Building Automation System Services - Quantico
ID: 15F06725Q0000397Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Building Automation System (BAS) services at the FBI Academy in Quantico, Virginia. The contract, designated RFQ 15F06725Q0000397, aims to engage a contractor for preventive maintenance, repair, and emergency services for the Reliable Controls BAS over a one-year period from September 30, 2025, to September 29, 2026. This procurement is critical for ensuring the operational efficiency and reliability of HVAC systems across multiple facilities, thereby supporting the FBI's mission. Interested small businesses must submit their proposals by 11:00 a.m. ET on August 4, 2025, to the primary contacts Jamie Melzer and Candice Kesselman via email, with all questions due by July 21, 2025.

    Point(s) of Contact
    Jamie Melzer
    jlmelzer@fbi.gov
    Candice Kesselman
    ckesselman@fbi.gov
    Files
    Title
    Posted
    The document presents a comprehensive equipment list for four buildings, delineating various heating, ventilation, and air conditioning (HVAC) components essential for the facilities' operational efficiency. Major equipment items include rooftop units (RTUs), boilers, hot water pumps (HW Pumps), exhaust fans, variable air volume (VAV) systems, and air handling units (AHUs). A total of 180 fan coil units (FCUs) is also noted, alongside multiple types of radiation and additional ventilation components. The listing implies meticulous planning and management of HVAC systems, indicating a focus on ensuring optimal climate control and mechanical support within the buildings. This equipment inventory is likely purposed for an RFP or grant, outlining essential infrastructure needs for facility upgrades or maintenance, signaling a commitment to maintaining functional and regulatory standards across the government's assets. Streamlined efficiency and systematic organization within the buildings are underscored by this extensive enumeration of equipment.
    The document pertains to a Request for Proposal (RFP) issued by the FBI for Building Automation System (BAS) services at Quantico, specifically engaging a new contractor due to the previous service provider's closure. It outlines operational requirements and clarifies the scope of work, including the types of devices in the BAS, which integrates with the NIAGARA system but has no remote access capability. Key details include the need for on-site troubleshooting, contractor responsibilities for parts within a $500 limit, and the provision of software licenses. Training sessions are expected twice or thrice annually, while required deliverables include service reports in digital format. The document confirms minimal need for emergency services in the past year and specifies that all related equipment details are available for onsite viewing. The tone remains formal and instructional, reflecting standard procurement practices aligned with federal contracting guidelines.
    The Federal Bureau of Investigation (FBI) has issued a Request for Quote (RFQ) for maintenance and support services for the Reliable Controls Building Automation System (BAS) at the FBI Academy in Quantico, VA. This contract, designated RFQ 15F06725Q0000397, seeks to engage a contractor for preventative maintenance, repair, and emergency services over a one-year period from September 30, 2025, to September 29, 2026. Interested contractors must submit their quotes by August 4, 2025, following specific guidelines outlined in the RFQ. The solicitation includes criteria for evaluation based on a Lowest Price Technically Acceptable (LPTA) approach, assessing technical capability, past performance, and pricing. Key requirements include technical understanding of the work, relevant experience, and careful adherence to submission formats. The document details strict submission deadlines and clear communication channels for potential offerors to seek clarification. This procurement demonstrates the FBI's commitment to maintaining operational efficiency and reliability of critical systems at its facilities while promoting small business participation.
    The document is a solicitation for a Firm Fixed Price contract (15F06725Q0000397) for reliable Building Automation System (BAS) controls service, specifically for HVAC control systems in various facilities managed by the Finance Division. The primary goal is to ensure effective temperature control and operation of heating and cooling systems in office, classroom, training, and dormitory environments. The contract is open to all businesses, with specific provisions aimed at promoting small businesses and various categories such as HUBZone and women-owned enterprises. Delivery is expected FOB destination, with terms that include net payment within 30 days. The contract also stipulates compliance with federal acquisition regulations, including clauses addressing ethics, labor disputes, and subcontracting regulations. A period of performance is set from September 30, 2025, to September 29, 2026, indicating a structured timeline for delivering the outlined services. This solicitation underscores the government’s commitment to acquiring necessary services while encouraging participation from diverse business types, thus maintaining a competitive procurement process.
