- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
P001U Hazardous Storage Facility
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: May 14, 2026. Industry: NAICS 236220 • PSC Y1AZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 350 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
Naval Facilities Engineering Systems Command, ROICC Andrews
R53 Bainbridge St. Joint Base Andrews, MD 20746
NAVFAC POC: sarah.r.lowell.civ@us.navy.mil
ALTERNATE NAVFAC POC: joseph.a.bolivar2.civ@us.navy.mil
$750M SMALL BUSINESS ANCHOR MULTIPLE AWARD CONSTRUCTION PROJECT
NAVFAC WASHINGTON
Proposed Task Order: N40080-23-R-0022 6120122
P001U HAZARDOUS WASTE STORAGE FACILITY
DATE OF SOLICITATION: 26 MARCH 2026
SB MACC CONTRACT HOLDERS:
N40080-24-D-0006
C.E.R., Inc.
877 Baltimore Annapolis Blvd., Suite 101
Severna Park, Maryland 21146
POC: Paul Rosseau; Michael Phillips
PHONE: (410) 247-9096
EMAIL: prosseau@cerinc.com; mphillips@cerinc.com
UEI: JRN9CUUQS2J5
CAGE: 0DPW4
N40080-24-D-0007
CJW Contractors, Inc.
13849 Park Center Rd, Suite B
Herndon, Virginia, 20171
POC: Ralph Crews; Anuj Kumar
PHONE: (301) 345-1740 Ext 102
EMAIL: ralph@cjwcontractors.com; anuj@cjwcontractors.com
UEI: N8VQYJWD8CR5
CAGE: 37YM5
N40080-24-D-0008
Edifice Services JV, LLC
507 N. Frederick Ave, Suite 104
Gaithersburg, Maryland 20877
POC: Randall Fetter; Alberto Duchovny
PHONE: (301) 881-3500; (301) 294-3300
EMAIL: randy@hsubuilders.com; alberto@egi-corp.com
UEI: FZH6M6JJSAE8
CAGE: 9H7U5
N40080-24-D-0009
ENCON Desbuild JV3 LLC
8201 Corporate Drive, Suite 720
Hyattsville, Maryland 20785
POC: Devang Ajmera; Ananth Badrinath
PHONE: (301) 244-0711 Ext 1001; (240) 417-9762
EMAIL: devang@enconcorp.org; ab@desbuild.com
UEI: GCNUQM3JWSP8
CAGE: 9ARV3
N40080-24-D-0010
EVCON-CWC JV, LLC
3176 ½ Bladensburg Rd NE, Suite 1
Washington, District of Columbia 20018
POC: Ali Naim; Baboucarr Cham
PHONE: (301) 742-1085; (301) 569-0156
EMAIL: ali@evcongroup.com; bcham@coakleywilliams.com
UEI: FM2EEJBM2T93
CAGE: 9QQS3
N40080-24-D-0011
Fastbreak General Contractors, LLC
47 W Queens Way Suite G1
Hampton, Virginia 23669
POC: Ray Miles; Teresa Miles-Hendrix
PHONE: (757) 727-9442
EMAIL: rmiles@fastbreakgc.com; tmhendrix@fastbreakgc.com
UEI: F1YKDN84NPA9
CAGE: 65PH5
N40080-24-D-0012
Ocean Construction Services
104 Aragona Blvd Suite 101
Virginia Beach, Virginia 23462
POC: Thor Elmore; Kara Canter
PHONE: (757) 200-9590
EMAIL: thor.elmore@ocsinc.us; kara.canter@ocsinc.us
UEI: GSYGKETMMUD9
CAGE: 30KZ2
N40080-24-D-0013
Ritz Construction
47 East All Saints Street, Suite 6
Frederick, Maryland 21701
POC: Lien Cu-Ritzer; Nick Ritzer
PHONE: (301) 253-2779
EMAIL: lcr@ritzbuilds.com; nmr@ritzbuilds.com
UEI: GR8LJ61N3PM5
CAGE: 71PJ1
PROPOSAL PREPARATION
All contractors shall propose on this URGENT Request for Proposal (RFP) issued under this contract, unless a written determination is forwarded to the Contracting Officer/Ordering Officer which documents why a contractor is unable to propose. This written determination will be forwarded to the Contracting Officer/Ordering Officer within 5 days after receipt of the RFP.
