Skip to content
Department of Homeland Security

The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation

Solicitation: 70RDA125R00000013
Notice ID: 32923c9e47ed4f6b828c8bd0531c1286

Solicitation from OFFICE OF PROCUREMENT OPERATIONS • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Aug 05, 2026. Industry: NAICS 541990 • PSC R425.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$210,360,126
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$30,243
P10–P90
$12,583$156,342
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-69%(-$111,014,201)
Deal sizing
$30,243 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 • United States
State: DC
Contracting office
Washington, DC • 20528 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
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $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. 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. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (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 retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). 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 Wage and Hour Division, U.S. Department of Labor, 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 decision to the contractor. 6) The contractor informs the affected employees. 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"" (the Directory) 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.

Point of Contact

Name
Kayode Adewole
Email
Kayode.A.Adewole@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
OFFICE OF PROCUREMENT OPERATIONS
Subagency
DEPARTMENTAL OPERATIONS ACQUISITION DIVISION I
Office
Not available
Contracting Office Address
Washington, DC
20528 USA

More in NAICS 541990

Description

Amendment 0002 - 70RDA125R00000013

  • The Department of Homeland Security (DHS) has included a new Strategic Focus Area HUnmanned and Autonomous Surface Vessels for Maritime.
  • The General Solicitation has been revised; all updates have been highlighted in yellow. 

The General Solicitation 70RDA125R00000013, has been reopened exclusively for Phase 1 submissions related to Strategic Focus Area H. (please see Appendix B for additional details)

Initial Phase 1 submissions for Strategic Focus Area H will be accepted during a dedicated two-week period from March 25, 2026, to April 8, 2026. After this initial window, DHS will conduct reviews of new submissions every eight weeks. Industry is encouraged to respond to this open call for innovative solutions at any time. Submissions received after April 8, 2026 will be considered during the ongoing eight-week review cycles, allowing for continuous engagement and opportunities to present solutions as they are developed.

All Phase 1 submissions for Strategic Focus Area H should be sent to the following:

  • parminfo@hq.dhs.gov
  • Contracting Officer at Kayode.A.Adewole@uscg.mil

Should DHS decide to reopen the remaining Strategic Focus Areas for Phase 1 submissions, a supplemental Amendment will be issued to notify Industry.

Stakeholders are encouraged to continue monitoring SAM.gov for updates regarding this General Solicitation. DHS remains dedicated to collaborating with industry partners and stakeholders to support its mission objectives.

*****************************************************************************************

*CURRENTLY NOT ACCEPTING SUBMISSIONS as of November 30, 2025*

Amendment 0001 - 70RDA125R00000013

The Department of Homeland Security (DHS) has placed a hold on Phase 1 submissions in response to General Solicitation 70RDA125R00000013, effective November 30, 2025. After this date, DHS will no longer accept Phase 1 submissions.

In addition, the timeline specified in the General Solicitation for Peer Reviews has been revised.  The assigned Peer Review Team will evaluate submissions as promptly as possible; however, due to a backlog of reviews, the specific timeframe for completion is currently undetermined.

Should DHS decide to reopen Phase 1 submissions, a supplemental Amendment will be issued to notify Industry.

Stakeholders are encouraged to continue monitoring SAM.gov for updates regarding this General Solicitation. DHS remains dedicated to collaborating with industry partners and stakeholders to support its mission objectives.

*******************************************************************************************************************************

The Department of Homeland Security’s (DHS) Commercial Solutions Opening Pilot Program (CSOP) is a Non-Federal Acquisition Regulation (FAR) based solicitation authority for acquiring innovative and commercial solutions. Section 880 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017 (Pub. L. 114-328) authorized DHS to implement a pilot program to competitively procure innovative commercial items, technologies, and services using CSOP procedures. CSOP is a new acquisition mechanism that provides a streamlined acquisition process and simplified contract terms that is designed to maximize efficiency and economy and minimize burden and administrative costs for both the Government and industry.

DHS’s Office of Program Accountability and Risk Management (PARM) is issuing the subject CSOP General Solicitation for DHS and all its Components to rapidly procure innovative commercial maritime capabilities and solutions.  The Department’s maritime responsibilities span a wide array of missions, including homeland defense readiness, law, border, and trade enforcement, disaster response, counter-illicit trafficking, humanitarian response, and critical infrastructure protection. These missions depend on a broad ecosystem of platforms, technologies, port systems, and operational capabilities that must be acquired, sustained, and modernized in a fiscally responsible, secure, and mission-driven manner.

The Maritime Capabilities and Innovation CSOP General Solicitation aims to identify new ideas, approaches, tools, and partnerships that can help the Department address critical challenges and accelerate transformation across its maritime enterprise. This General Solicitation provides a flexible mechanism to solicit, evaluate, and fund exploratory and applied work that does not fit neatly into traditional acquisition frameworks, but that has the potential to improve DHS’s ability to acquire, oversee, and operate with their maritime enterprise.

The procurement is limited to innovative commercial products or services relevant to one or more of the Strategic Focus Areas outlined in the solicitation. Within the meaning of the statute, innovative is defined as, “Any new technology, process, or method, including research and development, or any new application of an existing technology, process, or method.” 

Potential Submitters are hereby advised of the following:

1. This CSOP General Solicitation will stay open for a period of 12 months, until August 5, 2026.  Industry is invited to respond to this open call for innovative solutions at any time during the stated period.  Submissions will be accepted on a rolling basis, allowing for continuous engagement and the opportunity to present solutions as they are developed.

2. It is within the Government’s discretion to accept more than one solution for a contract award resulting from this CSOP Solicitation.

3. All costs of preparing and submitting solution videos, written submission, and additional presentations/demonstrations related to this CSOP Solicitation are the responsibility of the submitting entity and not eligible for funding or reimbursement by the Government.

4. The evaluation will include an assessment of whether the proposed commercial product or service is innovative within the meaning of the statute. Submission and proposals are evaluated on individual merit rather than on a comparative basis.

5. To be eligible for award, Companies must be registered in the System for Award Management (SAM.gov), prior to DHS making a CSOP contract award.

Please review the attached CSOP General Solicitation for general information, submission instructions, and evaluation procedures.

See attachments:

  1. CSOP General Solicitation Document: “DHS Maritime Capabilities and Innovation - CSOP General Solicitation 70RDA125R00000013”

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.