BCS UCS DLA ENTERPRISE CONTONTRACT
ID: SP470525R002026Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-RICHMOND DIVISION #3RICHMOND, VA, 23237, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking contractors to provide lifecycle management services for Building Control Systems (BCS) and Utility Control Systems (UCS) across multiple locations, including Fort Belvoir, VA, and Richmond, VA. The procurement involves multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for maintenance, repairs, inspections, and cybersecurity assessments, with a maximum contract value of $250 million over five years. These services are critical for ensuring operational efficiency and compliance with cybersecurity standards in support of military and logistical operations. Interested parties should direct inquiries to Odemaris Dekle or Beverly J. Williams via email, with key deadlines including a site visit on January 28, 2025, and a pre-solicitation conference on January 29, 2025.

    Point(s) of Contact
    Beverly J. Williams
    beverly.j.williams@dla.mil
    Files
    Title
    Posted
    The document outlines Amendment 0001 to the federal RFP SP4705-25-R-2027 concerning the Defense Logistics Agency's (DLA) Lifecycle Management Services for Building Control Systems (BCS) and Utility Control Systems (UCS). Key aspects include a planned 30-day phase-in period for task orders, stipulations on contract awards limited to one prime contractor per location, and plans to award three to seven Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The document clarifies submission formats for proposals, stating no narrative is required, and removes the necessity for past performance evaluation. Additionally, clarifications are provided on specific requirements, including facility security clearances, cybersecurity responsibilities, and potential adjustments based on changes in contract requirements. The primary intent is to streamline the procurement process while ensuring compliance with various operational security protocols. The government seeks maximum efficiency and clarity in proposal submissions to facilitate ease of understanding among contractors vying for the contract.
    The document outlines a comprehensive inventory of HVACR (Heating, Ventilation, Air Conditioning, and Refrigeration) equipment, control systems, and metering systems across multiple federal sites, including Ft. Belvoir, San Joaquin, Richmond, Columbus, and Susquehanna. It categorizes equipment types by fuel/water types, power specifications, and control systems, providing an estimated quantity of assets for each category. Key equipment includes air distribution units, chillers, heat pumps, boilers, and various controllers and sensors, amounting to thousands of devices. The primary purpose of this documentation is to inform government RFPs (Requests for Proposals) and grants related to maintenance and servicing of HVACR systems, facilitating a standardized approach to assessing and bidding for these maintenance contracts. It emphasizes the need for comprehensive knowledge of equipment to ensure operational efficiency and compliance with federal regulations. The structured tables present a clear overview, aiding in the design and implementation of strategic maintenance plans for federal facilities. The document underscores the importance of accurate asset databases in enhancing facility operations, fostering transparency, and enabling competitive procurement processes.
    The document details functional locations and equipment associated with various government facilities, primarily focusing on security and infrastructure systems at the DSCR (Defense Supply Center Richmond). It lists numerous building codes and their corresponding asset descriptions, such as protective barriers, guard booths, storage facilities, and mechanical rooms. Each entry includes an identification code that can be used for inventory tracking and maintenance purposes. Additionally, the text includes information on different types of equipment, including emergency generators and electrical panels, specifying system status and manufacturer details. The overarching purpose of this document is to compile comprehensive operational data to facilitate the management, maintenance, and potential upgrades of government properties and their associated systems. This is pivotal within the context of public safety, regulatory compliance, and efficient resource allocation as outlined in federal grants and RFPs aimed at infrastructure improvement and security enhancement. The organization of the document emphasizes a systematic approach to asset management, ensuring that critical infrastructure is identified and appropriately maintained.
    The document outlines a comprehensive inventory of functional locations, equipment, and their respective statuses within the Defense Distribution and Storage Program (DDSP). It catalogs multiple buildings, including specific areas such as water treatment plants, valve houses, meter pits, and sewage lift stations, alongside unique identifiers for each location and associated equipment. Key equipment listed includes backflow preventers, blowers, pumps, and various machinery, each marked as installed (INST) or in various operational states. This detailed inventory serves as a critical component of maintenance and operational oversight, ensuring compliance with safety regulations and efficient facility management. The systematic arrangement points to the broader goal of improving infrastructure reliability and maintaining operational readiness within government facilities. Overall, this file functions as an essential resource for managing and planning maintenance activities across numerous facilities, aligning with governmental objectives in facility management and resource allocation.
