Skip to content
Department of Transportation

TAKATA AIRBAG RECALL DATA COMPILATION AND VISUALIZATION

Solicitation: 693JJ926RQ000286
Notice ID: 46a7fb1a4d784f0583262e5d02f33e79

Sources Sought from NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 18, 2026. Industry: NAICS 541519 • PSC AS12.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$869,517,651
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$269,363
P10–P90
$2,447$482,500
Volatility
Volatile178%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+118%($320,978,633)
Deal sizing
$269,363 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 • 20590 United States
State: DC
Contracting office
Washington, DC • 20590 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
Shanahan, Michelle
Email
michelle.shanahan@dot.gov
Phone
2025780962

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION
Subagency
693JJ9 NHTSA OFFICE OF ACQUISTION
Office
Not available
Contracting Office Address
Washington, DC
20590 USA

More in NAICS 541519

Description

The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein which is to provide a modernized, cloud-native (AWS) application and a secure web-based interface that streamlines the lifecycle of fuel economy data management.

NHTSA welcomes all qualified Small Business concerns, with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the project as listed below.  NHTSA does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted.  Acknowledgement of receipt of responses will not be made; no formal evaluation of the information received will be conducted by NHTSA.  NHTSA may; however later on issue a Request for Proposals (RFP).  However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice.

BACKGROUND:

The National Highway Traffic Safety Administration (NHTSA) is an agency of the U.S. Department of Transportation (DOT).  NHTSA’s mission is to save lives, prevent injuries, and reduce traffic-related health care and other economic costs. The agency develops, promotes, and implements effective educational, engineering, and enforcement programs with the goal of ending preventable tragedies and reducing economic costs associated with vehicle use and highway travel.  NHTSA’s Office of Defects Investigation (ODI) is responsible for identifying vehicle safety defects.  This is done by analyzing data received from numerous sources, including consumer complaints, tips and referrals, and manufacturer-submitted data such as warranty claims, death and injury reports, and manufacturer communications and technical service bulletins.  ODI also administers, on average, over 1,000 safety recalls each year, which include millions of motor vehicles, child seats, tires, and other automotive equipment. 

The Takata air bag inflator recalls are the largest and most complex automotive recalls in U.S. history.  These recalls involve over 60 million Takata air bag inflators in tens of millions of vehicles in the United States.  The recalls are due to a design defect whereby the phased-stabilized ammonium-nitrate (PSAN) propellant used in the air bag inflator degrades, causing it to burn too quickly when ignited.  This defect can result in the inflator rupturing during deployment, essentially exploding and shooting sharp metal fragments (like shrapnel) at vehicle occupants.  Rupturing Takata inflators have resulted in 18 deaths in the United States and hundreds of injuries, including a significant number of serious injuries involving lacerations and other serious consequences to the occupants’ face, neck, and chest area.

To address the unprecedented and varied challenges presented by the Takata recalls, NHTSA established a Coordinated Remedy Program in November 2015 to accelerate and coordinate the recalls, NHTSA appointed an Independent Monitor in December 2015 to assist NHTSA in the ongoing oversight of Takata and the vehicle manufacturers’ repair programs.  The Independent Monitor and his team have been heavily involved in the recalls for the past five years, and accordingly have developed a unique and nuanced understanding of the multitude of issues and challenges that the recalls pose.

OBJECTIVE:

The objective is to acquire expert consulting services for the management of a Tableau-based data-reporting and data-visualization platform specifically tailored to the Takata recalls.

Please see the attached Draft SOW that provides further details into the requirements that will need to be supplied in support of ODI with Takata Airbag Recall Data Compilation And Visualizations.


Format of Corporate Capabilities Statement:

Any interested qualified Small Business firms, Small Disadvantaged Business (SDB), 8(a)  Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns should submit their Corporate Capability Statement, which demonstrates the firm’s ability and past experience in no more than 10 pages to perform the key requirements described above to the identified NHTSA point of contact listed herein.  

Any proprietary information should be marked as such. All respondents are asked to certify the type and size of their business organization is in-line with the requirements of this Sources Sought Notice which must be received no later than 10 calendar days from the date of publication or by the closing date of this notice.

To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice.

Please provide the following information for your firm and for any teaming or joint venture partners:

General Information

  1. Company name, address, point of contact name, telephone, and email address.
  2. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code.
  3. Business size and classification (e.g., large, small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, woman-owned) based on NAICS code: 541519- Information Technology Value Added Resellers.
  4. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors.
  5. GSA Federal Supply Schedule (FSS) Number (FSS must include NAICS code 541519- Information Technology Value Added Resellers
  6. Identify contracts your company has been awarded under NAICS code: 541519-Information Technology Value Added Resellers


Technical Capability:

  1. Provide a brief synopsis to support the firm’s ability to perform all of potential areas of the objective/scope.  Identify each task element and provide information to support the firm’s experience, staffing and overall ability to perform the technical area.
  2. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement.
  3. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses).
  4. Documented information to support the firm’s ability to provide the range of research skillsets capability to quickly plan, conduct, and document studies; AND personnel required for this effort in a timely fashion.
  5. Any data on previous contracts/task orders on personnel retention and succession planning.

Additional Information:

  1. Indicate if your firm will submit a proposal if a Request for Proposal (RFP) is issued, and if your firms interest is for Prime contracting, teaming agreement or Joint Venture.
  2. Validation of, or recommended NAICS codes for this effort.
  3. Validation of, or recommended contract type.
  4. Validation of, or recommended GSA vehicle
  5. In each potential areas of research, indicate any Small Business Subcontracting opportunities, as applicable.
  6. Other Recommendations
    1. Any information missing from this requirement that would provide a better understanding of the effort desired.
    2. Please submit any other questions or comments along with your response.

CONTRACTING OFFICE ADDRESS

Department of Transportation (DOT) Headquarters, 1200 New Jersey Avenue, SE, Washington, DC 20590.

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.