Skip to content
Department of Defense

USAFA Gregory Hall Fume Hood Repairs

Solicitation: FA700026Q0026
Notice ID: cfce46e9d0fc48ffb94cfed01ceb1cdb

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 23, 2026. Industry: NAICS 541380 • PSC J066.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA700026Q0026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$675,448,406
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$176,515
P10–P90
$32,313$415,381
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-87%(-$522,315,850)
Deal sizing
$176,515 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
USAF Academy, Colorado • 80840 United States
State: CO
Contracting office
Usaf Academy, CO • 80840-2303 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractService Contract Act
2015-5417 (Rev 31)
Match signal: exact WD number • state match • scope type matchOpen WD
Published Dec 03, 2025Colorado • El Paso, Teller
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $18.58Fringe $0.00
01012
Accounting Clerk II
Base $20.86Fringe $0.00
+350 more occupation rates available in the full WD.

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)).

View more for this contract
3 more WD matches and 350 more rate previews.
Service Contract ActBest fitexact WD number • state match • scope type match
2015-5417 (Rev 31)
Open WD
Published Dec 03, 2025Colorado • El Paso, Teller
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $18.58Fringe $0.00
01012
Accounting Clerk II
Base $20.86Fringe $0.00
01013
Accounting Clerk III
Base $23.33Fringe $0.00
+349 more occupation rates in this WD

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)).

Davis-Baconstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Service Contract Actstate match • scope type match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

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 10 years, and 5 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) ** 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.

Point of Contact

Name
Mikayla Brandt
Email
mikayla.brandt@us.af.mil
Phone
7193336636
Name
Kenneth Helgeson
Email
kenneth.helgeson.3@us.af.mil
Phone
7193385503

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
U
Office
S • AIR FORCE ACADEMY • FA7000 10 CONS LGC
Contracting Office Address
Usaf Academy, CO
80840-2303 USA

More in NAICS 541380

Description

COMBINED SYNOPSIS SOLICITATION FA700026Q0026

U. S. Air Force Academy Gregory Hall Hood Repairs

This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) Revolutionary FAR Overhaul (RFO) part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA700026Q0026 is issued as a request for quotation (RFQ) for Gregory Hall Fume Hood Repair Services at the United States Air Force Academy (USAFA).

This acquisition is a 100% small business set-aside. All responsible and eligible small business concerns may submit a quote, which if received timely, may be considered by the 10th Contracting Squadron at USAFA. It is anticipated that a purchase order will be established with only one quoter. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The associated North American Industry Classification Systems (NAICS) Code is 541380 – All Other Professional, Scientific, and Technical Services, with a size standard of $19.5M. The Product Service Code (PSC) is J066 – Maint/Repair/Rebuild of Equipment – Instruments and Laboratory Equipment.

1. DESCRIPTION OF REQUIREMENT

The purpose of this combined synopsis and solicitation is for a firm-fixed-price non-personal services contract to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform Fume Hood Repair Services to include repair and airflow velocity balancing services on up to 12 chemical fume hoods at USAFA as defined in the performance work statement (PWS) provided as Attachment 1 –PWS Gregory Hall Hood Repairs 16 Mar 2026. The repairs and air flow balancing of the 12 chemical fume hoods shall ensure the fume hoods will pass the airflow velocity balance certification that will be completed by the Government as the inspection of services rendered prior to acceptance. The contractor is responsible for ensuring the chemical fume hoods are brought up to standard in order to pass the certification standard referenced below. The contractor shall ensure the work site is clean prior to acceptance of completed work by the Government.

The Government will host a site visit during the solicitation period for contractors to evaluate each of the chemical fume hoods and gather any necessary data required to provide accurate quotes. The site visit will take place on 13 April 2026, meeting at the USAFA Pass and Registration Office (8486 South Gate Blvd, AF Academy, CO 80840). See PRE-QUOTE CONFERENCE/SITE VISIT (section 3) for additional details.

All questions regarding this RFQ must be emailed to Ms. Mikayla Brandt, mikayla.brandt@us.af.mil, and Mr. Kenneth Helgeson, kenneth.helgeson.3@us.af.mil no later than 15 April 2026 10:00 A.M. Mountain Daylight Time (MST). The questions and answers will be compiled and posted in SAM.gov under the solicitation notice. The Government reserves the right to award a purchase order for all, some, or none of the chemical fume hoods repair services.

