HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) 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; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) 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. 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 U.S. Department of Labor, Wage and Hour Division, 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 Division's decision to the contractor. 6) 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)).
Congressional Cable TV System Assessment
Sources Sought from ARCHITECT OF THE CAPITOL • ARCHITECT OF THE CAPITOL. Place of performance: DC. Response deadline: Apr 24, 2026. Industry: NAICS 517111 • PSC DG11.
Market snapshot
Awarded-market signal for NAICS 517111 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 350 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 517111
Description
The Architect of the Capitol (AOC) has a requirement for a contract for Capitol Power Plant, with a period of performance of 180 Calendar Days.
1.1 CONGRESSIONAL Cable TV systems assessment
-
- BACKGROUND
During the late 70’s, the first proposed 13 channel system was requested by both Senate Rules and House Administration. Starting with a single rack in the attic of the Russell Senate Office building, then in the early 80’s, say 1981 a new design for the system was implemented, with a joint cable system located in the Russell Senate Office Building subway platform to the Capitol completed in 1983. Then in the time period of 1986 through 1987 the migration of a new Senate headend was built to support a complete switcher to control all aspects of both systems with the current system at 59 Analog channels for Senate and 54 Analog channels for House CATV systems. During the period of 2002 the system once again increased with the first deployment of Digital transmission available on the system with the Digital broadcast of House and Senate floors on the CCTS system.
-
- Scope of Work
The scope of this requirement is to engage the services of a professional vendor to submit a detailed assessment of the existing Architect of the Capitol Congressional Cable TV system (CCCTS) located at the “head end” Russell Senate office building, and the Capitol Power Plant Annex building. The vendor shall also provide a proposed improvement plan to the existing CCTS to improve content delivery. The assessment shall include detailed drawings of existing equipment specifications, connectivity layout, data flow and type. A final report detailing the findings shall be submitted delineating the existing system with the proposed improvements to the system, including cost, impact and duration. The objective of the assessment is to ensure the CCTS will meet the stringent demands of Congressional members and staff for a “24/7” operational environment.
-
- Applicable Policies and Standards
The contractor shall perform the required task in accordance with the requirements of this contract.
• Technology Standards.
• Drawings; As Built Systems Drawings for CCTS
• Security specifications.
The contractor shall not deviate from any of the above documents without express approval granted by the Contracting Officer’s Representative (COR).
-
- TASKS
-
- Task 1 – Existing System Assessement
The contractor shall provide an existing CCTS system(s) assessment. Documenting, existing equipment specifications, connectivity layout, data flow and type. The assessment shall be completed in the CCTS primary head end located at Russell Senate Office building, and the secondary “Head End” at the Capitol Power Plant (CPP) Annex building. The results shall include a detailed, comprehensive report on the following below, but not limited to.
-
-
-
-
-
-
- Rack Elevations
- Line diagram of connections (all mediums)
- Network diagram
- Content source diagram
- Content delivery diagram (Fiber T/X)
- Equipment age / part availability
-
-
-
-
- Task 2
-
The contractor shall provide a comprehensive CCTS “improvement plan” to include a detailed report on proposed equipment upgrades or replacement, configuration, delivery, estimated cost, and impacts to existing system. The report shall provide options to the following items but not limited to the improvement plan.
-
-
-
-
-
-
- Increased resiliency and back up for 24/7 operation.
- Increased security (Firewall)
- Increased efficiency through IP networks
- Content procurement methods (IP streaming, Direct Satellite, wireless etc.)
- Secondary audio programming (SAP) capabilities
- Provide Steaming content to clients via mobile app, smart TV’s or other methods
- Recommendations for the ingestion, “intake” and conversion of Free Ad-Supported Streaming TV (FAST) channels into the CCTS along with LTN Content.
-
-
-
-
-
Improvements to CCTS delivery via clear QAM 256 to outlying buildings and facilities (does not include assessment of outlying buildings and facilities but only the method of delivery).
-
-
-
-
-
-
- Improvements to sourcing and modulating FM (radio) frequencies into QAM 256 signal
- Integrating “virtual channel” nomenclature for CCTS system(s)
- Improvements to SDI/ASI sourcing and encoding for integration
-
-
-
-
- Task 3
-
The vendor shall provide a comprehensive CCTS control room “upgrade plan” at the Russell Senate Office Building to include a detailed report on equipment upgrades or replacement, configuration, delivery, estimated cost, and impacts to existing system. The report shall provide options for the following items but not limited to the improvement plan.
-
-
-
-
-
-
- Full control of networked devices, accessible to the control room perimeter.
- System alerts for outages for either content, encoding, transcoding or QAM loss.
- Ability to modify what is being viewed on screen, resizing, for multiple sources and destinations.
- KVM capabilities for all available equipment.
- Visibility into network, multicast, QAM, fiber transmitters and other CCTS equipment status.
- A/V Router capabilities from within the control room perimeter.
-
-
-
-
-
-
- Project Management Plan
The contractor shall submit a Project Management Plan 30 days after award that outlines the project execution and project control approach, roles, responsibilities, cost, schedule, and scope. The plan shall be used to facilitate key decision points, milestones, and communication among key stake holders.
-
- Biweekly Status Report
The contractor will prepare and deliver Biweekly Status Reports to the COTR and other specified individuals via electronic mail no later than 5:00 PM every other Friday. The intended audience includes: CCP Electronics Technician, CCP Electronics Engineer, CCP Senior management and Executive leadership from the Government and from the contractor.
Status reports will include the following information:
• Goals for the reporting period
• Accomplishments for the reporting period
• Recommendations for work to be accomplished during the next reporting period
• Risks to the successful and timely completion of the project
• Open Issues - Issues and risks summary
-
- Deliverables
In accordance with TASK 1, 2 and 3. Reports shall be submitted in both native file (word) and Adobe acrobat (.pdf), in addition 10 printed and bounded reports.