GENERAL REQUIREMENTS
All terms and conditions of N40080-24-D-0006/0007/0008/0009/0010/0011/0012/0013 Indefinite Delivery Quantity Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. All contract clauses in the Basic Contract by reference or full text remain in effect unless superseded by this task order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issues, please contact the POC as listed above.
Amendments will be sent directly via email to MACC Holders. The opportunity shall be posted to SAM.GOV limited to the above listed MACC holders.
NAVFAC Solicitation No.: N40080-23-R-0022 6120122
NAVFAC Project No.: 1817027
Title: P001U Hazardous Waste Storage Facility
Location of the Work: Joint Base Anacostia-Bolling (JBAB)
Description of the Work: The project consists of the new construction of a compliant and appropriate
Hazardous Waste Storage Facility to include functional training space. The single story space will contain central receiving, processing, and short-term storage for regulated and nonregulated waste, administrative support, customer service, restroom with shower accommodation, and a training space that will also function as a break room.
Segregated hazardous waste storage spaces shall have self-containing containment connected to isolated secondary containment to prevent discharge to storm-water systems. A heating, ventilation, and air conditioning system compliant for all hazardous substances with required cybersecurity controls included. A loading dock and site area must allow for an 18-wheel semitruck to access the facility to transport hazardous waste for final disposal.
Estimated Budget Amount or Price Range: In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is between $5,000,000 and $10,000,000.
NAICS CODE: 236220 – Commercial and Institutional Building Construction.
Time for Completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the Government desires completion of construction within 455 calendar days after award (includes 15 calendar days for submission and approval of bonds and insurance).
Wage Determination: Department of Labor (DoL) General Decision Number DC20260002 01/16/2026 DC2 applies to this work. See Attachment B. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of the award. The wage determination version in effect at the time of the award shall apply to the work performed under this contract.
Liquidated Damages: In accordance with FAR 52.211-12 Liquidated Damages – Construction, Liquidated Damages will be assessed in the amount of $997 for each calendar day of delay until the work is completed or accepted.
Utilities: The Contractor shall be responsible for obtaining, either from available Government sources or local utility companies, all utilities required for construction and testing. The Contractor shall provide these utilities at his expense, paid for at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections and distribution lines, and all meters required to measure the amount of each utility used.
Record Shop Drawings: In accordance with FAR 52.236.21 Specifications and Drawings for Construction, record shop drawings are required. Reproducible copies of these record drawings are not required.
Bond Requirements: Bond Requirements: In accordance with FAR 52.228-1 Bid Guarantee, each offeror shall submit with its offer a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less. Failure to furnish a bid guarantee in the proper form and amount, by the time set for proposal submissions, may be cause for rejection of the bid.
In accordance with FAR 52.228-15 Performance and Payment Bond – Construction, Performance and Payment Bonds are required from the awardee and shall be submitted for approval to the Contracting Officer within 10 days after award of the Task Order. Failure to submit an electronic copy of your bid bond with your proposal will result in your proposal being deemed non-responsive and your proposal removed from consideration.
Proposal Acceptance Period: Proposal acceptance period shall be 60 days from receipt of offers.
Site Visit: All MACC holders are invited to attend Site Visit for the project. Information is below:
Site visit is scheduled for 09 April 2026 at 09:00AM EST. All Contractors must coordinate base access with the POC’s listed below, and be able to access base (must have valid Real ID or valid US Passport, VHIC, or equivalent federal ID). The Contractors will meet with the Base access POC, the PM, and the DM at the visitor gate. There will only be one Government sponsored site visit. For additional questions and base access, please contact the site visit POC Mr. Kevin Brooks at kevin.e.brooks.civ@us.navy.mil and alternate POC Mr. Barry Varnell at barry.f.varnell.civ@us.navy.mil .
