Skip to content
Labor

U.S. DOL OWCP - Developing Benchmarks for Listed Procedure Codes

Solicitation: OAA-26-00207
Notice ID: dc431c24aee042e4a0fa98bf49dbf8f2
TypeSources SoughtNAICS 524298DepartmentLaborAgencyOffice Of The Assistant Secretary For Administration And ManagementStateDCPostedMar 17, 2026, 12:00 AM UTCDueApr 07, 2026, 04:00 PM UTCCloses in 21 days

Sources Sought from OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT • LABOR, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 07, 2026. Industry: NAICS 524298.

Market snapshot

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

12-month awarded value
$456,957,456
Sector total $456,957,456 • Share 100.0%
Live
Median
$153,354
P10–P90
$37,246$994,455
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%($456,957,456)
Deal sizing
$153,354 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 • United States
State: DC
Contracting office
Washington, DC • 20210 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
Emily Pyatigorsky
Email
pyatigorsky.emily@dol.gov
Phone
Not available
Name
Emily Bear
Email
bear.emily.e@dol.gov
Phone
Not available

Agency & Office

Department
LABOR, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Subagency
DOL - CAS DIVISION 3 PROCUREMENT
Office
Not available
Contracting Office Address
Washington, DC
20210 USA

More in NAICS 524298

Description

SOURCES SOUGHT NOTICE(SSN) / REQUEST FOR INFORMATION (RFI)

PART I

This SSN/RFI is issued solely for market research and does not constitute a solicitation. Responses will be used for planning purposes only and will not be returned. The Government will not reimburse vendors for any costs associated with responding.

The Department of Labor (DOL), Office of the Assistant Secretary for Administration and Management (OASAM)/Office of the Senior Procurement Executive (OSPE) on behalf of the Office of Workers’ Compensation Programs (OWCP) is Requesting Information (RFI) to better understand current industry capabilities along with common practices and to identify any impediments in obtaining scope of services described below.

SCOPE

U.S. DOL OWCP administers four individual programs based on separate legislation —the Federal Employees’ Compensation Act (FECA), the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), the Black Lung Benefits Act, and the Longshore and Harbor Workers’ Compensation Act (LHWCA)—to mitigate the impact of work-related injuries through the provision and management of medical and other benefits. OWCP seeks to modernize its approach by acquiring benchmark-driven fees to ensure fair, market-based reimbursement and improve claimant access.

OWCP seeks to obtain services for the delivery of benchmark data for CPT, HCPCS, and dental codes (see Attachment  “Service Code List - Attachment A. xlsx”); data distribution for all states and nationwide, identification of derived versus actual rates, and support of modifiers, multipliers, and conversion factors; and periodic updates and customer support for data interpretation.

The anticipated requirements for Benchmark Data services are:

  1. Obtain benchmark pricing data (charge and allowed amounts) for Current Procedural Terminology (CPT), Healthcare Comon Procedure Coding System (HCPCS), Current Dental Terminology (CDT), and any other applicable codes provided in the attachment.
  2. Ensure benchmarks are statistically valid, transparent, and regularly updated within the supporting period.
  3. Provide ongoing support for interpreting and updating underlying fee schedule data, benchmarks, and analyses.
  4. Provide benchmarks for each service code based on national rates, state-based rates, ZIP codes, and rural or non-rural classifications. Benchmark rates should include industry, federal government, state government, and other credible sources.
  5. Ensure that the rates provided represent one unit of service unless they are clearly identified as a different unit of measurement (such as per diem or daily rate, 1 ML, 1 MG, 1 Dose, or fees that include additional bundled services) not reflected in the service code description.

