HEALTH & WELFARE: $16.275 per hour for all hours worked. | VACATION: Annual vacation pay is accrued as follows: After 6 months but less than 5 years of service in the industry, 6 percent of regular hourly rate for all hours worked, not to exceed 120 hours pay; more than 5 years of service in the industry, 8 percent of regular hourly rate for all hours worked, at least 160 hours vacation pay. Maximum hours of vacation pay are applicable to an employee who works 1750 hours or more but less than 2000 hours in the year. | HOLIDAYS: A minimum of eight paid holidays per year: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after 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) | PENSION: $10.96 per hour for all hours worked. EDUCATIONAL FUND: $0.80 per hour for all hours worked. 401(k) Annuity: $10.40 per hour all hours worked. Elevator Work Preservation Fund: $1.60 per hour for all hours worked. ** 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. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (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 retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). 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 Wage and Hour Division, U.S. Department of Labor, 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 decision to the contractor. 6) The contractor informs the affected employees. 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"""" (the Directory) 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.
P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 27, 2026. Industry: NAICS 236220 • PSC Y1AZ.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 236220 (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 for this notice.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
PRE-SOLICITATION SYNOPSIS NOTICE ONLY: THE SOLICITATION WILL BE AVAILABLE ON OR ABOUT APRIL 27, 2026 AT HTTPS://SAM.GOV/. THE SOLICITATION NUMBER IS N6945026R0005, FOR THE DESIGN-BID-BUILD (DBB) CONSTRUCTION PROJECT FOR P683 AIRCRAFT ENGINE REPAIR FACILITY LOCATED AT NAVAL AIR STATION (NAS) JACKSONVILLE, FLORIDA
PROJECT TITLE: DESIGN BID BUILD (DBB) CONSTRUCTION PROJECT, P683 AIRCRAFT ENGINE REPAIR FACILITY LOCATED AT NAVAL AIR STATION (NAS) JACKSONVILLE, FLORIDA
PSC: Y1JZ (Construction Of Miscellaneous Buildings)
NAICS: 236220 – Commercial and Institutional Building Construction
THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
Description:
This acquisition may result in the award of a Design Bid Build (DBB) Firm Fixed Price (FFP) Construction contract for an Engine Repair Facility and Parking Structure at NAS Jacksonville. The P683 project consists of a facility design for the Engine Repair Facility located at NAS, Jacksonville, Florida and will support the Fleet Readiness Center Southeast (FRCSE) operations. The facility is proposed as an approximately 300,000 gross-square-foot (GSF) one-story engine repair facility with associated 20,000 GSF two-story support/office and administration areas. It is a steel-framed structure with a combination of precast concrete walls and metal panel system, a modified bitumen roof, and shallow bearing foundation system. The engine repair facility will include operational areas, maintenance spaces, storage and support spaces, and administrative areas. It will also include a Loading Area Weather Protection zone along the southern side of the facility. Built-in equipment includes 29 double-girder bridge dual hoist cranes (eleven 4.5-ton and eighteen 2-ton), crane rails, vertical storage system, and passenger elevator. There are two existing administration buildings, 6F and 6G each, approximately 19,000 SF as well as a covered walkway that are scheduled to be demolished as part of this project. Occupants displaced from this demolition will be relocated to the administration extension on the engine repair facility.
This project also includes construction of a 5-story Parking Garage for FRCSE. Parking Garage will be 308,229 square feet and will accommodate 839 parking spots, gravel parking for 150 parking spots, and paved parking for 288 parking spots. The following site features are included in this project: utility connections, paving, parking, walks, storm drainage, site improvements and low impact development measures. The existing site will be elevated above the 100-year flood plain and the proposed parking areas will be designed to ensure proper drainage to the retention areas and storm drainage infrastructures.
The solicitation and contract will identify 1,017 calendar days (base and any options exercised) for contract completion from date of contract award.
The best value continuum source selection process to be used for this acquisition is the Tradeoff process as described in FAR 15.103-1. The Tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror.
A sources sought notice was posted to sam.gov on October 10, 2025, requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as Full and Open competition. The NAVFAC Small Business Office Concurs with this determination.
The solicitation will be a negotiated DBB acquisition. Proposals will be solicited in a one-phase submission for a single solicitation. The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.
Competition Requirements: Unrestricted basis, under full and open competition.
Procurement Method: FAR Part 15, Contracting by Negotiation.
Type of Contract: Firm-Fixed Price
The NAICS code for this construction solicitation is 236220 with a size standard of $45,000,000.
Project Magnitude is between $250,000,000 and $500,000,000.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation).
This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
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.