Active Solicitation · DEPT OF DEFENSE

    P001U HAZARDOUS STORAGE FACILITY

    Sol. ACQR-6120122SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WASHINGTON NAVY YARD, DC
    Open · 21d remaining
    DAYS TO CLOSE
    21
    closes May 14, 2026
    POSTED
    Apr 2, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1AZ
    Product & service classification

    AI Summary

    The Department of Defense is soliciting proposals for the construction of a Hazardous Waste Storage Facility at Joint Base Anacostia-Bolling. The project includes central receiving, processing, and storage for hazardous waste, with an estimated budget between $5,000,000 and $10,000,000. Proposals are due by March 26, 2026.

    Contract details

    Solicitation No.
    ACQR-6120122
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 2, 2026
    Response Deadline
    May 14, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1AZ
    Primary Contact
    Sarah Lowell
    State
    DC
    ZIP Code
    20374-5018
    AI Product/Service
    service

    Description

    Naval Facilities Engineering Systems Command, ROICC Andrews

    R53 Bainbridge St. Joint Base Andrews, MD 20746

    NAVFAC POC: sarah.r.lowell.civ@us.navy.mil

    ALTERNATE NAVFAC POC: joseph.a.bolivar2.civ@us.navy.mil

    $750M SMALL BUSINESS ANCHOR MULTIPLE AWARD CONSTRUCTION PROJECT 

    NAVFAC WASHINGTON 

    Proposed Task Order: N40080-23-R-0022 6120122

    P001U HAZARDOUS WASTE STORAGE FACILITY

    DATE OF SOLICITATION: 26 MARCH 2026

    SB MACC CONTRACT HOLDERS:   

    N40080-24-D-0006 

    C.E.R., Inc. 

    877 Baltimore Annapolis Blvd., Suite 101 

    Severna Park, Maryland 21146  

    POC: Paul Rosseau; Michael Phillips 

    PHONE: (410) 247-9096  

    EMAIL: prosseau@cerinc.com; mphillips@cerinc.com  

    UEI: JRN9CUUQS2J5 

    CAGE: 0DPW4 

    N40080-24-D-0007 

    CJW Contractors, Inc. 

