*= Required Field
Page 1 of 2
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01.
This solicitation is set-aside for SDVOSBs.
The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $19.0 million.
The FSC/PSC is K061.
The Department of Veteran Affairs (VA) Central Western Massachusetts Medical Center located at 421 North Main St. in Leeds, MA 01053 is seeking to purchase services to test and replace the existing Medium Voltage (13,800 Volt) feeders as outlined in the Performance Work Statement:
Performance Work Statement
Test and Replace Medium Voltage Feeders
Location(s):Edward P. Boland Campus, 421 N Main St Leeds, MA 01053
Purpose
Purpose of this Statement of Work is to test and replace the existing Medium Voltage (13,800 Volt) feeders.
Scope of Work
The scope of this work involves all items relating to the following:
GENERAL INTENTION
A. Contractor shall perform VLF Insulation Resistance testing IAW IEEE 400 to existing cables and provide results to VA COR for approval to proceed to replacement.
B. Contractor shall completely prepare site for operations, including demolition, removal, and disposal of existing cables, and furnish labor and materials and perform work for replacing MV feeders as required.
C. Alternate circuit to remain fully functional during performance except as required and approved by the VA. Notice must be submitted not less than three workdays prior unless otherwise approved by the COR. Contractor shall coordinate with Utility and the local government, as required.
D. Contractor to verify all measurements.
Requirements
The requirements of this work include, but are not limited to the following:
A. Site Investigation
1. Perform initial site investigation with the Integrated Project Team.
2. Review present conditions of grounds, existing structures, power poles and conduit feed system.
3. Take note of discrepancies/correlations between this statement of work and the needs of the project.
4. Attend pre-installation meeting with IPT to discuss planning and phasing of the project. Ensure that construction phasing and sequence of operations minimize any disruptions to the Medical Center Operations.
5. Work with the Contracting Officer s Representative (COR) to discuss and confirm the requirements listed in the PCRA, ICRA and ILSMs, as needed.
6. Discuss rental of mobile generators as necessary for the duration of the work.
7. Discuss installation site safety and security features
8. Define schedule and milestones
9. Discuss utility shutdowns
10. Contractor and IPT to agree on date to begin installation.
11. Review specification questions
B. Mobilization and Demobilization
1. Description: This item shall consist of all labor, materials, and equipment necessary for mobilizing and demobilizing the project site. This item shall also consist of all necessary clean up to bring the construction site footprint back into existing or better conditions (site grading, sod, gravel) as approved by the COR. This item shall also include the procurement of all necessary insurance and bonding requirements for the project.
2. Obtain all necessary permits and clearances from the utility provider.
3. Coordinate with local authorities and law enforcement agencies.
C. Demolition
1. Description: This item shall consist of all labor, materials, and equipment necessary for the removal and disposal (offsite) of the existing cables and terminations. This item shall also consist of the removal and disposal (offsite) of all existing electrical lighting, wiring, conduit, junction boxes, receptacles, panel boxes and any other electrical items associated.
D. Replacement of Main Feeders
1. Replace the feeders from the main utility feed on Rt. 9 to Switch Gear in building 65.
2.New cables must be tested prior to installation.
3.The contractor Shall decide the sequence for the feed replacement based on the site survey.
4.The secondary feed to Building 65 must stay active during this process.
5.Phase Rotation must be maintained.
GOVERNMENT FURNISHED DRAWINGS
The government shall provide, at the request of the Construction Contractor, any required drawings for informational purposes regarding this project. Any drawings taken off the premises must be returned undamaged, and, if possible, returned along with an electronic copy via email in .PDF format to the Contracting Officer. Any drawings that are currently in electronic format shall be sent to the Construction Contractor via email through the Contracting Officer.
SUBMITTALS
The contractor will provide submittals as directed by the Contracting Officer and COR.
Consult Technical Specifications for all required submittals and shop drawings.
