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: 3 weeks paid vacation after 1 year of service with a contractor or successor; 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 twelve paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, 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)).
New CS Fiber Optics Infrastructure Rehoming Project-156th WG PR ANG-Cancelled
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PR. Response deadline: May 08, 2026. Industry: NAICS 238210 • PSC N059.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 361 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238210
Description
Cancellation Notice
--------------------------------------------------------------------------------------------------------------
This Amendment 0001 is issued to cancel Solicitation W50S9326QA003 in its entirety. The Government has determined that cancellation is necessary due to insufficient information regarding the existing fiber optic infrastructure configuration and site conditions required to support vendor cost estimates development. Specifically, during the scheduled site visit, the Government was unable to identify critical redundancy routes. As a result, the Government is unable to provide adequate responses to vendors without providing speculative statements. Due to these uncertainties, proceeding with the solicitation would not allow for fair and accurate competition. The Government intends to reassess the requirement, locate and verify the existing facilities, and obtain the necessary technical information. A revised solicitation may be issued at a later date once sufficient details are available. IMPORTANT NOTES TO OFFERORS - This solicitation is hereby canceled, and no award will be made under Solicitation W50S9326QA003. - Any quotes/bids submitted will not be evaluated. - Offerors are encouraged to monitor SAM.gov for any future re-solicitation of this requirement. We appreciate your interest in supporting our agency.
-------------------------------------------------------------------------------------
Ammedment to public notice for uploading the following files:
1) Pre-Bid-Site visit Attendance Roster-Fiber Optic Rehoming
2) Pre-Bid Slides-New CS Bldg Fiber Infrastructure Rehoming
No other changes are either expressed or implied
----------------------------------------------------------------------------------------------------------------------------------------------------------------------
The 156th Wing at Muñiz Air National Guard Base, Carolina, P.R is contemplating an award to perform Fiber Optic relocation to existing infrastructure to a new facility within the base, with a completion date of no later than 60 calendar days from delivery of contract. The following information, as required by FAR 12.603(c) applies.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued and reserves the right to award without discussions.
Solicitation number W50S9326QA003 is issued as a Request for Quotation (RFQ), The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (DFARS) Publication 17 January 2025, and the Department of the Air Force Federal Acquisition Circular 2024-1610, effective 16 October 2024.
This acquisition is being solicited via SAM.gov under North American Industry Classification System (NAICS) code 238210, Electrical Contractors and Other Wiring Installation Contractors. The Product Service Code (PSC) is N059, Installation of Equipment—Electrical and Electronic Equipment Components.
CLIN 0001
Fiber Optic Infrastructure Re-Homing In accordance with Attachment 1, SOW and Attachment 2 Fiber Optic Distribution Paths
1 JOB
The 156th Wing's located at Muñiz Air National Guard Base, Carolina, P.R primary network core node, located in Building 5, must be relocated as the building has been condemned. A new, purpose-built Communications Squadron (CS) facility has been constructed to serve as the new primary service delivery point for the installation. This project is a mission-essential action to establish the necessary fiber optic pathways to make the new CS facility fully operational and ensure the continuity of all base network operations.
RESPOND BY:
A) COMPLETING BLOCKS 17A ENTERING YOUR BUSINESS CAGE CODE, NAME AND TELEPHONE NUMBER AND BLOCK 30 (ALL LETTERS) OF THE SOLICITATION CONTAINED HEREIN (SF-1449) SIGNING OFFER AS FIRM AND ACCURATE WITH OFFERED PRICES REFLECTED ON SECTION B UNDER CLIN 0001.
b) SUBMITTING YOUR BUSINESS CAPABILITES STATEMENT CONTAINING COMPLETED WITH RESPONSES TO QUESTIONS DESCRIBED BELOW
FAILURE TO COMPLETE OFFER AS PRESCRIBED WILL RENDER OFFER AS NONRESPONSIVE.
This procurement is a 100% total small business set-aside. The 156th Wing Mission Support Contracting Office, Muñiz ANGB PR intends to contract non-personnel services to provide information Technology (IT) Services. The Government shall not exercise any supervision or control over the contract service providers performing all personnel, test equipment, supplies, facilities, transportation, tools, materials, supervision, incidentals, and other items and personal services necessary to perform the supply, installation engineer, termination and testing of new and augmented fiber optic infrastructure as specified in this solicitation Scope of Works included herein. The overall objective is to connect the new CS facility to key buildings across the installation, providing both new primary and redundant connectivity at Muñiz Air National Guard Base, Carolina Puerto Rico 00979 except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
Basis of award: Award will be made to the lowest priced quote that fulfills all the government specifications described in this solicitation, quotes that fail to meet the government’s schedule of sought items, requested documentation and all described specifications will be deemed unacceptable and disqualified from competition.