    13849 Park Center Rd, Suite B 

    Herndon, Virginia, 20171 

    POC: Ralph Crews; Anuj Kumar  

    PHONE: (301) 345-1740 Ext 102 

    EMAIL: ralph@cjwcontractors.com; anuj@cjwcontractors.com 

    UEI: N8VQYJWD8CR5 

    CAGE: 37YM5 

     N40080-24-D-0008 

    Edifice Services JV, LLC 

    507 N. Frederick Ave, Suite 104  

    Gaithersburg, Maryland 20877  

    POC: Randall Fetter; Alberto Duchovny 

    PHONE: (301) 881-3500; (301) 294-3300 

    EMAIL: randy@hsubuilders.com; alberto@egi-corp.com  

    UEI: FZH6M6JJSAE8 

    CAGE: 9H7U5 

     N40080-24-D-0009 

    ENCON Desbuild JV3 LLC  

    8201 Corporate Drive, Suite 720  

    Hyattsville, Maryland 20785 

    POC: Devang Ajmera; Ananth Badrinath 

    PHONE: (301) 244-0711 Ext 1001; (240) 417-9762 

    EMAIL: devang@enconcorp.org; ab@desbuild.com   

    UEI: GCNUQM3JWSP8 

    CAGE: 9ARV3 

     N40080-24-D-0010 

    EVCON-CWC JV, LLC 

    3176 ½ Bladensburg Rd NE, Suite 1  

    Washington, District of Columbia 20018 

    POC: Ali Naim; Baboucarr Cham 

    PHONE: (301) 742-1085; (301) 569-0156 

    EMAIL: ali@evcongroup.com; bcham@coakleywilliams.com 

    UEI: FM2EEJBM2T93 

    CAGE: 9QQS3 

     N40080-24-D-0011 

    Fastbreak General Contractors, LLC 

    47 W Queens Way Suite G1  

    Hampton, Virginia 23669 

    POC: Ray Miles; Teresa Miles-Hendrix  

    PHONE: (757) 727-9442 

    EMAIL: rmiles@fastbreakgc.com; tmhendrix@fastbreakgc.com 

    UEI: F1YKDN84NPA9 

    CAGE: 65PH5 

     N40080-24-D-0012 

    Ocean Construction Services 

    104 Aragona Blvd Suite 101  

    Virginia Beach, Virginia 23462 

    POC: Thor Elmore; Kara Canter 

    PHONE: (757) 200-9590 

    EMAIL: thor.elmore@ocsinc.us; kara.canter@ocsinc.us   

    UEI: GSYGKETMMUD9 

    CAGE: 30KZ2 

     N40080-24-D-0013 

    Ritz Construction 

    47 East All Saints Street, Suite 6  

    Frederick, Maryland 21701 

    POC: Lien Cu-Ritzer; Nick Ritzer  

    PHONE: (301) 253-2779 

    EMAIL: lcr@ritzbuilds.com; nmr@ritzbuilds.com  

    UEI: GR8LJ61N3PM5 

    CAGE: 71PJ1  

    PROPOSAL PREPARATION

    All contractors shall propose on this URGENT Request for Proposal (RFP) issued under this contract, unless a written determination is forwarded to the Contracting Officer/Ordering Officer which documents why a contractor is unable to propose. This written determination will be forwarded to the Contracting Officer/Ordering Officer within 5 days after receipt of the RFP.

    GENERAL REQUIREMENTS

    All terms and conditions of N40080-24-D-0006/0007/0008/0009/0010/0011/0012/0013 Indefinite Delivery Quantity Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. All contract clauses in the Basic Contract by reference or full text remain in effect unless superseded by this task order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issues, please contact the POC as listed above.

    Amendments will be sent directly via email to MACC Holders. The opportunity shall be posted to SAM.GOV limited to the above listed MACC holders.

    NAVFAC Solicitation No.: N40080-23-R-0022 6120122

    NAVFAC Project No.: 1817027

    Title:  P001U Hazardous Waste Storage Facility

    Location of the Work: Joint Base Anacostia-Bolling (JBAB)

    Description of the Work:  The project consists of the new construction of a compliant and appropriate

    Hazardous Waste Storage Facility to include functional training space. The single story space will contain central receiving, processing, and short-term storage for regulated and nonregulated waste, administrative support, customer service, restroom with shower accommodation, and a training space that will also function as a break room.

    Segregated hazardous waste storage spaces shall have self-containing containment connected to isolated secondary containment to prevent discharge to storm-water systems. A heating, ventilation, and air conditioning system compliant for all hazardous substances with required cybersecurity controls included. A loading dock and site area must allow for an 18-wheel semitruck to access the facility to transport hazardous waste for final disposal.

    Estimated Budget Amount or Price Range: In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is between $5,000,000 and $10,000,000.

    NAICS CODE: 236220 – Commercial and Institutional Building Construction.

    Time for Completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the Government desires completion of construction within 455 calendar days after award (includes 15 calendar days for submission and approval of bonds and insurance).  

    Wage Determination:  Department of Labor (DoL) General Decision Number DC20260002 01/16/2026 DC2 applies to this work. See Attachment B. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of the award. The wage determination version in effect at the time of the award shall apply to the work performed under this contract.

    Liquidated Damages:  In accordance with FAR 52.211-12 Liquidated Damages – Construction, Liquidated Damages will be assessed in the amount of $997 for each calendar day of delay until the work is completed or accepted.

     

    Utilities:  The Contractor shall be responsible for obtaining, either from available Government sources or local utility companies, all utilities required for construction and testing. The Contractor shall provide these utilities at his expense, paid for at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections and distribution lines, and all meters required to measure the amount of each utility used.

    Record Shop Drawings:  In accordance with FAR 52.236.21 Specifications and Drawings for Construction, record shop drawings are required. Reproducible copies of these record drawings are not required.

    Bond Requirements:  Bond Requirements: In accordance with FAR 52.228-1 Bid Guarantee, each offeror shall submit with its offer a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less. Failure to furnish a bid guarantee in the proper form and amount, by the time set for proposal submissions, may be cause for rejection of the bid.

