Skip to content
Department of Energy

Request for Information

Solicitation: 89303026NOP000005
Notice ID: 29b2bebd6d30465587d17366555b6f49
TypeSources SoughtNAICS 541720PSCB550DepartmentDepartment of EnergyStateDCPostedMar 25, 2026, 12:00 AM UTCDueApr 07, 2026, 09:00 PM UTCCloses in 2 days

Sources Sought from ENERGY, DEPARTMENT OF • ENERGY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 07, 2026. Industry: NAICS 541720 • PSC B550.

Market snapshot

Awarded-market signal for NAICS 541720 (last 12 months), benchmarked to sector 54.

12-month awarded value
$360,600
Sector total $5,888,804,924,862 • Share 0.0%
Live
Median
$28,393
P10–P90
$28,393$28,393
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($360,600)
Deal sizing
$28,393 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

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

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20585 United States
State: DC
Contracting office
Washington, DC • 20585 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, 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) ** 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. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Vandecoevering, Kelley R.
Email
kelley.vandecoevering@hq.doe.gov
Phone
Not available
Name
Damion Peyton
Email
damion.peyton@hq.doe.gov
Phone
Not available

Agency & Office

Department
ENERGY, DEPARTMENT OF
Agency
ENERGY, DEPARTMENT OF
Subagency
HEADQUARTERS PROCUREMENT SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20585 USA

More in NAICS 541720

Description

Sources Sought Notice for U.S. Energy and Employment Report

This Sources Sought Notice is a means of obtaining feedback from contractors concerning the requirements stated below, under Description of the Requirement, which is part of the acquisition planning and market research phase for this procurement. The industry input received from this Sources Sought Notice will aid in determining available sources that can meet the Government’s below stated requirements and may be considered in the preparation of the official solicitation package.

This Sources Sought Notice does not constitute a solicitation. Instead, it is an opportunity for the Department of Energy (DOE or Department) to maximize small business participation by measuring the capacity and competency of small businesses to perform in all areas of this acquisition. Furthermore, DOE is interested in the capabilities and interest of other than small businesses in this procurement.

The Department anticipates the release of a Request for Quote (RFQ) in the third quarter of this calendar year.

DESCRIPTION OF THE REQUIREMENT

The anticipated period of performance for this requirement is a one (1) year base with four one (1) year options.  This will be a Firm-Fixed-Price award.

Please see the attached Statement of Work for full project requirements.

SUBMISSION INSTRUCTIONS

All interested contractors who are certified small business concerns (please specify which type) or other than small business concerns who believe they can meet the requirements described in this Sources Sought Notice are invited to submit, in writing, complete information describing their ability to provide the deliverables under this effort.

Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:
A. Company Profile, to include:

1. Company name and address;

2. Affiliate information, parent company, joint venture partners, and potential teaming partners;

3. What other large procurement vehicle(s) (e.g., GSA FSS/MAS) does the firm hold contracts under and what is the contract number(s)?

4. Point of contact (name, title, phone number, and e-mail address);

5. UEI number and CAGE Code, as registered in the System for Award Management (SAM) at https://www.sam.gov/, and confirmation of an Active SAM registration.

6. Business designation/status (must correlate with SAM registration) NAICS code 541720, Research and Development in the Social Sciences and Humanities.

 B. Documentation of the firm’s experience with data reporting for U.S. Energy and Employment to meet DOE’s objectives, to include:

1. An outline of the products and services the firm could offer in response to this information request.

2. A summary of the firm’s key methods and techniques for implementation and operation of services.

3. An overview of any innovative or advanced features or approaches offered.

4. A summary of the firm’s experience in delivery of similar products and services.

5. An outline of the firm’s cost model and other pricing arrangements.

6. A brief statement about the anticipated data collecting and reporting industry challenges in the next five years and proposed solutions for addressing same.

C. Responses are requested to indicate the likelihood of responding to an actual solicitation, if an actual solicitation is issued, using the following:

 75% to 100%

 50% to 74%

 25% to 49%

 Less than 25%

D. The anticipated NAICS code for this requirement is 541720: Research and Development in the Social Sciences and Humanities (SB size standard: $28 million). If contractors believe a more appropriate NAICS code applies to the requirement as detailed above, include the feedback in the firm’s response.

E. Additional comments or questions:

Format of Responses:

Please provide a synopsis of the firm’s capabilities and contact information in no more than ten (10) single-sided pages, 12-point font, minimum one-inch margins, in Microsoft Word format with a “.docx” or “.doc” extension or in Adobe format with a “.pdf” extension. To the extent possible, all responses should be unclassified and provided for general access by the Government. Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will NOT be responsible for any proprietary information not clearly marked. Any material provided may be used in the development of future solicitations.

All responses shall be submitted via email on or before 5:00 PM Eastern Time (ET), April 7, 2026, to the Contracting Officer, Kelley Vandecoevering (e-mail: Kelley.Vandecoevering@hq.doe.gov) and the Contract Specialist, Damion Peyton (e-mail: Damion.Peyton@hq.doe.gov ), and must include the information requested above. The subject line for all responses should be: “RESPONSE – USEER.” Late responses will not be accepted. Responses are strictly being requested for market research purposes only and should not include additional or alternative information.  RESPONSES THAT DO NOT FOLLOW THE FORMAT DESCRIBED IN THIS ATTACHMENT (see Submission Instructions and Format of Responses above) WILL NOT BE CONSIDERED RESPONSIVE AND MAY NOT BE REVIEWED.

Note: As permitted by Federal Acquisition Regulation (FAR) Part 10, this is a market research tool being utilized for informational and planning purposes. Firms’ responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposals (RFP), to be issued at a later date, and in determining whether there are contractors capable of completing these requirements.

This notice shall not be construed as an RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract based on this request, so quotes will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

Response is strictly voluntary – it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence the Department’s acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this Sources Sought Notice.

Sources Sought Notice Expansion: Depending upon the responses received, DOE may request additional information about firm capabilities, may conduct question and answer sessions, or may conduct meetings or industry engagement sessions regarding this requirement.

Files

Files size/type shown when available.

BidPulsar Analysis

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

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

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.