Operations and Maintenance (O&M) of the Central Utility Plant (CUP)
ID: 1333ND2XCNB190XXXType: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)
Timeline
    Description

    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified prime contractors for the Operations and Maintenance (O&M) of the Central Utility Plant (CUP) located at its Boulder, Colorado campus. The procurement aims to identify contractors capable of providing comprehensive operational support, preventative maintenance, and emergency repair services for the CUP and associated sites in Fort Collins, Colorado, and Kekaha, Hawaii. This initiative is crucial for ensuring the continuous and efficient operation of essential services that support ongoing scientific research, with a focus on compliance with safety regulations and operational standards. Interested parties are encouraged to submit a capabilities statement by the specified deadline to Shawn Borisow at shawn.borisow@nist.gov, with further details available in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The NIST Boulder Central Utility Plant (CUP) Operations, Maintenance, and Repair contract outlines the responsibilities for the contractor, including providing 24/7 operational support, preventative maintenance, and necessary repairs for the CUP and associated sites in Ft. Collins and Hawaii. The contract seeks to establish a Performance Based Service Agreement with defined expectations for staffing, key personnel qualifications, preventative maintenance standards, and compliance with safety regulations. Contractors are required to submit individual work orders for major repairs and adhere to a strict notification protocol for any service interruptions that could affect ongoing research activities. The document emphasizes the importance of certifications, quality control plans, and communication protocols to ensure efficient operation and maintenance of critical plant services. Regular reporting and documentation are mandated for all operations, maintenance, and repair activities, ensuring transparency and compliance with government standards. This initiative showcases NIST's commitment to maintaining high operational standards while providing essential services to support ongoing scientific research.
    The document outlines a maintenance schedule for various HVAC and other mechanical equipment under a government facility management program. It categorizes numerous assets, including fan coil units, compressors, heat exchangers, air handling units, and pumps, detailing their specific maintenance frequencies—ranging from monthly to every four years—along with their associated job plans. The list includes the asset ID, location, and maintenance timeline, emphasizing operational efficiency and equipment reliability. By implementing such schedules, the government aims to ensure compliance with safety standards, regulatory requirements, and optimal performance of vital systems. The document serves as a comprehensive reference for maintenance contractors and facility managers, facilitating timely upkeep of essential infrastructure. This systematic approach is critical in the context of government RFPs, federal grants, and state/local RFPs, underscoring the importance of maintaining functionality and adherence to operational mandates across government properties.
    The document outlines the needs for spare parts and inventory management at the NIST Boulder Central Utility Plant. It specifies various types of equipment and their quantities required, including chemical LMI pumps, liquid end assemblies, pump repair kits, and several types of steam traps, each with a specified quantity needed. The contractor is provided with a government-supplied inventory list to utilize and manage these resources effectively. This information is critical for ensuring the plant’s operations, maintenance, and repair functions are adequately supported, reflecting the government’s commitment to maintaining its infrastructure through appropriate resource allocation. The document is part of a broader context surrounding federal government RFPs and grants focused on operational efficiency and resource management.
    The document pertains to the operations, maintenance, and repair activities at the NIST Boulder Central Utility Plant, covered under contract 1333ND21CNB190017. It outlines various reporting requirements for contractors including monthly logs related to major and minor repairs for essential equipment like boilers and air compressors, as well as a detailed maintenance summary for other sites in Ft. Collins and Hawaii. Additionally, it specifies the need for daily tracking of building water and gas usage, system pressures, temperatures, and chemical testing on a systematic basis. Monthly injury and near-miss reports are mandatory, highlighting workplace safety. The document emphasizes compliance with procedural protocols and the necessity for accurate reporting to ensure the efficient operation of the utility plant. Its structure illustrates clear categories for repairs, maintenance summaries, chemical testing, and operational logs, essential for maintaining accountability and operational standards within the facility's management framework. This encompasses federal and state requirements for government contracts, reinforcing the importance of rigorous monitoring and reporting in public service infrastructure maintenance.
    The document outlines a series of job plans for the annual, monthly, and quarterly maintenance of cooling towers, as part of a contractor's responsibilities. Each plan emphasizes obtaining a preventive maintenance (PM) schedule through the NIST Maximo System, coordinating with the Contracting Officer's Representative (COR) to ensure equipment safety and operational continuity. Key tasks for maintenance include reviewing safety requirements, inspecting equipment for deficiencies or damages, checking structural integrity, and cleaning components. Specific actions vary based on the maintenance frequency, with annual tasks involving comprehensive inspections and pressure washing, while monthly tasks focus on minor operational checks and adjustments, and quarterly tasks concentrate on lubrication and thorough examination of moving parts. Finally, records of maintenance activities, noted conditions, and any required equipment replacements must be documented in the NIST Maximo System. This structured approach underscores the importance of routine maintenance within government contracts to ensure equipment efficiency and safety.
