Notice of Intent to Sole Source for Building Automation System (BAS) Maintenance Services
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 Defense Information Systems Agency (DISA) has issued a Sole Source Combined Synopsis/Solicitation (RFQ #612674404) for Building Automation System (BAS) Maintenance Services at its Headquarters in Fort Meade, MD. This is a 100% Total Small Business Set-Aside. The requirement is for full-time, on-site maintenance, repair, and support for the BAS, ensuring the operational reliability of critical facility systems. Quotes are due by Wednesday, April 22, 2026, at 12:00 PM Eastern Local Time.
Scope of Work
The contractor will provide comprehensive maintenance, testing, calibration, and repair services for DISA HQ's BAS, including software management. This involves sustaining systems such as the boiler plant, chilled water plant, cooling towers, air distribution, ventilation, lighting, and emergency power systems. Key tasks include:
- Preventative Maintenance (PM): Routine checks, calibration, software/firmware updates, and point-to-point checks. Technicians must be trained on LonWorks, Schneider-Electric TAC I/A Series® MicroNet, and Eaton controllers, with Niagara N4 Framework and TAC I/A Series® Workplace Tech Tool 5.7 certifications.
- Programming Adjustments: Modifying parameters, set points, and updating programming for new components.
- Coordination: Collaborating with the Base Operating Support (BOS) Contractor and DISA J4, responding to investigation/repair requests within two working days.
- Realignments, Additions, and Modifications: Estimating costs for hardware/software changes.
- Unscheduled (Emergency) Maintenance & Repair: 24/7 response with an eight-hour response time for troubleshooting and repair.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: A six-month base period (May 2, 2026 – November 1, 2026), with a potential six-month extension option.
- Place of Performance: DISA Headquarters, 6910 Cooper Avenue, Ft Meade, MD 20755. Work will be partially on-site and off-site.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 561210 – Facilities Support Services ($47.0M size standard).
Eligibility & Submission Requirements
Offerors must be registered in SAM and provide:
- Technician Qualifications: Factory-certified technicians with specific training and at least three years of experience, holding Niagara N4 Framework and TAC I/A Series® Workplace Tech Tool 5.7 certifications.
- OEM Authorization Letter.
- Security Clearances: Final Secret Facility Clearance, with Key Personnel requiring Secret and NIPRNet access. All personnel must be U.S. citizens.
- 508 Plan: A plan addressing Section 508 compliance or a statement of non-applicability.
- Mission Essential Plan: A written plan detailing how essential contractor services will be continued, as defined by DFARS 252.237-7024.
- Pricing: Complete the provided CLIN Pricing Worksheet (Attachment 3) detailing labor, materials, and emergency services.
- FAR/DFARS Compliance: Acknowledge and comply with all listed provisions and clauses (Attachment 4), including those related to cybersecurity (NIST SP 800-171, CMMC) and telecommunications equipment.
- Submission: Quotes must be emailed to bryn.l.riska.civ@mail.mil and renee.e.cox2.civ@mail.mil. Subject line format: "612674404/Company Name/Email X of X".
- Page Limitations: Technical/Management quote (max 15 pages), 508 Plan (max 5 pages), Mission Essential Plan (max 5 pages).
Evaluation Factors
Award will be based on the Lowest Price Technically Acceptable (LPTA) quote. Evaluation factors include Technical/Management (Operations and Maintenance, Configuration Management, Helpdesk Support), Price, Security Clearance Level, 508 Plan, and Mission Essential Plan. Past performance will be reviewed for responsibility determination only. The government intends to award without discussions but reserves the right to conduct them.
Contacts
- Renee Cox: renee.e.cox2.civ@mail.mil, 667-891-3237
- Bryn Riska: bryn.l.riska.civ@mail.mil, 6678902278