Pre Proposal Inquiry (PPIs): Offerors who determine that the technical and or contractual requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing. All inquiries must be made in writing and shall be submitted via email to sarah.r.lowell.civ@us.navy.mil and joseph.a.bolivar2.civ@us.navy.mil no later than fourteen (14) calendar days prior to the proposal due date with inquiries attached as a Excel document (no tables please) Attachment C. Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment.
Proposal Due Date: Thursday, 14 May 2026 at 04:00PM EST. LATE PROPOSALS WILL NOT BE CONSIDERED.
Proposal Delivery Information: PROPOSALS SHALL BE EMAILED TO
Sarah.r.lowell.civ@us.navy.mil and joseph.a.bolivar2.civ@us.navy.mil.
It is highly recommended to add a reading receipt to your email submission. Facsimile transmissions of proposals, acknowledgements of amendments, or modifications to proposals are not authorized. The proposal must be submitted via email to the email address(es) listed above. The subject line should contain the Project Title, and contractor information.
NOTE THE FOLLOWING:
- Any post-award changes to the scope of work, technical specifications, or drawings will be issued on a Standard Form (SF) 30.
- This request does not constitute a notice to proceed, nor shall it be considered as a commitment on the part of the Government.
- Any costs incurred prior to the issuance of a task order cannot be reimbursed. Offerors will not be reimbursed for any effort or proposal costs resulting from this solicitation.
- Offerors are advised that funding may not become available. If funds are not available, no award will be made as a result of this solicitation.
- If funding becomes available, the successful Offeror will be issued a task order under their contract, as set forth in DFARS 252.216-7006, Ordering.
Basis for Award:
This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible Offeror offering the best value to the Government. The PRICE ONLY source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each Offeror on price only
1.The solicitation requires the evaluation of price and the following non-cost/price factors: NOT APPLICABLE
Price Submission
(1) Solicitation Submittal Requirements – Offeror shall submit the following:
-
- Cover page that includes:
- - Solicitation Number & Title
-
-
- - Prime Contractor Name, Address, Phone Number, Unique Entity Identifier (UEI), and Cage Code
- - Point of Contact Name, Phone Number, and Email
- - Prime Contractor Name, Address, Phone Number, Unique Entity Identifier (UEI), and Cage Code
-
-
- - Solicitation Number & Title
- Price Proposal Form
- Amendments Acknowledged (if applicable)
- Bid Guarantee
- Cover page that includes:
(2) Basis of Evaluation – The Government will evaluate price based on the total lump sum price including any options, if applicable. The Government intends to evaluate all options in accordance with FAR 52.217-5, Evaluation of Options (JUL 1990), if applicable. In accordance with FAR 52.217-5, Evaluation of Options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:
- Comparison of proposed prices received in response to the RFP.
- Comparison of proposed prices with the IGCE.
- Comparison of proposed prices with available historical information.
- Comparison of market survey results
The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to awarding the contract; to negotiate with offerors in the competitive range; and to award, without discussions at the discretion of the Contracting Officer, the contract to the Offeror submitting the lowest price proposal
The Government intends to evaluate proposals and issue a task order without discussion (except clarifications as described in FAR 15.306(a)). Therefore, each initial offer should contain the offeror’s best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit efficient competition among the most highly rated proposals.
Offerors shall submit electronic proposals (.pdf format) in response to this solicitation.
Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified.
Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened or are otherwise missing the required content are the responsibility of the Offeror.
