Skip to content
Environmental Protection Agency

Portable High Throughput Integrated Laboratory Identification Systems (PHILIS) Platform Modernization 2.0

Solicitation: 68HERH25C0005
Notice ID: 4e7a372ab8134a3389a40d8c72a6d023
TypeSpecial NoticeNAICS 336211PSC2330Set-AsideNONEDepartmentEnvironmental Protection AgencyStateDCPostedMar 17, 2026, 12:00 AM UTCDueApr 01, 2026, 08:30 PM UTCCloses in 16 days

Special Notice from ENVIRONMENTAL PROTECTION AGENCY • ENVIRONMENTAL PROTECTION AGENCY. Place of performance: DC. Response deadline: Apr 01, 2026. Industry: NAICS 336211 • PSC 2330.

Market snapshot

Awarded-market signal for NAICS 336211 (last 12 months), benchmarked to sector 33.

12-month awarded value
$19,308,107
Sector total $24,434,656,093 • Share 0.1%
Live
Median
$283,050
P10–P90
$14,738$350,000
Volatility
Volatile118%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+1497%($17,032,957)
Deal sizing
$283,050 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
Not listed
State: DC
Contracting office
Washington, DC • 20460 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
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. 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. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (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.

Point of Contact

Name
Adrianne Wells
Email
Wells.Adrianne@epa.gov
Phone
Not available

Agency & Office

Department
ENVIRONMENTAL PROTECTION AGENCY
Agency
ENVIRONMENTAL PROTECTION AGENCY
Subagency
LAND, ENFORCEMENT, AND AIR DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20460 USA

More in NAICS 336211

Description

Procurement Office: U.S. Environmental Protection Agency (EPA), Office of Chief Procurement Officer (OCPO), Office of Land, Enforcement and Air Division (LEAD), Washington, DC 20460

Response Date: April 1, 2026, NLT 4:30PM EST (TBD)

Pursuant to the authority granted by 41 U.S.C.253(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements as implemented by FAR 6.302-1, the U.S. Environmental Protection Agency (EPA), Office of Land and  Emergency Management (OLEM) intends to increase the capacity (i.e., ceiling) of EPA’s Firm-Fixed-Price (FFP) contract, 68HERH25C0005, with MRIGlobal by approximately $244,900.00.

The Portable High Throughput Integrated Laboratory Identification Systems (PHILIS) laboratory systems were designed to detect  Chemical Warfare Agents (CWAs) and Toxic Industrial Chemicals (TICs). Multimedia Volatile Organic compound (VOC) and Semi-volatile organic compound (SVOC) analysis are performed in the laboratories as well as other analyses as needed. The PHILIS Program provides on-site mobile and base of operations laboratory capabilities to respond to CWA and TIC releases, as well as any
supplementary locations that are deemed fundamental to accomplishing EPA’s mission. The current contract replaces the mobile operational laboratory platforms and optimizes operations of the PHILIS units located in Edison, New Jersey and Castle Rock, Colorado.


This increase is necessary to increase the ceiling of the contract to account for requirement expansions, that have caused variances outside the current ceiling price. Changes include:

  • Custom Generator Exhaust Adaptors – the custom adaptor will couple the generator exhaust outlet to high-temperature ducting present for use at the home locations of each laboratory which will push all exhaust outside the building.
  • Insulation Upgrade - upgrade from 2” to over-fill and cut flush in all applicable cavities, increasing average insulation thickness to ~ 5.5” to ensure all cavities are filled.
  • Fire Sensing and Suppression system Upgrades - upgrade from surface mounted control and sensor system wire routing to sub-surface routing, installations, and paint raw metal on Unistrut supports for the dispersion components which allows for better facility decontamination.

This increase does not impact the scope of the contract (68HERH25C0005).

The Contracting Officer (CO) has determined that the only way to ensure the completion of the design, build and delivery of the mobile labs under contract 68HERH25C0005 continues uninterrupted is to obtain support through the current contractor, MRIGlobal. MRIGlobal specializes in the work under this contract and has gained substantial information on the design and build of the mobile laboratories since contract award that are critical to fulfilling this requirement efficiently and effectively, without undue start-up time and additional costs required for another contractor to gain the knowledge already obtained by MRIGlobal.

NO SOLICITATION IS AVAILABLE. This notice of intent is not a request for competitive proposals. However, pursuant to FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement which shall be considered by the agency. Capability statements must be received within the time set forth in this announcement to be considered by the Government. Each response should include the following Business Information:

  • Unique Entity Identifier (UEI)
  • Company Name and Address
  • Company Point of Contact, including Phone and Email
  • Capability Statement

Responses to this notice must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to Adrianne Wells, Contract Specialist, ONLY VIA EMAIL at Wells.Adrianne@epa.gov.

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.