HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract
Federal opportunity from DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 30, 2026.
Support routes that fit this solicitation
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 357 more rate previews.↓
Point of Contact
Agency & Office
Description
REQUEST FOR INFORMATION1. Agency/Office: United States Space Force (USSF) / Space Systems Command (SSC), Battle Management, Command, Control, Communications, & Space Intelligence (BMC3I) Program Executive Office2. Contracting Office Location: Peterson Space Force Base, Colorado3. Type: Sources Sought4. Solicitation Number: N/A5. Date Posted: 27 Mar 20266. Title: Deep Space Advanced Radar (DARC) Interim Contractor Support (ICS) Contract7. Classification Code:8. NAICS Code: 5182109. Is this a Recovery and Reinvestment Act Action? No10. Response Date: 30 Apr 202611. Primary Point of Contact: PCO Name Victoria Lloyd, victoria.lloyd@spaceforce.mil 12. Secondary Point of Contact: Contract Support, Duayne Martinez, duayne.martinez.3.ctr@spaceforce.mil 13. Description: Seeking information on industry recommendations and best practices for contract, subcontract, and partner management on technical contracts and programs, as BMC3I looks to create a single ICS contract model that supports tailored work efforts focused on software development; deployment; security; and operations, integration, and lifecycle sustainment.Level of classification runs from unclassified to Top Secret/Sensitive Compartmented Information (TS/SCI).14. Place of Contract Performance: Multiple Locations (OCONUS)15. Set Aside: TBD16. Archiving Policy: Automatic17. Allow Vendors to Add/Remove from Interested Vendors? No18. Allow Vendors to View Interested Vendors List? No19. Attachments: N/A20. Is this package (attachment) sensitive/secure? N/ATHIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties who provide submissions are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI shall be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.DescriptionSpace Systems Command (SSC), in support of the Geostationary Earth Orbit (GEO) Sensing DARC Program is seeking information on industry recommendations and best practices for contract, subcontract, and partner management on technical contracts and programs, as we look to create a single ICS contract model that supports tailored work efforts focused on software development; deployment; security; and operations, integration, and lifecycle sustainment.BackgroundThe DARC program is part of a larger effort of moving towards a resilient space enterprise in our nation's Space Domain Awareness (SDA) capabilities able to deter aggression. The DARC Program of Record effort will build and install a pseudo-monostatic ground-based radar system. It will coherently combine the pseudo-monostatic array of steerable parabolic antennas. DARC provides a unique capability that is critical to ensure the USSF and Department of War, (DoW) are able to successfully execute the SDA mission. The complete DARC system will consist of 3 geographically dispersed sites approximately 120 degrees apart for world-wide GEO belt coverage. DARC Sites 2 and 3 are planned to be acquired via the Major Capability Acquisition (MCA) pathway.Requested InformationThe Government is interested in receiving information from industry on best practices and recommendations for contract and program management; specifically what concepts and models could best support changes to the performance work statement (PWS), creating a tailored contract structure that maximizes mission and program management performance. This solicitation documentation contains Controlled Unclassified Information (CUI). Offerors must request permission to receive the CUI documents from the individuals listed below. Offerors must provide a CAGE code associated with a compliant NIST SP 800-171 assessment to receive access to CUI attachments and to be eligible for award. Please email the Government contracting points of contact, Duayne Martinez at duayne.martinez.3.ctr@spaceforce.mil and Victoria Lloyd at victoria.lloyd@spaceforce.mil with the appropriate CAGE code to request a copy of the PWS. The information requested is specific to the two (2) objectives below.Objective #1: Execution, using the attached PWS, provide and recommend no more than one novel model for successfully designing and executing a principal integrator to effectively oversee and manage two (2) distinct lines of effort within the scope of the PWS:Dedicated to the continuation of backlog burndown, security, operations, and integration of DARC software and toolsDedicated to supporting sustainment of operationally accepted and baselined software.All model concepts and responses for this RFI shall include and specifically address, in maximized detail within the submission format limit, how the integrator would incentivize, cooperate, and team with industry partners (to include as potential subcontractors).All responses to this RFI must include and specifically address all risks, negative impacts, and potential obstacles to how the integrator would incentivize, cooperate, and team with industry partners (to include as potential subcontractors). These risks, impacts, and obstacles shall identify which factor they are associated with (cost/financial, legal, tradecraft/intellectual property, security, and other