TASKS

The anticipated tasks are:

1)    Provide Charge and Allowed Benchmarks (all states and nationwide) for each code
    a)    Using standard benchmark percentiles
        i)    50th, 60th, 70th, 75th, 80th, 85th, 90th and 95th, or increments of 5 from the 5th to the 95th
        ii)    Mean, median, mode, maximum, and minimum values
    b)    For codes with less than 25 frequencies (9 for dental) provide derived benchmarks
    c)    Indicate for each service code
        i)    the number of underlying data points, if available 
        ii)    whether the benchmarks are based on actuals or derived 

2)    Provide Ongoing customer support for data questions, including but not limited to
    a)    the reason behind changes
    b)    how a value is calculated
    c)    why benchmarks may vary from one geographical area to another
    d)    graphical illustrations (histograms) that show the relationship between a benchmark value and the underlying data that support it

3)    Update data twice yearly on a rolling monthly basis, to include new codes

DEFINITIONS

Actuals: based on data reported for the specific code in the geographic area

Allowed: amount the program will pay for a specific code

Charge: amount the provider may bill for a specific code

Derived: based on data from related codes in the geographic area

PART II

RFI QUESTIONNAIRE

Provide a company description, discussion of company capabilities, and general summary of approach to accomplishing the requirements addressed within the draft SOW. Descriptions of services should include the length of time (from date-to-date) in which exact or similar services were provided and to whom (names of public or private entities and the city/state in which performance occurred).

Optional Enhancements or Innovations

Vendors may propose additional features such as expanded percentile ranges, advanced analytics, or visualization tools that enhance OWCP’s ability to interpret and apply benchmark data.

Following questions must be answered thoroughly to allow for adequate consideration.

1)     Company Profile: name, size, contacts, NAICS, relevant GSA Schedule or other Government-Wide Acquisition Contract (GWAC) number, Unique Entity Identifier (UEI number).

2)     Does your company deliver benchmark data for the codes listed in the attachment?

3)     What is the methodology for calculating benchmarks, handling low-volume codes, and identifying derived rates?

4)     Does your company utilize standard percentiles and is there an ability to customize?

5)     Does your company provide ongoing data analysis, data interpretation support and potential training?

6)     Is there anything in the anticipated requirements that is not commercially available or would otherwise limit vendor interest?

7)     Provide commercial pricing for your relevant products and/or services available to meet anticipated requirements.

WHO MAY RESPOND:

Interested vendors, registered in SAM.gov under the North American Industry Classification System (NAICS) code for this requirement is 524298 All Other Insurance Related Activities - Medical cost evaluation services may respond.

QUESTIONS:

Questions regarding this RFI shall be submitted in writing by e-mail to Emily Pyatigorsky at Pyatigorsky.emily@dol.gov AND Emily Bear at Bear.Emily.E@dol.gov no later than 12:00pm ET on March 23, 2026. Questions over the telephone will NOT be addressed.

SUBMISSION INSTRUCTIONS:

Responses should clearly address all requested information, not exceed 5 pages, and reference the attached service code list (see Attachment  “Service Code List - Attachment A. xlsx”). General marketing materials should not be included.  Submit electronically in Microsoft Word format.

All interested parties are required to submit a Capabilities Statement in Times New Roman 11- point or 12-point font with 1-inch margins minimum all around, not to exceed 30 pages double- sided in PDF format.

The Capabilities Statement package must include the following information:

  1. RFI Number & Project Title for historical record.
  2. Company name and point of contact (POC) to include individual’s name, title, work and/or mobile telephone number(s), and email address.
  3. Date submitted for historical record.
  4. Business Size
  5. Unique Entity ID Number and CAGE code for business type verification
  6. Response to RFI Questionnaire
  7. Any general feedback and/or applicable information your firm would like to provide.

EMAIL THE CAPABILITIES STATEMENT AND YOUR SSN/RFI RESPONSES TO Emily Pyatigorsky at Pyatigorsky.emily@dol.gov AND Emily Bear at Bear.Emily.E@dol.gov.

The subject line of the email must read as: “Response to SSN/RFI Developing Benchmarks for Listed Procedure Codes (Your Company’s Name which may be abbreviated)”Example: Response to SSN/RFI Developing Benchmarks for Listed Procedure Codes (XYC Inc.). E-mails that do not contain the specified subject line may run the risk of being overlooked.

CAPABILITIES STATEMENTS DUE: By 12:00 PM ET on Tuesday‎, ‎April‎ ‎7‎, ‎2026.

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.