    The document is a Daily Report concerning the operations, maintenance, and repair activities at the NIST Boulder Central Utility Plant (CUP). It outlines recent incidents, issues, or areas of concern that have arisen over the past 24 hours, organized into specific reports: CUP Report, Site Report, and Metasys/CPO-10 Report. Each section provides space to detail issues, the areas affected, and resolutions or comments regarding those issues. The report aims to ensure effective communication of operational challenges and their resolutions, providing crucial oversight of facility management and maintenance. This type of documentation is essential for accountability in government projects, aligning with federal RFPs and grants that require detailed maintenance tracking and compliance with operational standards.
    The document outlines comprehensive guidelines for contractors performing work at the National Institute of Standards and Technology (NIST) Boulder Campus, emphasizing safety, operational protocols, and site security. It specifies working hours, the process for unforeseen closures, and the need for proper sanitation facilities. Safety is paramount, necessitating adherence to OSHA regulations and a tailored Safety, Health, and Environmental plan. The contractor is liable for health and safety compliance and responsible for managing incidents and waste disposal. The document also delineates security measures, including employee identification and access protocols. It mandates coordination with the Contracting Officer's Representative (COR) for activities impacting operations. Additionally, it requires permits for certain construction activities, ensuring site maintenance and protection against sediment runoff into waterways. Overall, the guidelines serve to maintain safety, efficiency, and regulatory compliance during contracted work at federal facilities, illustrating the government’s commitment to procedural integrity while facilitating necessary project execution.
    The document outlines the operational, maintenance, and repair requirements for the NIST Boulder Central Utility Plant, emphasizing rigorous safety regulations and compliance with federal protocols. It mandates the contractor to prepare a comprehensive Safety Plan, which must include personal protective equipment (PPE) guidelines, Job Hazard Analyses (JHAs), and plans for fall protection, excavation, scaffolding, hot work, and hazardous substances. The contractor is required to submit documentation, including training certificates for workers and specific permits such as Hot Work and Excavation Permits. Additionally, site-specific safety measures, including the management of general and hazardous waste, emergency response protocols, and communication of hazards, are crucial. The contractor must implement a Lockout/Tagout program for energy control and submit site plans for material storage. The document underscores the importance of maintaining safety standards and procedures to protect public and employee safety, aligning with OSHA and EPA regulations. Overall, this file serves as a blueprint for ensuring operational safety in government contracts related to utility management and construction.
    The document outlines safety plan requirements, specifically COVID-19 protocols, for contractors working at the NIST Boulder Central Utility Plant. All contractors must include an addendum in their safety plans that addresses health and safety measures related to COVID-19. Key components include the reporting of confirmed cases, compliance with NIST, CDC, and OSHA guidelines, and changes to workplace practices to enhance safety, such as maintaining social distancing, implementing health checks, and revising break schedules. Furthermore, the document requires mandatory training for employees to ensure understanding of the updated safety measures. Contractors must also communicate ongoing changes effectively and follow NIST's current Visitor and Contractor Protocols to mitigate COVID-19 exposure. This protocol serves to safeguard the health of workers and NIST staff within federal safety guidelines, highlighting the importance of proper training and adherence to evolving health standards in contractual agreements.
    The document details emergency generators located at the NIST Boulder Central Utility Plant as part of a federal Request for Proposals (RFP). Specifically, it outlines the characteristics, locations, and specifications of four emergency generators, categorized by model and serial number. The generators include a Cummins emergency generator and three Generac Industrial Power generators, which operate on a three-phase 277/480 VAC system. The equipment is crucial for the plant's operations, maintenance, and repair initiatives. The information presented is part of an amendment to an existing RFP, aimed at ensuring the reliable performance of these generators in emergency situations at the Boulder facility. This document serves as a vital reference for contractors and service providers involved in facility maintenance and emergency preparedness measures at the federal level.
    The document outlines the lighting fixture inventory within the NIST Boulder Central Utility Plant, detailing various types of fixtures and their quantities across different facilities. It includes a diverse range of lighting types such as T-8, T-12, LED, Sodium SOX, and Incandescent bulbs, categorized by specific areas like offices, labs, and emergency exits. Each section specifies the number of fixtures per space, offering insights into the operational lighting needs of the plant. This inventory is essential for understanding the facility's current lighting setup and may serve as a foundation for upgrades or maintenance involved in its operations, maintenance, and repair initiatives. The data is structured around designated rooms and their corresponding fixture types, indicating an organized approach to managing and assessing interior and exterior lighting requirements. Overall, this document emphasizes the importance of efficient lighting management in government facility operations and maintenance, contributing to the overall efficiency and safety of the work environment.
