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
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 25, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 7:00 PM UTC
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
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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.
Jan 25, 2025, 5:18 PM UTC
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
SOFTWARE INSTALLATION FOR THE GLOBAL FACILITY MANAGEMENT SYSTEM (GFMS) EKC SYSTEM AND REACTIVATION OF (2) SECURITY ASSET MANAGER (SAM) BY KEY SYSTEMS INC. FOR DLA DISTRIBUTION CHERRY POINT, NC (DDCN)
Buyer not available
The Defense Logistics Agency (DLA) is soliciting quotes for the installation and configuration of the Global Facility Management System (GFMS) EKC system and the reactivation of two Security Asset Manager (SAM) units at DLA Distribution Cherry Point, North Carolina. This procurement aims to establish a firm-fixed-price contract that includes technical services such as system installation, cybersecurity support, integration with existing systems, and ongoing maintenance. The initiative is crucial for modernizing the facility management and security systems, enhancing operational efficiency and safety standards within the DLA. Interested contractors must submit their proposals electronically by May 13, 2025, and are required to meet specific cybersecurity qualifications as outlined by the Department of Defense. For further inquiries, potential bidders can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.
(Amended) Full Line Food and Beverage Support for DLA customers in the states of Missouri and Illinois and Surrounding areas
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking a contractor to provide Full Line Food and Beverage Support for DLA customers in Missouri, Illinois, and surrounding areas. The procurement involves delivering various subsistence items on a "just in time" basis, with the contractor required to interface with the Government’s established transaction package and support Electronic Data Interchange transaction sets. This contract, valued at a maximum of $540,638,783.35, will be awarded as a Fixed-Price contract with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2024. For further inquiries, contact Dakota Donnelly at Dakota.donnelly@dla.mil or Vance S. Corey at vance.corey@dla.mil.
25--CONTROL UNIT,ELECTR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 units of the CONTROL UNIT, ELECTR (NSN 2590200013258). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated six orders per year and a guaranteed minimum quantity of two. The CONTROL UNIT is crucial for military armored vehicles and related components, ensuring operational readiness and reliability. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
TruePlanning Software Package
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the procurement of the TruePlanning Software Package, which includes various Unison Engineering products essential for enhancing cost estimation capabilities. The contract, valued at approximately $356,149.82, will cover a Base Year from July 1, 2025, to June 30, 2026, with two additional Option Years extending through June 30, 2028. This software is critical for producing credible lifecycle estimates and conducting "should cost" analyses to ensure fair pricing for aviation purchases. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to the primary contact, Donald Hinkson, at donald.hinkson@dla.mil or by phone at 445-737-3994.
DLA Distribution Expeditionary Capabilities Contract (DECAP)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the DLA Distribution Expeditionary Capabilities Contract (DECAP), aimed at establishing a contractor workforce capable of rapid global deployment to support various distribution and disposition services. This contract will address urgent needs for military, humanitarian assistance, disaster relief, and other interagency support operations, requiring contractors to provide all necessary personnel, materials, and equipment for simultaneous task orders at multiple sites worldwide. The procurement will be conducted as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a two-year base ordering period and four optional two-year periods, under NAICS code 561210, with a size standard of $47 million. Interested parties should direct inquiries to Scott Lesh at scott.lesh@dla.mil or David R. Gilson Jr. at david.gilson@dla.mil, and all related documents will be available on the SAM.gov website.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
Bulk Material Sampling and Analytical Laboratory Services Procurement
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide bulk material sampling and analytical laboratory services for materials entering the National Defense Stockpile. The contractor will be responsible for performing physical and chemical property testing to ensure compliance with government specifications, with task orders detailing specific services, sampling locations, and timeframes. This procurement is critical for maintaining the integrity and safety of materials within the stockpile, ensuring timely acceptance decisions based on Certificates of Analysis (COAs) delivered within 80 calendar days of service requests. Interested contractors can reach out to primary contact Zoryanna Siemer at zoryanna.siemer@dla.mil or 614-692-2222 for further details, with proposals due electronically by the specified deadline.
Request for Information (RFI) for an up to 60 months lease of 152 multi-functional devices and services
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry feedback through a Request for Information (RFI) regarding the procurement of 152 Multi-Functional Devices (MFDs) and associated services for the Army Materiel Command, specifically at Redstone Arsenal, AL, Anniston Army Depot, AL, and the Pentagon, Washington D.C. The objective is to establish a Firm Fixed Price (FFP) contract for a 60-month lease of these devices, which will include delivery, end-user training, full-service maintenance, and compliance with federal security standards. This initiative is crucial for enhancing operational efficiency within military communications through modern technology procurement. Interested vendors must submit their responses, including company information and any questions regarding the draft Performance Work Statement, by May 6, 2025, with inquiries due by April 29, 2025. For further details, vendors can contact Arina Zaitseva at arina.zaitseva@dla.mil or Chad Parent at chad.parent@dla.mil.
ACC-APG Upcoming Opportunities: Belvoir Division FY25
Buyer not available
The Department of Defense, through the ACC-APG Belvoir Division, is announcing upcoming contract opportunities for various project management and engineering services, with a focus on Prime Power Distribution Systems and related initiatives. These opportunities aim to enhance the U.S. Army's capabilities in power distribution, logistics, and technical support, ensuring efficient military operations. The contracts will be competitive acquisitions, with estimated values ranging from under $25 million to $500 million, and anticipated award dates extending into 2027. Interested parties are encouraged to direct their inquiries to Shahaadah Nalls at Shahaadah.C.Nalls.civ@army.mil, as all questions must be submitted via email to ensure proper handling.
Project Manager Support Services for Defensive Cyber Operations
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking experienced small businesses to provide Project Manager Support Services for Defensive Cyber Operations (DCO). The primary objective is to augment government personnel with advisory and assistance support to enhance the Army's cyber capabilities, ensuring robust defenses against malicious cyber activities that threaten data and network integrity. This initiative is critical for maintaining operational readiness and safeguarding Department of Defense systems, with a performance period anticipated from January 14, 2027, to January 13, 2032, primarily at Fort Belvoir, Virginia, and Fort Eisenhower, Georgia. Interested parties should contact Talitha Schmelzer at talitha.k.schmelzer.civ@mail.mil or call 667-891-5295 for further details, as the notice serves to gather information and does not constitute a solicitation for contract awards.