ATTACHMENTS:
ATTACHMENT A.1 - N40080-23-R-0022 P001U VOL I Part 2 Final (DoD Safe)
ATTACHMENT A.2 – N40080-23-R-0022 P001U VOL II Part 3 – 5 (DoD Safe)
ATTACHMENT A.3 - N40080-23-R-0022 P001U Part 6 Final (DoD Safe)
ATTACHMENT B – Wage Determination - DC20260002 01/16/2026_ Enclosed
ATTACHMENT C – Pre Proposal Inquiry (PPIs) Form _ Enclosed
ATTACHMENT D – Price Schedule _ Enclosed
ATTACHMENT A
Attachment A.1 DoD Safe
Attachment A.2 DoD Safe
Attachment A.3 DoD Safe
ATTACHMENT B
"General Decision Number: DC20260002 01/16/2026
Superseded General Decision Number: DC20250002
State: District of Columbia
Construction Type: Building
County: District of Columbia Statewide.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Modification Number Publication Date
0 01/02/2026
1 01/09/2026
2 01/16/2026
ASBE0024-007 10/01/2024
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR........................$ 40.77 20.17+a
Includes the application of all insulating materials,
protective coverings, coatings and finishes to all types of
mechanical systems
a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,
Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,the day after Thanksgiving and Christmas
Day provided the employee works the regular work day before
and after the paid holiday.
----------------------------------------------------------------
ASBE0024-008 10/01/2024
Rates Fringes
ASBESTOS WORKER: HAZARDOUS
MATERIAL HANDLER.................$ 24.46 10.19+a
Includes preparation, wetting, stripping, removal, scrapping,
vacuuming, bagging and disposing of all insulation
materials, whether they contain asbestos or not, from
mechanical systems
a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,
Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,the day after Thanksgiving and Christmas
Day provided the employee works the regular work day before
and after the paid holiday.
----------------------------------------------------------------
ASBE0024-014 10/01/2024
Rates Fringes
FIRESTOPPER......................$ 30.21 10.43+a
Includes the application of materials or devices within or
around penetrations and openings in all rated wall or floor
assemblies, in order to prevent the pasage of fire, smoke
of other gases. The application includes all components
involved in creating the rated barrier at perimeter slab
edges and exterior cavities, the head of gypsum board or
concrete walls, joints between rated wall or floor
components, sealing of penetrating items and blank openings.
a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,
Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,the day after Thanksgiving and Christmas
Day provided the employee works the regular work day before
and after the paid holiday.
----------------------------------------------------------------
BRDC0001-002 04/27/2025
Rates Fringes
BRICKLAYER.......................$ 38.80 15.17
----------------------------------------------------------------
CARP0197-011 05/01/2024
Rates Fringes
CARPENTER, Includes Drywall
Hanging, Form Work, and Soft
Floor Laying-Carpet..............$ 34.41 14.33
----------------------------------------------------------------
CARP0219-001 05/01/2025
Rates Fringes
MILLWRIGHT.......................$ 39.50 17.32
----------------------------------------------------------------
CARP0474-006 05/01/2024
Rates Fringes
PILEDRIVERMAN....................$ 36.60 14.47
----------------------------------------------------------------
* ELEC0026-016 06/02/2025
Rates Fringes
ELECTRICIAN, Includes
Installation of
HVAC/Temperature Controls........$ 59.50 23.06
----------------------------------------------------------------
ELEC0026-017 09/01/2025
Rates Fringes
ELECTRICAL INSTALLER (Sound
& Communication Systems).........$ 34.16 13.54
SCOPE OF WORK: Includes low voltage construction,
installation, maintenance and removal of teledata
facilities (voice, data and video) including outside plant,
telephone and data inside wire, interconnect, terminal
equipment, central offices, PABX, fiber optic cable and
equipment, railroad communications, micro waves, VSAT,
bypass, CATV, WAN (Wide area networks), LAN (Local area
networks) and ISDN (Integrated systems digital network).
WORK EXCLUDED: The installation of computer systems in
industrial applications such as assembly lines, robotics
and computer controller manufacturing systems. The
installation of conduit and/or raceways shall be installed
by Inside Wiremen. On sites where there is no Inside
Wireman employed, the Teledata Technician may install
raceway or conduit not greater than 10 feet. Fire alarm
work is excluded on all new construction sites or wherever
the fire alarm system is installed in conduit. All HVAC
control work.
