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 10 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. (See 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)).
Request for Proposals - Additional Solar Electric Generation
Federal opportunity from City of Belfast. Place of performance: ME. Response deadline: May 20, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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 358 more rate previews.↓
Point of Contact
Agency & Office
Description
Bid Postings • Request for Proposals - Additional Solar Elec Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In City Government Our Community Doing Business Just Visiting How Do I Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: Request for Proposals - Additional Solar Electric Generation Category: Economic Development Status: Open Description: CITY OF BELFAST, MAINE REQUEST FOR PROPOSALS ADDITIONAL SOLAR ELECTRICITY GENERATION SUBMISSION DEADLINE: 4:00PM LOCAL TIME, WEDNESDAY, MAY 20, 2026 1. PURPOSE OF THIS REQUEST In an effort to offset the majority of its electrical supply and delivery costs through the Net Energy Billing (per kWh) Program, the City of Belfast facilitated the construction of three solar arrays: 1) a 45.9 kW solar array mounted on the roof of the City's Fire and Ambulance facility at 273 Main Street, which was placed into service in 2014, is subject a 20-year power purchase agreement, and which generated 61,996 kWh for the period of 4/2025-3/2026; 2) a 120.78 kW solar array located on the City’s closed landfill at 96 Pitcher Road, which was placed into service in 2015, is subject to a 20-year power purchase agreement, and which generated 119,469 kWh for the period of 4/2025-3/2026; and 3) a 883.2 kW solar array mounted on the ground adjacent to the City's Public Works facility at 54 Crocker Road, which was placed into service in 2019, is owned outright by the City of Belfast (and therefore is not subject to any power purchase agreement), and which generated 969,440 kWh for the period of 4/2025-3/2026. Though the City was able to offset nearly 100% of its per kWh electrical supply and delivery costs for a period of time immediately following the placement of all three arrays into service, in more recent years a gap has developed and widened between the City's electrical consumption and its generation, largely attributable to the conversion of heating oil-based heating systems to heat pump-based heating systems in City facilities. During the period of 4/2025-3/2026, while the City's three arrays generated a total of 1,150,905 kWh, this was only able to offset 69.3% of the City's electrical consumption of 1,660,439 kWh, leaving a gap of 509,534 kWh. There is the possibility, in the absence of the development of additional electrical generation by/for the City of Belfast, that this gap may widen further due to one or more of the following: decreased output of its existing solar arrays; conversion of heating oil-based heating systems to heat pump-based heating systems in other City facilities; increased electrical consumption unrelated to heating system utilization; expiration of current power purchase agreements; adding of new electrical accounts; and conversion of electrical accounts that are not currently able to utilize net energy billing into ones that are. The City of Belfast now seeks a qualified firm to develop and implement a solution to close this gap between the City's electrical consumption and its electrical generation, so that it may be able to offset its electrical supply and delivery costs to the greatest amount practicable, and at a cost that would be lower than purchasing electricity through standard means. 2. PROPOSAL FORMAT, EVALUATION FACTORS Interested firms are instructed to follow the format by responding to each of the 3 evaluation factors (2.1-2.3) listed below; the percentage weight for each evaluation factor follows. Proposals that do not follow this format or do not contain the requested information may be considered unresponsive proposals and not be considered by the City of Belfast. The maximum length for a proposal is 25 digital pages; this limit applies to the entirety of the proposal, whether it is the responses to the evaluation factors, appendices, tables, resumes, any other supporting documents, covers, or divider sheets. Any pages that are in excess of this limit will be removed from the proposal and will not be reviewed or considered. While the City of Belfast is not requiring any minimum or maximum font size, spacing, or margins, firms are strongly encouraged to consider readability when preparing their proposal. The maximum file size for the proposal is 15 Megabytes; this is to ensure successful emailing of the proposal. A file that is larger than this size will be rejected and will not be reviewed or considered. 