This is a combined synopsis solicitation for commercial items has a designated North American Industry Classification System (NAICS) 238210 with a business size in dollars of $19m. Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line-item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term “bid” in this solicitation is used synonymously with the word “quote”. Please see far 13.004-legal effect of quotations. Only new items are accepted, no remanufactured, or refurbished equipment. All items must be covered by the manufacturer’s warranty.
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
ADDENDUM TO FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services:
To address complexities of sought fiber optic installation and showcase its level of effort, a Pre-Bid meeting and site visit will be held on April 24, 2026, at 200 Jose A. (Tony) Santana Ave Muñiz Air National Guard Base, Carolina Puerto Rico. (please review attendance requirements details contained in the notice). Due date to receive questions is set for April 29, 2026 at 2:00pm AST (local time). The government intends to provide their responses in or around close of business (4:00pm est), May 4, 2026. Due date to submit offers has been set for May 8, 2026, at 2:00pm AST (local time).
Due to security conditions, all offerors must register to attend. Email the following information for all attendees to Angel F. Solis/Contract Specialist at the following address:
angel.solis.2@us.af.mil
Firm name and telephone number
Visitor’s name and social security no.
Real id compliant driver’s license (copy)
Date of birth
Citizenship
This information must be provided in advance no later than April 22, 2026, at 2:00pm est (local time), in order to ensure expedient access to the military base ensure to plan accordingly to arrive early, meeting will begin at 9:30am.
The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the government’s denial of your access to the site visits. This information will be provided to the base installation security who will authorize your entrance to the site.
Visitors must report at the referenced installation (s) main entry gate where the site visits will take place and be allowed the issue of a base access badge. You will be required to present the following information upon arrival: (1) vehicle registration, (2) valid driver’s license, (3) safety inspection and car rental agreement if applicable. Any of the above information furnished by you is protected under the privacy act and shall not be released unless permitted by law and/or you have consented to such.
Information provided at this site visit shall not modify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.
A record of the meeting conference shall be made and furnished to all prospective bidders via posting at https://sam.gov. public notice The record will include questions (on a non-attribution basis) and answers.
Formal communication, offeror explanations:
Submit all questions in the format shown below by email to the contracting office at the addresses show below. Do not contact the Civil Engineering Squadron Office (CES) directly. Doing so will only delay your answer. All questions must come through the contracting office.
Subject line: reference no. Solicitation W50S9326QA003
Email: angel.solis.2@us.af.mil
Pre-bid inquiry format
Date of bid inquiry: _______________
From: ______________________________ company name: ________________________________
Address:__________________________________________________________________________
Phone number: _____________________________ fax number:______________________________
Email address: ________________________________________________________________________
REQUIRED CAPABILITIES, to determine your firm technical proficiency to perform please complete include the following:
ELIGIBILITY
The applicable NAICS code for this requirement is 238210, Electrical Contractors and Other Wiring Installation Contractors with a size standard of $19M. The Product Service Code (PSC) is N059, Installation of Equipment—Electrical and Electronic Equipment Components. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Project Scope of Works (SOW) is attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2:00PM AST, 8 May 2026. All responses must be e-mailed to Angel F. Solis, Contract Specialist angel.solis.2@us.af.mil . In addition, please ensure the “Subject line” of the email clearly states you are responding to the Solicitation Synopsis for W50S9326QA003. This documentation must address at a minimum the following items:
1. What type of work has your company performed in the past in support of the same or similar requirement?
2. Can or has your company managed a task of this nature? If so, please provide details.
3. Can or has your company managed a team of subcontractors before? If so, provide details.
4. What specific technical skills does your company possess which ensure capability to perform the tasks?
5. Please note that under a Small Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this SOW for the base period.
Provide a statement including business status and company profile to include number of employees, annual revenue history, office locations, CAGE number
The Government intends to award one (1) Firm Fixed Price contract. The period of performance will be 60 calendar days (2 months) from the effective date of the award, covering inspections and final acceptance.
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
An included Quality Assurance Surveillance Plan (QASP) is pursuant to the requirements listed in the Scope of Works (SOW) titled “Fiber Optics Infrastructure Rehoming Project” at Muniz ANG, Carolina, PR. This plan sets forth the procedures and guidelines Puerto Rico Air National Guard (PRANG) will use to ensure the required performance standards or services levels are achieved by the contractor. If the contractor meets the required service or performance level, it will be paid accordingly.
DISCLAIMER: The official plans and specifications are located on the official government webpage, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages.
The Government will not issue paper copies. All inquiries must be in writing via email to the persons specified in the solicitation and this notice.
Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/ . Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the System of Award Management (SAM.gov) website online at https://SAM.gov/. SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM.gov before accessing the system (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. SAM.gov registration requires the following information:
1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) UNIQUE ENTITY ID (UEI) Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the SAM.gov website at https://sam.gov/content/entity-registration.
Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. Bidders/Offerors cannot log into the SAM.gov home page and search for data.
This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR. As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-05 has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract. Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR. Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause. By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information.
- The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1.
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.