H--DOI Electrical Distribution 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 Department of the Interior (DOI), Office of Facilities and Administrative Services (OFAS), is seeking proposals for Electrical Distribution Maintenance services. This Request for Quote (RFQ) aims to award one Firm Fixed-Price (FFP) contract for comprehensive maintenance, testing, and repair of electrical distribution equipment at the Stewart Lee Udall Building in Washington, DC. This acquisition is conducted under full and open competition, with no set-asides. Quotes are due by Friday, March 6, 2026, at 10 AM ET.
Scope of Work
The contractor will provide management, supervision, labor, materials, equipment, and services for Annual, Quarterly, and Triennial Preventive Maintenance (PM), testing, inspection, calibration, adjustments, repairs, and replacement of switchgear and downstream electrical distribution equipment. This includes Emergency Services and PEPCO Support calls. Maintenance must adhere to DOI requirements, manufacturer specifications, and standards such as ANSI, NFPA 70B, and GSA PBS Interim Core Building Standards. Specific equipment includes Transformers, High/Medium Voltage Switchgear, Protective Relays, Automatic Transfer Switches, Motor Control Centers, and Bus Bars (busways). Thermography (IR Scanning) is required. For Triennial services, the offeror must provide temporary cooling units, including generator rental for temporary HVAC power, and supply batteries for ATS programming.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: A base year from April 1, 2026, to March 30, 2027, with four (4) option years, extending the potential performance through March 30, 2031. An optional 52.217-8 clause could extend services to September 30, 2031.
- Place of Performance: Stewart Lee Udall Building, 1849 C St NW, Washington, DC 20240.
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19M size standard.
- Product Service Code (PSC): H159 (Quality Control Services: Electrical And Electronic Equipment Components).
- Set-Aside: None (Full and Open Competition).
Submission & Evaluation
- Quotes Due: Friday, March 6, 2026, by 10 AM ET.
- Submission Method: Electronically via email to Nicholas_Lewicki@ibc.doi.gov. The email subject line must be "Quote for RFQ 140D0426Q0175."
- Questions Due: Friday, February 13, 2026, by 10 AM ET, via email to Nicholas_Lewicki@ibc.doi.gov.
- Site Visit: A site visit is scheduled for Wednesday, February 11, 2026, at 9:00 AM ET. Interested vendors must RSVP via email.
- Evaluation: Award will be made to the responsible offeror whose offer is technically acceptable and provides the lowest evaluated price (Lowest Price Technically Acceptable - LPTA). Technical acceptability is based on meeting the Performance Work Statement (PWS) requirements. Price will be evaluated for reasonableness, with no trade-offs between price and non-price factors.
- Requirements: Offerors must be registered in SAM.gov. Technicians must meet specific qualifications (e.g., ETT Certified Level 3/NICET equivalent, ETT Certified Senior Technician Level 4). A Management Plan and Quality Control Plan (QCP) are required.
Key Clarifications & Notes
An amendment (0001) updated the PWS, attached a Q&A document, and the 2025 Triennial Report. The Q&A clarified that the scope is not identical to previous contracts, and provided details on temporary HVAC power, ATS battery supply, NETA testing, and remote access to site drawings. The Triennial Report provides crucial technical details on existing circuit breaker equipment. A Wage Determination (No. 2015-4281, Revision No. 35) is included, outlining labor costs for the specified geographic area.