Opportunity
SAM #ACQR-6120122
Construction of Hazardous Waste Storage Facility at Joint Base Anacostia-Bolling
Buyer
NAVFAC Washington
Posted
April 02, 2026
Respond By
May 14, 2026
Identifier
ACQR-6120122
NAICS
236220, 236210, 237990
This opportunity involves the construction of a specialized hazardous waste storage facility at Joint Base Anacostia-Bolling (JBAB) in Washington, DC. - Government Buyer: - Naval Facilities Engineering Systems Command (NAVFAC) Washington - U.S. Air Force at Joint Base Anacostia-Bolling - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments - Products/Services Requested: - Construction of a 4,800 sq ft hazardous waste storage facility - Includes administrative offices, training space, showers, restrooms, mechanical, electrical, telecom, and fire pump rooms - Specialized hazardous storage for flammable, alkaline, acid, and lithium-ion batteries with secondary containment and fire-rated partitions - Loading dock with dock scissor lift (electro-hydraulic, 20,000 lb capacity, ANSI MH30.2 and NEMA ICS 2 compliant) - HVAC systems with cybersecurity controls - Central receiving, processing, short-term storage, administrative support, customer service, restroom with shower, and training/break room - Unique or Notable Requirements: - Compliance with UFC standards, sustainability goals, cybersecurity, and antiterrorism criteria - Specialized containment for various hazardous materials - 5-year no-penalty warranty on the metal roof system - Commissioning and testing phases included - Wage determination DC20260002 and Davis-Bacon Act requirements apply - Bid guarantee, performance and payment bonds required - Loading dock must accommodate 18-wheel semitrucks - Estimated Contract Value: $5,000,000 to $10,000,000 - Period of Performance: 455 calendar days after award (including 15 days for bonds/insurance submission and approval) - Place of Performance: Joint Base Anacostia-Bolling, Washington, DC
Description
Naval Facilities Engineering Systems Command, ROICC Andrews R53 Bainbridge St. Joint Base Andrews, MD 20746
Contact Information NAVFAC POC: sarah.r.lowell.civ@us.navy.mil ALTERNATE NAVFAC POC: joseph.a.bolivar2.civ@us.navy.mil
Project Overview $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.
Solicitation Details 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.
Budget and Codes Estimated Budget Amount or Price Range: $5,000,000 to $10,000,000 (per FAR 36.204) NAICS CODE: 236220 – Commercial and Institutional Building Construction Time for Completion: 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. The most current wage determination at time of award applies. Liquidated Damages: $997 per calendar day of delay until work is completed or accepted (per FAR 52.211-12)
Utilities The Contractor shall be responsible for obtaining all utilities required for construction and testing, either from available Government sources or local utility companies, at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections, distribution lines, and meters required to measure utility usage.
Record Shop Drawings Record shop drawings are required in accordance with FAR 52.236.21. Reproducible copies of these record drawings are not required.
Bond Requirements In accordance with FAR 52.228-1 Bid Guarantee, each offeror shall submit a bid guarantee equal to 20% of the bid price or $3,000,000, whichever is less. Failure to furnish a proper bid guarantee by the proposal submission deadline may result in rejection. Performance and Payment Bonds are required from the awardee and must be submitted for approval within 10 days after award. Failure to submit an electronic copy of your bid bond with your proposal will result in your proposal being deemed non-responsive.
Proposal Acceptance Period Proposals shall be valid for 60 days from receipt.
Site Visit Scheduled for 09 April 2026 at 09:00 AM EST. All contractors must coordinate base access with the POCs listed below and have valid Real ID, US Passport, VHIC, or equivalent federal ID. Meeting point is the visitor gate with Base access POC, PM, and DM. Only one Government-sponsored site visit will be held. Contact for base access and questions: Mr. Kevin Brooks: kevin.e.brooks.civ@us.navy.mil Alternate POC Mr. Barry Varnell: barry.f.varnell.civ@us.navy.mil
Pre Proposal Inquiry (PPIs) Offerors requiring clarifications must submit all questions in writing via email to sarah.r.lowell.civ@us.navy.mil and joseph.a.bolivar2.civ@us.navy.mil no later than 14 calendar days prior to the proposal due date. Inquiries must be attached as an Excel document (no tables). Duplicate inquiries should be avoided. Responses will be published via amendment.
Proposal Due Date Thursday, 14 May 2026 at 04:00 PM EST. LATE PROPOSALS WILL NOT BE CONSIDERED.
Proposal Delivery Information Proposals shall be emailed to: Sarah.r.lowell.civ@us.navy.mil joseph.a.bolivar2.civ@us.navy.mil It is highly recommended to add a reading receipt to your email submission. Facsimile transmissions or other forms of submission are not authorized. The email subject line should contain the Project Title and contractor information.
