Building Operations & Maintenance
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 Labor (DOL) is issuing a Request for Information (RFI) / Sources Sought Notice for Building Operations & Maintenance (O&M) services at the Frances Perkins Building (FPB) in Washington, DC. This RFI is for market research to gather industry input on a draft Performance Work Statement (PWS) and inform the acquisition strategy. Responses are due March 13, 2026.
Purpose & Context
This RFI is not a solicitation but a market research effort to obtain input from industry regarding the draft PWS. The information received will assist the Government in understanding industry capabilities, refining requirements, assessing risks, and developing an appropriate acquisition strategy for comprehensive O&M services at the DOL headquarters.
Scope of Work
The anticipated scope involves providing full O&M services for the 1.851 million sq ft Frances Perkins Building, which includes approximately 1.1 million sq ft of office space. Services encompass:
- Building Systems: Electrical, mechanical, plumbing, HVAC, fire protection, life safety, and building control systems.
- Operational Support: On-site service desk, recordkeeping and work order management (using ServiceNow CMMS), key control, procurement of building dispensers, and specialized tasks like Building Automation System (BAS) monitoring, mold remediation, hazardous material assessment, and 24/7 emergency response.
- Performance Standards: Adherence to industry standards (ASHRAE, NFPA, ASME) and federal/DC regulations, with specific performance objectives for tenant environment and work order response times.
Anticipated Contract Details
The PWS indicates an anticipated Blanket Purchase Agreement (BPA) with fixed labor rates, allowing for firm-fixed price, labor hours, or time and materials orders. The expected period of performance is one 12-month base period (March 1, 2027 – February 29, 2028) and four 12-month option periods. Personnel will require HSPD-12 compliance and specific qualifications for key roles and technicians.
Requested Information from Industry
Respondents should provide:
- Company Information: Name, address, POC, business size/socioeconomic status, relevant NAICS codes (561210 - Facilities Maintenance and Repair), and GSA Contract details.
- Relevant Experience: Descriptions of similar-sized/complex renovation/modernization projects, particularly with occupied federal facilities, from the last 3-5 years.
- PWS Feedback: Alignment with industry norms, identification of missing or conflicting information in the draft PWS.
- Cost Estimate: A Rough Order of Magnitude (ROM) for the annual base contract cost and total contract value (base + 4 option years).
Response Requirements
- Due Date: March 13, 2026, by 4:00 PM EST.
- Format: PDF, limited to 10 pages (excluding cover page).
- Submission: Via email to Helen A. Williams (Williams.Helen.A@dol.gov) and Jeremy Keator (Keator.Jeremy.B@dol.gov).
- Subject Line: RFI/SSN – FPB O&M Draft PWS – (XYZ company’s name).
- Confidentiality: Mark all proprietary information clearly.