Skip to content
Department of the Treasury

Intent to Sole Source: WMATA Transit Benefits

Solicitation: SS-OIG-26-021
Notice ID: a9e77b3196e0431cafbf27bccbac08a7

Special Notice from BUREAU OF THE FISCAL SERVICE • TREASURY, DEPARTMENT OF THE. Place of performance: DC. Response deadline: Mar 05, 2026. Industry: NAICS 485111 • PSC V229.

Market snapshot

Awarded-market signal for NAICS 485111 (last 12 months), benchmarked to sector 48.

12-month awarded value
$6,765,550
Sector total $1,694,717,637 • Share 0.4%
Live
Median
$6,735,300
P10–P90
$6,735,300$6,735,300
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,765,550)
Deal sizing
$6,735,300 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 • 20024 United States
State: DC
Contracting office
Not listed

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
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. 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. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (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
SA
Email
purchasing@fiscal.treasury.gov
Phone
Not available
Name
KZ
Email
purchasing@fiscal.treasury.gov
Phone
Not available

Agency & Office

Department
TREASURY, DEPARTMENT OF THE
Agency
BUREAU OF THE FISCAL SERVICE
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 485111

Description

Treasury Common Services Center (TCSC), on behalf of the Treasury Office of Inspector General (TOIG), intends to contract with Washington Metropolitan Area Transit Authority (WMATA), 300 7th St SW Washington DC 20024, on a sole source basis for the Smart Benefits government employee transportation program.

In accordance with the Presidential Executive Order 13150, agencies shall implement a transportation fringe benefit program by October 1, 2000, that offers qualified Federal employees the option to exclude from taxable wages and compensation employee commuting costs incurred through the use of mass transportation and vanpools, and to encourage the use thereof. As such, Treasury Directive 74-10 “Public Transportation Program (PTI), dated November 3, 2000, was established to encourage all qualified Treasury employees the option and use of public transportation systems. WMATA is a tri-jurisdictional government agency that operates transit services in the Washington Metropolitan Area. WMATA was created by the United States Congress as an interstate compact between the District of Columbia, the State of Maryland, and the Commonwealth of Virginia.

All previous acquisitions for this service were Sole Source. WMATA is the only source available and capable of providing multiple modes of transportation, servicing various locations within the Virginia, Maryland, and DC areas, which satisfies the agency’s need. Smart Benefits transportation is exclusively for federal government employee purposes.

The period of performance for this award is anticipated to be a 12-month base year. 04/01/2026 – 03/31/2027.

The total estimated value of this purchase order is not expected to exceed the simplified acquisition threshold.

NO SOLICITATION IS AVAILABLE.  A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted.

Responsible sources may submit a capability statement, proposal, or quotation, which may be considered by the agency. TCSC will consider responses received by 03/05/2026. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-OIG-26-021 /Attn: SA and KZ. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, TCSC will make award on a sole source basis to WMATA.

Qualified Contractors must provide the following:

1. The name and location of your company, contact information, and business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business, etc.).  Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses.

2. UEI Number.

3. Specific details of the product(s) that your company offers regarding this notice.

4. Whether your content is available through a Government contract vehicle or Open Market.

5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content.

The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: 

.b64, .bat, .bhx .cab, .chm, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, Media, .mhtml, mht,.mim, .mp3, .mp4, .one, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files

Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable.

No other information regarding this Special Notice will be provided at this time.

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.