    The Defense Logistics Agency (DLA) is seeking contractors to provide comprehensive maintenance services for its Building Control Systems (BCS) and Utility Control Systems (UCS) across multiple sites, including elevators, electrical systems, and HVAC systems. The contract, structured as a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ), will encompass routine preventive and non-routine maintenance needs. The contractor will be responsible for staffing, equipment, supervision, and other necessary resources, ensuring compliance with cybersecurity standards and optimizing equipment performance. Key duties include regular maintenance, service response, and the management of service orders across sites such as Fort Belvoir, VA, and Richmond, VA. The contract spans a base year with four optional years, emphasizing performance management, quality control, and adherence to federal regulations. Roles such as the Contracting Officer and Technical Point of Contact (TPOC) are pivotal in monitoring contractor compliance and performance. The initiative aims to streamline operations, enhance energy efficiency, and improve service delivery across DLA facilities, demonstrating the organization's commitment to quality infrastructure management and operational readiness for the military.
    The Defense Logistics Agency (DLA) seeks a contractor for maintenance and support services regarding Elevator Systems, Electrical & Lighting Systems, HVAC, BAS, Utility Metering, and Electrical Distribution systems at the DLA Headquarters in Fort Belvoir, VA. The project entails a non-personal services contract providing all necessary management, labor, and materials to ensure operational efficiency in compliance with applicable laws and standards. The contractor will execute tasks such as routine maintenance, inspections, and repairs while maintaining comprehensive documentation of all activities and inventory management. Key objectives include effective lifecycle management of systems, adherence to optimum operational standards, and cyber security requirements as outlined by the Department of Defense. The performance period spans one base year with four one-year options, alongside strict quality control, personnel security measures, and compliance with federal regulations. The contractor will also provide regular reports and participate in progress meetings ensuring transparency and accountability throughout the contract duration. This initiative underscores DLA's commitment to sustaining critical infrastructure supporting the military and logistical operations.
    The document outlines the estimated labor and material costs for non-routine and ad-hoc services at various federal locations, including headquarters and specific regions such as Richmond, VA; New Cumberland, PA; Columbus, OH; and San Joaquin, CA. Each section detail labor categories, associated hourly rates, estimated work hours, and total labor costs across several trades such as Elevator Mechanics, Electricians, HVAC Technicians, and Cybersecurity personnel. The estimates list a base year and options for additional years, with a significant emphasis on the requirement for contractors to obtain three bids for material costs and utilize routine maintenance labor at no extra charge to the government. The ad-hoc material costs are estimated at $2 million to $3 million for each location. The document serves as a comprehensive guide for federal RFPs and grant applications, showcasing anticipated expenses for ongoing maintenance and improvements while stressing compliance and cost-effectiveness in procurement practices.
    This file outlines the routine maintenance and cybersecurity needs for DLA HQ located at Ft Belvoir over five operational years (OY #1 to OY #4). It provides a structured schedule for various systems, including elevators, electrical systems, and HVAC/mechanical systems, detailing the allocation of resources for both routine maintenance and cybersecurity. Each category lists projected costs associated with routine maintenance and cybersecurity measures specific to the respective systems, culminating in an overall total for both maintenance and cybersecurity for each operational year. The document serves as a foundation for federal RFPs focusing on operational efficiency and security within government facilities, highlighting the necessity of maintaining critical infrastructure while safeguarding against cyber threats. By ensuring these services are properly funded and scheduled, the government aims to uphold its commitment to security and effective maintenance protocols.
    The document outlines the proposal review and evaluation process for federal solicitations, focusing on compliance and cybersecurity capabilities. It specifies that contractors must fill in designated cells within a compliance checklist that includes submission requirements, such as a complete proposal package and active SAM registration. The review process consists of several steps, including Proposal Compliance Review, Gate Entry Criteria, and Trade-Off Source Selection. Key evaluation factors include Technical and Management Expertise, Cybersecurity Capabilities, Key Personnel qualifications, and a Routine Maintenance Technical Plan, all assessed through pass/fail criteria. The Cybersecurity aspect emphasizes adherence to DISA Security Technical Implementation Guides (STIGs) and a robust vulnerability management approach. The rating system for proposals encompasses adjectival ratings (e.g., Outstanding, Acceptable) and performance confidence assessments, providing a structured approach to evaluating contractors’ abilities to meet government requirements. Overall, the document serves as a comprehensive guide for contractors to ensure their proposals meet federal standards, enhancing the government's capability to select competent service providers for contract awards.