    The NIST Boulder Central Utility Plant (CUP) Operations and Maintenance contract outlines specific requirements for a seamless transition between incumbent and successor contractors, ensuring continuous operational service. The transition timeline spans the last 30 days of the current contract and the first 30 days of the new contract. Key responsibilities are detailed for both parties: the incumbent contractor must maintain full staffing and operational performance, while also facilitating the successor’s training in equipment operation, alarm responses, and contractual obligations. The successor contractor is expected to observe operations, participate in training, and coordinate the installation of treatment equipment during this period. Any use of the incumbent contractor's property is prohibited for the successor. The document emphasizes the importance of maintaining uninterrupted plant operations and effective knowledge transfer for successful management of CUP services across NIST facilities in Boulder, Fort Collins, and Kauai. This performance work statement reflects the government’s structured approach to contract management and transition planning to uphold service continuity.
    This document pertains to the Operations and Maintenance of the Central Utility Plant at the National Institute of Standards and Technology (NIST) in Boulder, Colorado. It appears to be a comment form used for submitting questions related to an RFP (Request for Proposals). The essential purpose is to facilitate communication between potential contractors and the requesting agency regarding the operational requirements and maintenance of the facility. The document structure includes fields for the company name, contact person and their email, the date the inquiry was sent, page numbers, section references, and specific paragraph numbers to clarify which parts of the RFP or project the inquiry relates to. Overall, the form serves as a crucial tool for enhancing clarity and ensuring that all interested parties have a thorough understanding of the project's operational scope and maintenance expectations.
    The DRAFT Performance Work Statement (PWS) outlines the requirements for a Performance Based Service Contract concerning the operation, maintenance, and repair of the Central Utility Plant (CUP) at NIST in Boulder, Colorado, as well as the WWV and WWVH field sites in Fort Collins, CO, and Kekaha, HI. The contract entails 24/7 operation, preventative maintenance, emergency repair services, and adherence to safety protocols. Key personnel, such as a Project Manager and qualified engineers, must be provided, ensuring they meet specific licensing and training requirements. The contractor is tasked with comprehensive reporting of operations and maintenance activities, including daily inspections and monthly reports. The PWS emphasizes the importance of maintaining operational efficiency to prevent service disruption for research laboratories while maintaining compliance with local, state, and federal regulations. Continuous cooperation during contract transition phases is mandated to ensure uninterrupted service. This document serves as a framework for potential contractors to understand the responsibilities and expectations of the contracted services aligned with government RFP procedures.
    The document outlines a Sources Sought announcement issued by the National Institute of Standards and Technology (NIST) for the Operations and Maintenance (O&M) of the Central Utility Plant (CUP) at its Boulder, Colorado campus. This request serves as a market research tool to gauge interest and capabilities among potential prime contractors for providing maintenance services, including preventative maintenance for associated equipment at various sites. NIST seeks capability statements from interested contractors, specifically those with experience in high-pressure steam plants and related commercial equipment maintenance. The announcement also invites comments on the draft performance work statement (PWS) to refine project requirements. While this notice does not act as a solicitation or proposal request, it provides a framework for understanding contractor qualifications and potential small business set-asides. Interested parties are instructed to submit a comprehensive capability statement detailing their qualifications, relevant experience, and company information by a specified date. The information gathered will help NIST develop a clearer picture of available resources, as well as finalize the PWS before any solicitation release.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Multiple-Award Architect-Engineer Services
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking qualified architect-engineer firms to provide multiple-award A-E services for its facilities located in Colorado and Hawaii. The procurement aims to secure professional services for design, renovation, and construction projects, including specialized areas such as scientific research laboratories and hazardous material remediation, with a focus on mechanical, electrical, and plumbing (MEP) disciplines. This initiative is crucial for maintaining and enhancing NIST's operational capabilities across approximately 30 buildings, totaling around 650,000 square feet, which house various scientific and administrative functions. Interested firms must submit their responses by January 16, 2026, and can direct inquiries to Julie Morris at julie.morris@nist.gov or by phone at 303-497-6504.
