SLED Opportunity · DC · DEPARTMENT OF GENERAL SERVICES (DGS), DC
AI Summary
The District of Columbia Department of General Services seeks qualified contractors approved by the Department of Buildings to provide third-party commissioning services for its project portfolio via an RFP.
The District of Columbia (“District”) Department of General Services (“Department” or “DGS”) is issuing this Request for Proposal (“RFP”) to solicit Contractors (“Contractor or Consultant”) approved by the District’s Department of Buildings (DOB) to provide commissioning services for the Department’s portfolio of projects.
Addendum No. 1 is being issued and is effective upon release. Except as modified hereby, this Request for Proposals (“RFP”) remains unmodified.
Item No. 1: The attendance/ Sign-In sheet from the Pre-proposal conference conducted on March 10, 2026, by 2:00 P.M. EST at the Department of General Services ("DGS") building, located at 3924, Minnesota Avenue, Washington, DC 20019 is hereby attached in this Addendum as Exhibit A.
Item No. 2: The initial Attachment J.9 - Past Performance Evaluations Form is hereby replaced with a revised version and is attached and incorporated into this RFP. Please refer to the Attachments module to view the document.
Item No. 3: The Pre-proposal conference Presentation slides is hereby attached in this Addendum as Exhibit B.
Addendum #2
Addendum #3
Addendum #4
Addendum #5
The Department of General Services (DGS), DC is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.
Refer to the Attachments section to download project documents.
Please Upload your COMPLETE Proposal here (excluding pricing).
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Q (Incumbents?`): Are there any incumbent providers?
A: The Department's most recent contractors for commissioning services included A2 Services, Allen & Shariff, Bowman Consultants, Jacobs Engineering, and Global Engineering Solutions.
Q (Scope Clarification – Inspection Services): RFP Page 12 of 64, Paragraph C.4.1.5 references “Inspection Services.” Please confirm whether this section is intended to be included within the scope of commissioning services to be provided under this solicitation.
A: Please see Addendum #3, Item No. 1.
Q (Licensing, Accreditation, and Registration Requirements): RFP Page 15 of 64, Paragraph C.4.4 references state and federal licensing, accreditation, and registration requirements necessary for performance of the contract. Could you please clarify the specific licenses or certifications required for this contract? Our firm specializes in building commissioning services and includes ACG-certified commissioning professionals and licensed Professional Engineers (PEs) on staff. Please confirm whether these credentials satisfy the licensing and accreditation requirements referenced in this section.
A: Please see Addendum #3, Item No. 6.
Q (Subcontracting Requirements): RFP Page 31 of 64, Paragraph H.9 – Subcontracting Requirements We would appreciate clarification on the following points: a. Would Virginia SWaM certification and/or MWAA Small Local Business Enterprise (SLBE) certification be considered acceptable certifications for purposes of meeting the subcontracting requirements under this contract? b. If a firm holding one of these certifications performs the work as the prime contractor, would that satisfy the subcontracting participation requirement, or would the firm still be required to subcontract 35% of the contract value for contracts exceeding $250,000?
A: 4a. No. Subcontracting requirements, if required by law, can only be fulfilled by companies certified by the District's Department of Small, Local Business Development as a certified business enterprise. 4b. No.
Q (Insurance Requirements): Please confirm whether the following insurance coverages referenced in the solicitation are required for each task order performed by the Commissioning Authority, or whether they apply only under specific circumstances or scopes of work: Media Liability and Network Security/Privacy (Cyber) Liability Insurance Crime Insurance (3rd Party Indemnity) Environmental Liability / Contractors Pollution Liability Insurance
A: The Consultant will be required to provide evidence indicating the required coverage before the contract is executed. The insurance requirements will apply to each task order. Please also note Addendum #3, Item No. 8, the requirement for Environmental Liability/Contractor's Pollution coverage has been deleted.
Q (Service Contract Act – Wage Determination Applicability): The RFP package includes Attachment J.2 – U.S. Department of Labor Service Contract Act (SCA) Wage Determination – Occupational Listing. Please confirm whether this wage determination is intended to apply to the commissioning services under this solicitation. Our understanding is that commissioning services are typically performed by licensed engineers and commissioning professionals, which generally qualify as exempt professional employees rather than service employees under the SCA. Please clarify whether the SCA wage determination applies to this contract or only to non-professional service labor classifications, if applicable.