2 Chemical Fume Hood Salient Characteristics:

• Chemical Fume Hood Brand: SafeAire by Fischer Hamilton

o Model numbers Dimensions Quantity

▪ 54L815E Dimensions 38.25” x 18” Quantity 4 Fume Hoods

▪ 54L821E Dimensions 62.5” x 18.25” Quantity 7 Fume Hoods

▪ 54L824E Dimensions 86.25” x 18” Quantity 1 Fume Hood

Total Quantity 12

Chemical Fume Hood Balancing Requirement:

• Each Fume Hood must pass the airflow velocity balance certification in accordance with ACGIH General use Laboratory Hoods for Industrial Ventilation Manual,” 25th Edition, Para. 10.35 “Laboratory Ventilation” pg. 10-42, Figure VS-35-01. o 80 – 100 CFM/ft^2 The contract type will be a firm-fixed price contract.

Place of Performance: USAF Academy, CO 80840.

The bid schedule and Contract Line-Item Number (CLIN) schedule is on page 2 of the PDF Combined Synopsis Solicitation attached below.

Payment terms: Net 30 All CLINs are Firm-Fixed-Price (FFP)

The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock.

Note: The Government will not provide IUID labeling.

Performance Location: HQ USAFA DFCH 2355 Fairchild Dr, USAF ACADEMY, CO 80840

Period of Performance/Performance Schedule: Submit performance and completion timelines with quote.

Delivery: Delivery must be F.O.B. Destination to United States Air Force Academy, CO 80840. F.O.B. Destination (defined in RFO 2.101), the seller or consignor is responsible for the cost of shipping and risk of loss. Note: If a tariff must be paid, the vendor shall state the country and tariff percentage rate with the quote submission. Tariffs must be included with the total price amount, not be a separate line item.

3 Inspection and Acceptance

The Government will inspect the repairs by performing the airflow velocity balance certification test on the chemical fume hoods. Upon passing the inspection of the chemical fume hoods the Government will accept services at the Government’s location, U.S. Air Force Academy, CO 80840.

Payment on invoices cannot be made until the Government has accepted the services. The contract/purchase order number must be included when shipping supplies related to the services.

2. INSTRUCTIONS TO OFFERORS

This Solicitation is being issued in accordance with (IAW) RFO Part 12 as a request for Quote. IAW RFO 12.201-1(b), in all instances throughout this solicitation any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". Quotes supplied in response to this solicitation are not binding. Award of this requirement may be offered to the Quoter IAW 52.212-2, found herein.

Read the instructions in RFO 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, the addenda to listed below, and instructions within this combined synopsis/solicitation and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this synopsis/solicitation could result in the quote being ineligible for award.

The provision at RFO 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Jan 2026), and the addendum below applies to this acquisition. Addendum to RFO 52.212-1: is tailored to include the following. Submission of quotes.

(a) Submit signed and dated offers must be emailed to: Ms. Mikayla Brandt, mikayla.brandt@us.af.mil, and Mr. Kenneth Helgeson, kenneth.helgeson.3@us.af.mil no later than 23 April 2026 2:00 P.M. Mountain Daylight Time.

At a minimum, offers shall include—

(1) The solicitation number;

(2) The name, address, telephone number of the Offeror;

(3) The Offeror’s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;

(4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described below;

(5) Size of business;

(6) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and

(7) A statement specifying the extent of agreement with all terms, conditions, 4 and provisions included in the solicitation and any solicitation amendments.

(8) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the closing date of this solicitation.

(9) For any quoted supplies (i.e. replacement parts) it is USAFA’s preference/intent to acquire only domestic end products per the Buy American Statute (41 USC Chapter 83), except as provided in RFO 25.103. Foreign offers will be evaluated IAW R-DFARS 225.502 when comparing domestic and foreign offers.

This requirement is for commercial items; therefore, the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Buy American – Balance of Payments Program Certificate (R-DFARS 252.225-7000), Attachment 4 – The Buy American – Balance of Payments Program Certificate, must be completed and submitted with the quote. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.

(b) Contract award. RFO 52.212-1(d) is amended as follows: The Government intends to evaluate offers and award a contract without interchanges with quoters. Therefore, the initial quote should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if deemed necessary by the Contracting Officer, with one, some, none, or all quoters. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.

(c) Formal Communications. Requests for clarification and information concerning the solicitation must be provided in writing via email no later than 15 Apr 2026, 10:00 AM MST. Answers will be compiled and posted electronically to the SAM.gov website: https://sam.gov/. Questions may be emailed to the points of contact listed above in section. All correspondence should reference the solicitation number.

(d) Specific Quotation Preparation Instructions. Quotes shall consist of two parts, as identified below:

(1) Part 1 – Technical. Submit anticipated period of performance and warranty information.

i. Period of Performance: Offerors are encouraged to propose their best and most realistic delivery schedule.

ii. Warranty: The warranty shall include remedies for any installed parts and labor. A warranty that provides for a longer period of coverage, more comprehensive remedies, and is consistent with or exceeds customary commercial practice may be considered more favorable.