    The Key Personnel Resume Template serves as a structured framework for submitting qualifications of key personnel in response to government RFPs, federal grants, and state/local proposals. It requires detailed input in several sections, including general information about the individual and their company, educational background, relevant experience across various projects, certifications, affiliations, and security information, such as background investigations or security clearances. Key sections outline the need for past client/project specifics, roles held, and the contexts in which applicants have operated, underscoring their professional capacity to fulfill the proposed roles. It emphasizes the importance of accurate documentation and adherence to guidelines for substitutions and security requirements. This template is integral for demonstrating the competencies of proposed personnel, thereby influencing the selection process in competitive government contracting. Its structured approach ensures comprehensive evaluation of qualifications while maintaining compliance with relevant Federal Acquisition Regulation standards.
    The Contractor Non-Disclosure Agreement outlines the obligations of employees of contractors providing support services to the Defense Logistics Agency (DLA). The document emphasizes the importance of protecting nonpublic information, including Planning, Programming, Budgeting and Execution (PPBE) data, Controlled Unclassified Information (CUI), and proprietary information that may be accessed during contract performance. RECIPIENTs must limit their access to nonpublic information strictly to what is necessary for fulfilling their contractual duties and are prohibited from using such information for personal or commercial purposes. They are also required to report any unauthorized disclosures to the Contracting Officer's Representative. Upon the conclusion of their contract, RECIPIENTs must return all nonpublic information. Violations of this agreement can lead to administrative, civil, or criminal penalties. The document reinforces that existing laws and protections regarding classified and whistleblower information remain in effect. This agreement is vital for maintaining confidentiality and safeguarding sensitive information related to federal contracts and operations.
    The solicitation SP4705-25-R-2026 issued by the Defense Logistics Agency (DLA) aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for lifecycle management services related to Building Control Systems (BCS) and Utility Control Systems (UCS). The contractor will perform regular maintenance, repairs, inspections, and cybersecurity assessments across several locations, including various Defense Supply Centers and Distribution Depots. The contract has a maximum value of $250 million over five years, with a guaranteed minimum order of $10,000 and service areas including elevator systems, electrical systems, and HVAC services. Proposals will be evaluated based on both price and non-price factors, ensuring competitive best value awards. The solicitation outlines critical compliance requirements such as the submission of a Non-Disclosure Agreement and adherence to the Federal Acquisition Regulation (FAR) guidelines. Additionally, instructions for proposal submission highlight the importance of thorough documentation and timely inquiries to designated contracting officers.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by December 22, 2025, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    PROJECT CM25269001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for an Indefinite Quantity Contract (IQC) for various types of valves, including solenoid valves and safety relief valves. The procurement includes items with specific National Stock Numbers (NSNs) and requires delivery schedules ranging from 180 to 360 days, with quantities to be shipped to military depot locations as needed. This acquisition is crucial for maintaining operational readiness and is not set aside for small businesses, with a small business size standard of 750 employees. Interested suppliers should prepare to submit offers via DIBBS or email, with the solicitation expected to be available on or about December 30, 2025. For further inquiries, contact Mindy Cook at mindy.cook@dla.mil or call 614-692-1798.
    Waterline Repair at DSCR - U&C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors to perform waterline repair services at the Defense Supply Center Richmond (DSCR) in Virginia. The primary objective of this procurement is to address and repair a broken waterline located underground at the facility. This repair is crucial for maintaining the operational integrity of the center's infrastructure and ensuring the continued availability of essential services. Interested contractors can reach out to Heesun Redmond at Heesun.Redmond@dla.mil or call 804-279-2921 for further details regarding the procurement process.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    25--INSTALLATION KIT,VE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of an Installation Kit, VE, under the presolicitation notice. This requirement includes a total quantity of 123 kits, with a delivery timeline of 325 days, and is set aside for small businesses, emphasizing the importance of timely and quality delivery in the evaluation process. The goods are specifically manufactured for military use, highlighting their critical role in defense operations. Interested suppliers should submit their proposals via the DLA Internet Bid Board Site (DIBBS) or email Emily Castle at emily.mcknight@dla.mil, with the solicitation expected to be available on or about December 17, 2025.