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, 4 weeks after 15 years, and 5 weeks after 25 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)).
CMSFS VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE, REPAIR & INSPECTION SERVICES
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: May 13, 2026. Industry: NAICS 238290 • PSC J035.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
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
More in NAICS 238290
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in RFO part 12. This announcement constitutes only solicitation. Offers are being requested, and a separate written solicitation will not be issued.
The solicitation FA251726Q0002 is issued for the 21st Contracting Squadron, Peterson Space Force Base (PSFB) Vertical Transportation Equipment (VTE) maintenance, repair, and inspection services at Cheyenne Mountain Space Force Station (CMSFS).
This will be solicited as a Firm Fixed Price small business set-aside purchase order. The North American Industrial Classification System (NAICS) code is 238290 - Other Building Equipment Contractors. The size standard is $22.0M.
This solicitation incorporates provisions and clauses by reference. The incorporated provisions and clauses are those in effect through Revolutionary FAR (Federal Acquisition Regulation) Overhaul (RFO), effective 03/30/2026. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. A list of solicitation provisions and contract clauses that apply to this acquisition can be found in Attachment 2.
The quotes will be evaluated IAW RFO 52.212-2, found herein. Please read and comply with all requirements for submitting a quote under the solicitation instructions and the addendum to RFO 52.212-1. Failure to comply with all instructions contained within this synopsis/solicitation may result in the quote being ineligible for award. It is the quoter’s responsibility to ensure their quote meets all the requirements identified herein and the associated Attachments.
Quoters shall complete the attached VTE CLIN Price Sheet (Attachment 3) by inputting a price for all yellow cells.
*RFO Provision 52.212-1, Instructions to Offerors-Commercial Product and Commercial Services (Sept 2023) applies to this acquisition and the following addendum applies:
The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”, and “quote”.
Paragraph (a) first sentence revised as follows: “The NAICS code and small business size standard for this acquisition appear above.”
Paragraph (c) first sentence revised as follows: “The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the combined synopsis/solicitation.”
The place of performance is CMSFS, Colorado the Government anticipates a one-year base period with four one-year option periods. Additionally, this requirement will include a potential 6 month extension for services.
The resulting award will be a Firm-Fixed Priced Purchase Order.
A site visit will be hosted at CMSFS on Wednesday, 29 April 2026 at 0900 AM Mountain Time. Please RSVP no later than (NLT) 3 business days in advance by 12:00 P.M. Mountain Time (MT) . All requests must be submitted to both the Contract Specialist, 1st Lt Janiece Yow at janiece.yow.1@spaceforce.mil and Contracting Officer, Ms. Brittney Rosenbaum, at brittney.rosenbaum@spaceforce.mil.
Any questions regarding this solicitation shall be submitted to the contracting team no later than (NLT) 1300 Mountain Time (MT) Wednesday, 06 May 2026. All questions must be submitted to both the Contract Specialist, 1st Lt Janiece Yow at janiece.yow.1@spaceforce.mil and Contracting Officer, Ms. Brittney Rosenbaum, at brittney.rosenbaum@spaceforce.mil Questions submitted after this deadline may not be answered.
Quotes and contract documentation shall be provided NLT 1300 Mountain Time (MT), Wednesday, 13 May 2026 to 21 CONS/PKB. Please submit quotes to both the both the Contract Specialist, 1st Lt Janiece Yow at janiece.yow.1@spaceforce.mil and Contracting Officer, Ms. Brittney Rosenbaum, at brittney.rosenbaum@spaceforce.mil. Questions submitted after this deadline may not be answered.
Late submissions: Quoters are responsible for submitting quotations so as to reach the Government office designated by the time specified in the solicitation. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and may not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
Note: .zip files are not an acceptable format for the Air Force/Space Force Network and will not go through our email system.
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. It is the quoter’s responsibility to complete their reps and certs at SAM.gov for the quote to be evaluated for award. The Government will not provide contract financing for this acquisition.
