Skip to content
Department of Defense

R425 - Specialized Technical and Analytical Support Services in Support of ASN (EI&E)

Solicitation: N0018926BR005
Notice ID: bf6f8cd51bc64abab9c90178c5277d16

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Apr 03, 2026. Industry: NAICS 541690 • PSC R425.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0018926BR005. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541690 (last 12 months), benchmarked to sector 54.

12-month awarded value
$18,584,698
Sector total $5,897,831,023,048 • Share 0.0%
Live
Median
$140,058
P10–P90
$140,058$140,058
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+307%($11,258,335)
Deal sizing
$140,058 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 • 20350 United States
State: DC
Contracting office
Norfolk, VA • 23511-3392 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
Shanna Harris
Email
shanna.c.harris.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC NORFOLK • NAVSUP FLT LOG CTR NORFOLK
Contracting Office Address
Norfolk, VA
23511-3392 USA

More in NAICS 541690

Description

Amendment 0001: This notice is amended to provide responses to vendor questions and update attachments. See attached documents. The Notice ID for this solicitation is incorrectly listed as N0018926BR005. The correct solicitation number is N0018926RB005, as reflected in the attached solicitation documents. All references to the solicitation should use N00189RB005. 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial services, prepared in accordance with the information in FAR Subpart 12.2, Special Requirements for the Acquisition of Commercial Products and Commercial Services and FAR Part 15, Contracting By Negotiation, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The reference number is N0018926RB005. This solicitation documents and incorporates by reference Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2026-01 and the Defense Federal Acquisition Regulation Supplement as amended through the DFARS Change effective November 10, 2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:


https://www.acquisition.gov/browse/index/far 


http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html


The NAICS code is 541690 (Other Scientific and Technical Consulting Services) and the Small Business Standard is $19.0 (millions of dollars). The proposed contract is for technical and analytical energy support services required to enhance the Department of the Navys energy, water, and other services in order to meet energy, water, and other emerging technologies on behalf of the 
Assistant Secretary of the Navy (ASN) Energy, Installations and Environment (EIE) Deputy Assistant Secretary of the Navy for Energy (ODASN(E)), for which the Government intends to solicit and award a Firm-Fixed-Price (FFP) contract to the offeror that is most advantageous to the Government. This proposed acquisition is being solicitated as a total small business set-aside. See attached supporting documents for more information.

General Information:


CURRENT CONTRACT ACTION:
A portion of the services outlined in the proposed acquisition are currently being provided through 15 June 2026 by The Meridian Group DC, LLC (CAGE: 8GW83) under purchase order N0018925PZ252.


NOTE TO OFFERORS:
This solicitation is a Request for Proposals (RFP). To the extent that the terms appear in the solicitation, the terms RFQ, SUBMISSION, QUOTE, and QUOTER shall mean RFP, OFFER, PROPOSAL, and OFFEROR,respectively.


POINT OF CONTACT:
The point of contact at the contracting office is Ms. Shanna Harris, who may be reached via email at shanna.c.harris.civ@us.navy.mil


PREPARATION COSTS:
This RFP does not commit the Government to pay for the preparation and submission of a proposal.


TOTAL SMALL BUSINESS SET-ASIDE:
The proposed acquisition is being solicited as a total small business set-aside using FAR Part 12.2, FAR Part 15, and FAR Subpart 19.5 Small Business Set-Aside procedures. The proposed acquisition will be solicited as a total small business set-aside and will result in a purchase order contract on a Firm Fixed Price (FFP) basis.N0018926RB005
 

Questions regarding this solicitation shall be submitted to Shanna Harris at shanna.c.harris.civ@us.navy.mil no later than Wednesday March 25, 2026, at 10:00am EST. Proposals shall be submitted to Shanna Harris at shanna.c.harris.civ@us.navy.mil and Sean Bennett at sean.m.bennett22.civ@us.navy.mil no later than Friday April 3, 2026, at 10:00am EST. Proposal 
submissions received after the stated submission deadline may not be considered for award. All responsible small business sources may submit a quote, which shall be considered by the agency. A determination has been made by the Government to compete this proposed effort as a total small business set aside, based upon responses to this notice, this determination is solely within the 
discretion of the Government. Oral communications are not acceptable in response to this notice. Procedures in FAR Subpart
12.2 and FAR Part 15 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- price, acceptable FCL, performance approach, management approach, and past performance.


System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.


All proposals shall include price(s) showing any and all materials and labor, FOB destination, a point of contact, name and phone number, business size, and payment terms. The proposal shall explicitly confirm that the offeror can meet all of the technical
requirements and provide all of the deliverables for the period of performance specified herein. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.


The Government intends to award a Firm Fixed Price (FFP) Purchase Order contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. The Government intends to evaluate proposals and award a contract based on initial proposals. Accordingly, the offeror should submit its most favorable terms from a 
performance approach, management approach, and past performance and price standpoint. The Government reserves the right to award a contract to other than the lowest priced offeror or other than the highest technically rated offeror; award a contract without discussions; or award a contract after discussions, whichever is in the best interest of the Government.


Offerors shall be required to submit a non-price proposal that will be evaluated in accordance with solicitation procedures as set forth in this solicitation. The non-price proposal will be more important than price. The non-price proposal will consist of the following factors: Facilities Clearance (acceptable/unacceptable), Performance Approach, Management Approach, and Past Performance.


The non-price evaluation consists of two Phases. The Facility Security Clearance is the sole Phase I evaluation factor and will be evaluated on an Acceptable/Unacceptable basis. An offeror must receive a rating of Acceptable for Facility Security Clearance in order to be eligible for award and to be evaluated in Phase II.


In Phase II, Performance Approach, Management Approach, and Past Performance are in descending order of importance. A rating of LESS than Acceptable for either the Performance Approach or the Management Approach means the proposal is ineligible for award, and the proposal will not be further evaluated.


This requirement will be awarded as a single Firm-Fixed-Price (FFP) contract. A pricing spreadsheet is included in the solicitation attachments for informational purposes only to assist with proposal preparation; this is not a Level of Effort (LOE) requirement. All proposal instructions are contained within the RFP document.

See Attached Solicitation PDF and Attachments for further details. 

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.