    Horizontal Dry Dilution Refrigerator Relocation Service
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from industry sources regarding the provision of Horizontal Dry Dilution Refrigerator Relocation Services. This procurement involves the expert disassembly, packing, re-assembly, and installation of a semi-custom Blue Fors Horizontal Dry Dilution Refrigerator, ensuring that the existing warranty coverage and performance are maintained throughout the process. The relocation is critical for the NIST's Quantum Calorimeter Group, as it supports ongoing research and development activities at the new location in Brookhaven National Laboratory, NY. Interested parties should submit their responses by December 22, 2025, to Lisa Stevens at lisa.stevens@nist.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    Dilution Refrigerator
    Commerce, Department Of
    The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is seeking information from industry regarding the procurement of a state-of-the-art dilution refrigerator to support its quantum sensor development and quantum information science research in Boulder, Colorado. The refrigerator must achieve a base temperature of 10 mK or lower, with specific cooling power and minimal vibration, and include advanced features such as automation via Python scripting and a fully automated gas handling system. This opportunity is crucial for enhancing NIST's capabilities in quantum research, and interested parties are invited to submit their responses by December 23, 2025, to Angela Hitt at angela.hitt@nist.gov, with a focus on their qualifications and compliance with relevant regulations.
    Sources Sought Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    Combined Sources Sought/Notice of Intent to Sole Source: Repair Keysight model 5227A Vector-Network-Analyzer
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to noncompetitively acquire repair services for a Keysight model 5227A Vector-Network-Analyzer. The repair is critical due to the analyzer's failure to output microwaves at certain frequencies, which hinders essential measurements for the CHIPS project, impacting the characterization of magnetic materials. Keysight Technologies is the sole provider capable of performing these repairs due to proprietary components and procedures, and the acquisition must be completed within the current fiscal year to meet project timelines. Interested parties should direct inquiries to Cielo Ibarra at cielo.ibarra@nist.gov by December 12, 2025, and responses to the notice are due by December 23, 2025, at 5:00 PM ET.
    CHIPS R&D: Extreme Thermal Cycling Chamber– Combined Sources Sought/Notice of Intent to Sole Source
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking to procure an Extreme Thermal Cycling Chamber to support its CHIPS Metrology program, which focuses on the reliability of materials used in advanced semiconductor packaging. The chamber must meet specific technical requirements, including a temperature range of -100 °C to 200 °C and a cycling rate of at least 70 °C/min, to facilitate accelerated aging experiments on polymeric components. This procurement is critical for enhancing metrology capabilities within the U.S. semiconductor manufacturing ecosystem, and interested vendors are encouraged to respond with their capabilities and relevant information to the primary contact, Tracy Retterer, at tracy.retterer@nist.gov, by the specified deadline.
    Optical Microscope
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking responses to a Sources Sought Notice for the procurement of an Optical Microscope. The primary objective is to support the NIST CHIPS Metrology R&D program, which focuses on nondestructive defect detection metrology for semiconductor advanced packaging, requiring a microscope capable of various imaging modes and equipped with advanced features for precision measurements. This procurement is critical for enhancing the accuracy of defect detection in semiconductor failure analysis, with a focus on characterizing defects through precise optical measurements. Interested vendors should submit their capabilities and relevant information to Cielo Ibarra at cielo.ibarra@nist.gov by December 15, 2025, while noting that this notice does not constitute a commitment to award a contract.
    Combined Sources Sought/Notice of Intent to Sole Source: Sub-THz VNA Extenders and Amplifier
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire Sub-THz VNA extenders and a high-power amplifier to support its CHIPS program focused on high-frequency transistor characterization. The procurement includes specific requirements for WR6.5, WR5.1, and WR3.4 VNA waveguide extenders, as well as a D-band waveguide amplifier, all of which are critical for developing a unique microelectronic measurement setup essential for semiconductor testing. This equipment is vital for enhancing measurement capabilities and accelerating the development of next-generation microelectronic devices. Interested vendors must respond by December 23, 2025, with their capabilities and relevant information to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    Combined Sources Sought/Notice of Intent to Sole Source: Pump Suppression Module
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire a Pump Suppression Module essential for a new Brillouin Light Scattering (BLS) spectrometer as part of its CHIPS project. This module is critical for accurately measuring magnetic materials parameters, which directly supports advancements in magnetic random-access memories (MRAM) and enhances the semiconductor industry's product reliability and performance. The procurement is intended to be fulfilled by Light Machinery, Inc., the only vendor identified that meets the stringent specifications required for the module, including a suppression capability of at least 60 dB and high transmission rates. Interested parties must submit their responses by August 1, 2025, to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    Electrical IDIQ MATOC
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting a Sources Sought notice to identify qualified electrical construction firms for a Multiple Award Task Order Contract (MATOC) for repairs, renovations, and alterations at its Gaithersburg, Maryland campus. The anticipated contracts will be firm-fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) agreements, focusing on a range of electrical services including installation, troubleshooting, and maintenance of electrical systems and equipment, all adhering to industry and safety standards. Interested contractors are encouraged to submit a capability statement by January 30th, 2024, detailing their qualifications and experience, with submissions directed to Travis Zoellner at travis.zoellner@nist.gov.