----------------------------------------------------------------
ELEV0010-001 01/01/2025
Rates Fringes
ELEVATOR MECHANIC................$ 57.16 38.435+a+b
a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence
Day, Labor Day, Veterans' Day, Thanksgiving Day, Christmas
Day and the Friday after Thanksgiving.
b. VACATIONS: Employer contributes 8% of basic hourly rate
for 5 years or more of service; 6% of basic hourly rate for
6 months to 5 years of service as vacation pay credit.
----------------------------------------------------------------
IRON0005-005 06/01/2024
Rates Fringes
IRONWORKER, STRUCTURAL AND
ORNAMENTAL.......................$ 37.86 25.86
----------------------------------------------------------------
IRON0005-012 05/01/2024
Rates Fringes
IRONWORKER, REINFORCING..........$ 31.88 23.78
----------------------------------------------------------------
LABO0011-009 06/01/2025
Rates Fringes
LABORER: Skilled................$ 30.47 8.70
FOOTNOTE: Potmen, power tool operator, small machine
operator, signalmen, laser beam operator, waterproofer
(excluding roofing), open caisson, test pit, underpinning,
pier hole and ditches, laggers and all work associated with
lagging that is not expressly stated, strippers, operator
of hand derricks, vibrator operators, pipe layers, or tile
layers, operators of jackhammers, paving breakers, spaders
or any machine that does the same general type of work,
carpenter tenders, scaffold builders, operators of
towmasters, scootcretes, buggymobiles and other machines of
similar character, operators of tampers and rammers and
other machines that do the same general type of work,
whether powered by air, electric or gasoline, builders of
trestle scaffolds over one tier high and sand blasters,
power and chain saw operators used in clearing, installers
of well points, wagon drill operators, acetylene burners
and licensed powdermen, stake jumper,demolition.
----------------------------------------------------------------
MARB0002-004 04/27/2025
Rates Fringes
MARBLE/STONE MASON...............$ 45.65 21.21
INCLUDING pointing, caulking and cleaning of All types of
masonry, brick, stone and cement EXCEPT pointing, caulking,
cleaning of existing masonry, brick, stone and cement
(restoration work)
----------------------------------------------------------------
MARB0003-006 04/27/2025
Rates Fringes
TERRAZZO WORKER/SETTER...........$ 34.34 14.20
----------------------------------------------------------------
MARB0003-007 04/27/2025
Rates Fringes
TERRAZZO FINISHER................$ 28.85 12.55
----------------------------------------------------------------
MARB0003-008 04/27/2025
Rates Fringes
TILE SETTER......................$ 34.34 14.20
----------------------------------------------------------------
MARB0003-009 04/27/2025
Rates Fringes
TILE FINISHER....................$ 28.85 12.55
----------------------------------------------------------------
PAIN0051-014 06/01/2025
Rates Fringes
GLAZIER
Glazing Contracts $2
million and under...........$ 32.41 14.46
Glazing Contracts over $2
million.....................$ 36.65 14.46
----------------------------------------------------------------
PAIN0051-015 06/01/2025
Rates Fringes
PAINTER
Brush, Roller, Spray and
Drywall Finisher............$ 29.16 11.86
----------------------------------------------------------------
PLAS0891-005 07/01/2025
Rates Fringes
PLASTERER (Including
Fireproofing)....................$ 32.86 10.46
----------------------------------------------------------------
PLAS0891-006 03/01/2025
Rates Fringes
CEMENT MASON/CONCRETE FINISHER...$ 30.50 14.23
----------------------------------------------------------------
PLUM0005-010 08/01/2025
Rates Fringes
PLUMBER..........................$ 53.30 23.71+a
a. PAID HOLIDAYS: Labor Day, Veterans' Day, Thanksgiving Day
and the day after Thanksgiving, Christmas Day, New Year's
Day, Martin Luther King's Birthday, Memorial Day and the
Fourth of July.