    In accordance with FAR 52.228-15 Performance and Payment Bond – Construction, Performance and Payment Bonds are required from the awardee and shall be submitted for approval to the Contracting Officer within 10 days after award of the Task Order. Failure to submit an electronic copy of your bid bond with your proposal will result in your proposal being deemed non-responsive and your proposal removed from consideration.

    Proposal Acceptance Period:  Proposal acceptance period shall be 60 days from receipt of offers. 

    Site Visit: All MACC holders are invited to attend Site Visit for the project. Information is below:

    Site visit is scheduled for 09 April 2026 at 09:00AM EST. All Contractors must coordinate base access with the POC’s listed below, and be able to access base (must have valid Real ID or valid US Passport, VHIC, or equivalent federal ID). The Contractors will meet with the Base access POC, the PM, and the DM at the visitor gate. There will only be one Government sponsored site visit. For additional questions and base access, please contact the site visit POC Mr. Kevin Brooks at kevin.e.brooks.civ@us.navy.mil and alternate POC Mr. Barry Varnell at barry.f.varnell.civ@us.navy.mil .

    Pre Proposal Inquiry (PPIs): Offerors who determine that the technical and or contractual requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing. All inquiries must be made in writing and shall be submitted via email to sarah.r.lowell.civ@us.navy.mil and joseph.a.bolivar2.civ@us.navy.mil no later than fourteen (14) calendar days prior to the proposal due date with inquiries attached as a Excel document (no tables please) Attachment C. Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment.

    Proposal Due Date: Thursday, 14 May 2026 at 04:00PM EST. LATE PROPOSALS WILL NOT BE CONSIDERED.

    Proposal Delivery Information: PROPOSALS SHALL BE EMAILED TO

    Sarah.r.lowell.civ@us.navy.mil and joseph.a.bolivar2.civ@us.navy.mil.  

    It is highly recommended to add a reading receipt to your email submission. Facsimile transmissions of proposals, acknowledgements of amendments, or modifications to proposals are not authorized. The proposal must be submitted via email to the email address(es) listed above. The subject line should contain the Project Title, and contractor information.  

    NOTE THE FOLLOWING:

    • Any post-award changes to the scope of work, technical specifications, or drawings will be issued on a Standard Form (SF) 30.

    • This request does not constitute a notice to proceed, nor shall it be considered as a commitment on the part of the Government.

    • Any costs incurred prior to the issuance of a task order cannot be reimbursed. Offerors will not be reimbursed for any effort or proposal costs resulting from this solicitation.

    • Offerors are advised that funding may not become available. If funds are not available, no award will be made as a result of this solicitation.

    • If funding becomes available, the successful Offeror will be issued a task order under their contract, as set forth in DFARS 252.216-7006, Ordering.

    Basis for Award:

    This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible Offeror offering the best value to the Government. The PRICE ONLY source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each Offeror on price only

    1.The solicitation requires the evaluation of price and the following non-cost/price factors: NOT APPLICABLE

    Price Submission

    (1) Solicitation Submittal Requirements – Offeror shall submit the following:

      • Cover page that includes:
        •           - Solicitation Number & Title
              •           - Prime Contractor Name, Address, Phone Number, Unique Entity Identifier (UEI), and Cage Code
                •           - Point of Contact Name, Phone Number, and Email
      • Price Proposal Form
      • Amendments Acknowledged (if applicable)
      • Bid Guarantee

    (2) Basis of Evaluation – The Government will evaluate price based on the total lump sum price including any options, if applicable. The Government intends to evaluate all options in accordance with FAR 52.217-5, Evaluation of Options (JUL 1990), if applicable. In accordance with FAR 52.217-5, Evaluation of Options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:

    1. Comparison of proposed prices received in response to the RFP.
    2. Comparison of proposed prices with the IGCE.
    3. Comparison of proposed prices with available historical information.
    4. Comparison of market survey results

    The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to awarding the contract; to negotiate with offerors in the competitive range; and to award, without discussions at the discretion of the Contracting Officer, the contract to the Offeror submitting the lowest price proposal

    The Government intends to evaluate proposals and issue a task order without discussion (except clarifications as described in FAR 15.306(a)). Therefore, each initial offer should contain the offeror’s best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit efficient competition among the most highly rated proposals.