The Contracting Officer and COR will have seven (7) days to review the submittals and provide feedback. If the submittal is found unacceptable by the Contracting Officer or COR, the contractor will provide a new submittal for the item found unacceptable within three days after the notice from the Contracting Officer.
TESTING
The contractor will test cables after installation but prior to connection. All terminations must be installed prior to testing.
AS-BUILTS
The contractor shall utilize the drawings provided by VA to annotate as-builts. The contractor shall maintain 2 copies of all shop drawings on site that are being utilized as As-Built drawings to maintain all field changes performed during construction. The Contractor shall submit these As-Built Drawings to the Contracting Officer/Contracting Officer s Representative upon completion of the project.
Electronic drawing files of the existing facility may be provided as needed. Contractor may submit a written request for access to these files.
Location of Work
The location of work shall be on the Campus of Central Western Massachusetts VA Medical Center, 421 North Main St., Leeds, MA 01053
Period of Performance
Work shall be completed within 60 days after the Notice to Proceed is issued by the CO.
Deliverables Schedule
Deliverables shall be submitted per the specifications applicable to this project.
The contractor shall provide as-built drawings, testing information, and any other applicable items and documents related to the project to the COR on a compact disk at the completion of the project,
Applicable Codes, Policies, Regulations, or Directives
All applicable local, state, and federal regulations shall be met. All policies, regulations, and directives of the VA and the medical center shall be met. National codes and standards covering this project shall be met. Applicable items are stated below, but are not limited to:
A. International Building Code (IBC)
B. OSHA CFR 1926
1. All applicable subparts
2. OSHA 10 Hour Completion by workers.
3. OSHA 30 Hour Course Completion by Supervisors and superintendent.
C. Infection Control Risk Assessment (ICRA)
D. Interim Life Safety Measures (ILSM)
E. Institute of Electrical and Electronics Engineers (IEEE)
F. NFPA
1. NFPA 70 - National Electric Code
2. NFPA 99 Health Care Facilities Code
3. NFPA 101 Life Safety Code
PRIVACY AND SECURITY REQUIREMENTS
Contractor work on site will follow Physical Access Control for Physical and Information Security.
Prior to contractor's arrival on site, the COR will coordinate with VA Police to identify the number and names of contractors so that the VA Police can provide temporary badges, if required. Additionally, the COR is responsible for coordinating with the service to arrange escorts.
Contractor will complete "VA Privacy Training for personnel without access to VA computer information systems or direct access to use to VA sensitive information" prior to arriving beginning work. The COR will maintain a copy of training for all contractors in the contract folder.
Miscellaneous
Specifications applicable to this project are stated below. Edited specifications shall be provided to the contractor prior to the pre-installation meeting through a modification to this contract.
https://vatilms.va.gov/vatilms/reports/PG-18-1%20Master%20Construction%20Specifications/VA%20Specs/Electrical
END OF PERFORMANCE WORK STATEMENT
A. SOLICITATION PROVISIONS
A.1 FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025)
A.2 FAR 52.212-2, Evaluation Commercial Products and Commercial Services (DEVIATION AUG 2025)
Note: In accordance with FAR 12.301(c), when the use of evaluation factors is appropriate, the contracting officer may:
(1) Insert FAR 52.212-2 in solicitations for commercial products or commercial services (see FAR 12.602); or
(2) Include a similar provision containing all evaluation factors required by FAR 13.106, FAR subpart 14.2, or FAR subpart 15.3, as an addendum (see FAR 12.302(d)).
A.3 FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) at https://sam.gov in accordance with FAR 52.212 3. If paragraph (j) of the provision is applicable, a written submission is required.
A.4 VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
The provisions or clauses incorporated by reference in this solicitation must be completed by the offeror and submitted with the quotation or offer, as applicable. Copies are available at the websites referenced in FAR 52.252 1, Solicitation Provisions Incorporated by Reference, or FAR 52.252 2, Clauses Incorporated by Reference, and may also be obtained from the contracting officer.
