Skip to content
Smithsonian Institution

Construct Arabian Leopard Exhibit at the Smithsonian National Zoological Park

Solicitation: 33330226RT0010005
Notice ID: 61aa32c1c6744dd1aa50c9aab1ce1bc5
TypePresolicitationNAICS 236220PSCY1JADepartmentSmithsonian InstitutionStateDCPostedApr 08, 2026, 12:00 AM UTCDueNo due date posted

Presolicitation from SMITHSONIAN INSTITUTION • SMITHSONIAN INSTITUTION. Place of performance: DC. Industry: NAICS 236220 • PSC Y1JA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$29,063,180,871
Sector total $37,204,442,544 • Share 78.1%
Live
Median
$10,552,532
P10–P90
$175,474$46,209,800
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.1%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,222,718,525)
Deal sizing
$10,552,532 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 • 20008 United States
State: DC
Contracting office
Arlington, VA • 22202 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
Virginia Chan
Email
Chanvc@si.edu
Phone
Not available
Name
Christine Grant
Email
grantCA@si.edu
Phone
Not available

Agency & Office

Department
SMITHSONIAN INSTITUTION
Agency
SMITHSONIAN INSTITUTION
Subagency
SMITHSONIAN INSTITUTION
Office
Not available
Contracting Office Address
Arlington, VA
22202 USA

More in NAICS 236220

Description

Amendment 0002 to Presolicitation Notice 

The anticipated solicitation referenced in this presolicitation notice has been rescheduled. Smithsonian now expects to release it in early July 2026; however, this timeline is subject to change. 

Revised Approach

Smithsonian now intends to issue a solicitation for Phase 2 Habitat and Animal Care Building as the primary contract effort. The Period of Performance is revised to 19 months. All other aspects of the presolicitation notice remain unchanged unless otherwise stated.

-------------------------------------------------------------------------------------------------------------

Amendment 0001 to Presolicitation Notice 

The anticipated solicitation referenced in this presolicitation notice has been updated. Smithsonian now expects release in approximately October 2026; however, this timeframe is subject to change. Smithsonian will provide updates via this notice as they become available.

-----------------------------------------------------------------------------------------------------------------

PRE-SOLICITATION NOTICE

PRECONSTRUCTION AND CONSTRUCTION SERVICES TO CONSTRUCT ARABIAN LEOPARD EXHIBIT FOR SMITHSONIAN NATIONAL ZOOLOGICAL PARK IN WASHINGTON, DC.

The Smithsonian Institution (SI) is seeking offers to construct Arabian Leopard Exhibit at the Smithsonian Institution’s National Zoological Park.

The North American Industry Classification System (NAICS) code for this action is 236220 and the small business size standard is $45M.

PROJECT INFORMATION: The Work includes but is not limited to (1) Pre-Construction Services and Construction Services Phase 1 - Site and Construction Services, and (2) Phase 2 Habitat and Animal Care Building. Successful offerors MUST be capable of performing all work described and contemplated by this solicitation.

Critical Elements of the Work: The successful Contractor shall be fully qualified to install critical elements of the Work.

a)     Working within an occupied, historic campus active with public, staff and animals

b)    Coordination of specialty trades within a small site footprint

c)     Coordination and installation of specialty animal doors, shifting systems and manually operated remote door controls.

d)    Coordination and installation of multiple subsurface utility systems in a congested area

e)    Coordination and installation of subsurface drainage and water conveying systems.

f)     Coordination and installation of radiant flooring

g)     Coordination and installation of animal containment fencing and mesh

h)    Coordination and installation of shotcrete faux rock and faux trees

i)      Mitigation of sound and vibration during demolition and construction so as not to harm animals in adjacent habitats

j)      Coordination of construction activities with Zoo operations to align with feeding schedules, DC zoning community noise regulations, Zoo hours, known and unknown animal welfare issues, veterinary care, and public events

The Period of Performance for the Base and Option, if exercised, is 26 months from the date of Notice to Proceed.

Total Estimated cost range is over $10 million.  

LOCATION:

Project will be located at 3001 Connecticut Ave NW, Washington, DC 20008.

SET ASIDE: Not Applicable

THIS IS NOT A REQUEST FOR PROPOSAL. The full solicitation, request for proposals, will be released in Mid-March 2026; however, there is no guarantee or implication of a guarantee this this project will be solicited. Responses will be due within (45) days of release. Electronic copies will be uploaded to SAM.gov site. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.

The Smithsonian Institution will accept proposals from all qualified offerors. The Smithsonian Institution’s evaluation panel will be the sole entity to determine as to whether an offeror is capable of meeting the requirements to carry out contract performance.

No attachments or links have been added to this opportunity.

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.