----------------------------------------------------------------
PLUM0602-008 08/01/2025
Rates Fringes
PIPEFITTER, Includes HVAC
Pipe Installation................$ 55.00 24.46+a
a. PAID HOLIDAYS: New Year's Day, Martin Luther King's
Birthday, Memorial Day, Independence Day, Labor Day,
Veterans' Day, Thanksgiving Day and the day after
Thanksgiving and Christmas Day.
----------------------------------------------------------------
ROOF0030-016 07/01/2025
Rates Fringes
ROOFER...........................$ 36.26 14.91
----------------------------------------------------------------
SFDC0669-002 01/01/2026
Rates Fringes
SPRINKLER FITTER (Fire
Sprinklers)......................$ 45.22 27.69
----------------------------------------------------------------
SHEE0100-015 11/01/2025
Rates Fringes
SHEET METAL WORKER (Including
HVAC Duct Installation)..........$ 53.42 23.20+a
a. PAID HOLIDAYS: New Year's Day, Martin Luther King's
Birthday, Memorial Day, Independence Day, Labor Day,
Veterans Day, Thanksgiving Day and Christmas Day
----------------------------------------------------------------
SUDC2009-003 05/19/2009
Rates Fringes
LABORER: Common or General......$ 13.04 2.80
LABORER: Mason Tender -
Cement/Concrete..................$ 15.40 2.85
LABORER: Mason Tender for
pointing, caulking, cleaning
of existing masonry, brick,
stone and cement structures
(restoration work); excludes
pointing, caulking and
cleaning of new or
replacement masonry, brick,
stone and cement.................$ 11.67
POINTER, CAULKER, CLEANER,
Includes pointing, caulking,
cleaning of existing masonry,
brick, stone and cement
structures (restoration
work); excludes pointing,
caulking, cleaning of new or
replacement
masonry, brick, stone or
cement...........................$ 18.88
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Note: Executive Order 13658 generally applies to contracts
subject to the Davis-Bacon Act that were awarded on or between
January 1, 2015 and January 29, 2022, and that have not been
renewed or extended on or after January 30, 2022. Executive
Order 13658 does not apply to contracts subject only to the
Davis-Bacon Related Acts regardless of when they were awarded.
If a contract is subject to Executive Order 13658, the
contractor must pay all covered workers at least $13.30 per
hour (or the applicable wage rate listed on this wage
determination, if it is higher) for all hours spent performing
on the contract in 2025. The applicable Executive Order
minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections
under Executive Order 13658 is available at
www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
ATTACHMENT C
PLEASE SUBMIT ALL PPIS WITHIN AN EXCEL SHEET USING THIS FORMAT
Question No.
Date Received
Reference
Question
Government Response
Page
Section
Para.
ATTACHMENT D
P001U HAZARDOUS WASTE STORAGE FACILITY
N40080-23-R-0022
02/09/2026
The terms Offeror, Bidder and versions thereof (offer/bid) have the same definition as used with the contract. Provide line item prices, where indicated by blank underlines, for the following items:
Line Item
Description
Quantity
Unit
Unit Price
Sub-Total
Total Price
1
BASE PRICE: Total Price for the entire work for Project P001U – to construct an appropriate and compliant Hazardous Waste Storage Facility with functional training space in accordance with the RFP, complete, but excluding work provided in another line item.
1
EA
$
1A
Subtotal of Base Price for the entire work for Project P001U, complete to the 5-foot line outside of the building in accordance with the RFP, but excluding work provided in another line item
4,800
SF
$
$
1B
Subtotal of Base Price for the entire project sitework, outside the facility 5-foot line, for P001U, complete in accordance with the RFP, but excluding work described in another line Item.
1
EA
$
1C
Subtotal of Base Price for entire Design of the Project, complete, but excluding work provided in another line item.
1
EA
$
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.