   (End of provision)
A.5 VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION)
As prescribed in VAAR 819.7011(c), insert the following clause. The contracting officer shall tailor paragraph (a)(2)(iii) as appropriate:
(iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA.
   Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
  Â
Printed Name of Signee:
   Printed Title of Signee:
   Signature:
   Date:
   Company Name and Address:
   (End of clause)
B. CONTRACT CLAUSES
B.1 FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025)
FAR 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021)
FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023)
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.219-8, Utilization of Small Business Concerns (JAN 2025)
FAR 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024)
FAR 52.222-3, Convict Labor (JUN 2003)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26, Equal Opportunity (SEP 2016)
FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37, Employment Reports on Veterans (JUN 2020)
FAR 52.222-50, Combating Trafficking in Persons (OCT 2025) (DEVIATION, if/as applicable)
FAR 52.222-54, Employment Eligibility Verification (JAN 2025)
FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022)
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022)
FAR 52.225-1, Buy American Supplies (OCT 2022)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017)
FAR 52.222-41, Service Contract Labor Standards (AUG 2018)
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014)
FAR 52.233-3, Protest After Award (DEVIATION NOV 2025)
FAR 52.233-4, Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025)
B.2 Clauses Incorporated by Reference (FAR/VAAR)
The following contract clauses apply to this acquisition and are incorporated by reference, with the same force and effect as if they were provided in full text:
FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2024)
FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017)
FAR 52.204-7, System for Award Management Registration (DEVIATION NOV 2025)
VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (DEVIATION MAY 2020)
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEVIATION NOV 2025)
FAR 52.219-14, Limitations on Subcontracting (OCT 2022)
FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (DEVIATION NOV 2025)
VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71, Rejected Goods (OCT 2018)
B.3 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may be accessed electronically at:
https://www.acquisition.gov/browse/index/far
C. REGISTRATION AND SYSTEMS REQUIREMENTS
C.1 SAM Registration
Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR 52.232 33. SAM information can be obtained at https://sam.gov or by calling 1 866 606 8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a Government contract. This determination is at the discretion of the Contracting Officer.
C.2 System Update Lag Notice
System updates may lag policy updates. SAM may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including FAR 52.223 22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of FAR 52.212 3, Offeror Representations and Certifications Commercial Products and Commercial Services.
C.3 VISTA Registration (VA)
The VA utilizes VISTA to issue purchase orders and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination is at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply at: https://www.cep.fsc.va.gov/
D. SUBMISSION REQUIREMENTS
D.1 Required Attachments
Attachment 1 Price Schedule
Attachment 2 Past Performance Worksheet
D.2 Submission Method and Address
All quotes shall be submitted via email to the Contract Specialist:
   Email: Juliette.Buchanan@va.gov
   Hand deliveries will not be accepted.
D.3 Terms and Conditions Acceptance Statement
To facilitate award, all quotes must include one of the following statements:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
   OR
  "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
   Quoters shall list exception(s) and provide rationale, if any.
D.4 Questions (Written Only)
Questions shall be submitted to the Contracting Officer in writing via email. Oral questions are not acceptable. The cut-off for receipt of questions is May 8, 2026, by 4:00 PM Eastern Time (ET). Questions received after this deadline may not be answered. Questions will be addressed in a formal amendment so all interested parties can view the answers.
D.5 Quote Due Date and Late Submissions
Submission of quotes is due no later than May 15, 2026, by 4:00 PM ET. RFQ responses must be submitted via email to Juliette.Buchanan@va.gov. Late submissions will be treated in accordance with FAR 52.212 1(f).
D.6 Best Terms
Responses should contain the offeror s best terms and conditions.
E. EVALUATION INFORMATION
E.1 Method
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR part 13. Comparative evaluation is the side by side pairwise comparison of quotes based on the factors below, resulting in a Contracting Officer decision for the quote most favorable to the Government.