Important Notes Post-award changes to scope, specifications, or drawings will be issued on Standard Form (SF) 30. This request does not constitute a notice to proceed or a commitment by the Government. Costs incurred prior to task order issuance are not reimbursable. Funding availability is not guaranteed; no award will be made if funds are unavailable. If funded, the successful Offeror will receive a task order under their contract per DFARS 252.216-7006.
Basis for Award This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. Award will be made to the responsible Offeror offering the best value to the Government based on PRICE ONLY. No non-cost/price factors apply.
Price Submission Requirements Solicitation Submittal Requirements: Cover page including: Solicitation Number & Title Prime Contractor Name, Address, Phone Number, UEI, and Cage Code Point of Contact Name, Phone Number, and Email Price Proposal Form Amendments Acknowledged (if applicable) Bid Guarantee Basis of Evaluation: The Government will evaluate total lump sum price including options (if applicable) using techniques such as: Comparison of proposed prices received Comparison with Independent Government Cost Estimate (IGCE) Comparison with historical information Comparison with market survey results The Government reserves the right to eliminate offers, negotiate with competitive range offerors, and award without discussions to the lowest price proposal. Proposals will be evaluated and task order issued without discussion except clarifications. Offerors should submit their best price initially. The Contracting Officer may limit competitive range size for efficiency. Offerors shall submit electronic proposals in PDF format and ensure timely receipt. They are responsible for file format and content completeness.
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 - Wage Determination Summary General Decision Number: DC20260002 01/16/2026 Superseded General Decision Number: DC20250002 State: District of Columbia Construction Type: Building County: District of Columbia Statewide Includes building construction projects (excluding single family homes or apartments up to 4 stories).
Sample Wage Rates Classification Rate Fringes Notes Asbestos Worker/Heat & Frost Insulator $40.77 20.17 + a Includes application of insulating materials, protective coverings, coatings, and finishes to mechanical systems. Asbestos Worker: Hazardous Material Handler $24.46 10.19 + a Includes preparation, removal, and disposal of insulation materials containing asbestos. Firestopper $30.21 10.43 + a Application of materials to prevent passage of fire, smoke, or gases in rated assemblies. Bricklayer $38.80 15.17 Carpenter (Includes Drywall Hanging, Form Work, Soft Floor Laying-Carpet) $34.41 14.33 Millwright $39.50 17.32 Piledriverman $36.60 14.47 Electrician (Includes HVAC/Temperature Controls) $59.50 23.06 Electrical Installer (Sound & Communication Systems) $34.16 13.54 Includes low voltage construction and installation of teledata facilities. Elevator Mechanic $57.16 38.435 + a + b Ironworker, Structural and Ornamental $37.86 25.86 Ironworker, Reinforcing $31.88 23.78 Laborer: Skilled $30.47 8.70 Includes various laborer roles such as potmen, power tool operators, and others. Marble/Stone Mason $45.65 21.21 Includes pointing, caulking, and cleaning of masonry except restoration work. Terrazzo Worker/Setter $34.34 14.20 Terrazzo Finisher $28.85 12.55 Tile Setter $34.34 14.20 Tile Finisher $28.85 12.55 Glazier $32.41 - $36.65 14.46 Rates vary by contract size. Painter (Brush, Roller, Spray, Drywall Finisher) $29.16 11.86 Plasterer (Including Fireproofing) $32.86 10.46 Cement Mason/Concrete Finisher $30.50 14.23 Plumber $53.30 23.71 + a Pipefitter (Includes HVAC Pipe Installation) $55.00 24.46 + a Roofer $36.26 14.91 Sprinkler Fitter (Fire Sprinklers) $45.22 27.69 Sheet Metal Worker (Including HVAC Duct Installation) $53.42 23.20 + a Laborer: Common or General $13.04 2.80 Laborer: Mason Tender - Cement/Concrete $15.40 2.85 Laborer: Mason Tender for pointing, caulking, cleaning (restoration work) $11.67 Pointer, Caulker, Cleaner (restoration work) $18.88
Additional Notes Welders receive the rate prescribed for the craft performing the operation to which welding is incidental.
Executive Orders EO 13706: Establishes paid sick leave for federal contractors. Employees earn 1 hour of paid sick leave for every 30 hours worked, up to 56 hours per year, usable for illness, preventive care, or family assistance. EO 13658: Applies to contracts subject to Davis-Bacon Act awarded between Jan 1, 2015 and Jan 29, 2022. Requires minimum wage of $13.30/hour in 2025 or applicable wage rate, whichever is higher.
Wage Determination Identifiers Union Rate Identifiers: Four-letter codes indicating union prevailing rates. Union Average Rate Identifiers (UAVG): Weighted union average rates. Survey Rate Identifiers (SU): Single non-union or weighted average survey rates. State Adopted Rate Identifiers (SA): Rates adopted by state or local governments.
Wage Determination Appeals Process Details on the appeals process are available upon request.