    Offerors shall submit electronic proposals (.pdf format) in response to this solicitation.

    Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified.

    Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened or are otherwise missing the required content are the responsibility of the Offeror.

    ATTACHMENTS:

    ATTACHMENT A.1 - N40080-23-R-0022 P001U VOL I Part 2 Final (DoD Safe)

    ATTACHMENT A.2 – N40080-23-R-0022 P001U VOL II Part 3 – 5 (DoD Safe)

    ATTACHMENT A.3 - N40080-23-R-0022 P001U Part 6 Final (DoD Safe)

    ATTACHMENT B – Wage Determination - DC20260002 01/16/2026_ Enclosed

    ATTACHMENT C – Pre Proposal Inquiry (PPIs) Form _ Enclosed

    ATTACHMENT D – Price Schedule _ Enclosed

    ATTACHMENT A

    Attachment A.1 DoD Safe

    Attachment A.2 DoD Safe

    Attachment A.3 DoD Safe

    ATTACHMENT B

    "General Decision Number: DC20260002 01/16/2026

    Superseded General Decision Number: DC20250002

    State: District of Columbia

    Construction Type: Building

    County: District of Columbia Statewide.

    BUILDING CONSTRUCTION PROJECTS (does not include single family

    homes or apartments up to and including 4 stories).

    Modification Number     Publication Date

              0              01/02/2026

              1              01/09/2026

              2              01/16/2026

     ASBE0024-007 10/01/2024

                                      Rates          Fringes

    ASBESTOS WORKER/HEAT & FROST  

    INSULATOR........................$ 40.77          20.17+a

      Includes the application of all insulating materials,

      protective coverings, coatings and finishes to all types of

      mechanical systems

      a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,

      Memorial Day, Independence Day, Labor Day, Veterans' Day,

      Thanksgiving Day,the day after Thanksgiving and Christmas

      Day provided the employee works the regular work day before

      and after the paid holiday.

    ----------------------------------------------------------------

     ASBE0024-008 10/01/2024

                                      Rates          Fringes

    ASBESTOS WORKER:  HAZARDOUS  

    MATERIAL HANDLER.................$ 24.46          10.19+a

      Includes preparation, wetting, stripping, removal, scrapping,

      vacuuming, bagging and disposing of all insulation

      materials, whether they contain asbestos or not, from

      mechanical systems

      a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,

      Memorial Day, Independence Day, Labor Day, Veterans' Day,

      Thanksgiving Day,the day after Thanksgiving and Christmas

      Day provided the employee works the regular work day before

      and after the paid holiday.

    ----------------------------------------------------------------

     ASBE0024-014 10/01/2024

                                      Rates          Fringes

    FIRESTOPPER......................$ 30.21          10.43+a

      Includes the application of materials or devices within or

      around penetrations and openings in all rated wall or floor

      assemblies, in order to prevent the pasage of fire, smoke

      of other gases. The application includes all components

      involved in creating the rated barrier at perimeter slab

      edges and exterior cavities, the head of gypsum board or

      concrete walls, joints between rated wall or floor

      components, sealing of penetrating items and blank openings.

      a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,

      Memorial Day, Independence Day, Labor Day, Veterans' Day,

      Thanksgiving Day,the day after Thanksgiving and Christmas

      Day provided the employee works the regular work day before

      and after the paid holiday.