E.2 Factors
   1) Price
a) Offeror shall complete Attachment 1 Price Schedule, inserting proposed contract line item prices in the appropriate spaces.
   2) Past Performance
a) Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than three (3) references for work similar in scope and size to the requirement in the Performance Work Statement. References may be checked by the Contracting Officer to ensure capability to perform the Statement of Work. The Government reserves the right to obtain past performance information from all sources.
   3) Technical
      The offeror s quote will be evaluated to determine whether the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement, in a timely and efficient manner.
a) Contractor shall demonstrate corporate experience and approach to meet all requirements stated in the Scope of Work.
b) Contractor shall demonstrate that technicians meet the qualification standards stated in the Scope of Work.
E.3 Best Value Determination
   The award will be made to the response most advantageous to the Government.
E.4 Provision Reference
   See FAR 52.212 2 (Section A.2) for the solicitation s evaluation provision.
F. POINT OF CONTACT
   Contract Specialist: Juliette Buchanan
   Email: Juliette.Buchanan@va.gov
ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
REPLACE EXISTING MEDIUM VOLTAGE (13,800 VOLT) FEEDERS
1
JB
$________________
$_________________
0002
TEST EXISTING MEDIUM VOLTAGE CABLES AND NEW MEDIUM VOLTAGE CABLES
1
JB
$________________
$_________________
GRAND TOTAL
$_________________
ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List of any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List of any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List of any commendations or awards received:
13. List of Major Subcontractors:
"REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-6115 Daniel W. Simms Division of | Revision No.: 2 Director Wage Determinations| Date Of Last Revision: 12/03/2025 _______________________________________|____________________________________________ This wage determination applies to the following cities and towns in HAMPSHIRE COUNTY, MASSACHUSETTS: Amherst, Belchertown, Chesterfield, Cummington, Easthampton, Goshen, Granby, Hadley, Hatfield, Huntington, Northampton, Pelham, South Hadley, Southampton, Ware, Westhampton, Williamsburg, Worthington ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 20.76 01012 - Accounting Clerk II 23.30 01013 - Accounting Clerk III 26.06 01020 - Administrative Assistant 34.19 01035 - Court Reporter 23.85 01041 - Customer Service Representative I 17.39 01042 - Customer Service Representative II 18.98 01043 - Customer Service Representative III 21.32 01051 - Data Entry Operator I 19.86 01052 - Data Entry Operator II 21.67 01060 - Dispatcher, Motor Vehicle 23.67 01070 - Document Preparation Clerk 20.39 01090 - Duplicating Machine Operator 20.39 01111 - General Clerk I 18.94 01112 - General Clerk II 20.67 01113 - General Clerk III 23.21 01120 - Housing Referral Assistant 26.58 01141 - Messenger Courier 18.50 01191 - Order Clerk I 18.35 01192 - Order Clerk II 20.02 01261 - Personnel Assistant (Employment) I 21.32 01262 - Personnel Assistant (Employment) II 23.85 01263 - Personnel Assistant (Employment) III 26.58 01270 - Production Control Clerk 27.46 01290 - Rental Clerk 20.94 01300 - Scheduler, Maintenance 21.32 01311 - Secretary I 21.32 01312 - Secretary II 23.85 01313 - Secretary III 26.58 01320 - Service