CUP Preventative Maintenance and Repair, NIST, Boulder, CO
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 National Institute of Standards and Technology (NIST) is conducting a Sources Sought for market research to identify qualified prime contractors for Central Utility Plant (CUP) Operations and Maintenance (O&M) services. This requirement covers the NIST Boulder, CO campus, with additional preventative and scheduled maintenance activities at field sites in Ft. Collins, CO, and Kekaha, HI. This notice also serves as a Request for Comments on the draft Performance Work Statement (PWS). Responses are due by April 28, 2026.
Purpose
This is a Sources Sought for market research purposes only, not a request for proposals, quotations, or bids. The Government aims to identify potential and eligible businesses capable of performing the required commercial services and to gather industry feedback on the draft PWS. The results will help determine the acquisition method and potential Small Business Set-aside opportunities for a planned Firm-Fixed-Price contract.
Scope of Work
The contractor will be responsible for the 24/7/365 Operation and Maintenance of the Central Utility Plant (CUP) at the NIST Boulder, CO Campus. This includes preventative maintenance of all associated equipment, as well as preventative and scheduled maintenance activities at field sites in Ft. Collins, CO, and Kekaha, HI. Specific equipment includes boilers, chillers, air compressors, and associated systems.
Contract Details
- Opportunity Type: Sources Sought / Market Research
- Planned Acquisition Type: Commercial Services, Firm-Fixed-Price Contract (in accordance with FAR Part 12 and FAR Part 15).
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance).
- Small Business Size Standard: $12.5 million.
- Set-Aside: Market research is being conducted to assess interest and capability to determine if Small Business Set-aside opportunities exist; all Small Business categories will be considered.
Submission Requirements
Interested prime contractors must submit a Capabilities Statement, not exceeding twenty (20) pages, electronically by April 28, 2026, at 8:00 PM ET. The submission should include:
- Company name, address, point of contact, UEI/CAGE code, and business size.
- A company profile and statement of capability.
- Documentation of up to five (5) recent and relevant past projects (within the last five years) where the company was the prime contractor. "Similar" experience is defined as operating high-pressure steam plants (>=100k lbs/hr steam at >=100 psi) and chilled water plants (multiple chillers >=1200 tons), or performing preventative maintenance for commercial building equipment (e.g., air handlers, HVAC, boilers, chillers, cooling towers).
- Comments on the draft PWS, submitted on the attached Request for Comments sheet.
Important Notes
This notice does not constitute a commitment to award a contract. The Government will not reimburse respondents for any costs incurred, provide responses to questions, or notify respondents of evaluation results. Sales brochures or marketing packages will not be considered.