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. Consulate General in Hyderabad, India, is soliciting proposals for Building Automation System (BAS) Preventative Maintenance (PM) services. This is a firm-fixed-price contract opportunity to ensure the operational reliability and functionality of the Consulate's BAS. Proposals are due May 29, 2026, by 05 PM India Standard Time.
Purpose and Scope
The primary objective is to secure comprehensive BAS PM services to eliminate system malfunctions, breakdowns, and deterioration, and to provide ongoing evaluation of the overall BAS functionality. The scope includes scheduled preventative maintenance, investigation, troubleshooting, adjustments, and trend/alarm configuration for BAS installed in General Work Areas (GWA), Public Access Areas (PAA), and Controlled Access Areas (CAA). The contractor will be responsible for providing all necessary personnel, transportation, tools, equipment, and supplies.
Key deliverables include a five-year PM service activity schedule, detailed activity descriptions, site-specific PM checklists, comprehensive site visit reports, BAS data backups, user account retention, BAS inventory, staff information, and test equipment calibration certificates.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: One (1) base year with four (4) additional one-year option periods.
- Estimated Start Date: No later than July 01, 2026.
- Place of Performance: U.S. Consulate General, Hyderabad, India.
- Set-Aside: None specified; this solicitation appears to be unrestricted.
- Payment: Can be made in US Dollars or Indian Rupees.
Key Requirements for Offerors
Contractor personnel must possess a minimum of five (5) years of experience and be trained and certified by the BAS Manufacturer. Security provisions are stringent, requiring a DD Form 254 and a TOP SECRET facility clearance for the contractor, with SECRET or TOP SECRET clearances for personnel accessing certain areas. The contractor must provide all necessary transportation and tools, and materials/equipment furnished must be new and unused, with specific exceptions for refurbished BAS controllers.
Submission & Evaluation
- Proposal Submission Deadline: May 29, 2026, by 05 PM India Standard Time.
- Mandatory Site Visit: A mandatory site visit will be held on May 18, 2026, at 1100 Hrs local time at the U.S. Consulate General Hyderabad. RSVP is required by May 14, 2026.
- Required Submissions: Offerors must submit a completed SF-1449, pricing information, GST certificate, Certificate of Insurance, SAM registration (UEI number), and specific plans detailed in Attachment 2:
- Attachment 2-A: Offeror’s Strategic Plan for Preventative Maintenance Services.
- Attachment 2-B: List of Clients over the Past Five Years (for past performance assessment).
- Attachment 2-C: Evidence of Qualified, Skilled Personnel; Equipment; Tools.
- Attachment 2-D: Plan to Obtain All Licenses and Permits.
- Evaluation Criteria: Award will be made to the responsible offeror representing the best value to the U.S. Government, considering offer price, compliance with RFQ terms, and contractor responsibility (including financial resources, performance capability, integrity, organization, experience, equipment, and eligibility).
Contact Information
- Primary Contact: Charles L Specht (SpechtCL@state.gov, 917075992429)
- Secondary Contact: Venugopal Rao Kulkarni (kulkarnivr@state.gov, 917702022251)