(2) Part 2 – Past Performance Information. Only references for recent and  relevant contracts are desired.

i. Quality and Satisfaction and References: Provide a list of no more than three of the most relevant contracts (similar in scope and magnitude to the effort and complexities this solicitation requires) performed for Federal, state, and local government agencies and/or commercial customers within the last three years from the closing date of this solicitation.

ii. Furnish the following information for each contract listed.

a. Company/Division name

b. Description of services provided

c. Contracting Agency/Customer

d. Contract Number

e. Contract Dollar Value

f. Period of Performance

g. Verified up-to-date name, email address, and telephone number(s) for each contracting agency/customer point of contact

h. Comments regarding any known performance deemed unacceptable to the contracting agency/customer, or not in accordance with the contract terms and conditions

i. Comments regarding performance that exceeded contract performance or delivery requirements

j. Accurate description of the contract scope in sufficient detail to show how similar the scope and magnitude is to the effort and complexities this solicitation requires

(3) Part 3 – Price Quote. Submit the price quote by completing Attachment 3 – Fume Hood Repair Pricing Schedule IAW the contract line item number (CLIN) structure. Price quotes must be firm-fixed priced. Price quotes inserted into the pricing schedule for each CLIN must be for complete service prices. The pricing schedule will automatically calculate the total price for each CLIN based on the input data.

The Government will not provide contract financing for this acquisition.

(End of Addendum)

Note: Any email over 10MB and/or zip files are not an acceptable format for the Air Force Network and will not go through our email system.

The provision at RFO 52.212-2, Evaluation—Commercial Products and Commercial Services (Jan 2026), and the addendum listed below applies to this acquisition. Addendum to RFO 52.212-2: 

(1) Evaluation Factors. RFO 52.212-2(a) is amended as follows: The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government. All quotes submitted will be reviewed for completeness. Quotes that are incomplete or missing information may be excluded from the evaluation. The Government will select the awardee that represents the best value based on technical, price and past performance.

IAW Class Deviation 2026-O0043 – RFO Part 4, Defense FAR Supplement (DFARS) Part 204, the provision at DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (SPRS) applies and SPRS will be utilized.

(2) Options. RFO 52.212-2(b) is not applicable.

(3) Notice of Award. RFO 52.212-2(c) is amended as follows: The Government will submit an offer in the form of a purchase order to the selected quoter. A binding contract is formed when the supplier accepts the Government’s offer, either by written acceptance of the purchase order or substantial performance of the purchase order. The Contracting Officer may request that the contractor provide written acceptance of the order.

(End of Addendum)

3. PRE-QUOTE CONFERENCE/SITE VISIT

I. A site visit will be held on 13 April 2026 from 12:00 P.M. to 3:00P.M.

II. To attend the offeror must notify Mikayla Brandt, Contract Specialist mikayla.brandt@us.af.mil, and Ken Helgeson, Contracting Officer kenneth.helgeson.3@us.af.mil by 9 April 2026 12:00 P.M. MST.

III. Attendance is not required but is encouraged.

IV. IAW RFO 52.237-1, Site Visit, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

V. This site visit is open to industry representatives registered Small Businesses with experience in similar sized requirements for repair and airflow velocity balancing services on chemical fume hoods as described above.

VI. To register to attend the site visit provide the following requirements for base access:

a) No more than 3 personnel from each interested vendor may attend.

b) For each US personnel attending, provide: 1) Full Name 2) Company Name 3) Position in Company 

c) For each non-US personnel (assuming they have a green card) attending, provide: 1) Full Name 2) Company Name 3) Position in Company 4) Date of Birth 5) Country of Citizenship 6) Passport Number (If applicable) 7) Passport Country of Issue (If applicable) 8) Passport Expiration Date (If applicable) 9) Dates of Visit (If applicable)

VII. Remarks, explanations, and answers to questions provided at this conference shall not qualify the terms of the solicitation and specifications. Unless the solicitation is amended in writing, it shall remain unchanged.

Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition.

4. RFO and R-DFARS Provisions and Clauses: (See provision and clause attachment for further details)

NOTE: The vendor acknowledges that should the quote terms and conditions conflict with mandatory provisions of the RFO and/or other Federal law applicable to commercial acquisitions, to the conflicting vendor terms and conditions are unenforceable and are not considered incorporated into any resultant contract.

5. Attachments to this Solicitation

Attachment 1– PWS Gregory Hall Hood Repairs

Attachment 2 – Gregory Hall Hood Repairs Provisions and Clauses

Attachment 3 – Fume Hood Repair Pricing Schedule

Attachment 4 – SCA Wage Determination 2015-5417 Rev 31 Dated 3 Dec 2025

Attachment 5 – The Buy American – Balance of Payments Program Certificate

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.