EC - LMDT HVAC 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 Bureau of Reclamation is soliciting proposals for HVAC Preventative and Corrective Maintenance (PM/CM) services at the Leadville Water Treatment Plant in Leadville, Colorado. This is a Total Small Business Set-Aside under NAICS 561210 (Facilities Support Services) for a Firm-Fixed-Price contract. The solicitation number is 140R6026Q0040, and quotes are due by March 31, 2026, at 3:00 PM MT.
Scope of Work
The contractor shall furnish all labor, materials, tools, equipment, and supervision for the inspection, maintenance, repair, and service of HVAC systems and associated equipment. This includes performing monthly and quarterly Preventative Maintenance (PM) services, as well as periodic Corrective Maintenance (CM) in response to unexpected outages. Services are to be performed at the Leadville Water Treatment Plant, located at 749 Highway 91, near Leadville, Colorado.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: May 1, 2026, to April 30, 2031 (Base year + four 12-month option periods, with an additional 6-month extension available).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) with NAICS 561210 and a $47 million size standard.
- Response Due: March 31, 2026, 3:00 PM MT.
- Published Date: March 10, 2026.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Quotes must include two volumes: a Technical Submission and a Price Submission. Technical acceptability (Factor 1) is evaluated on a Pass/Fail basis, covering technical approach, key personnel and staffing plan, equipment/tools/materials, and past experience. Price (Factor 2) will be evaluated for completeness and reasonableness.
Key Dates & Actions
- Site Visits: Optional, but strongly encouraged, between March 12, 2026, and March 19, 2026. Must be coordinated with Plant Supervisor Jenelle Stefanic (JStefanic@usbr.gov) no later than March 13, 2026.
- Questions Due: March 20, 2026, 3:00 PM MT. Submit to Contracting Officer Jamahel Fayall (jamahel_fayall@ios.doi.gov).
- Submission: Quotes must be emailed to jamahel_fayall@ios.doi.gov. All documents must be in PDF format and under 20 MB per email. Offerors must include their Unique Entity Identifier (UEI).
Additional Notes
The Department of Labor Wage Determination No. 2015-5439, Revision No. 28, dated 12/03/2025, applies to this requirement. The Performance Work Statement (PWS) details performance standards, environmental protection requirements, personnel qualifications, safety protocols, and invoicing via the U.S. Department of the Treasury's Internet Payment Platform System (IPP).