This Wage Determination (No.: 2015-4157, Revision No.: 29, Date: 07/08/2025) outlines minimum wage rates and benefits for service contract employees in Nassau and Suffolk Counties, New York, under the Service Contract Act. It specifies that contracts awarded on or after January 30, 2022, or renewed/extended after this date, must pay at least $17.75 per hour (or higher if specified for the occupation) under Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, and not renewed, must pay at least $13.30 per hour under Executive Order 13658. The document details hourly wage rates for various occupations across administrative, automotive, food service, health, IT, and maintenance fields. It also mandates fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service), and twelve paid holidays. Special provisions cover night/Sunday pay for air traffic controllers/weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. A conformance process is outlined for unlisted job classifications.
This document is an amendment to solicitation 36C24225Q1036, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2. The amendment, number 0001, dated 09-10-2025, serves to provide answers to submitted Request for Information (RFI) questions. It explicitly states that no further questions will be answered and the due date for offers remains unchanged. Key clarifications include the location of an "Unnamed" handicap parking lot, confirmation that the government is not responsible for golf cart maintenance or its cost, and a preference for a gas-powered golf cart (contractor-owned and fueled at Parking Lot "L" in a compliant storage cabinet). Additionally, the government will not consider CPARS as a substitute for Past Performance Questionnaires but reserves the right to use them in addition. Acknowledgement of this amendment is mandatory with quote submission; failure to do so will result in a non-responsive offer.
The Department of Veterans Affairs, Network Contracting Office (NCO) 2, has issued an amendment to cancel solicitation 36C24225Q1036. This modification, effective December 11, 2025, explicitly states that the solicitation is canceled with "NO AWARD." The amendment form, Standard Form 30, details the administrative changes and specifies that the contract/order number in Item 10A is being modified. The document also outlines the methods for offerors to acknowledge receipt of such amendments, although in this case, the solicitation is being canceled rather than modified for offers. The contracting officer, Dolores Sachuk-Thompson, signed the document, confirming the cancellation of the solicitation and indicating that no award will be made.
The Department of Veterans Affairs (VA) is soliciting proposals for parking lot attendant and valet services at the Northport VA Medical Center in Northport, NY. This firm-fixed price requirement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will provide continuous coverage for three parking lots (L, B, and Unnamed), with specific staffing for valet services in Lot L (minimum five attendants) and monitoring in Lots B and Unnamed (one attendant each). Services include vehicle drop-off and pick-up with a target turnaround time (TAT) of less than 10 minutes, daily vehicle count reports, and adherence to VA regulations regarding personnel, uniforms, signage, and prohibited tipping. The contract has a base period from October 1, 2025, to September 30, 2026, with four one-year option periods. Offerors must comply with subcontracting limitations (not more than 50% paid to non-SDVOSBs) and provide all requested information by the due date of September 17, 2025, at 10:00 AM EDT. A site visit will not be conducted, and requests for information are due by September 8, 2025.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for valet and parking lot attendant services at the Northport VA Medical Center in Northport, NY. This will be a single-award, firm-fixed-price contract, with an anticipated Request for Quote (RFQ) to be posted on www.SAM.gov around September 3, 2025. The procurement falls under FAR Part 12 Commercial Items and FAR 13.5 Simplified Acquisition Procedures. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with NAICS Code 812920 and Product Service Code M1LZ. Interested contractors must be registered in SAM at the time of quote submission. The contractor will be responsible for providing all necessary labor, supervision, materials, equipment, and supplies for parking lot services starting October 1, 2025. All inquiries must be directed via email to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov, including RFQ number 36C24225Q1036 in the subject line.
This document outlines compliance requirements for federal contractors regarding subcontracting limitations, specifically referencing 13 C.F.R. 125.6, FAR 52.219-14, and VAAR 852.219-75. It requires offerors to certify their subcontracting plans, particularly for small business set-asides, sole source procurements, and SDVOSB/VOSB contracts. Contractors must ensure that they, or similarly situated subcontractors, perform a minimum percentage of the contract value (typically 50%). The document details the information required for subcontractors, including business name, UEI/DUNS, description of work, and percentage of contract cost. It also highlights severe penalties, including fines up to $500,000 or the excess subcontracted amount, and potential debarment for violating these rules. Contractors may be required to demonstrate compliance at any point during contract performance.
This government file outlines a Past Performance Questionnaire (PPQ), Solicitation Number: 36C24225Q1036, designed to evaluate offerors for a federal contract based on their past and current performance within the last three years. The PPQ is divided into two parts: Part I, completed by the offeror, requires background information on their customer/client, contact details, contract specifics, and a description of services. Part II, completed by the entity receiving services, evaluates the contractor's performance across various categories including quality of service, recruitment/retention, timeliness/schedule, business relationships, and customer satisfaction, using a rating scale from Outstanding to Unacceptable. The survey also asks if the firm would be awarded another contract and about any past contract terminations or notices. Explanations are required for Outstanding, Marginal, and Unsatisfactory ratings. Completed questionnaires must be returned to Dolores.Sachuk-Thompson@va.gov by September 18, 2025, at 4:30 PM ET, with verbiage required for all 'Outstanding' responses.