Table 1 - Deliverables and Delivery Schedule
Deliverable/Description
Type
Delivery Method(s)
Delivery Date/Frequency
Kick-Off Meeting
Briefing
Virtual Meeting (Teams)
7 days after contract award
Project Management Plan
Document
MS Word / Adobe
14 days after contract award
Biweekly Status Report
Briefing
Virtual meeting and email document
Biweekly TBD
Tasks 1, 2, and 3 submittals (Draft)
Document
MS Word
6 months after contract award.
Tasks 1, 2, and 3 review
Briefing
Virtual meeting and email document
14 days after initial request
Final Task 1, 2 and 3 submittals
Document
MS Word
7 days prior to end of contract Period of Performance (PoP)
-
- Instructions for Delivery of Deliverables
The contractor shall provide all deliverables via electronic methods, unless directed by the COR to provide hard copies, for review, approval, and appropriate action. Electronic copies shall be delivered via email attachment to the CO and COR as appropriate. The electronic copies shall be compatible with Microsoft Office 2010 or other applications as appropriate and mutually agreed to by the parties. Once created, deliverables and work products are considered the property of the Federal Government.
The deliverable shall be considered final upon receiving Government approval. The Government shall provide written notification of acceptance or rejection of all deliverables within two days of receipt. All notifications of rejection will be accompanied by an explanation of the specific deficiencies causing the rejection. Deliverables must be approved by the CO and COR to be considered “accepted.”
Deliverables shall be deemed acceptable if the document adequately covers all required topics, meets general quality measures, and is professionally prepared in terms of accuracy, clarity, format, and timeliness. Quality measures, as set forth below, shall be applied to each product received from the contractor.
- Accuracy: Documents shall be accurate in presentation, content, and style.
- Clarity: Documents shall be clear and concise.
- Format: Documents shall be transmitted via mutually agreed upon media; and
- Timeliness: Documents shall be submitted on or before scheduled due date.
- Government Furnished Equipment / PROPERTY (GFE/GFP)
No GFE provided
- CONTRACT TYPE
The contract type for this requirement is anticipated to be a Firm-Fixed Price (FFP). This is a firm-fixed-price contract that is not subject to any adjustment on the basis of the contractor’s cost experience in performing the contract. The contractor is full responsibility for all costs and resulting profit or loss.
- Period of Performance
The Period of Performance shall be 180 calendar days from Notice to Proceed.
- Place of Performance / HOURS OF OPERATIONS
Work under this requirement shall be performed at a government facility unless otherwise stated or approved. All equipment and office supplies will be provided at the government facility. Daily work hours shall be approved by the COR; however, core working hours for the contractor shall be 6:00 AM to 2:30 PM ET with a thirty-minute lunch break. Please be advised certain activities may require the vendor to work evening, or weekends to ensure no disruption occurs to Congressional activity and operations. Any contractor under this contract shall be required to perform work during these hours unless otherwise authorized. Overtime or compensation time shall not be performed unless specifically authorized by the contracting officer.
- Travel
Travel is not authorized
- Personal Services
This is not a personal services contract.
- Security
If under the performance of this contract the contractor requires access to AOC facilities, then the contractor will be escorted at all times. All contractor employees shall submit an E-Verify form and a United States Capitol Police background check form (CP-491) prior to the performance of work. Contractor employees shall also complete a contractor badging request form. All contractors working on site shall be required to wear an identification badge at all times. The AOC does not follow certain exceptions as described in the E-Verify federal contractor rule. Contractors are required to use E-Verify to verify that all employees working on AOC contracts are authorized to work in the United States. On site work may be interrupted because of Congressional events or U. S. Capitol Police requirements. All work to be performed is subject to government interruptions.
The AOC does not follow certain exceptions as described in the E-Verify federal contractor rule. Contractors are required to use E-Verify to verify that all employees working on AOC contracts are authorized to work in the United States.
- SAFETY
The contractor shall follow all applicable safety guidelines. This project requires use of hard-hats and eye protection in designated areas. Contractors are required to wear “appropriate” clothing, i.e. Shorts and tee shirts will not be permitted. The Contractor shall be responsible for their own safety, and every precautionary measure shall be taken to protect themselves while at the US Capitol Power Plant, Satellite Antenna Array. Full PPE.
The contractor shall comply with all AOC safety policies and shall require all employees to wear appropriate clothing apparel for the assigned tasks. No sandals or any style of open toe shoes shall be allowed for any position that requires lifting of 5lbs or greater as this would pose a risk of injury.
Instructions for Responding to this RFI:
Please provide a response to the following questions from the Government:
a) Will your company be interested in submitting a quotation for this contract if a solicitation is issued?
b) Can your company perform this scope of work under its GSA Schedule contract? If so, what is the GSA Schedule contract number? What SIN is this usually done under? Or is this a mix of SINs?
c) What questions do you have for the Government? (You may either list your questions in the RFI response or you may email the questions to Donald Fuqua at donald.fuqua@aoc.gov any time if it helps you to provide a better response with the answers known)
d) What is the usual duration of a contract for this work? In other words, what period of performance is typical for this?
e) Please provide examples of past contracts within the past three years that are either completed or ongoing that have the same or similar scope of work. Please provide the awarded contract dollar amount as well.
f) Any other information you believe will be of interest to the Government.
Please email responses to Donald Fuqua at donald.fuqua@aoc.gov by noon on April 24, 2026.
Thank you,
Donald Fuqua
Contracting Officer
Mobile: (202) 329.6763
Architect of the Capitol
Supplies, Services, and Material Management Division (SSMMD)
www.aoc.gov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.