Skip to content
Department of the Interior

C--AE - Rehabilitate Buzzard Point Park

Solicitation: 140D0426R0027
Notice ID: db73fcb76d764992a5d286aa651e50fa

Presolicitation from DEPARTMENTAL OFFICES • INTERIOR, DEPARTMENT OF THE. Place of performance: DC. Industry: NAICS 541320 • PSC C211.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,606,932,264
Sector total $1,606,932,264 • Share 100.0%
Live
Median
$85,110
P10–P90
$27,155$718,615
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,606,932,264)
Deal sizing
$85,110 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
Buzzard Point Park • Washington, DC • 20024
State: DC
Contracting office
Herndon, VA • 20170 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
Graham, Ericka
Email
ericka_graham@ibc.doi.gov
Phone
0000000000

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
DEPARTMENTAL OFFICES
Subagency
IBC ACQ SVCS DIRECTORATE (00004)
Office
Not available
Contracting Office Address
Herndon, VA
20170 USA

More in NAICS 541320

Description

This is a pre-solicitation notice ONLY. This is not a request for proposal, quotation, or bid. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) on behalf of the National Park Service (NPS) intends to issue a solicitation for a single contract for Title I & II Architect-Engineer (AE) services for the Rehabilitation of Buzzard Point Park, a section of park land within Anacostia Park.

The Government intends to issue a solicitation under the authority of Federal Acquisition Regulation (FAR) Overhaul Subpart 36.102 ¿ Architect-Engineer Services. This is a Total Small Business Set-Aside under NAICS 541320 ¿ Landscape Architecture.

Proposed Contract Type: The anticipated contract type is Firm-Fixed Price (FFP).

Period of Performance: The work must be completed within 765 calendar days from award.

Scope Summary:

NPS requires Title I & II architectural and engineering (AE) services including supplemental services to plan, design, and prepare construction documents for the Rehabilitation of Buzzard Point Park, a section of park land within Anacostia Park. Work includes, but is not limited to:
¿ Complete Site Investigation/Assessment and Submit 70% Draft and Final Site Investigation/Assessment Reports
¿ Complete Geotechnical Survey
¿ Develop two (2) original design alternatives for presentation to both the Commission of Fine Arts and the National Capital Planning Commission. Using the recently completed Buzzard Point Environmental Assessment (EA) and Buzzard Point 30% Schematic Design (SD) drawing set. A/E shall utilize elements from the 30% concepts to further develop two (2) design alternatives for presentation to both the Commission of Fine Arts and the National Capital Planning Commission.
¿ Thoroughly investigate/evaluate the feasibility using a Living Shoreline in place of a hardened shoreline structure.
¿ Evaluate the feasibility of adding a restroom facility to the existing PEPCO Building or as a stand-alone structure.
¿ Facilitate two (2) half-day Workshops with Key Project Stakeholders including NPS.
¿ Facilitate/Conduct mini value analysis study in collaboration with NPS to analyze schematic design alternatives, prepare Value Analysis Report.
¿ Investigating and preparing submission requirements for any local or State permits.
¿ Identify submission requirements for CFA and NCPC Concept and Preliminary Reviews, prepare required briefing documents and present projects to Commissions.
¿ Prepare Class A, B, and C cost estimates.
¿ Prepare construction documents including drawings, specifications, Contract Price Schedule (Bid Sheet), product cut sheet notebook, construction schedule, and submittal list.

Anticipated Evaluation Factors:
(1) Professional qualifications necessary for satisfactory performance of required services

(2) Specialized experience and technical competence in the type of work required, including, and where appropriate, experience in energy conservation,¿pollution prevention,¿waste reduction, and the use of¿recovered materials.

a. Specialized experience in landscape architecture and original landscape design/site-planning for urban parks, with additional consideration given to past experience with native vegetation plantings;¿
b. Specialized experience with projects involving environmental engineers or environmental consultants, with additional consideration given to past experience with living shoreline treatments;
c. Demonstrated experience producing high-quality project visualizations and renderings.

(3) Capacity to accomplish the work in the required time;

(4) Past performance¿on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

(5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project

The anticipated solicitation with additional details and submission instructions will be issued on or around March 2, 2026. At that time, responsible sources may submit a response to be considered by the agency.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.