Order Dispatcher 21.17 01410 - Supply Technician 34.19 01420 - Survey Worker 22.84 01460 - Switchboard Operator/Receptionist 18.42 01531 - Travel Clerk I 19.00 01532 - Travel Clerk II 21.32 01533 - Travel Clerk III 23.85 01611 - Word Processor I 19.00 01612 - Word Processor II 21.32 01613 - Word Processor III 23.85 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 28.23 05010 - Automotive Electrician 24.75 05040 - Automotive Glass Installer 23.73 05070 - Automotive Worker 23.73 05110 - Mobile Equipment Servicer 21.70 05130 - Motor Equipment Metal Mechanic 25.76 05160 - Motor Equipment Metal Worker 23.73 05190 - Motor Vehicle Mechanic 25.76 05220 - Motor Vehicle Mechanic Helper 20.49 05250 - Motor Vehicle Upholstery Worker 22.83 05280 - Motor Vehicle Wrecker 23.73 05310 - Painter, Automotive 24.75 05340 - Radiator Repair Specialist 23.73 05370 - Tire Repairer 17.89 05400 - Transmission Repair Specialist 25.76 07000 - Food Preparation And Service Occupations 07010 - Baker 17.95 07041 - Cook I 20.26 07042 - Cook II 22.15 07070 - Dishwasher 17.48 07130 - Food Service Worker 18.40 07210 - Meat Cutter 22.31 07260 - Waiter/Waitress 16.89 09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 25.54 09040 - Furniture Handler 18.06 09080 - Furniture Refinisher 25.54 09090 - Furniture Refinisher Helper 20.99 09110 - Furniture Repairer, Minor 23.55 09130 - Upholsterer 25.54 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 17.39 11060 - Elevator Operator 19.64 11090 - Gardener 26.70 11122 - Housekeeping Aide 19.64 11150 - Janitor 19.64 11210 - Laborer, Grounds Maintenance 21.89 11240 - Maid or Houseman 17.61 11260 - Pruner 19.95 11270 - Tractor Operator 25.19 11330 - Trail Maintenance Worker 21.89 11360 - Window Cleaner 21.53 12000 - Health Occupations 12010 - Ambulance Driver 22.06 12011 - Breath Alcohol Technician 31.31 12012 - Certified Occupational Therapist Assistant 35.33 12015 - Certified Physical Therapist Assistant 35.50 12020 - Dental Assistant 24.17 12025 - Dental Hygienist 46.56 12030 - EKG Technician 39.17 12035 - Electroneurodiagnostic Technologist 39.17 12040 - Emergency Medical Technician 22.06 12071 - Licensed Practical Nurse I 27.99 12072 - Licensed Practical Nurse II 31.31 12073 - Licensed Practical Nurse III 34.89 12100 - Medical Assistant 22.48 12130 - Medical Laboratory Technician 34.20 12160 - Medical Record Clerk 24.21 12190 - Medical Record Technician 27.08 12195 - Medical Transcriptionist 22.95 12210 - Nuclear Medicine Technologist 62.70 12221 - Nursing Assistant I 15.22 12222 - Nursing Assistant II 17.13 12223 - Nursing Assistant III 18.69 12224 - Nursing Assistant IV 20.98 12235 - Optical Dispenser 29.70 12236 - Optical Technician 27.99 12250 - Pharmacy Technician 21.17 12280 - Phlebotomist 24.41 12305 - Radiologic Technologist 39.27 12311 - Registered Nurse I 29.56 12312 - Registered Nurse II 36.16 12313 - Registered Nurse II, Specialist 36.16 12314 - Registered Nurse III 45.75 12315 - Registered Nurse III, Anesthetist 45.75 12316 - Registered Nurse IV 52.44 12317 - Scheduler (Drug and Alcohol Testing) 38.78 12320 - Substance Abuse Treatment Counselor 27.58 13000 - Information And Arts Occupations 13011 - Exhibits Specialist I 26.01 13012 - Exhibits Specialist II 32.21 13013 - Exhibits Specialist III 39.40 13041 - Illustrator I 26.01 13042 - Illustrator II 32.21 13043 - Illustrator III 39.40 13047 - Librarian 35.68 13050 - Library Aide/Clerk 17.55 13054 - Library Information Technology Systems 32.21 