EMCOR Government Services, Inc. submitted a Collective Bargaining Agreement (CBA) to the U.S. Holocaust Shapell Warehouse & Memorial Museum. The agreement, effective from January 1, 2026, to December 31, 2028, is between EMCOR and the International Union of Operating Engineers, Local 99. It covers employees at the U.S. Holocaust Shapell Warehouse in Bowie, MD, and the U.S. Holocaust Memorial Museum in Washington, DC. EMCOR respectfully requests the incorporation of this CBA into their existing contracts: Contract No. 954767-20-C-0205 (Washington, DC) and Contract No. AC-9531-18-0025 (Bowie, MD). This submission ensures that the terms of the collective bargaining agreement are formally recognized and integrated into the federal government contracts.
This government file details a collective bargaining agreement between EMCOR Government Services, Inc. and the International Brotherhood of Electrical Workers Local 26, effective June 1, 2024, through May 31, 2027. The agreement covers electrical maintenance employees at various sites, including the U.S. Holocaust Shapell Warehouse in Bowie, MD, and the U.S. Holocaust Memorial Museum in Washington, DC. It establishes wages, fringe benefits, hours, working conditions, and a grievance procedure. Key articles cover union recognition, management rights, strikes and lockouts, jury duty, union security, dues check-off, and detailed provisions for wages, hours, overtime, vacations, holidays, and sick leave. The agreement also outlines pension, welfare, annuity, and NEBF contributions, with specific wage and benefit rates provided in Appendix A, and a list of covered job sites in Appendix B.
EMCOR Government Services, Inc. submitted a letter to the U.S. Holocaust Shapell Warehouse & Memorial Museum on October 29, 2025. The letter enclosed an executed Collective Bargaining Agreement between EMCOR Government Services, Inc. and the International Union of Operating Engineers, Local 99, effective from January 1, 2026, through December 31, 2028. This agreement covers employees at both the Bowie, MD, and Washington, DC, locations. EMCOR respectfully requested that this agreement be incorporated into the existing contracts: Contract No. 954767-20-C-0205 for the Washington, DC, location and Contract No. AC-9531-18-0025 for the Bowie, MD, location. The communication was handled by Andrea M. Moore, Executive Director, Contracts, and was sent to Christopher Guy, Procurement Director, Office of Finance.
This government file outlines the pricing proposal for a Combined Museum Operations and Maintenance Contract, including base and option periods spanning from February 2026 to January 2031. The proposal details costs for general museum operations, an optional second electrician, and an optional facility logistics coordinator. It also covers additional costs such as overtime/holiday pay and extra CMMS licenses. A key requirement is for offerors to break down financial proposals between the Museum Campus and the Shapell Center due to multiple funding sources, providing shared cost allocation or backup. Furthermore, offerors must provide detailed reimbursable cost breakdowns, including overtime and holiday rates for various positions and projects, particularly for Yom Kippur maintenance and other federal holidays. The document emphasizes providing comprehensive cost details for all services and optional additions.
The document outlines the cost proposal requirements for a Combined Museum Operations and Maintenance Contract, covering both the Museum Campus and the Shapell Center. The contract includes a base period from February 1, 2026, to September 30, 2026, and five option periods extending through January 30, 2031. Offerors are required to submit financial proposals that break down costs between the two campuses due to multiple funding sources, providing backup on cost allocation for shared expenses. The proposal also includes optional costs for a second electrician and a facility logistics coordinator, with separate cost breakdowns for each period. Additionally, offerors must provide detailed overtime and holiday hourly rates for each position for reimbursable overtime and additional federal holidays, including specific projects like Yom Kippur maintenance. All additional costs can be submitted in a format of the offeror's choosing, and if reimbursable costs are included, a separate spreadsheet detailing costs per trade, shift, overtime, or holiday rate for each period is required. CMMS Services costs for the Shapell Center must also be included.
The United States Holocaust Memorial Museum seeks a contractor for comprehensive building operations, maintenance, and electrical support across its Washington, DC, and Bowie, MD, facilities. The Performance Work Statement details requirements for maintaining complex HVAC, electrical, and plumbing systems to ensure artifact protection, safety, and comfort. Key responsibilities include operating building automation systems, performing preventive and emergency repairs, and managing a Computerized Maintenance Management System (CMMS). The contractor must propose a staffing plan with qualified personnel, including Project Managers, Operating/Repairing Engineers, and Electricians, adhering to strict suitability, conduct, and communication standards. The contract emphasizes a partnering relationship, quality control, compliance with federal and local codes, and the development of a Building Operating Plan. The Museum provides tools, replacement parts, and materials, while the contractor is responsible for labor, training, and adherence to performance and safety guidelines.
