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)).
FY26 HVAC Training Equipment - Education
Combined Synopsis Solicitation from FEDERAL PRISON SYSTEM / BUREAU OF PRISONS • JUSTICE, DEPARTMENT OF. Place of performance: LA. Response deadline: Apr 27, 2026. Industry: NAICS 333415 • PSC 6910.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 333415 (last 12 months), benchmarked to sector 33.
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 359 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333415
Description
Combined synopsis solicitation, FCC Oakdale, HVAC training equipment and related items Solicitation Number 15B51826Q00000013.
This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplement with additional information included in the notice. The announcement constitutes only solicitation; quotes are being requested, and a written solicitation will not be issued.
The Federal Bureau of Prisons, Federal Correctional Complex Oakdale, Louisiana, intends to issue solicitation 15B51826Q00000013 for the requirements HVAC training equipment and related items. This solicitation is restricted to 100% Small Business Set-aside, FOB Destination. Please ensure that you only bid on items that you can and will provide meeting the provided specifications. If you cannot provide items that you were awarded, performance will be affected and may affect future awards.
The contract type is a firm-fixed price. The North American Industrial Classification System (NAICS) code applicable to this requirement is 333415. This solicitation is restricted to 100% Small Business, FOB Destination. The small business size standard is 1250 employees. Each offer is required per FAR 52.212‑3 to complete their representations and certifications via the on-line Representation and Certification Applications (ORCA) at http://orca.bpn.gov. The Government will award to the responsible offeror(s) whose offer, conforming to the solicitation, that are considered to be most advantageous to the Government, with past performance and price considered. All contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Lack of registration in the SAM database will make a contractor ineligible for award.
FOB Destination, delivery date is negotiable upon award. Deliveries will be made to Federal Correctional Complex, Oakdale, Louisiana, (Education Department) 1507 East Whatley Rd, Oakdale, LA 71463. Deliveries will be accepted Monday-Friday 7:30am-3:00pm.
The point of contact for all information regarding this solicitation is Blasia McGee, Contract Specialist, at the address listed above. Completed offers must be emailed to bhornsby@bop.gov. Email is the preferred method of submission. Confirmation e-mails will be returned for all e-mailed quotes.
Submission of Quotations
Completed quotes may be submitted electronically via e-mail to bhornsby@bop.gov. All responsible sources must submit a typed quote on the attached specification sheet (BRQ, – SF 1449 -REQUEST FOR QUOTATION), which will be considered for award. Do not submit multiple quote requests.
The date for receipts of quotes is no later than 9:00 a.m. Central Standard Time on Monday, April 27, 2026. Quotes must be marked with the Solicitation Number 15B51826Q00000013 and include the Quoter’s Unique Entity Identifier (not DUNS number) for SAM, point of contact for the vendor, and all required information, to the attention of Blasia McGee, Contract Specialist. Lack of registration in the SAM database will make the contractor ineligible for award. Please type information so that it can be easily read. Any questions regarding this requirement may be submitted to Blasia McGee, at bhornsby@bop.gov. (Normal working hours are 6:00am - 4:30pm CST, Monday - Thursday.)
All pricing must be good for 30 days beyond the submission date. This includes shipping as FOB Destination.
Unless the Government indicates otherwise within a particular line-item description, each Bidder shall include in their RFQ Response, individual pricing for each line item(s) they are able to provide in order to be considered for award (i.e., Do not use the "included in another line item" function when pricing each line item.) Only quote on those items specified, do not change the item or item description. Do not bid on alternate item or alternate packaging. Failure to comply with this term may result in the Bid being determined to be unacceptable.
Items that do not conform to descriptions found in this Buy will be rejected at the time of delivery, causing a return at the contractor's expense.
Award
The Government reserves the right to make a single award, or multiple awards, to the responsible quoter(s) whose quote(s), conforming to the solicitation, is considered to be most advantageous to the Government, with price being considered. Past performance will be considered approximately equal in value to price. The Best Value Determination method will be used to make award for this requirement. FAR defines “Best Value” as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. Please include shipping in all pricing, as FOB Destination. Considerations for this Best Value determination include: 1- Price; 2 – Past Performance, to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; (poor past performance, failure to delivery awarded items in the past, not meeting required specifications, etc.) may result with the vendor’s quote being considered as a non-responsible vendor; 3 – Technically Acceptable Item
Undelivered items are subject to cancellation. Failure to deliver within the established time frames will be considered as non-conformance under the terms of the contract.
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.