A: The Service Contract Act Wage Determination applies to non-professional service labor classifications, as applicable.
Q (Past Performance Evaluations): RFP pg 53 of 64. "The Offeror shall ensure that a minimum of three (3) Past Performance Evaluation forms Attachment J.9, are completed and submitted on behalf of the Offeror directly to the contact person identified in L.19 by the due date for Proposals as specified in L.4.2." Can CPARS or recently completed PPQs be used in-lieu of Attachment J.9?
A: As noted, the proposal instructions stipulate the use of Attachment J.9 as the form required. The offeror, however, ultimately determines the information to be included in its submission.
Q (ASHRAE References): Document throughout references ASHRAE 0 and 1.1, but also references LEED v5. LEED v5 now requires compliance with ASHRAE 90.1 (fundamental) and ASHRAE 202 (enhanced). Should references be updated?
A: The reference has been revised. Please see Addendum #3, Items No. 2 and 3.
Q (MEASURE OF PAYMENT): The RFQ states "The Contractor shall include all the costs of insurance and bonds in the contract price". Are bonds required for this contract? If so, can this be waived? Our services do not require any type of bondage.
A: Bonds are NOT required for this contract. The language that appears in Section I.13 Insurance Requirements , Section H Measure of Payment, is standard language included in all solicitations.
Q (Rate categories): Three rate categories are listed in attachment J.10. Please confirm if these are meant to be representative averages of rates or are offerors are being asked to propose with exactly three labor categories?
A: Please see Addendum #3, Items No. 7 and 9.
Q (Organizational Conflict of Interest): Does holding this IDIQ preclude an awarded firm from pursuing or performing MEP/FP design services on other DGS capital projects where that firm would not serve as the Cx agent?
A: No. The Consultant should however disclose any potential conflict of interest.
Q (DOB Certification ): What specific DOB certification or approval is required to be eligible for award, and can a firm that has applied but not yet received certification be considered responsive?
A: Green Building - Building Commissioner Please visit https://dob.dc.gov/page/energy-and-green-building-compliance and Contact Mayda Colon at mayda.colon@dc.gov with any questions. In addition, please see Addendum #5 Item 1.
Q (LEED Certification Responsibility for Commissioning Provider): In section C.4.1, the solicitation states that "The Consultant shall ensure DGS projects achieve Gold or higher rating from the US Green Building Council (USGBC)." Commissioning services can contribute up to six (6) points towards LEED certification, however the Commissioning Provider cannot ensure that sufficient points are achieved through other credits to guarantee a certain LEED certification level. Please verify that the intent of the solicitation is NOT for the Commissioning Provider to ensure any specific LEED certification level on a given task order project.
A: Please see Addendum #3, Item No. 1.
Q (Clarification on LEED Registration and Review Fee Responsibility): In section C.4.1, the solicitation states that "LEED certification project registration fees and other USGBC review fees will be reimbursed to the Consultant." Project registration and review fees are typically included in the project Green Consultant or Architect of Record scope of work. Please confirm that LEED project registration and review responsibility is not in the Commissioning providers' scope.
A: In the unlikely event LEED certification project registration fees and other USGBC review fees are the responsibility of the Consultant, an allowance will be included in the task order pricing.
Q (Clarification on Environmental Testing Scope (Dust and VOC Testing)): In section C.4.1.5 "Inspection Services" (b) 1., the solicitation includes potential scope for Environmental testing including "dust levels". Please clarify if this testing is related to LEED IAQ credits. If so, is testing to measure Volatile Organic Compounds (VOC's) also a potential scope item?
A: Please see Addendum #3, Item No. 4.
Q (Clarification on Crack and Deformation Monitoring Scope): In section C.4.1.5 "Inspection Services" (b) 3., the solicitation includes potential scope for physical testing of "crack and deformation monitoring". This item is not typically part of a LEED Commissioning provider scope of work and is not a LEED required task. Please verify if this potential scope is required for this IDIQ.
