Building Automation System Preventative Maintenance Service Contract
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of State, American Embassy Bridgetown, is soliciting proposals for a Firm Fixed-Price contract for Building Automation System (BAS) Preventative Maintenance Services in Bridgetown, Barbados. This opportunity seeks a responsible company to ensure the operational reliability of BAS across various embassy areas. Proposals are due March 10, 2026, at 10:00 a.m.
Scope of Work
The contractor will provide comprehensive BAS Preventative Maintenance (PM) Services as detailed in the Statement of Work. This includes, but is not limited to, preventative maintenance, investigation and troubleshooting, adjustments, and configuration of trend and alarm systems. All serviced systems must be in good operational condition upon completion. The contractor is responsible for providing all necessary personnel, transportation, tools, equipment, and supplies. Technicians must be qualified, trained, and manufacturer certified. Services will be performed in General Work Areas (GWA), Public Access Areas (PAA), and Controlled Access Areas (CAA). Security provisions require a DD Form 254 and may necessitate a TOP SECRET facility clearance.
Contract Details
- Type: Firm Fixed Price
- Period of Performance: One (1) year base contract with four (4) additional one-year option periods.
- Site Visits: Two (2) BAS PM site visits are required per year, spread equally throughout the year.
- Set-Aside: None specified; however, active registration in SAM.gov is mandatory for all offerors at the time of proposal submission.
Submission & Evaluation
Proposals must be submitted electronically to Bridgetownprocurement@state.gov by March 10, 2026, at 10:00 a.m. Submissions must be in MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (pdf) format, with individual file sizes not exceeding 30MB. Required submissions include SF-1449, Section I Pricing, Section 5 Representations and Certifications, additional information as required in Section 3, a completed IRS Form W-14, and proof of SAM Registration. Award will be made to the lowest priced, acceptable, responsible offeror, potentially without discussions. Failure to be SAM registered at the time of submission will deem the proposal non-responsive.
Additional Notes
Proposals must be in English; incomplete proposals will not be accepted. The contract includes clauses related to Buy American, Trade Agreements, and other Federal Acquisition Regulations (FAR) and Department of State Acquisition Regulations (DOSAR).