    ----------------------------------------------------------------

     BRDC0001-002 04/27/2025

                                      Rates          Fringes

    BRICKLAYER.......................$ 38.80            15.17

    ----------------------------------------------------------------

     CARP0197-011 05/01/2024

                                      Rates          Fringes

    CARPENTER, Includes Drywall  

    Hanging, Form Work, and Soft  

    Floor Laying-Carpet..............$ 34.41            14.33

    ----------------------------------------------------------------

     CARP0219-001 05/01/2025

                                      Rates          Fringes

    MILLWRIGHT.......................$ 39.50            17.32

    ----------------------------------------------------------------

     CARP0474-006 05/01/2024

                                      Rates          Fringes

    PILEDRIVERMAN....................$ 36.60            14.47

    ----------------------------------------------------------------

    * ELEC0026-016 06/02/2025

                                      Rates          Fringes

    ELECTRICIAN, Includes  

    Installation of   

    HVAC/Temperature Controls........$ 59.50            23.06

    ----------------------------------------------------------------

     ELEC0026-017 09/01/2025

                                      Rates          Fringes

    ELECTRICAL INSTALLER  (Sound  

    & Communication Systems).........$ 34.16            13.54

      SCOPE OF WORK: Includes low voltage construction,

      installation, maintenance and removal of teledata

      facilities (voice, data and video) including outside plant,

      telephone and data inside wire, interconnect, terminal

      equipment, central offices, PABX, fiber optic cable and

      equipment, railroad communications, micro waves, VSAT,

      bypass, CATV, WAN (Wide area networks), LAN (Local area

      networks) and ISDN (Integrated systems digital network).

      WORK EXCLUDED: The installation of computer systems in

      industrial applications such as assembly lines, robotics

      and computer controller manufacturing systems.  The

      installation of conduit and/or raceways shall be installed

      by Inside Wiremen. On sites where there is no Inside

      Wireman employed, the Teledata Technician may install

      raceway or conduit not greater than 10 feet. Fire alarm

      work is excluded on all new construction sites or wherever

      the fire alarm system is installed in conduit.  All HVAC

      control work.

    ----------------------------------------------------------------

     ELEV0010-001 01/01/2025

                                      Rates          Fringes

    ELEVATOR MECHANIC................$ 57.16       38.435+a+b

      a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence

      Day, Labor Day, Veterans' Day, Thanksgiving Day, Christmas

      Day and the Friday after Thanksgiving.

      b. VACATIONS: Employer contributes 8% of basic hourly rate

      for 5 years or more of service; 6% of basic hourly rate for

      6 months to 5 years of service as vacation pay credit.

    ----------------------------------------------------------------

     IRON0005-005 06/01/2024

                                      Rates          Fringes

    IRONWORKER, STRUCTURAL AND  

    ORNAMENTAL.......................$ 37.86            25.86

    ----------------------------------------------------------------

     IRON0005-012 05/01/2024

                                      Rates          Fringes

    IRONWORKER, REINFORCING..........$ 31.88            23.78

    ----------------------------------------------------------------

     LABO0011-009 06/01/2025

                                      Rates          Fringes

    LABORER:  Skilled................$ 30.47             8.70

      FOOTNOTE:  Potmen, power tool operator, small machine

      operator, signalmen, laser beam operator, waterproofer

      (excluding roofing), open caisson, test pit, underpinning,

      pier hole and ditches, laggers and all work associated with

      lagging that is not expressly stated, strippers, operator

      of hand derricks, vibrator operators, pipe layers, or tile

      layers, operators of jackhammers, paving breakers, spaders

      or any machine that does the same general type of work,

      carpenter tenders, scaffold builders, operators of

      towmasters, scootcretes, buggymobiles and other machines of

      similar character, operators of tampers and rammers and

      other machines that do the same general type of work,

      whether powered by air, electric or gasoline, builders of

      trestle scaffolds over one tier high and sand blasters,

      power and chain saw operators used in clearing, installers

      of well points, wagon drill operators, acetylene burners

      and licensed powdermen, stake jumper,demolition.

    ----------------------------------------------------------------

     MARB0002-004 04/27/2025

                                      Rates          Fringes

    MARBLE/STONE MASON...............$ 45.65            21.21

      INCLUDING pointing, caulking and cleaning of All types of

      masonry, brick, stone and cement EXCEPT pointing, caulking,

      cleaning of existing masonry, brick, stone and cement

      (restoration work)