Administrator 13058 - Library Technician 23.29 13061 - Media Specialist I 23.25 13062 - Media Specialist II 26.01 13063 - Media Specialist III 28.99 13071 - Photographer I 23.25 13072 - Photographer II 26.01 13073 - Photographer III 32.21 13074 - Photographer IV 39.40 13075 - Photographer V 47.67 13090 - Technical Order Library Clerk 22.03 13110 - Video Teleconference Technician 30.32 14000 - Information Technology Occupations 14041 - Computer Operator I 19.51 14042 - Computer Operator II 22.34 14043 - Computer Operator III 24.75 14044 - Computer Operator IV 27.68 14045 - Computer Operator V 30.66 14071 - Computer Programmer I (see 1) 14072 - Computer Programmer II (see 1) 14073 - Computer Programmer III (see 1) 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1) 14150 - Peripheral Equipment Operator 19.51 14160 - Personal Computer Support Technician 27.68 14170 - System Support Specialist 39.52 15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 33.82 15020 - Aircrew Training Devices Instructor (Rated) 40.92 15030 - Air Crew Training Devices Instructor (Pilot) 49.06 15050 - Computer Based Training Specialist / Instructor 33.82 15060 - Educational Technologist 37.74 15070 - Flight Instructor (Pilot) 49.06 15080 - Graphic Artist 30.42 15085 - Maintenance Test Pilot, Fixed, Jet/Prop 49.06 15086 - Maintenance Test Pilot, Rotary Wing 49.06 15088 - Non-Maintenance Test/Co-Pilot 49.06 15090 - Technical Instructor 26.85 15095 - Technical Instructor/Course Developer 32.84 15110 - Test Proctor 21.67 15120 - Tutor 21.67 16000 - Laundry, Dry-Cleaning, Pressing And Related Occupations 16010 - Assembler 17.64 16030 - Counter Attendant 17.64 16040 - Dry Cleaner 20.15 16070 - Finisher, Flatwork, Machine 17.64 16090 - Presser, Hand 17.64 16110 - Presser, Machine, Drycleaning 17.64 16130 - Presser, Machine, Shirts 17.64 16160 - Presser, Machine, Wearing Apparel, Laundry 17.64 16190 - Sewing Machine Operator 20.99 16220 - Tailor 21.84 16250 - Washer, Machine 18.48 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 29.90 19040 - Tool And Die Maker 34.64 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 21.69 21030 - Material Coordinator 27.46 21040 - Material Expediter 27.46 21050 - Material Handling Laborer 20.73 21071 - Order Filler 18.76 21080 - Production Line Worker (Food Processing) 21.69 21110 - Shipping Packer 23.14 21130 - Shipping/Receiving Clerk 23.14 21140 - Store Worker I 17.23 21150 - Stock Clerk 21.60 21210 - Tools And Parts Attendant 21.69 21410 - Warehouse Specialist 21.69 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 37.96 23019 - Aircraft Logs and Records Technician 32.45 23021 - Aircraft Mechanic I 36.64 23022 - Aircraft Mechanic II 37.96 23023 - Aircraft Mechanic III 39.39 23040 - Aircraft Mechanic Helper 29.14 23050 - Aircraft, Painter 35.20 23060 - Aircraft Servicer 32.45 23070 - Aircraft Survival Flight Equipment Technician 35.20 23080 - Aircraft Worker 33.75 23091 - Aircrew Life Support Equipment (ALSE) Mechanic 33.75 I 23092 - Aircrew Life Support Equipment (ALSE) Mechanic 36.64 II 23110 - Appliance Mechanic 29.17 23120 - Bicycle Repairer 27.98 23125 - Cable Splicer 49.78 23130 - Carpenter, Maintenance 30.34 23140 - Carpet Layer 31.36 23160 - Electrician, Maintenance 38.12 23181 - Electronics Technician Maintenance I 37.64 23182 - Electronics Technician Maintenance II 39.26 23183 - Electronics Technician Maintenance III 40.86 23260 - Fabric Worker 30.67 23290 - Fire Alarm System Mechanic 31.60 23310 - Fire Extinguisher Repairer 29.17 23311 - Fuel Distribution System Mechanic 38.42 23312 - Fuel Distribution System Operator 32.37 23370 - General Maintenance Worker 24.23 23380 - Ground Support Equipment Mechanic 36.64 23381 - Ground Support Equipment Servicer 32.45 23382 - Ground Support Equipment Worker 33.75 23391 - Gunsmith I 29.17 23392 - Gunsmith II 31.89 23393 - Gunsmith III 34.62 23410 - Heating, Ventilation And Air-Conditioning 34.95 Mechanic 23411 - Heating, Ventilation And Air Conditioning 36.21 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 31.74 23440 - Heavy Equipment Operator 32.33 23460 - Instrument Mechanic 34.62 23465 - Laboratory/Shelter Mechanic 33.26 23470 - Laborer 20.73 23510 - Locksmith 31.71 23530 - Machinery Maintenance Mechanic 30.70 23550 - Machinist, Maintenance 30.76 23580 - Maintenance Trades Helper 21.41 23591 - Metrology Technician I 34.62 23592 - Metrology Technician II 35.87 23593 - Metrology Technician III 37.22 23640 - Millwright 34.62 23710 - Office Appliance Repairer 26.32 23760 - Painter, Maintenance 26.29 23790 - Pipefitter, Maintenance 39.35 23810 - Plumber, Maintenance 37.81 23820 - Pneudraulic Systems Mechanic 34.62 23850 - Rigger 34.62 23870 - Scale Mechanic 31.89 23890 - Sheet-Metal Worker, Maintenance 36.15 23910 - Small Engine Mechanic 25.73 23931 - Telecommunications Mechanic I 40.98 23932 - Telecommunications Mechanic II 42.46 23950 - Telephone Lineman 44.59 23960 - Welder, Combination, Maintenance 30.23 23965 - Well Driller 34.62 23970 - Woodcraft Worker 34.62 23980 - Woodworker 29.17 24000 - Personal Needs Occupations 24550 - Case Manager 21.66 24570 - Child Care Attendant 18.56 24580 - Child Care Center Clerk 23.14 24610 - Chore Aide 18.52 24620 - Family Readiness And Support Services 21.66 Coordinator 24630 - Homemaker 22.43 25000 - Plant And System Operations Occupations 25010 - Boiler Tender 36.67 25040 - Sewage Plant Operator 30.03 25070 - Stationary Engineer 36.67 25190 - Ventilation Equipment Tender 29.14 25210 - Water Treatment Plant Operator 30.03 27000 - Protective Service Occupations 27004 - Alarm Monitor 28.50 27007 - Baggage Inspector 18.80 27008 - Corrections Officer 28.95 27010 - Court Security Officer 29.53 27030 - Detection Dog Handler 21.03 27040 - Detention Officer 28.95 27070 - Firefighter 30.28 27101 - Guard I 18.80 27102 - Guard II 21.03 27131 - Police Officer I 34.96 27132 - Police Officer II 38.84 28000 - Recreation Occupations 28041 - Carnival Equipment Operator 18.95 28042 - Carnival Equipment Repairer 20.07 28043 - Carnival Worker 15.00 28210 - Gate Attendant/Gate Tender 21.43 28310 - Lifeguard 17.33 28350 - Park Attendant (Aide) 23.97 28510 - Recreation Aide/Health Facility Attendant 17.50 28515 - Recreation Specialist 29.70 28630 - Sports Official 19.09 28690 - Swimming Pool Operator 21.94 29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 33.10 29020 - Hatch Tender 33.10 29030 - Line Handler 33.10 29041 - Stevedore I 31.83 29042 - Stevedore II 34.52 30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) 51.99 30011 - Air Traffic Control Specialist, Station (HFO) 35.85 30012 - Air Traffic Control Specialist, Terminal (HFO) 39.48 30021 - Archeological Technician I 20.11 30022 - Archeological Technician II 22.49 30023 - Archeological Technician III 27.86 30030 - Cartographic Technician 27.86 30040 - Civil Engineering Technician 28.93 30051 - Cryogenic Technician I 30.86 30052 - Cryogenic Technician II 34.08 30061 - Drafter/CAD Operator