The provided document, likely part of a government Request for Proposal (RFP) or grant application, details an extensive equipment list for a museum. The list encompasses a wide range of mechanical, HVAC, plumbing, and electrical systems, indicating a comprehensive facility upgrade, new construction, or major maintenance project. Key categories include numerous air handling and conditioning units (e.g., AHU, CRAC, SAC, Split System AC, FCU), various fans (supply, return, exhaust, pressurization), heating elements (duct heaters, unit heaters, cabinet heaters), and critical water systems (pumps, filtration, backflow, chillers, cooling towers, humidifiers, water heaters). The inventory also lists specialized equipment such as VAVs, VFDs, sewage and storm drain pumps, and essential emergency infrastructure including fire pumps, a generator, and fuel oil tanks. Finally, the list includes seven elevators and their associated machine rooms, along with water fountains. This detailed inventory suggests a need for contractors or suppliers to provide, install, or maintain these systems within the museum facility.
The provided document is a list of third-party contracts for operations and maintenance services at a Museum. These contracts cover a wide range of services and equipment, including inspections, maintenance, and repairs. The Museum directly manages these contracts, with the O&M contractor primarily responsible for coordination and, at times, escorting third-party contractors. The list specifies services such as backflow preventer inspection, building automation system maintenance, boiler maintenance and inspection, chiller maintenance, elevator testing, fire suppression system maintenance, generator services, hazardous waste management, housekeeping and snow removal (with O&M handling emergency response), IAQ, infrared testing, landscaping, lighting control, pest control, security system maintenance, and water treatment. The document notes that none of the services are proprietary and the list is not exhaustive. The purpose of this document is to inform potential contractors of the scope of third-party services that the O&M contractor will need to coordinate with, rather than directly provide.
This amendment to a Performance Work Statement (PWS) redefines the 'Contract Project Manager' role as 'Project Manager' for building operations, maintenance, and electrical support. The Project Manager is essential personnel, requiring five years of recent experience in managing mechanical operations and maintenance for similar-sized buildings. A detailed resume, including employment history and supervisor contacts, must be submitted for approval. The Project Manager needs authority to act for the contractor daily and must provide onsite managerial supervision, either directly or through a designated onsite supervisor meeting the same qualifications. This amendment outlines the qualifications and responsibilities for Project Managers, ensuring experienced leadership for the contract.
The United States Holocaust Memorial Museum (USHMM) has issued a Request for Proposal (RFP) for Combined Building Operations, Maintenance, and Electrical Support Services. The contract, a Firm Fixed Price agreement with ad hoc reimbursable options, covers a base period from contract award until September 30, 2026, with four twelve-month options and a fifth option to allow a total term of sixty months. The scope of work includes comprehensive building operations, maintenance, and electrical support, as well as a transition from the incumbent contractor, Emcor Government Services, INC. Key requirements include adherence to Collective Bargaining Agreements for IBEW Local 26 and IUOE Local 99. The RFP outlines detailed instructions for offerors, including pricing structure, labor categories, and a pricing warranty. It also specifies inspection and acceptance criteria, emphasizing the contractor's responsibility for quality control. Administrative data defines the roles of the Contracting Officer (CO) and Contracting Officer's Representative (COR), and outlines requirements for contractor representatives, invoicing, and legal notices. Special contract requirements include restrictions on using the Museum's name, travel and expense guidelines, SAM database compliance, and a mandatory suitability determination and FBI fingerprint background check for personnel accessing the Museum. The RFP incorporates numerous FAR clauses pertaining to commercial products and services, including those related to business ethics, labor standards, small business utilization, and prohibitions on certain foreign technologies.
