Skip to content
General Services Administration

CANCELLED-Charge Card and Commercial Payments - Additional Request for Information

Solicitation: 47QRAB25N0003
Notice ID: e626cfd4773d44b28e82e7c018b80547
TypeSpecial NoticeNAICS 522320PSCR710DepartmentGeneral Services AdministrationAgencyFederal Acquisition ServiceStateDCPostedFeb 18, 2026, 12:00 AM UTCDueMay 06, 2025, 11:00 PM UTCExpired

Special Notice from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: DC. Response deadline: May 06, 2025. Industry: NAICS 522320 • PSC R710.

Market snapshot

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

12-month awarded value
$533,953,549
Sector total $533,953,549 • Share 100.0%
Live
Median
$139,000
P10–P90
$30,125$967,312
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%($533,953,549)
Deal sizing
$139,000 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 • 20405 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
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $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. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Nichole Ammon
Email
nichole.ammon@gsa.gov
Phone
470-449-0996
Name
Joline McDonald
Email
joline.mcdonald@gsa.gov
Phone
703-822-1304

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
GSA/FAS/PSHC/CONTRACT OPERATIONS
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 522320

Description

***Update 2/11/2026: GSA has decided to make a strategic shift to prioritize accelerating the government-wide transition to the next generation of the GSA SmartPay program. This approach enables GSA to focus on putting in place scalable, enterprise-wide payment solutions that deliver innovation, improved data transparency, and stronger controls on behalf of the entire Federal Government. We look forward to working collaboratively with our customers and industry partners as we continue to develop the acquisition strategy.

***Update 5/27/2025: Attaching revised Questions and Qnswers attachment (Attachment 3) to reflect additional questions (Questions 6-64) received in response to this RFI. A column was added to number each question, including the initial set posted on 5/2/2025 (Questions 1-5). The post is updated to "Active" solely for the purposes of including this revised attachment. It will become Inactive, by system default, 15 days after this revision is published. All other content remains unchanged.*** 

***Update 5/2/2025: Attaching questions and answers to this RFI received as of 5/1/25. This attachment may be updated if additional questions are received by the questions/comments and response due date. All other content remains unchanged.***

***Update 4/29/2025: Correcting inconsistent due date. Response due date is May 6, 2025 7PM ET as shown in the General Information section. The Description section is updated to reflect this due date. All other content remains unchanged.***

+++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++

Introduction

The General Services Administration (GSA) Center for Charge Card Management (CCCM) is responsible for overall program management and leadership of the GSA SmartPay® program. This government-wide program provides commercial charge card and payment related services to approximately 250 federal government agencies, organizations, and Native American Tribal organizations. In fiscal year 2024, more than 4.5 million GSA SmartPay 3 card and account holders spent nearly $40 billion, through approximately 90 million transactions. The GSA SmartPay® program statistical summary information and monthly reporting on spend, transactions, and number of card/account holders can be found at GSA SmartPay Statistics and Reports webpage. 

Purpose

CCCM is conducting on-going market research for the potential development of an acquisition under the authority of GSAM Part 571 - Pilot Program For Innovative Commercial Products and Commercial Services (Commercial Solutions Opening (CSO)), which must not exceed a total contract amount of $25 million. This potential acquisition will seek an end-to-end solution(s) for an innovative charge card and commercial payments platform designed to leverage commercial best practices, integrated technology, and financial controls of current innovative and enhanced spend management tools. 

Since release of the initial RFI 47QRAB25N0002 on 20 March 2025 (and subsequent edits thereto) (which is provided in the links and attachment to this RFI for reference), and in light of Executive Order 14240, Eliminating Waste and Saving Taxpayer Dollars by Consolidating Procurement, dated 25 March 2025, GSA has considered increasing the scope of this potential acquisition to include multiple agencies and organizations, up to the entire federal government in one or more centrally issued or managed contract(s). This effort includes purchase, travel, and fleet business lines, and could also potentially include government agency to government agency (i.e., inter-governmental and/or intra-governmental) transactions.  Additional considerations may include customization of agency or organization interface functions for non-charge card or commercial payment functions, such as order management, receipt tracking, and travel management. 

Interested parties should be aware that there is currently not one uniform financial system that is deployed across the entire federal government; each agency or organization manages and develops systems to meet specific policies, regulations, laws, needs, and missions.  Additionally, it is not uncommon for large organizations with complex missions and structures to have multiple financial systems and some may have shared service organizations or other agencies managing either a single or multiple financial systems.  This potential financial system encumbrance may be impacted by direction in Executive Order 14249, Protecting America’s Bank Account Against Fraud, Waste, and Abuse, dated 25 March 2025 to consolidate core financial systems under the Department of the Treasury.  Many large and/or complex agencies may also have more than five hierarchy levels for program and account administration, based on organization, operations, and appropriations. Further, there are agencies that require additional or higher levels of security, due to mission needs and sensitivity of operations and personnel.

Requested Information

In consideration of the above potential change in acquisition scope, GSA requests additional information on industry interest, capabilities, and sample pricing/pricing structure for an end-to-end solution for charge card and commercial payments capable of supporting potential use by all of the federal government. Interested parties shall utilize the attached Q&A template to provide a response. If you submitted a response to the initial RFI, and your response to questions remains unchanged, please indicate as such. 

Submission of Information

Questions and/or comments concerning this RFI shall be made in writing (contractor format is acceptable) and shall be sent by email to the POCs listed in this posting, with the subject line: “Question/Comment to RFI 47QRAB25N0003 - GSA Charge Card and Commercial Payments”. Questions/comments sent to any other individuals, email address, or utilizing any other mechanism (e.g., meetings, phone calls) may not be addressed. Questions/comments properly submitted in writing by the RFI response date (06 May 2025, 7PM ET), may be consolidated and posted as an attachment to this RFI at a later date at the government’s discretion.

All submissions of industry interest, capabilities, and sample pricing/pricing structure responses utilizing the template provided shall be sent by email to the POCs listed in this posting, with the subject line: “Response to RFI 47QRAB25N0003 - GSA Charge Card and Commercial Payments” by the RFI response date (06 May 2025, 7PM ET). Responses sent to any other individuals, email address, or utilizing any other mechanism (e.g., meetings, phone calls) may not be considered as substantial feedback or explanation of capabilities. 

All responses received in the format prescribed will be marked by GSA upon receipt as Controlled Unclassified Information IAW GSA CIO 2103.1 Controlled Unclassified Information (CUI) Policy. Please mark any commercial or financial information that you deem confidential.

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.