    ----------------------------------------------------------------

     MARB0003-006 04/27/2025

                                      Rates          Fringes

    TERRAZZO WORKER/SETTER...........$ 34.34            14.20

    ----------------------------------------------------------------

     MARB0003-007 04/27/2025

                                      Rates          Fringes

    TERRAZZO FINISHER................$ 28.85            12.55

    ----------------------------------------------------------------

     MARB0003-008 04/27/2025

                                      Rates          Fringes

    TILE SETTER......................$ 34.34            14.20

    ----------------------------------------------------------------

     MARB0003-009 04/27/2025

                                      Rates          Fringes

    TILE FINISHER....................$ 28.85            12.55

    ----------------------------------------------------------------

     PAIN0051-014 06/01/2025

                                      Rates          Fringes

    GLAZIER 

         Glazing Contracts $2

         million and under...........$ 32.41            14.46

         Glazing Contracts over $2

         million.....................$ 36.65            14.46

    ----------------------------------------------------------------

     PAIN0051-015 06/01/2025

                                      Rates          Fringes

    PAINTER 

         Brush, Roller, Spray and

         Drywall Finisher............$ 29.16            11.86

    ----------------------------------------------------------------

     PLAS0891-005 07/01/2025

                                      Rates          Fringes

    PLASTERER (Including  

    Fireproofing)....................$ 32.86            10.46

    ----------------------------------------------------------------

     PLAS0891-006 03/01/2025

                                      Rates          Fringes

    CEMENT MASON/CONCRETE FINISHER...$ 30.50            14.23

    ----------------------------------------------------------------

     PLUM0005-010 08/01/2025

                                      Rates          Fringes

    PLUMBER..........................$ 53.30          23.71+a

      a. PAID HOLIDAYS:  Labor Day, Veterans' Day, Thanksgiving Day

      and the day after Thanksgiving, Christmas Day, New Year's

      Day, Martin Luther King's Birthday, Memorial Day and the

      Fourth of July.

    ----------------------------------------------------------------

     PLUM0602-008 08/01/2025

                                      Rates          Fringes

    PIPEFITTER, Includes  HVAC  

    Pipe Installation................$ 55.00          24.46+a

      a. PAID HOLIDAYS: New Year's Day, Martin Luther King's

      Birthday, Memorial Day, Independence Day, Labor Day,

      Veterans' Day, Thanksgiving Day and the day after

      Thanksgiving and Christmas Day.

    ----------------------------------------------------------------

     ROOF0030-016 07/01/2025

                                      Rates          Fringes

    ROOFER...........................$ 36.26            14.91

    ----------------------------------------------------------------

     SFDC0669-002 01/01/2026

                                      Rates          Fringes

    SPRINKLER FITTER (Fire  

    Sprinklers)......................$ 45.22            27.69

    ----------------------------------------------------------------

     SHEE0100-015 11/01/2025

                                      Rates          Fringes

    SHEET METAL WORKER (Including  

    HVAC Duct Installation)..........$ 53.42          23.20+a

      a. PAID HOLIDAYS: New Year's Day, Martin Luther King's

      Birthday, Memorial Day, Independence Day, Labor Day,

      Veterans Day, Thanksgiving Day and Christmas Day

    ----------------------------------------------------------------

      SUDC2009-003 05/19/2009

                                      Rates          Fringes

    LABORER:  Common or General......$ 13.04             2.80

     

    LABORER:  Mason Tender -  

    Cement/Concrete..................$ 15.40             2.85

     

    LABORER: Mason Tender for  

    pointing, caulking, cleaning  

    of existing masonry, brick,  

    stone and cement structures  

    (restoration work); excludes  

    pointing, caulking and  

    cleaning of new or  

    replacement masonry, brick,  

    stone and cement.................$ 11.67                 

     

    POINTER, CAULKER, CLEANER,  

    Includes pointing, caulking,  

    cleaning of existing masonry,  

    brick, stone and cement  

    structures (restoration  

    work); excludes pointing,  

    caulking, cleaning of new or  

    replacement  

    masonry, brick, stone or  

    cement...........................$ 18.88                

    ----------------------------------------------------------------

    WELDERS - Receive rate prescribed for craft performing

    operation to which welding is incidental.

    ================================================================

    Note: Executive Order (EO) 13706, Establishing Paid Sick Leave

    for Federal Contractors applies to all contracts subject to the

    Davis-Bacon Act for which the contract is awarded (and any

    solicitation was issued) on or after January 1, 2017.  If this

    contract is covered by the EO, the contractor must provide

    employees with 1 hour of paid sick leave for every 30 hours

    they work, up to 56 hours of paid sick leave each year.