    The Statement of Work (SOW) outlines the required services for maintaining the Reliable Controls Building Automation System (BAS) at the FBI Academy facility. The contractor will provide Preventive Maintenance, Repair, Emergency Services, Software/Firmware Upgrades, Database Management, and Client On-Site Training. Preventive maintenance includes regular inspections and adjustments to optimize BAS performance and generate detailed service reports post-inspection. Repair services cover necessary component replacements with a maintenance cost cap. Emergency services are offered 24/7, with specific hours for free service coverage, while software upgrades will be conducted as needed, pending approval. Monthly database reviews ensure compliance and operational integrity. Training for staff on BAS operation and troubleshooting will be customized to meet facility needs. Deliverables include service logs, training materials, and backup reports. The timeline specifies commencement within 15 days of contract award for preventive maintenance and continuous availability of emergency services. All work must adhere to established performance standards, and any modifications to the SOW require mutual consent. The document reflects a structured approach to securing effective maintenance and support services as part of government RFP processes, promoting operational efficiency and safety compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to acquire a firm-fixed-price contract for emergency piping and plumbing leak repair and prevention at the J. Edgar Hoover FBI Building in Washington, DC. This procurement is justified as a sole-source contract due to its nature as a logical follow-on to a previous order issued under the FBI Regional Multiple Award Construction Contract (RMACC), ensuring economy and efficiency in the process. The services are critical for maintaining the operational integrity of the facility, which houses essential FBI functions. Interested parties can reach out to Eric Thomas at ejthomas3@fbi.gov for further details regarding the justification and procurement process.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Two Chiller Replacement Project
    Buyer not available
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a construction contract focused on the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project entails providing a temporary Surge/Deaerator System to ensure continuous steam service, including the removal of an existing tank and installation of a new two-tank system with necessary piping, controls, and labor. This initiative is critical for maintaining operational efficiency and compliance with federal regulations in a correctional facility. Interested small businesses must submit their electronic bids by December 12, 2025, at 12:30 PM EST, and are encouraged to attend a pre-bid site visit on November 12, 2025. For further inquiries, contact Kevin Slone at kslone@bop.gov or 202-578-8617.
    J041--J041--Notice of Intent to Sole Source Support for JCI Metasys Building Automation System (BAS)
    Buyer not available
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to award a sole-source contract to Johnson Controls, Inc. (JCI) for support services related to the Metasys Building Automation System (BAS) at the Overton Brooks VA Medical Center in Shreveport, LA. The contract will cover on-site scheduled services, including upgrades from Revision 12 to 14, preventative and corrective maintenance, and functional training for VA HVAC technicians, with a focus on maintaining the integrity of the existing system. This procurement is critical as JCI is the original equipment manufacturer, ensuring that the services provided meet the specific requirements of the existing equipment. Responses to this notice are due by December 9, 2025, at 10:00 AM CST, and interested parties may contact Alan Scanio, the Contract Specialist, via email at alan.scanio@va.gov for further information.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    Replace Chillers 1, 2 & 3
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. The project involves the professional installation, labor, materials, and equipment necessary for replacing the existing chillers and all associated HVAC components, including pumps, piping, valves, controls, and plumbing services. This upgrade is crucial for maintaining the facility's operational efficiency and comfort. The estimated project value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be available around December 19, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Jeffrey Kercheval at jkercheval1@bop.gov.
    Upgrade Fire Detection System at FCI Phoenix
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the upgrade of the fire detection system at the Federal Correctional Institution (FCI) in Phoenix, Arizona. The project entails the installation of a new addressable fire alarm system across all buildings, including the integration of various safety features such as manual pull stations, automatic detectors, and connections to existing mechanical and fire suppression systems. This upgrade is crucial for enhancing safety protocols within the facility, ensuring compliance with federal regulations, and safeguarding personnel and inmates. Interested contractors must be registered as small businesses in SAM.gov under NAICS code 238210, with bids due by December 16, 2025, at 11:00 A.M. MST. For further inquiries, contact Alex Jackson at a4jackson@bop.gov or 202-578-9940.