The contractor’s quote/response shall consist of two (2) separate parts:
Part I - Priced Quote
Part II - Technical Documentation
2. Format and Specific Instructions.
COVER LETTER:
Please provide the following information with your quote as a cover letter not to exceed 1 page:
Company Name:
Contact Name:
Address:
Telephone Number:
Cage Code or UEI:
Statement the quote is valid for a minimum of 60 calendar days:
Size of Business/Socio Economic Status:
PART I – PRICED QUOTE
The quoter shall either submit on company letterhead a quote identifying the unit price, total line-item price, and overall price for all CLINs – except for the Parts and Materials CLINS 0003, 1003, 2003, 3003, and 4003 as those CLINs will be evaluated after award when parts need to be purchased for the repair and maintenance of the VTE – in Attachment 3 or the quoter shall complete their pricing submission utilizing the format in Attachment 3 in its entirety.
PART II – TECHNICAL DOCUMENTATION
Quoter shall submit technical information so they can sufficiently meet the qualifications for Factor 1 –Type 1 conveyance mechanic license. This submission shall not exceed 10 pages.
52.212-2 Evaluation – Commercial Items (Nov 2021)
This tailored clause takes precedence over the clause incorporated by reference.
The Government will award a firm fixed priced purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Part I – Priced Quote
Part II - Technical Documentation
Award will be made based on the competitive quote with the lowest total evaluated price that meets the technical criteria on an acceptable/unacceptable basis. If any technical criteria are determined to be unacceptable that quote may not be evaluated further and may not be eligible for award.
Addendum to RFO 52.212-2 - Evaluation -- Commercial Items (Nov 2021).
- Evaluation:
By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows:
Part I – Priced Quote Evaluation
Initially, the Government will place all quotes that meet the requirements of the solicitation in order by price, beginning with the lowest total evaluated price. The total evaluated price will be determined utilizing the quoted price for the base period, option periods, and the six-month extension period will be evaluated by using the dollar amount quoted for Option Year 4 (CLINS 4001 and 4002 will be added together) and dividing it by 2, for evaluation purposes only. The total evaluated price will be evaluated using either a quote identifying the unit price, total line-item price, and overall price for all CLINs identified in Attachment 3 provided in Addendum to RFO 52.212-1.
The Government will then evaluate the lowest total evaluated priced offer to determine if it is reasonable and complete. If there is a conflict between the unit price and the overall price, the unit price will be used to determine the correct evaluated price. Failure to quote for any price element may cause the quoter’s quote to be rejected as unacceptable.
Quoters whose evaluated price is unreasonable (in accordance with DFARS 212.204(a)) may not be considered for award.
Part II – Technical Documentation Evaluation
Next, the lowest total evaluated priced quoter will be evaluated on an Acceptable/Unacceptable basis for the Technical Requirement. For the lowest evaluated priced quoter to receive a rating of “Acceptable”, the quoter shall submit technical documentation that confirms that their company meets the minimum requirements as stated in this combined synopsis/solicitation in accordance with the evaluation factor identified below.
The evaluation factor is:
- Factor 1 – Contractor shall be licensed by the State of Colorado and possess a Type 1 conveyance mechanic license IAW PWS Paragraph 8.6. A copy of the license must be provided.
If the lowest evaluated priced quoter does not demonstrate all necessary requirements, it will receive an “Unacceptable” rating and evaluation of that quote will stop.
The technical factors will receive one of the following ratings listed below.
Rating Description
Rating
Description
Acceptable
Quote meets the requirements of the solicitation.
Unacceptable
Quote does not meet the requirements of the solicitation.
- Basis of Award:
If the lowest total evaluated priced quote receives an “acceptable” technical rating, that quote represents the most advantageous offer to the Government, evaluation of that quote is complete, and the evaluation process will stop, resulting in an award.
If the lowest total evaluated price quote receives an “unacceptable” technical rating, evaluation of that quote will stop. In that instance, the next lowest evaluated priced quoter will be evaluated using the methodology above and the process will continue (in order by price) until a quote receives an “acceptable” technical rating, or until all quoter are evaluated.
Conversations conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a purchase order without the opportunity for a quote revision. The Government intends to award a purchase order without conversations (while keeping with RFO Part 12). However, the Government reserves the right to conduct conversations with one, some, all, or none of the vendors if deemed in its best interest.
In the case that a discrepancy exists, procedures will be executed IAW RFO 52.212-4(r).
List of Attachments (4)
1. Attachment 1 - VTE Performance Work Statement_ April 2026
2. Attachment 2 - Provisions & Clauses_15April2026
3. Attachment 3 - VTE CLIN Pricing Sheet_April 2026
4. Attachment 4 - Wage Determination 2015-5417 Rev31_03Dec2025
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.