    Employees must be permitted to use paid sick leave for their

    own illness, injury or other health-related needs, including

    preventive care; to assist a family member (or person who is

    like family to the employee) who is ill, injured, or has other

    health-related needs, including preventive care; or for reasons

    resulting from, or to assist a family member (or person who is

    like family to the employee) who is a victim of, domestic

    violence, sexual assault, or stalking.  Additional information

    on contractor requirements and worker protections under the EO

    is available at

    https://www.dol.gov/agencies/whd/government-contracts.

    Note: Executive Order 13658 generally applies to contracts

    subject to the Davis-Bacon Act that were awarded on or between

    January 1, 2015 and January 29, 2022, and that have not been

    renewed or extended on or after January 30, 2022. Executive

    Order 13658 does not apply to contracts subject only to the

    Davis-Bacon Related Acts regardless of when they were awarded.

    If a contract is subject to Executive Order 13658, the

    contractor must pay all covered workers at least $13.30 per

    hour (or the applicable wage rate listed on this wage

    determination, if it is higher) for all hours spent performing

    on the contract in 2025.  The applicable Executive Order

    minimum wage rate will be adjusted annually.   Additional

    information on contractor requirements and worker protections

    under Executive Order 13658 is available at

    www.dol.gov/whd/govcontracts.

    Unlisted classifications needed for work not included within

    the scope of the classifications listed may be added after

    award only as provided in the labor standards contract clauses

    (29CFR 5.5 (a) (1) (iii)).

    ----------------------------------------------------------------

    The body of each wage determination lists the classifications

    and wage rates that have been found to be prevailing for the

    type(s) of construction and geographic area covered by the wage

    determination. The classifications are listed in alphabetical

    order under rate identifiers indicating whether the particular

    rate is a union rate (current union negotiated rate), a survey

    rate, a weighted union average rate, a state adopted rate, or a

    supplemental classification rate.

    Union Rate Identifiers

    A four-letter identifier beginning with characters other than

    ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was

    prevailing for that classification in the survey. Example:

    PLUM0198-005 07/01/2024. PLUM is an identifier of the union

    whose collectively bargained rate prevailed in the survey for

    this classification, which in this example would be Plumbers.

    0198 indicates the local union number or district council

    number where applicable, i.e., Plumbers Local 0198. The next

    number, 005 in the example, is an internal number used in

    processing the wage determination. The date, 07/01/2024 in the

    example, is the effective date of the most current negotiated

    rate.

    Union prevailing wage rates are updated to reflect all changes

    over time that are reported to WHD in the rates

    in the collective bargaining agreement (CBA) governing the

    classification.

    Union Average Rate Identifiers

    The UAVG identifier indicates that no single rate prevailed for

    those classifications, but that 100% of the data reported for

    the classifications reflected union rates. EXAMPLE:

    UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a

    weighted union average rate. OH indicates the State of Ohio.

    The next number, 0010 in the example, is an internal number

    used in producing the wage determination. The date, 01/01/2024

    in the example, indicates the date the wage determination was

    updated to reflect the most current union average rate.

    A UAVG rate will be updated once a year, usually in January, to

    reflect a weighted average of the current rates in the

    collective bargaining agreements on which the rate is based.

    Survey Rate Identifiers

    The ""SU"" identifier indicates that either a single non-union

    rate prevailed (as defined in 29 CFR 1.2) for this

    classification in the survey or that the rate was derived by

    computing a weighted average rate based on all the rates

    reported in the survey for that classification. As a weighted

    average rate includes all rates reported in the survey, it may

    include both union and non-union rates. Example: SUFL2022-007

    6/27/2024. SU indicates the rate is a single non-union

    prevailing rate or a weighted average of survey data for that

    classification. FL indicates the State of Florida. 2022 is the

    year of the survey on which these classifications and rates are

    based. The next number, 007 in the example, is an internal

    number used in producing the wage determination. The date,

    6/27/2024 in the example, indicates the survey completion date

    for the classifications and rates under that identifier.

    ?SU? wage rates typically remain in effect until a new survey

    is conducted. However, the Wage and Hour Division (WHD) has the

    discretion to update such rates under 29 CFR 1.6(c)(1).