2.1: Project Proposal : the firm will present its project that is intended to meet the purpose of this request for proposals. Firms will include and address the following aspects of their proposed project: energy generation capability; use of generated energy with regards to City consumption, including utilization of credits that are in excess of consumption; equipment to be used; location(s) for this equipment to be located; timeline through to project completion and placement into services; financial incentives to be utilized; ownership structure; total project cost; total project cost on a per kWh basis; and payback period. The project proposal will be evaluated based upon the project's cost, the project's timeline, the firm's demonstrated understanding of the project and need, and the firm's approach to the project. (This evaluation factor is worth 75% of a proposal's score.) 2.2: Experience: the firm will provide a list of its projects that are both: 1) been completed since January 1, 2021 or which are currently underway/in progress; and 2) which are similar in scope to the proposed project that is the subject of this request for proposals. For each project listed, the firm will include: project start and end dates; current status of project; outputs, outcomes, and results from the project; services performed; and the name of the client and their contact information (for reference verification purposes). (This evaluation factor is worth 20% of a proposal's score.) 2.3: Personnel and Capacity: the firm will: 1) identify any and all staff that would be anticipated to be involved to any significant degree in implementing the proposed project and to describe their relevant expertise; 2) provide background information for any subcontractors expected to be used in implementation of the proposed project, if any; 3) identify its current project workload and its capacity to undertake additional projects; 4) demonstrate that it possesses sufficient insurance coverage in place for the implementation of the proposed project; and 5) demonstrate that it possesses sufficient financial capacity to successfully and efficiently complete projects. (This evaluation factor is worth 5% of a proposal's score.) 3. QUESTIONS REGARDING THIS REQUEST Any and all questions regarding this request must be emailed to such that they are received by 10:00am local time on Tuesday, May 13, 2026 in order to be answered. The City of Belfast will provide confirmation of successful receipt of a question to the sender via email. All questions submitted by this deadline will be answered and posted only on the City of Belfast’s website at www.cityofbelfast.org/solar by 4:00pm local time on Wednesday, May 14, 2026 . Answers to questions will not be emailed to firms. 4. SUBMISSION REQUIREMENTS AND DEADLINE Firms who wish to have their proposals considered must follow these submission requirements: 4.1: the firm will submit their proposal as a single file in Adobe Portable Document Format (pdf) that is PC-compatible, which does not exceed 25 digital pages in length, and which does not exceed 15 Megabytes in file size; 4.2: the firm will email their proposal such that it is received by 4:00pm local time on Wednesday, May 20, 2026 at the following email address: . The City of Belfast will provide confirmation of successful receipt of the proposal, and that it also meets the requirements for file format, compatibility, length, and file size, back to the sender via email. 4.3: All submissions will become the property of the City of Belfast and no materials will be returned. The City of Belfast reserves the right to accept or reject any or all proposals, and further reserves the right to waive any defect or informality in any proposal, should it be in the best interest of the City of Belfast. While the cost of a firm’s services is an evaluation factor, the City of Belfast is not required to select the lowest-cost firm. The City of Belfast is not liable for any costs incurred by firms prior to the issuance of a contract, including any costs incurred in responding to this request. It is expressly understood and agreed that the submission of a proposal does not require or obligate the City of Belfast to pursue an agreement or a contract with any firm. 5. EVALUATION PROCESS Following the receipt of the proposals, a City of Belfast working group shall evaluate the proposals and recommend a firm to hire to the Belfast City Council. Final authority to hire a firm and to authorize the execution of a contract with that firm rests exclusively with the Belfast City Council; it is anticipated that the Belfast City Council will do this at their regularly scheduled meeting on the evening of Tuesday, June 2, 2026. The hired firm is expected to begin work swiftly after their hiring has been approved by the Belfast City Council. 6. SUPPORTING DOCUMENTS AND ADDITIONAL INFORMATION Firms considering responding to this request may find the following documents and information to be helpful and informative in preparation of a proposal: 6.1. Listing of City of Belfast electrical accounts, showing breakdowns of costs, actual consumption, and net energy billing credits used. (All of these above documents, along with the Request for Proposals itself, are available for download under “Related Documents” or may be requested to be e-mailed by contacting Thomas Kittredge, Economic Development Director, City of Belfast, via e-mail at . ) Publication Date/Time: 5/6/2026 4:00 PM Clo
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.