O&M Facility Services ASC
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 Internal Revenue Service (IRS) is conducting market research via a Sources Sought notice for Consolidated Facility Management Services at the Andover Service Center (ASC) in Andover, MA. This effort aims to identify qualified contractors for comprehensive facility operations, maintenance, and support services. The government is assessing whether to solicit this requirement as a competitive Total Small Business Set-Aside or through full and open competition. Responses, including capability statements and preliminary pricing, are due by April 13, 2026, at 4:00 PM EST.
Purpose
This Sources Sought notice is for market research purposes only. The IRS seeks to determine the availability and capability of contractors to provide the required services and to inform the decision on the appropriate solicitation strategy (e.g., competitive small business set-aside or full and open competition). This is not a solicitation, Request for Proposal (RFP), or an offer.
Scope of Work
The contractor will provide consolidated facility management services, including management, supervision, labor, materials, repairs, maintenance, parts, tools, and equipment. Services encompass:
- Facility Operations & Preventive Maintenance: Comprehensive services for buildings, structures, grounds, utilities, and related systems.
- Specific Services: Pest control, custodial services, snow removal, and repair services.
- Key Deliverables/Plans: Building Operations Plan (BOP), Quality Control Plan (QCP), Integrated Pest Management (IPM) Plan, and compliance with Environmental, Health, and Safety (EHS) requirements.
- Maintenance Tasks: Scheduled inspections, cleaning, lubrication, minor repairs, equipment certification, and infrared testing.
- Service Calls: Response and completion for various classifications (Emergency, Hot/Cold, Urgent, Routine, Utility).
- Contract Structure: Basic services are anticipated to be Firm Fixed-Price (FFP), with additional services potentially handled via task orders (maximum $500,000 per task order).
Contract Details
- Anticipated Contract Type: Firm Fixed-Price (FFP).
- NAICS Code: 561210 (Facilities Support Services), with a Small Business Size Standard of $47 Million.
- Period of Performance:
- Base Period: April 1, 2027 – March 31, 2028
- Option Year I: April 1, 2028 – March 31, 2029
- Option Year II: April 1, 2029 – March 31, 2030
- Option Year III: April 1, 2030 – March 31, 2031
- Option Year IV: April 1, 2031 – March 31, 2032
- FAR 52.217-8 Option: April 1, 2032 – October 31, 2032 (if necessary)
- Current Contractor: Native Energy and Technology, Inc.
Submission Requirements
Interested vendors must submit a capability statement by April 13, 2026, at 4:00 PM EST. Submissions should be tailored to the requirement and describe the firm's ability to perform the services.
- Content: Sources Sought Number (2032H8-26-Q-00016), Company name and address, Point of Contact (POC) information, Contractor UEI, Business size, and whether services are available via GSA schedule or open market.
- Format: Maximum 15 pages.
- Pricing Information: Vendors are also requested to provide preliminary, non-binding pricing information, including a proposed CLIN structure, Rough Order of Magnitude (ROM) pricing, feedback on potential pricing models, and contract vehicle information (if applicable).
- Submission Method: Email responses to tamela.t.lewis@irs.gov.
Important Notes
Responses will not be accepted as offers and will not form a binding contract. No evaluation results will be provided. No phone calls will be accepted regarding this notice.