Skip to content
Department of Commerce

Notice of Intent to Sole Source - Auto Forecast Solutions

Solicitation: TAIA0000-26-00058
Notice ID: 56e13196cff34d77aeb6a6dd1c9527e4
TypeSpecial NoticeNAICS 518210PSCU099DepartmentDepartment of CommerceAgencyOffice Of The SecretaryStateDCPostedApr 13, 2026, 12:00 AM UTCDueApr 28, 2026, 01:00 PM UTCCloses in 15 days

Special Notice from OFFICE OF THE SECRETARY • COMMERCE, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 28, 2026. Industry: NAICS 518210 • PSC U099.

Market snapshot

Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$139,949,002
Sector total $567,023,252 • Share 24.7%
Live
Median
$475,000
P10–P90
$109,620$5,832,830
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
24.7%
share
Momentum (last 3 vs prior 3 buckets)
+241%($76,548,013)
Deal sizing
$475,000 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
District of Columbia • 20230 United States
State: DC
Contracting office
Washington, DC • 20230 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

Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
OFFICE OF THE SECRETARY
Subagency
DEPT OF COMMERCE SSPO
Office
Not available
Contracting Office Address
Washington, DC
20230 USA

More in NAICS 518210

Description

THIS IS A NOTICE OF INTENT TO SOLE SOURCE AND NOT A REQUEST FOR QUOTATION OR PROPOSAL.

The U.S. Department of Commerce (DOC), Office of Acquisition Management (OAM), Shared Services Procurement Office (SSPO), located in Washington, D.C., intends to negotiate on a sole-source basis and award a contract to A2M Solutions LLC (also knows as AutoForecastSolutions LLC) on behalf of the International Trade Administration (ITA).

This acquisition is being conducted under the authority of permitting other than full and open competition in accordance with the Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) 12.102 and in accordance with 41 U.S.C. 1901. This acquisition will result in a purchase order with a base 12-month period, and 3-12 month option periods.

DOC plans to issue a sole source purchase order to A2M for the AFS Light Vehicle & Powertrain & Electrification Production Outlook subscription and associated services. ITA requires an online, subscription-based automotive production forecasting database that provides comprehensive North American light vehicle production data, including both current and projected future production. The service must deliver detailed, query-driven datasets in downloadable formats such as CSV or Excel, with granularity by country, manufacturer, plant, vehicle segment, platform, and powertrain type, including electric, hybrid, and internal combustion vehicles. The subscription must include regularly updated data, with monthly full dataset updates and more frequent updates for changes to production forecasts and manufacturing plans. In addition to raw data access, the requirement includes analytical reporting such as market alerts, special industry reports, and insights on supply chain impacts, as well as direct access to subject matter experts to support interpretation and application of the data. The service will support ITA analysts in conducting trade policy analysis, industry competitiveness assessments, and economic evaluations of the U.S. automotive sector.

A2M possesses unique qualifications that make it the only source reasonably available to meet the Government’s requirements. AFS provides a proprietary, fully integrated automotive production forecasting platform that combines detailed North American light vehicle production data with forward-looking projections, powertrain-specific analysis including electrification categories, and plant-level granularity within a single, query-driven database. This subscription is only available from the vendor.

This is NOT a solicitation for quotations, quotation abstracts, a request for competitive quotations; or request for competitive proposals; however, all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. Responses must clearly and thoroughly defend any claims or assertions that attempt to refute the Government’s claim. A determination by the Government not to compete this proposed action based upon responses to this notice is solely with the discretion of the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement.

Information received on this notice must eliminate the Government's concerns and address how the required services can be provided. If no affirmative responses are received within 15 days of this notice to determine whether a qualified source is more advantageous to the Government, a purchase orde will be awarded to A2M Solutions LLC.

There is no solicitation package available. Any questions regarding this notice must be submitted in writing via email to Jameka Anderson (JAnderson1@doc.gov). Telephonic questions or requests are strongly discouraged.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.