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. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
Design Build of the Dept of General Services (DGS) Headquarters, RFQ 692015
Federal opportunity from Loudoun County. Place of performance: VA. Response deadline: Apr 23, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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 for this notice.↓
Point of Contact
Agency & Office
Description
Bid Postings • Design Build of the Dept of General Services Skip to Main Content Government Residents Services Departments & Offices Business Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Number: RFQ 692015 Bid Title: Design Build of the Dept of General Services (DGS) Headquarters, RFQ 692015 Category: Procurement Status: Open Additional Status Information: Addendum #2 Changes and/or Additions issued on April 23, 2026. Description: The intent and purpose of this Request for Qualifications (RFQu) is for the County of Loudoun, Virginia (County) to solicit Statements of Qualifications (SOQs) from entities (“Offerors”) interested in serving as the Design-Builder for the Department of General Services (DGS) Headquarters (Project). The RFQu is issued to gather information that will enable the County to: (a) identify Offerors best qualified to successfully execute the design and construction of the Project; and (b) determine which Offerors will be invited to submit proposals in response to the County’s forthcoming Request for Proposal (RFP). Offerors’ SOQs will be reviewed, rated, and scored by an Evaluation Team based on the evaluation criteria set forth in this RFQu. SOQs must meet all requirements of this RFQu. Any provision using the terms “shall”, “will”, or “must” (or equivalent language) indicates a mandatory requirement. Failure to meet a requirement may render an SOQ non-responsive. The County’s Evaluation Team will assess how well each Offeror meets or exceeds the evaluation criteria, and scoring will reflect their judgment. Project Information Meeting: An optional Project Information Meeting will be held virtually via Microsoft Teams on April 10, 2026, at 10:30 a.m. This session will provide clarification on the requirements outlined in the RFQu. Addenda: Addendum #1 Changes and/or Additions issued on April 15, 2026. Addendum #2 Changes and/or Additions issued on April 23, 2026. Publication Date/Time: 4/1/2026 4:00 PM Publication Information: Request for Qualifications Closing Date/Time: 5/5/2026 4:00 PM Addendum Date/Time: Addendum #2 issued on April 23, 2026. Pre-bid Meeting: April 10, 2026 @ 10:30 a.m. Contact Person: Samira Mkaimel, NIGP-CPP, CPPO, CPPB Please see the attached document RFQ 692015 for additional contact information. Download Available: See Related Documents Business Hours: 8:30 AM to 5:00 PM Miscellaneous: Addendum #2 Changes and/or Additions issued on April 23, 2026. Related Documents: RFQ 692015 (PDF) Attach 1 - SCC and DPOR Info (PDF) Attach 2 - Affiliated and Subsidiary (PDF) Attach 3 - Debarment (PDF) Attach 4 - Design Build Determination (PDF) Attach 5 - Sample Lump Sum Agreement (PDF) Attach 6 - Sample Gen Conditions (PDF) View Solicitation Abstract (PDF) Project Information Meeting - Presentation (PDF) Project Information Meeting - Attendance Report (PDF) Addendum 1 (PDF) Addendum 2 (PDF) Return To Main Bid Postings Page Live Edit PAY TAXES REAL ESTATE ASSESSMENTS JOBS BOARD AGENDAS & DOCUMENTS PERMITS & LICENSES REPORT A CONCERN Facebook Twitter Pinterest Delicious Blogger LinkedIn Home My Account Printer Friendly Email Page RSS Site Map Translate Page Notifications County Resources ADA Accessibility/Language Access Contact Us Public Records Requests (FOIA) Report Fraud, Waste & Abuse Tell Us How We're Doing /QuickLinks.aspx Helpful Links Commonwealth of Virginia Council of Governments Loudoun County Public Schools Northern Virginia Regional Commission Towns /QuickLinks.aspx Home For Employees Privacy Policy/Copyright Notices Site Map Website Accessibility /QuickLinks.aspx Loudoun County Government Mailing Address: P.O. Box 7000, Leesburg, VA 20177 Phone: 703-777-0100 Government Center Location: 1 Harrison St. SE, Leesburg, VA 20175 Loudoun.gov is an official government website. Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
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.