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)).
Space Vehicle Upper Stage Request for Information
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: May 15, 2026.
Support routes that fit this solicitation
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 357 more rate previews.↓
Point of Contact
Agency & Office
Description
1. DESCRIPTION
Space Systems Command (SSC) Space Combat Power’s Orbital Warfare and Space Domain Awareness mission areas field and sustain space systems. Assured access to space is instrumental in the rapid fielding and replenishment of these space systems. Many of these systems reside in Geosynchronous Orbit (GEO). Immediate space vehicle placement in GEO is essential for the success of the mission.
The vast increase in commercially available launch service options to Low Earth Orbit (LEO) and Geosynchronous Transfer Orbit offer the opportunity for significant schedule flexibility to the U.S. Government. For the purposes of this RFI, vertical lift options that provide transport to Geosynchronous orbit (GEO) via Geosynchronous Transfer Orbit (GTO) are of interest.
Space Combat Power seeks to evaluate emerging launch systems for potential integration into its product line as part of a hybrid launch vehicle transport system.
2. BACKGROUND
Commercial satellite communication systems transitioned from fully chemical solutions to primarily electric propulsion solutions to travel from GTO to GEO. The GTO to GEO transition time presented by electric propulsion systems is not a viable option for the Space Combat Power mission area. Space Combat Power is seeking information on orbit raising solutions that minimize the transfer time from GTO to GEO, essentially placing the satellites in their desired orbit as quickly as possible, while being able to take advantage of the schedule flexibility offered by commercially available (primarily LEO) launch service providers.
3. RESPONSE FORMAT
Responses should be prepared in accordance with the following guidelines:
• Utilize either Word (.docx, 2013 or newer) or Adobe (.pdf) software
• Times New Roman 12 (or larger) font, single-spaced, single-sided pages, including tables, on 8.5 by 11 inches paper.
• A font size smaller than 12 may be used in figures and drawings, but type shall be clearly legible.
• Margins on all sides (top, bottom, left, and right) shall be at least 1 inch.
• The page limit is 10 pages and does not include the cover page or attachments.
• A cover sheet that includes:
o Project title;
o Company name;
o Product name(s);
o Primary point of contact, including name, address, phone and e-mail contact information; and
o Date of submission.
• Completed Attachment 1
4. TECHNICAL INFORMATION
Responses should contain the following information:
Technical Capabilities
• Looking for LEO to GEO orbit raising solutions for 2946 – 6000 kg
• Provide Mass/C.G. curve of overall stack from Standard interface plane at 2946 kg to 6000 kg.
• Provide description and figures depicting solution
• Swap characteristics of orbit raising system: accommodation needs, total system weight, power requirements, environmental compliance
• Ease of integration with ESPA compliant host ring and launch vehicle
• Programmatic: anticipated cost, schedule and manpower requirements
• Interfaces: mechanical and electrical (ICDs, if available)
• Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL)
• Block diagrams and subsystems denoting key components and sources
• Identification of critical path items / long lead items
• Anticipated schedule from ATP – delivery, noting key milestones (e.g. – ATP, SRR, PDR, CDR, MRR, etc.)
• Total Program Cost
o NRE phase 1: ATP – CDR
o NRE phase 2: CDR - 1st article delivery (post CDR)
o RE phase: additional units (dependent on mass that can be transported, QTY 20)
Business and Contracting Information
• Rough Order of Magnitude (ROM) pricing
• Available contract vehicles
• Estimated production lead times
• Intellectual property/licensing considerations
5. ADMINISTRATION
Questions and requests for clarifications on this RFI may be submitted to kevin.boyle.12.ctr@spaceforce.mil with a courtesy copy to devan.shivers@spaceforce.mil no later than Wednesday, 15 April 2026 at 12:00 PM PDT. Answers will be provided to all interested parties no later than Friday, 24 April 2026.
6. RFI RESPONSES
Interested parties are requested to provide responses meeting the requirements described in Section 3 and provide a completed copy of Attachment 1 via Department of Defense (DoD) SAFE (http://safe.apps.mil) to heeyeun.joo.1@spaceforce.mil, kevin.boyle.12.ctr@spaceforce.mil and devan.shivers@spaceforce.mil no later than the closing date provided in the General Information section. Information packages and all inquiries shall be encrypted on DoD SAFE using the encryption key “DueDate051520261200PM.” Once the information has been sent, please email a notice WITHOUT ATTACHMENTS to heeyeun.joo.1@spaceforce.mil and with a courtesy copy to kevin.boyle.12.ctr@spaceforce.mil and devan.shivers@spaceforce.mil indicating a drop has been made. Please place attention: “Response to FA8819-RFI-SVUpperStage” in the subject line of your e-mail. After reviewing comments, the Government may set up a teleconference to discuss.
Vendors submitting confidential business information or proprietary information bear the sole responsibility for appropriately marking the information.
7. NOTICE
Vendors are advised, the Government may use non-government personnel to assist in collecting and reviewing market information and in providing technical advice to the U.S. Government team. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act, as amended (41 U.S.C. 423) (hereinafter referred to as “the Procurement Integrity Act,” or “the Act”), and as implemented in the Revolutionary FAR Overhaul (RFO). Supporting personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor’s proprietary data.
By submitting a response, a company will be deemed to understand that, and agree to, the Government allowing its support contractor, with the appropriate Non-Disclosure Agreement in place, to access any information submitted in relation to this RFI.
8. DISCLAIMER
This RFI is a market research tool to determine the availability and adequacy of potential solutions prior to determining the acquisition strategy and issuance of a solicitation. The Government will not reimburse any costs resulting from information received from potential sources in response to this RFI. This RFI is for informational and planning purposes only and does not constitute a solicitation for bids or proposals or a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive or sole source contract.
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.