Skip to content
Department of Transportation

Finite Element Modeling Research and Development IDIQ Contract

Solicitation: 693JJ926RQ000053
Notice ID: a31ad52111ff43a9922019395e4b78f3

Sources Sought from NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 04, 2026. Industry: NAICS 541380 • PSC AS11.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$675,448,406
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$176,515
P10–P90
$32,313$415,381
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-87%(-$522,315,850)
Deal sizing
$176,515 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
Washington, District of Columbia • 20590 United States
State: DC
Contracting office
Washington, DC • 20590 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
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $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, 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.

Point of Contact

Name
Shanahan, Michelle
Email
michelle.shanahan@dot.gov
Phone
2025780962

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION
Subagency
693JJ9 NHTSA OFFICE OF ACQUISTION
Office
Not available
Contracting Office Address
Washington, DC
20590 USA

More in NAICS 541380

Description

The National Highway Traffic Safety Administration (NHTSA) is issuing this Sources Sought Notice to identify potential qualified Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns that may be interested in and capable of performing the work described herein which is to establish, operate and manage a NHTSA Vehicle Safety Hotline.

NHTSA welcomes all qualified Small Business concerns, with the appropriate NAICS Code and past experience to submit their Corporate Capability Statements that demonstrate their ability to successfully accomplish the goals of the project as listed below.  NHTSA does not intend to award a contract on the basis of responses to this notice or otherwise pay for the preparation of any information submitted.  Acknowledgement of receipt of responses will not be made; no formal evaluation of the information received will be conducted by NHTSA.  NHTSA may; however later on issue a Request for Proposals (RFP).  However, should such a requirement fail to materialize, no basis for claims against NHTSA shall arise as a result of a response to this notice.

Background:

The Office of Vehicle Safety Research (VSR) is the primary organization within NHTSA conducts extensive research, development, testing, crash investigation, and data collection and analysis activities to provide the scientific basis needed to support the Agency's motor vehicle and traffic safety goals. 

The research objective described in this solicitation is to provide research data so that NHTSA can achieve its mission of reducing death and injuries on American roadways using crash simulations of vehicle safety research tests to predict the impact of potential safety implications.  These efforts will include full vehicle laser scanning and tear down for the development of new finite element models, material testing to define the behavior of vehicle materials under impact conditions, mesh development, and part integration to develop full vehicle and vehicle component finite element models.  Results of work conducted under this contract will facilitate the reduction of motor vehicle crash injuries and fatalities.

Objective(s):

The objective of this contract is to provide research data so that NHTSA can achieve its mission of reducing death and injuries on American roadways.  The scope of this contract is to develop and exercise crash simulations of vehicle safety research tests to assist in predict the impact of potential safety implications.  These efforts will include full vehicle laser scanning and tear down for the development of new finite element models, material testing to define the behavior of vehicle materials under impact conditions, mesh development, and part integration to develop full vehicle and vehicle component finite element models.  Some tasks may involve the use of lumped parameter modeling software such as MADYMO, but majority of NHTSA's anticipated crash simulation efforts will involve non-linear finite element analysis.  The resulting models will be exercised and refined to match available crash test data.  The resulting LS-Dyna models shall be exercised using existing vehicle models in LS-Dyna simulations.  The specific crash simulation efforts will be issued through Task Orders.

The Contractor shall be responsible to include all the necessary equipment, personnel, location and software as identified in the attached Draft Statement of Work (SOW).

CAPABILITY STATEMENTS

Any interested qualified Small Business firms, Small Disadvantaged Business (SDB), 8(a)  Certified SDB, HUBZone SB, SDVOSB, or WOSB concerns should submit their Corporate Capability Statement, which demonstrates the firm’s ability and past experience in no more than 10 pages to perform the key requirements described above to the identified NHTSA point of contact listed herein.  

Any proprietary information should be marked as such. All respondents are asked to certify the type and size of their business organization is in-line with the requirements of this Sources Sought Notice which must be received no later than 10 calendar days from the date of publication or by the closing date of this notice.

To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice.

Please provide the following information for your firm and for any teaming or joint venture partners:

General Information

  1. Company name, address, point of contact name, telephone, and email address.
  2. Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code.
  3. Business size and classification (e.g., large, small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, woman-owned) based on NAICS code: 541380- Testing Laboratories and Services.
  4. If applicable, potential proposed teaming arrangements to include business size and classification of prime and subcontractors.
  5. GSA Federal Supply Schedule (FSS) Number (FSS must include NAICS code 541380- Testing Laboratories and Services
  6. Identify contracts your company has been awarded under NAICS code: 541380- Testing Laboratories and Services

Technical Capability:

  1. Provide a brief synopsis to support the firm’s ability to perform all of potential areas of the objective/scope.  Identify each task element and provide information to support the firm’s experience, staffing and overall ability to perform the technical area.
  2. Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement.
  3. Examples must include contract numbers, project titles, dollar amounts, periods of performance, and Government points of contact (telephone numbers or email addresses).
  4. Documented information to support the firm’s ability to provide the range of research skillsets capability to quickly plan, conduct, and document studies; AND personnel required for this effort in a timely fashion.
  5. Any data on previous contracts/task orders on personnel retention and succession planning.

Additional Information:

  1. Indicate if your firm will submit a proposal if a Request for Proposal (RFP) is issued, and if your firms interest is for Prime contracting, teaming agreement or Joint Venture.
  2. Validation of, or recommended NAICS codes for this effort.
  3. Validation of, or recommended contract type.
  4. Validation of, or recommended GSA vehicle
  5. In each potential areas of research, indicate any Small Business Subcontracting opportunities, as applicable.
  6. Other Recommendations
    1. Any information missing from this requirement that would provide a better understanding of the effort desired.
    2. Please submit any other questions or comments along with your response.

CONTRACTING OFFICE ADDRESS

Department of Transportation (DOT) Headquarters, 1200 New Jersey Avenue, SE, Washington, DC 20590.

Files

Files size/type shown when available.

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.