Steam Distribution Maintenance at GSA's Heating Operation and Transmission Division (HOTD)
ID: EQWPMA-25-0019Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 BUILDING SERVICES DIVISION CENTER 2WASHINGTON, DC, 20405, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified small businesses to provide management and operational support for the Steam Distribution Complex in Washington, DC, under the Heating Operation and Transmission Division (HOTD). The procurement involves routine inspections, maintenance, and minor repairs of the steam distribution system, with an emphasis on safety protocols and compliance with OSHA regulations. This opportunity is critical for ensuring the efficient operation of federal facilities, and interested parties must submit their capabilities, including company identification and experience, by February 28, 2025. For further inquiries, potential respondents can contact Jenique Markman at jenique.markman@gsa.gov or Michelle Allen at michelle.allen@gsa.gov.

    Files
    Title
    Posted
    The document outlines the scope of work for a Contractor tasked with maintaining the Steam Distribution Complex in Washington, DC, under federal oversight. The Contractor is responsible for managing labor, supervision, equipment, and materials for regular maintenance, minor repairs, and additional task order services related to the steam distribution system. Safety protocols are emphasized, particularly in confined spaces and areas with asbestos, necessitating the provision of safety equipment and proper ventilation. A full-time project manager must be assigned by the Contractor, and a structured maintenance schedule divides the complex into zones for systematic inspections and repairs. The scope includes preventive maintenance tasks such as inspections of valves, pumps, electrical systems, and general housekeeping. The Contractor must abide by OSHA regulations and perform repairs using approved materials. Work prioritization is defined, categorizing tasks into emergency, urgent, high, and normal priorities, each with specified timelines for completion. Emergency plans and quality control measures are mandated, highlighting the project's critical nature in supporting the federal government's operations. This comprehensive plan is indicative of the stringent standards for performance under government RFPs and the necessity for coordination with various federal entities.
    The General Services Administration (GSA) issued a Sources Sought Notice (EQWPMA-25-0019) to identify qualified small businesses capable of providing management and operational support for the Heating Operation and Transmission Division's Steam Distribution Complex in Washington, DC. The scope includes routine inspections, maintenance, and minor repairs, along with additional tasks as required. The government aims to maximize small business participation in its acquisitions. This notice does not constitute a commitment to award a contract but calls for interested small businesses to submit their capabilities, including company identification, experience, bonding capacity, and self-performance details. Responses are to be submitted by February 28, 2025. The anticipated contract selection will follow the tradeoff process as outlined in federal regulations, emphasizing technical merit alongside pricing. Overall, the document underscores the GSA's commitment to engaging small businesses for federal operations while seeking qualified contractors for essential facility management services.
    Similar Opportunities
    FY25 GSA Streamlined Retail Electric Solicitation
    Buyer not available
    The General Services Administration (GSA) is seeking competitive bids for the FY25 Streamlined Retail Electric Solicitation, aimed at procuring electricity supply services for federal agencies. Contractors will be responsible for supplying electricity at designated delivery points for a contract period of up to 60 months, ensuring compliance with regulatory standards and managing various pricing components, including energy commodity costs and renewable energy requirements. This procurement is crucial for maintaining a reliable electricity supply while promoting sustainability through the use of renewable energy sources. Interested bidders should direct inquiries to Mark West at mark2.west@gsa.gov or Brenna Lanphear at Brenna.Lanphear@gsa.gov, with the deadline for inquiries extended to February 26, 2025, at 3:00 PM EST.
    Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services
    Buyer not available
    The General Services Administration (GSA) is seeking interested parties for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Full Service Architectural and Engineering Services within its Mid-Atlantic Region. The contract will cover services related to repairs, renovations, and modernizations of federal facilities, particularly in occupied buildings that may have historical significance, with projects typically valued up to $5 million. Firms responding to this Sources Sought Notice must demonstrate their experience in relevant projects and outline their capacity to manage multiple concurrent task orders, as the information gathered will inform the government's acquisition decisions with a focus on maximizing opportunities for small businesses. Responses are due by February 28, 2025, and interested parties should contact Janet Coker at janet.coker@gsa.gov or Daniel Langan at Daniel.Langan@gsa.gov for further inquiries.
