Skip to content
Department of Energy

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY

Solicitation: 89243426NEE000016
Notice ID: 7cd03ddeae5248c18a57bd9f35ab7d98
TypeSolicitationNAICS 541715PSCM1HADepartmentDepartment of EnergyStateCOPostedMar 20, 2026, 12:00 AM UTCDueApr 20, 2026, 10:00 PM UTCCloses in 12 days

Solicitation from ENERGY, DEPARTMENT OF • ENERGY, DEPARTMENT OF. Place of performance: CO. Response deadline: Apr 20, 2026. Industry: NAICS 541715 • PSC M1HA.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$6,745,762,757
Sector total $5,891,976,226,424 • Share 0.1%
Live
Median
$962,414
P10–P90
$962,414$962,414
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-57%(-$2,703,966,658)
Deal sizing
$962,414 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 CO
Live POP
Place of performance
National Laboratory of the Rockies, 15013 Denver West Parkway • Golden, Colorado • 80401 United States
State: CO
Contracting office
Golden, CO • 80401 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $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, 4 weeks after 10 years, and 5 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.

Point of Contact

Name
Curry, Colleen S.
Email
colleen.curry@ee.doe.gov
Phone
720-541-3150

Agency & Office

Department
ENERGY, DEPARTMENT OF
Agency
ENERGY, DEPARTMENT OF
Subagency
GOLDEN FIELD OFFICE
Office
Not available
Contracting Office Address
Golden, CO
80401 USA

More in NAICS 541715

Description

The U.S. Department of Energy (DOE), Office of Critical Minerals and Energy Innovation (CMEI) is currently in the acquisition planning phase for a contractor to manage and operate the National Laboratory of the Rockies (NLR), located in Golden, CO. CMEI is conducting market research to inform a prospective Request for Proposal (RFP) to solicit proposals to operate NLR under a Management and Operating (M&O) contract.

Background

NLR is a Federally Funded Research and Development Center (FFRDC) primarily funded by CMEI. NLR is presently operated under M&O contract DE-AC36-08GO28308, which will expire September 30, 2028. Included as Attachment A is the current Statement of Work and Performance Goals for the M&O contract. The complete NLR M&O contract can be found at: https://www.NREL.gov/extranet/primecontract.

NLR bridges research with real-world applications to advance energy technologies that lower costs, boost the economy, strengthen security, and ensure abundant energy. To carry this out, NLR currently employs approximately 2,600 scientific, technological, management, and operations personnel at multiple locations, with an annual budget of approximately $1 billion.

Purpose

CMEI is seeking input from interested organizations concerning their capability to manage and operate NLR, and the likelihood they would submit an offer in response to a solicitation for an M&O contract. CMEI also requests industry input on any physical, financial, legal, or technological barriers to full and open competition or other risks CMEI should consider in planning for a possible competition. This market research will assist CMEI with identifying and minimizing barriers to competition, identifying and mitigating risks, and developing the acquisition strategy.

Due to the preliminary stage of this acquisition, a draft Statement of Work (SOW) is provided for informational purposes as Attachment A.

Responses to this notice should include the following information as appropriate and applicable:

1. Business name; business size status (e.g., large, small, 8a, etc.); and a point of contact, including a telephone number and an email address.

2. Identify any major ambiguities, challenges, and risks in performing the scope provided in the attached draft SOW. Based on the draft SOW, identify key information needed to augment and/or address in the subsequent RFP. Define targeted information on current performance challenges that is essential to advise an interested party.

3. Describe any concerns you perceive as barriers or significant risks that would prevent qualified companies from submitting a proposal to the subsequent RFP (e.g., a perceived competitive advantage by one or more other prospective offerors, the incentive structure in M&O contracts, partnering arrangements, etc.).

4. Based on the concerns identified above, describe any suggestions that could help mitigate those perceived barriers or significant risks. Additionally, describe any perceived barriers or significant risks you might perceive as too difficult to reasonably mitigate (if any).

5. This contract will require the management of a significant project management portfolio within CMEI, substantial interface with international partners, and modernization of business and operational systems/processes. Identify any information regarding these challenges and expectations that would be pertinent to provide to interested parties to promote an understanding of the requirements.

6. Describe partnering arrangements (as appropriate) which might facilitate your submission of a proposal or mitigate perceived barriers to formulating a successful proposal.

7. If CMEI decides to issue an RFP for the NLR M&O contract, would your organization be proposing as a prime contractor or as a member of a team/consortium?

8. Are you currently capable of performing the work outlined in the draft SOW? If so, elaborate on why you believe you would be able to complete the work, particularly concerning maintaining and advancing NLR's intellectual and physical capabilities, and leadership in energy innovation.

Request for Information Response Guidelines

All interested parties are invited to submit a response to this RFI. Interested parties are not required to respond to all items. Submissions can include responses to one or all the items above. While there is no specific format required, responses should be no more than fifteen (15) pages with a font no smaller than size 12 and shall not exceed 50MB in size. Submissions in response to this notice do not commit an interested party to submitting a proposal, nor does failure to submit a response preclude an interested party from submitting a proposal.

CMEI will not respond to individual submissions or publish publicly a compendium of responses.

Respondents are requested to provide the following information at the start of their response to this RFI:

• Company/institution name;
• Company/institution contact;
• Contact's position/role, address, phone number, and email address.

The Government does not intend to award a contract on the basis of the RFI or otherwise pay for the information requested. Responses will be treated as information only and not as a proposal. The Government will not respond to questions submitted by telephone, e-mail or in person at any time.

Submissions will only be accepted through FedConnect. It is imperative that the interested party read and understand how to submit its response using the FedConnect web portal by going to www.fedconnect.net. Questions regarding FedConnect shall be addressed directly to FedConnect in accordance with instructions found on its web site. Submissions in response to this RFI must be submitted and received in their entirety in the FedConnect Response Builder web portal no later than 4:00pm, Mountain Time, Wednesday, April 20, 2026. Responses submitted via hardcopy, email, or the FedConnect Message Center will not be accepted.

If applicable, interested parties must mark each individual page appropriately that they believe contains proprietary information. Marking all pages of the submission is highly discouraged.

CMEI looks forward to engaging with the community, industry, and other interested parties in a transparent and collaborative manner throughout the solicitation process to identify and select a contractor to manage and operate NLR.

Evaluation and Administration by Federal and Non-Federal Personnel

Federal employees are subject to the non-disclosure requirements of a criminal statute, the Trade Secrets Act, 18 USC 1905. The Government may seek the advice of qualified non-Federal personnel. The Government may also use non-Federal personnel to conduct routine, nondiscretionary administrative activities. The respondents, by submitting their response, consent to CMEI providing their response to non-Federal parties. Non-Federal parties given access to responses must be subject to an appropriate obligation of confidentiality prior to being given access. Submissions may be reviewed by support contractors and private consultants.

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.