I 20.11 30062 - Drafter/CAD Operator II 22.49 30063 - Drafter/CAD Operator III 25.07 30064 - Drafter/CAD Operator IV 30.86 30081 - Engineering Technician I 19.66 30082 - Engineering Technician II 22.06 30083 - Engineering Technician III 24.68 30084 - Engineering Technician IV 30.57 30085 - Engineering Technician V 37.39 30086 - Engineering Technician VI 45.23 30090 - Environmental Technician 27.86 30095 - Evidence Control Specialist 27.86 30210 - Laboratory Technician 34.14 30221 - Latent Fingerprint Technician I 30.86 30222 - Latent Fingerprint Technician II 34.08 30240 - Mathematical Technician 28.55 30361 - Paralegal/Legal Assistant I 23.99 30362 - Paralegal/Legal Assistant II 29.73 30363 - Paralegal/Legal Assistant III 36.37 30364 - Paralegal/Legal Assistant IV 44.00 30375 - Petroleum Supply Specialist 34.08 30390 - Photo-Optics Technician 27.86 30395 - Radiation Control Technician 34.08 30461 - Technical Writer I 29.84 30462 - Technical Writer II 36.50 30463 - Technical Writer III 44.16 30491 - Unexploded Ordnance (UXO) Technician I 33.04 30492 - Unexploded Ordnance (UXO) Technician II 39.97 30493 - Unexploded Ordnance (UXO) Technician III 47.91 30494 - Unexploded (UXO) Safety Escort 33.04 30495 - Unexploded (UXO) Sweep Personnel 33.04 30501 - Weather Forecaster I 30.86 30502 - Weather Forecaster II 37.54 30620 - Weather Observer, Combined Upper Air Or (see 2) 25.07 Surface Programs 30621 - Weather Observer, Senior (see 2) 27.86 31000 - Transportation/Mobile Equipment Operation Occupations 31010 - Airplane Pilot 39.97 31020 - Bus Aide 20.67 31030 - Bus Driver 28.34 31043 - Driver Courier 20.22 31260 - Parking and Lot Attendant 16.50 31290 - Shuttle Bus Driver 18.02 31310 - Taxi Driver 15.57 31361 - Truckdriver, Light 21.42 31362 - Truckdriver, Medium 22.52 31363 - Truckdriver, Heavy 28.63 31364 - Truckdriver, Tractor-Trailer 28.63 99000 - Miscellaneous Occupations 99020 - Cabin Safety Specialist 19.49 99030 - Cashier 16.43 99050 - Desk Clerk 18.71 99095 - Embalmer 32.64 99130 - Flight Follower 33.04 99251 - Laboratory Animal Caretaker I 20.68 99252 - Laboratory Animal Caretaker II 21.91 99260 - Marketing Analyst 36.13 99310 - Mortician 33.04 99410 - Pest Controller 24.66 99510 - Photofinishing Worker 17.36 99710 - Recycling Laborer 29.07 99711 - Recycling Specialist 33.48 99730 - Refuse Collector 26.51 99810 - Sales Clerk 16.99 99820 - School Crossing Guard 17.42 99830 - Survey Party Chief 27.86 99831 - Surveying Aide 18.24 99832 - Surveying Technician 25.00 99840 - Vending Machine Attendant 23.27 99841 - Vending Machine Repairer 27.29 99842 - Vending Machine Repairer Helper 23.27 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Note: Executive Order 13658 generally applies to contracts subject to the Service Contract Act that were awarded on or between January 1, 2015, and January 29, 2022, and that have not been renewed or extended on or after January 30, 2022. If a contract is subject to Executive Order 13658, the contractor must pay all covered workers at least $13.30 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. The applicable Executive Order minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under Executive Order 13658 is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: 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 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) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 2) 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))."