A: Please see Addendum #3, Item No. 4.
Q (Attachment J.9): • How many Past Performance Evaluation forms are required (minimum of 3 or one for each of the 5 projects submitted as Previous Experience)? • Can one client contact complete Past Performance Evaluation form for more than 1 project? • Can the Past Performance Evaluation form be completed for a previous DC DGS project?
A: 17a - A minimum of three. 17b - Yes, if the person is the appropriate representative to complete the performance evaluation. 17c - Yes.
Q (Attachment J.7, Part 7.2): • Does DGS require the allocated labor hours to be projected hours for the entire 2026 fiscal year or actual hours already spent on each contract? • Does DGS require each task order to be listed or just one line item for the accumulative hours towards the MSA contract, such as the DCAM-20-NC-RFP-0007 Category 1 contract?
A: 18a - With regards to the Attachment J.7 Offeror's Certification Form, Section 7.2, the Offeror should provide the remaining hours to be allocated in FY 26. 18b - The information can be provided by task order or cumulatively under the Contract No. If presented cumulatively under one contract number, please indicate the number of task orders included.
Q (SBE subcontracting): Given that this solicitation is an IDIQ contract with task orders issued on a rotating basis, please clarify whether offerors must demonstrate full compliance with the 35% SBE subcontracting requirement in their initial proposal, or whether subcontracting participation may be established on a task order basis.
A: SBE Subcontracting Requirements will be applied , as applicable, on a per Task Order basis.
Q (Sample Projects and Past Performance Evaluation Forms): During the pre-proposal meeting, it was asked whether offerors may include more than the limited five (5) sample projects in their proposals to help ensure that at least three (3) Past Performance Evaluation Forms are completed and submitted directly to the evaluation committee before the deadline. Please confirm whether we are permitted to include more than five sample projects in our proposal.
A: The proposal instructions provided in Section L.2.3.1.1 a, indicates the maximum number of five (5) projects that best illustrate the Contractor’s past performance, previous experience, and capabilities to provide commissioning services as described in Section C. Offeror's are encouraged to engage the appropriate number of past projects to ensure at a minimum three (3) Past Performance Evaluations are completed and submitted on behalf of the Offeror directly to the contact person identified in L.19 by the due date for Proposals as specified in L.4.2.
Q (Liscenses): Will we need to have Professional Engineer for this project?
A: Please see Addendum #3, Item No. 6 and response to Question #12.
Q (Inspector/Technician): Inspector/Technician - Assigned filed person(s) responsible for inspections, data collections, back-office research and lab work; licensed, certified or credentialed, if required. Do we need a specific license?
A: Please see Addendum #3, Item No. 6 and response to Question #12.
Q (Clarification on SBE Subcontracting Plan Requirement for IDIQ): Please verify that since this is an IDIQ solicitation, an SBE subcontracting plan is not required at the time of this submission and will only be required on individual task orders over $250,000.00
A: That is correct. Please also see response to Question #19.
Q (Contract Questions): C.4.1.2 Construction Phase Service. -f.conduct periodic site visits to: c. observe systems startup and testing and balancing activities. Is there an allowance required for witnessing TAB activities? C.4.1.4 Post Acceptance Phase Services – a. provide periodic site visits during the first year of operation to assist DGC operations staff resolve open issues and help answer questions. Is there an allotted allowance we should carry for this line item (i.e once a month or quarter)? C.4.1.4 Post Acceptance Phase Services –c. review utility consumption data for one year of operation to verify that the actual building performance is consistent with expectations and meet and appliable USGBC LEED Requirements. Is there an allotted allowance we should carry for this line item (i.e once a month or quarter)? C.4.2.1 Safety and Site Supervision – Please ensure this section reflects on the responsibility of the commissioning agent and not the prime general contractor.
A: 24a - No. The Post Acceptance services will be addressed on a per task order basis. 24b - No. The Post Acceptance services will be addressed on a per task order basis. 24c - No. The Post Acceptance services will be addressed on a per task order basis. 24d - Please see Addendum #3, Item No. 5.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.