similar factors).All model concepts shall address the Respondees’ preferred contract strategies for: 1) the overall integration contract effort; and 2) contract type between the prime and USG.Objective #2: Transition, using the attached PWS, provide and recommend notional PWS outlines for both the integration and sustainment of transitioning from ICS to a Contractor Logistics Support (CLS). This plan must clearly delineate the work/tasks to be accomplished at level 1 (on site), and level 2 (depot).Interim contractor support (ICS) is the maintenance and support of a new weapon system provided by a commercial vendor pending transition to organic support.Although there is no uniform definition of Contractor Logistics Support (CLS) throughout the DoW, it is broadly defined as contracted weapon system sustainment that occurs over the life of the weapon system.3.4 All responses to this RFI shall directly and specifically include recommendations for how Integrated Product Support elements associated with the sustainment line of effort will cooperate, complement, and/or integrate with the development line of effort. This includes potentially overlapping areas of interest in sustaining engineering, test, and configuration management.3.5 All responses to this RFI shall directly identify and specifically address efficiencies (i.e., cost, mission operation, contract performance, program management, etc.) that would be generated and achieved through the recommended approach. Any identified efficiencies shall clearly identify for whom the efficiency is for: the Government, Industry, or both.3.6 All responses to this RFI shall also directly identify and specifically address all efficiencies (i.e., cost, mission operation, contract performance, program management, etc.) that would be measurably degraded and/or lost through the recommended approach. Any identified degradations or losses shall clearly identify for whom the efficiency is lost: the Government, Industry, or both.3.7 Any additional suggestions or recommendations on trade-offs among efficiencies, gained or lost, shall be identified and detailed to the maximum extent possible.3.8 All responses to this RFI shall avoid models that are based on shared resources across lines of effort.Submission InstructionsInterested parties are requested to respond to this RFI in the form of a white paper document only. Presentations and non-electronic submissions will not be accepted.Submissions are due no later than 30 April 2026 at 1200 MDT. All responses shall be submitted to the individuals listed in the contact information portion of this RFI.Submissions shall include responses to both Objectives 1 and 2, as described above. Submissions that do not address Objectives 1 and 2 will not be reviewed.Submissions shall not exceed sixteen (16) pages in length, including cover page(s), administrative and contact information, and the substantive response. Please see below for section page limitations.Section 1 of the white paper shall provide administrative information and shall include the following as a minimum. Section 1 shall not exceed 1 page in length.Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated points of contact.Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 518210, Data Processing, Hosting, and Related Services.“Small business concern” means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $35 million dollars in annual receipts. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/browse/index/far.The facility security clearance of the Respondee.Section 2 of the white paper shall provide a substantive response for the RFI, to include Objective 1, and not to exceed 7 pages.Section 3 of the white paper shall provide a substantive response for the RFI, to include Objective 2, and not to exceed 7 pages.Unclassified responses shall be submitted by electronic means through email or file transfer applications on NIPRNet to the addresses provided in the contact information section of this RFI. Unclassified responses shall not be submitted on classified network systems.All electronic materials provided shall be properly marked IAW Federal and DoD regulations and guidance. Any materials not properly marked will not be reviewed.Proprietary information, if any, shall be minimized, and shall also be portion marked throughout the response.If submitting responses by file transfer application, industry members must also provide concurrent unclassified notice of that submission by email to the NIPRNet email addresses provided in the contact information section of this RFI. Notification emails shall include all security information (links, passphrases, pin codes, etc.) needed to access submissions.Please be advised that all submissions become Government property and will not be returned.Space Systems Command (SSC) support contractors are supporting the Government in this effort. As such, information submitted in response to this source may be released to individuals who work for SSC. Please immediately notify the primary point of contact if your company does not consent to the release of proposal information to these company personnel.Industry DiscussionsSSC/SYD 85 representatives may or may not choose to meet with potential Respondees. Such discussions would only be intended to get further clarification of informat
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.