This document is an amendment to a Request for Proposal (RFP) for Combined Building Operations, Maintenance, and Electrical Support Services for the United States Holocaust Memorial Museum (USHMM). The amendment extends the deadline for offer submissions to December 10, 2025, 5:00 PM ET, and highlights additional changes in blue or red text. The RFP outlines the scope of work, including comprehensive building operations, maintenance, and electrical support, and requires offerors to submit itemized costs and fully-burdened hourly rates. It details contractor responsibilities, emphasizing adherence to federal regulations, and USHMM's inspection and acceptance rights. The contract's base performance period is from award until September 30, 2026, with options for four twelve-month extensions and a fifth option period to achieve a total term of sixty months. The document also specifies administrative data, contractor and USHMM representative responsibilities, invoicing procedures, and special contract requirements such as limitations on using the Museum's name, travel expense policies, SAM database compliance, and suitability determinations for personnel. It incorporates various FAR clauses related to commercial products and services, labor standards, and other federal regulations, and lists attachments providing further details, including performance work statements and collective bargaining agreements.
The provided document, titled "Ross Equipment List," serves as a detailed inventory of various equipment types and their quantities. This list is likely a component of a larger government filing, such as an RFP or grant application, outlining the infrastructure or assets associated with a specific project or facility. The equipment cataloged includes a wide range of mechanical, electrical, and plumbing systems, such as Air Handler Units, CRAC Units, VAV's, pumps (condenser, storm drain, fire, jockey), cooling towers, water treatment systems (filtration, backflow, softener), heaters, humidifiers, and emergency systems (generator, fuel tanks). It also lists general building infrastructure like elevators and water fountains. The document's purpose is to provide a comprehensive overview of the installed or required equipment, indicating the scope and scale of the related project or facility.
The Shapell Center Equipment List details the extensive mechanical, HVAC, and plumbing infrastructure within the facility, primarily located in Chiller/Boiler Room #210 and MER Room #210. Key equipment includes two York Centrifugal Magnetic Drive Chillers, three Heating Hot Water Boilers, two Humidity Control Steam Boilers, and two Forced Air Cooling Towers. The center also utilizes multiple Air Handling Units (AHUs) for various areas such as collections storage vaults, conservation/lab spaces, public areas, wood/metal shops, and a paint booth. Specialized dehumidification and cooling systems are present, with four RAC dehumidifiers and four condenser units for cold and cool rooms. The list also itemizes numerous pumps for chilled water, condenser water, heating hot water, boiler feed water, and domestic hot water, alongside a fire pump. The facility is further equipped with two Heating Ventilating Units, a Control Air Compressor for pneumatic systems, 99 VAVs, and 20 exhaust fans, indicating a comprehensive and complex environmental control system.
The document provides an inventory of specialized rooms and their standard equipment across various United States Holocaust Memorial Museum (USHMM) facilities, including the Museum, Ross Administrative Center, Shapell Center, and Portals. It details the number of kitchenettes, wellness rooms, labs, and shops at each location. Kitchenettes are equipped with sinks, garbage disposals, instahots, water coolers, refrigerators, microwaves, and coffee makers. Wellness rooms feature sinks, garbage disposals, and refrigerators. Labs include sinks, fume hoods, and fume extraction arms, while shops contain power tools, specialized equipment, and dust collector systems. This data is crucial for facility management, maintenance planning, and potential future upgrades or expansions within the USHMM system.
The U.S. Holocaust Memorial Museum (USHMM) released an RFP for building operations, maintenance, and electrical support services. This is a new requirement that consolidates previous contracts and includes new and changed requirements. The Museum clarified that two incumbent contracts, 954767-20-C-0205 ($6,646,242.23) and AC-9531-18-0025 ($5,655,964.02), are not being replicated. Key aspects include the contractor providing the CMMS system, mandatory site visits for eligibility, and specific staffing requirements, such as a DC 3rd Class Engineer or better onsite 24/7/365 at both the Museum campus and Shapell Center. The Museum will provide most tools, parts, and materials, while certain specialty services like switchgear testing and fire system maintenance are handled by third-party contractors. The proposal deadline has been extended to December 10th, and a 45-day transition period is expected.
The document, titled "EXHIBIT 1, APPENDIX I RESTROOM DATA," is a concise reference within a larger government file, likely pertaining to federal or state/local RFPs or grants. Its sole purpose is to indicate the presence of data specifically related to restrooms. This appendix suggests that detailed information, specifications, or requirements concerning restrooms are provided elsewhere in the main document. The brevity implies it serves as a pointer to more comprehensive content regarding facilities planning, maintenance, or construction within the scope of the government project.