.7,
Contractor Records Retention, of the other clauses of this contract. If this contract is
completely or partially terminated, the records relating to the work terminated shall be
made available for 3 years after any resulting final termination settlement. Records relating
to appeals under the disputes clause or to litigation or the settlement of claims arising
under or relating to this contract shall be made available until such appeals, litigation, or
claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require
the Contractor to create or maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of
this clause, the Contractor is not required to flow down any FAR clause, other than those in this
26
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41
U.S.C. 3509).
(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C.
637(d)(2) and (3)), in all subcontracts that offer further subcontracting
opportunities. If the subcontract (except subcontracts to small business concerns)
exceeds $700,000 ($1.5 million for construction of any public facility), the
subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter
67).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29
U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
27
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter
67).
(xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C.
chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) [Reserved]
The Contractor’s invoices must be submitted before payment can be made. The Contractor will be
paid on the basis of the invoice, which must state—
(a) The starting and ending dates of the subscription delivery; and
(b) Either that orders have been placed in effect for the addressees required, or that the orders will
be placed in effect upon receipt of payment.
This contract incorporates one or more clauses by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://acqnet.gov/far/
Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April
2016)
Electronic Submission of Payment Requests
28
(a) Definitions. As used in this clause-
(1) "Payment request means a bill, voucher, invoice, or request for contract financing payment
with associated supporting documentation. The payment request must comply with the
requirements identified in FAR 32.905(b), "Payment documentation and process" and the
applicable Payment clause included in this contract.
(2) [Reserved]
(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment
requests electronically using the Internet Payment Platform (IPP). Information regarding IPP is
available on the Internet at www.ipp.gov. Assistance with enrollment can be obtained by
contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or
phone (866) 973-3131.
(c) The Contractor may submit payment requests using other than IPP only when the Contracting
Officer authorizes alternate procedures in writing.
(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the
Contracting Officer's written authorization with each payment request.
(End of clause)
29
WD 96-0223 (Rev.-43) was first posted on www.wdol.gov on 07/10/2018
Hazardous Waste Pickup/Disposal Services
**********************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON, D.C. 20210
|
|
Daniel W. Simms Division of Wage | Wage Determination No: 1996-0223
Director Determinations | Revision No: 43
| Date Of Revision: 07/03/2018
----------------------------------------------------------------------------------
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for
calendar year 2018 applies to all contracts subject to the Service Contract Act
for which the contract is awarded (and any solicitation was issued) on or after
January 1, 2015. If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage determination at least
$10.35 per hour (or the applicable wage rate listed on this wage determination,
if it is higher) for all hours spent performing on the contract in calendar year
2018. The EO minimum wage rate will be adjusted annually. Additional information
on contractor requirements and worker protections under the EO is available at
www.dol.gov/whd/govcontracts
NATIONWIDE: Applicable in the continental U.S. and Hawaii
Regions are defined as follows:
MIDWEST REGION: Illinois, Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri,
Nebraska, North Dakota, Ohio, South Dakota, and Wisconsin;
NORTHEAST REGION: Connecticut, Maine, Massachusetts, New Hampshire, New Jersey,
New York, Pennsylvania, Pureto Rico, Rhode Island, Vermont and Virgin Islands;
SOUTH REGION: Alabama, Arkansas, Delaware, District of Columbia, Florida,
Georgia, Kentucky, Louisiana, Maryland, Mississippi, North Carolina, Oklahoma,
South Carolina, Tennessee, Texas, Virginia, and West Virginia;
WEST REGION: Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, New
Mexico, Oregon, Utah, Washington, and Wyoming.
----------------------------------------------------------------------------------
Employed on contracts for removal of oil spills, hazardous waste materials and
related cleanup services.
HEALTH & WELFARE: $4.48 per hour or $179.20 per week or $776.53 per month
HEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 per
month*
HEALTH & WELFARE (Hawaii): $1.91 per hour, or $76.40 per week, or $331.07 per
month for all employees on whose behalf the contractor provides health care
benefits pursuant to the Hawaii prepaid Health Care Act. For those employees who
are not receiving health care benefits mandated by the Hawaii prepaid Health
Care Act, the new health and welfare benefit rate will be $4.48 per hour.
HEALTH & WELFARE (Hawaii EO 13706): $1.63 per hour, or $65.20 per week, or
$282.53 per month for all employees on whose behalf the contractor provides
health care benefits pursuant to the Hawaii prepaid Health Care Act. For those
employees who are not receiving health care benefits mandated by the Hawaii
prepaid Health Care Act, the new health and welfare benefit rate will be $4.18
per hour. *
** UNIFORM ALLOWANCE **
Under the policy and guidance contained in All Agency Memorandum No. 159, the
Wage and Hour Division does not recognize, for section 4(c) purposes,
prospective wage rates and fringe benefit provisions that are effective only
upon such contingencies as "approval of Wage and Hour, issuance of a wage
determination, incorporation of the wage determination in the contract,
adjusting the contract price, etc." (The relevant CBA section) in the collective
bargaining agreement between (the parties) contains contingency language that
Wage and Hour does not recognize as reflecting "arm's length negotiation" under
section 4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage
determination therefore reflects the actual CBA wage rates and fringe benefits
paid under the predecessor contract.
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.
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. Such
conformed classes of employees shall be paid the monetary wages and furnished
the fringe benefits as are determined (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
retroactive to the commencement date of the contract (See 29 CFR
4.6(b)(2)(iv)(C)(vi)). 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.
1) When preparing the bid, the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).
3) 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
Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR
4.6(b)(2)(ii)).
4) 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.
5) The contracting officer transmits the Wage and Hour decision to the
contractor.
34