    State Adopted Rate Identifiers

    The ""SA"" identifier indicates that the classifications and

    prevailing wage rates set by a state (or local) government were

    adopted under 29 C.F.R 1.3(g)-(h).  Example: SAME2023-007

    01/03/2024. SA reflects that the rates are state adopted. ME

    refers to the State of Maine. 2023 is the year during which the

    state completed the survey on which the listed classifications

    and rates are based. The next number, 007 in the example, is an

    internal number used in producing the wage determination.

    The date, 01/03/2024 in the example, reflects the date on which

    the classifications and rates under the ?SA? identifier took

    effect under state law in the state from which the rates were

    adopted.

    -----------------------------------------------------------

    WAGE DETERMINATION APPEALS PROCESS

    1) Has there been an initial decision in the matter? This can

    be:

               a) a survey underlying a wage determination

               b) an existing published wage determination

    c) an initial WHD letter setting forth a position on

    a wage determination matter

    d) an initial conformance (additional classification

    and rate) determination

    On survey related matters, initial contact, including requests

    for summaries of surveys, should be directed to the WHD Branch

    of Wage Surveys. Requests can be submitted via email to

    davisbaconinfo@dol.gov or by mail to:

                Branch of Wage Surveys

                Wage and Hour Division

                U.S. Department of Labor

                200 Constitution Avenue, N.W.

                Washington, DC 20210

    Regarding any other wage determination matter such as

    conformance decisions, requests for initial decisions should be

    directed to the WHD Branch of Construction Wage Determinations.

    Requests can be submitted via email to BCWD-Office@dol.gov or

    by mail to:

                Branch of Construction Wage Determinations

                Wage and Hour Division

                U.S. Department of Labor

                200 Constitution Avenue, N.W.

                Washington, DC 20210

    2) If an initial decision has been issued, then any interested

    party (those affected by the action) that disagrees with the

    decision can request review and reconsideration from the Wage

    and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).

    Requests for review and reconsideration can be submitted via

    email to dba.reconsideration@dol.gov or by mail to:

                Wage and Hour Administrator

                U.S. Department of Labor

                200 Constitution Avenue, N.W.

                Washington, DC 20210

    The request should be accompanied by a full statement of the

    interested party's position and any information (wage payment

    data, project description, area practice material, etc.) that

    the requestor considers relevant to the issue.

    3) If the decision of the Administrator is not favorable, an

    interested party may appeal directly to the Administrative

    Review Board (formerly the Wage Appeals Board).  Write to:

                Administrative Review Board

                U.S. Department of Labor

                200 Constitution Avenue, N.W.

                Washington, DC 20210.

    ================================================================

              END OF GENERAL DECISION"

    ATTACHMENT C

    PLEASE SUBMIT ALL PPIS WITHIN AN EXCEL SHEET USING THIS FORMAT

    Question No.

    Date Received

    Reference

    Question

    Government Response

    Page

    Section

    Para.







     

    ATTACHMENT D

    P001U HAZARDOUS WASTE STORAGE FACILITY

    N40080-23-R-0022

    02/09/2026

    The terms Offeror, Bidder and versions thereof (offer/bid) have the same definition as used with the contract. Provide line item prices, where indicated by blank underlines, for the following items:

    Line Item

    Description

    Quantity

    Unit

    Unit Price

    Sub-Total

    Total Price

    1

    BASE PRICE: Total Price for the entire work for Project P001U – to construct an appropriate and compliant Hazardous Waste Storage Facility with functional training space in accordance with the RFP, complete, but excluding work provided in another line item.

    1

    EA

    $

    1A

    Subtotal of Base Price for the entire work for Project P001U, complete to the 5-foot line outside of the building in accordance with the RFP, but excluding work provided in another line item

    4,800

    SF

    $

    $

    1B

    Subtotal of Base Price for the entire project sitework, outside the facility 5-foot line, for P001U, complete in accordance with the RFP, but excluding work described in another line Item.

    1

    EA

    $

    1C

    Subtotal of Base Price for entire Design of the Project, complete, but excluding work provided in another line item.

    1

    EA

    $

    Key dates

    1. April 2, 2026Posted Date
    2. May 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    P001U HAZARDOUS STORAGE FACILITY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.