DCSC-26-RFP-064 DC Courts Third Party & Special Inspections

SOL #: 90aa770f3c924c71a10f1afbe5c20e64Special Notice

Overview

Buyer

District Of Columbia Courts

Place of Performance

Washington, DC

NAICS

Agriculture, Forestry, Fishing and Hunting (11)

PSC

Architect And Engineering Construction: Office Buildings (C1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 14, 2026
2
Action Date
May 8, 2026, 7:00 PM

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 District of Columbia Courts (DCC), through its office of Contracting and Procurement, is soliciting proposals for Third-Party Inspection services and special material testing for its Judiciary Square campus and leased buildings in Washington, DC. These services must be certified by the District of Columbia Department of Buildings (DOB). This is a Single Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) Task Orders. Proposals are due May 8, 2026, at 3:00 PM.

Scope of Work

The selected contractor will provide DOB-certified inspection and material testing services, including inspections for Elevators, Construction, Mechanical, Plumbing, Electrical, and Fire and Life Safety systems. Inspectors must be DOB certified and proficient in interpreting drawings, specifications, and product data. All inspection reports must be submitted via the DCC Project Management Information System (PMIS), Procore, and comply with DOB requirements, detailing project information, inspection specifics, and non-compliance logs. Work is generally expected during weekday evenings (6 PM to 6 AM) and potentially weekends, with specific coordination. The contractor is responsible for providing necessary office supplies, materials, equipment, employees, and hardware/software for the PMIS system.

Contract & Timeline

  • Contract Type: Single Indefinite Delivery Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Task Orders.
  • Period of Performance: One-year base period plus four (4) one-year option periods, totaling five (5) years.
  • Minimum Guarantee: $10,000.00 over the contract term.
  • Maximum IDIQ Capacity: Anticipated at $150,000 per contract year, with a total maximum of $750,000.
  • Set-Aside: None specified.
  • Pre-Proposal Teleconference: Friday, April 17, 2026, at 9:30 AM (Offeror information for attendance due Tuesday, April 14, 2026).
  • Proposal Submission Deadline: Friday, May 8, 2026, at 3:00 PM.
  • Published Date: April 14, 2026.

Evaluation & Submission

Proposals must be submitted in two distinct parts: a "Technical Proposal" and a "Price Proposal," each with a separate electronic copy (USB). Evaluation will heavily weigh Technical aspects (90 points), with Price accounting for 10 points. Interviews may be conducted for shortlisted offerors. Bidders must use the provided 'Attachment K Offerors Pricing Schedules' spreadsheet to detail proposed pricing across labor categories and contract years.

Eligibility & Requirements

Firms must demonstrate compliance with minimum qualifications, including relevant experience and capacity. Key personnel, such as the Project Manager, Building Professional-in-charge, and various inspectors (Mechanical, Electrical, Fire Protection), must meet specified qualifications. The contract requires adherence to all applicable local, national, and international building codes and specific insurance requirements, including Automobile Liability, Workers' Compensation, Employer's Liability, and Professional Liability. Offerors must acknowledge all amendments.

Contact Information

For inquiries, contact Kenneth L. Evans Jr at Kenneth.Evans@dccsystem.gov or 202-879-8776.

People

Points of Contact

Kenneth L. Evans JrPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Special Notice
Posted: Apr 14, 2026
DCSC-26-RFP-064 DC Courts Third Party & Special Inspections | GovScope