    Smart Sensor Blanket Purchase Agreement (BPA)
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to establish a multiple-award Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for Smart Sensor Installation and Support Services across GSA-managed facilities. The objective of this procurement is to enhance facility operations through the implementation of advanced smart sensor technology that collects real-time occupancy and environmental data, thereby improving operational efficiency and supporting public health initiatives within over 180 million square feet of federal building space. The BPA, estimated at $41.9 million over a five-year period, includes installation, maintenance, and integration of smart sensors, with a submission deadline for quotations extended to 12:00 PM ET on February 21, 2025. Interested vendors should direct their inquiries and submissions to Collette Scott at collette.scott@gsa.gov and Tyrone Dallas at tyrone.dallas@gsa.gov.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    S--EROS Facilities Operations and Maintenance Support Services
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking potential vendors for facilities operations and maintenance support services at the Earth Resources Observation Systems (EROS) Data Center in Sioux Falls, South Dakota. The procurement aims to ensure comprehensive upkeep of facility systems, including HVAC, electrical, plumbing, and environmental compliance, while adhering to federal standards and enhancing operational efficiency over a five-year contract period. This initiative is critical for maintaining safety and reliability across the 318-acre campus, with a focus on timely service delivery and regulatory compliance. Interested organizations are encouraged to submit their qualifications and feedback on the draft Performance Work Statement by March 3, 2025, with further details available through the System for Award Management (SAM) website. For inquiries, contact Ty Dehart at tdehart@usgs.gov.
    BOST - HVAC PM REPAIR/SERVICE CONTRACT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the BOST - HVAC PM Repair/Service Contract at the Boston National Historical Park. The procurement involves preventive maintenance, inspections, and repairs of HVAC systems across various park facilities, with a focus on ensuring operational efficiency and compliance with safety standards. This contract is crucial for maintaining the park's historic environment while providing essential services, and it is set aside for small businesses under NAICS code 238220. Interested contractors must submit their quotations by February 21, 2025, and can contact Jason Albright at JasonAlbright@nps.gov or 617-519-6145 for further details.
    Annual Boiler Inspection
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for annual boiler inspection services at the Defense Supply Center Richmond (DSCR) in Virginia. The contractor will be responsible for conducting comprehensive inspections on 39 steam and hot water boilers, ensuring compliance with American Society of Mechanical Engineers standards, and providing detailed documentation of inspection results within seven days. This procurement is critical for maintaining the safety and operational efficiency of the facility's boiler systems, with a contract period starting April 3, 2025, and lasting for 12 months, with options for four additional years. Interested contractors should contact Justin Jones at JUSTIN.1.JONES@DLA.MIL or Heesun Redmond at heesun.redmond@dla.mil for further details, and must submit their proposals electronically by the specified deadline.
    Propane Services, Steamtown National Historic Site
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified contractors to provide propane delivery services for the Steamtown National Historic Site in Scranton, PA. The procurement involves an indefinite delivery requirement contract for the delivery of between 500 and 5,500 gallons of liquid propane gas (LPG) monthly, ensuring that tanks remain between 30% and 80% full during regular business hours, with a service period commencing on March 1, 2025, and extending for a base year plus two optional years. This contract is crucial for maintaining operational efficiency at the historic site, and contractors must comply with federal, state, and local regulations, including safety inspections and repairs of tank components. Interested parties should note that the total estimated contract value is capped at $150,000, with an initial award likely under $50,000, and proposals are due by February 21, 2025. For further inquiries, contact Derek Barber-Richards at derekbarber-richards@contractor.nps.gov.
    HVAC Performance Maintenance Services USCG Sta. Tybee
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide HVAC Performance Maintenance Services at Station Tybee in Savannah, Georgia. The contract encompasses preventive maintenance, emergency service calls, and equipment validation for various HVAC systems, including Trane-manufactured rooftop units and a chiller system, with a focus on contractor accountability and compliance with safety regulations. This multi-year contract includes one base year and four optional renewal years, with proposals due by February 21, 2025, and a total small business set-aside under NAICS code 811310. Interested parties can contact Evan Estep at Evan.C.Estep@uscg.mil or Adam Hitchcox at Adam.S.Hitchcox@uscg.mil for further information.
    General Services Administration (GSA) Lease Opportunity in Greenbelt, MD
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Greenbelt, MD, specifically under RLP No. 1MD2275. The opportunity requires a minimum of 3,279 square feet and a maximum of 3,440 square feet of space, with a lease term of 10 years, emphasizing energy efficiency and compliance with the Energy Independence and Security Act. This procurement is vital for accommodating the Department of Justice's Executive Office for United States Trustees, ensuring that the selected property meets specific security, architectural, and operational standards. Interested offerors must submit their proposals electronically by February 21, 2025, and can contact Gregory Y. Otten at gregory.otten@gsa.gov or Priya Desai at priya.desai@gsa.gov for further information.