Sources Sought
EPA – RTP Facility Maintenance and Support Services
The United States Environmental Protection Agency (EPA) is seeking Small Businesses with
current relevant qualification, experience, personnel, and capabilities to perform the proposed requirement.
The EPA currently has a contract for the provision of facilities maintenance and support services at all EPA facilities in the Research Triangle Park (RTP), NC area. The current contract number is 68HERD21D0001, the current contractor is VGS Infrastructure Services Inc.
The EPA intends to issue a solicitation for a successor contractor to furnish all necessary labor, supervision, transportation, equipment, and supplies to provide facilities maintenance and support services at all local EPA facilities located in the RTP, NC area.
Facilities Maintenance and Support Services include, but are not limited to the Maintenance and Operation of Facilities, including all facility infrastructures located on surrounding federal property, buildings and equipment; the design and fabrication of hardware and equipment; engineering documentation; alterations and repairs of buildings, equipment and electrical, mechanical plumbing systems; review of proposed changes to EPA-RTP facilities; shop services; and routine and/or scheduled preventative maintenance (PM) inspections and repairs. Facilities maintenance and support services also include, but are not limited to the electrical safety inspections and maintenance of electrical services/panels, substations switchgear, and lighting fixtures/systems; electronic and closed circuit televisions security systems maintenance; fire extinguisher inspections and maintenance; inspection, operations and maintenance, and repair of government-owned fire alarm and sprinkler systems; control systems; food service equipment maintenance; elevator maintenance; environmental compliance; snow removal service; roadway/surface parking lot and parking deck maintenance; chemical spills; engineering technician support; and utility work at all facility locations. Work will be subject to the Service Contract Act/Collective Bargaining Agreement and the Davis-Bacon Act.
EPA anticipates the award of a hybrid contract that consists of Firm Fixed Price (FFP) Contract Line Items (CLINs) and Fixed Rate for Services – Indefinite Delivery/Indefinite Quantity (IDIQ) CLINs. The contract will consist of a base period of twelve (12) months, with four (4) additional twelve-month option periods. The total anticipated duration of the contract is sixty (60) months.
The North American Industry Classification System (NAICS) number 561210 applies to this
requirement and the small business standard is $47 Million in average annual receipts over the preceding five fiscal years.
It is requested that interested parties submit a brief capabilities statement package (no more than ten pages). Respondents must include a company profile, to include the number of employees, annual receipts, office location(s), UEI number, CAGE code, references with detail of work performed, and capability statement for at least three recently completed projects of similar work within the same magnitude of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Interested parties who believe that they are qualified to perform these services must submit for evaluation, a list of projects by contract numbers, project titles, description of work, size of facility, contract dollar value, brief description of how the referenced contract relates to the work described, and evidence that documents the following specific capabilities in detail:
1) The EPA facilities on the main campus in RTP are 1.4 million square feet of offices, environmental research laboratories, the Agency’s National Computer Center, conference spaces, and a child care facility. The EPA-RTP facilities are classified as a CDC Bio-Safety Level II Research Facility and AAALAC (Association for Assessment and Accreditation of Laboratory Animal Care International) facilities. Descriptions of these facilities are as follows:
a. The main facility is 1,193,000 million square feet and includes 3 office wings, and office tower, an additional office annex building and 400 research laboratories.
b. The High-Bay building is an engineering research facility that is comprised of specialized large-scale laboratories with 35-foot ceilings and specialized research equipment. The main campus also includes a 100,000 square foot National Computer Center (NCC) which houses office space, computer training facilities, higher performance scientific computers and additional high-scale computing systems. The First Environments Early Learning Center (FEELC) is the 25,400 square foot child care center is also located on the main campus.
c. Other facilities included in the scope for this requirement are the Page Road facility that currently houses receiving/delivery operations and the Fluid Modeling Facility – Wind Tunnel Operations.
2) The Government requests that the interested parties provide the following:
a. Documentation that demonstrates recent and relevant experience in providing facilities maintenance and support services for projects that involve multi-facility installation, including child care centers, engineering research facilities, research laboratories (CDC Bio-Safety Level II and AAALAC accredited or equivalent), and computer centers of similar size, scope, and complexity.
b. Provide experience in the utilization of products containing recovered materials.
c. Provide documentation that demonstrates a full understanding of state, federal, and environmental regulatory compliance policies, safety, and energy concerns or issues for projects of similar size, scope, and complexity.
d. Provide proof of available bonding capability. Include evidence of sufficient available construction bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate the maximum amount of construction bonding that your company can obtain. Construction bonding level should be shown in dollars per contract and aggregate.
e. Indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, Veteran Owned, and/or general small business. Provide proof of SBA certification of the firm’s status as a small business. Include average annual receipt over the preceding three fiscal years.
f. The estimated value of the Construction portion of this requirement is estimated between $5,000,000 and $10,000,000 per year. The capabilities statement package in response to this sources sought notice is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this project and the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of capabilities statement package is not a prerequisite to any potential future offerings, but participation will assist the EPA in tailoring the requirement to be consistent with industry capabilities. The determination to proceed with full and open competition is solely within the discretion of the Government.
Responses to this announcement shall be transmitted via email to the following address: hawkins.amber@epa.gov. Responses must be received no later than 3:00 pm Eastern Standard Time on January 31, 2026 to be considered. Please address any comments or questions in response to this notice to Amber Hawkins. Telephonic submissions and questions will not be entertained.