Repair of Failing/Expired Facility BAS Control System in Hilo, HI
ID: 12905B25Q00028Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractors to repair the failing or expired facility control system at the Daniel K. Inouye Pacific Basin Agricultural Research Center in Hilo, Hawaii. The project involves upgrading the existing control system, including the renewal of software, installation of the Delta enteliVAULT and enteliWEB systems, and providing necessary training, all within a 60-day performance window post-award. This initiative is crucial for enhancing operational efficiency and ensuring compliance with federal regulations, including cybersecurity and accessibility standards. Interested vendors must submit their quotes by May 16, 2025, to Shelley Steen at shelley.steen@usda.gov, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the government-furnished property and equipment provided for the procurement titled "Repair of Failing/Expired Facility Control System for PBARC." It specifies the details of two main items: a SuperServer E300-9A and a Dell Latitude 5400 laptop. The SuperServer E300-9A is equipped with an Intel® Atom® processor, up to 64GB of memory, multiple LAN ports, and comes with Windows Server 2022 pre-installed. Its design includes provisions for drive bays, fan cooling, and a DC power adapter. The Dell Latitude 5400 features a standard configuration with Windows 11 Enterprise installed and includes a power adapter. This document serves as a technical specification for vendors responding to a Request for Proposals (RFP) related to the facility control system repair, emphasizing the hardware that will be made available, essential for potential contractors to understand the scope of the project. The clear outline of provided equipment highlights the federal commitment to ensuring that contractors are equipped with the necessary technology to fulfill the project requirements effectively.
    The USDA, through its Agricultural Research Service (ARS), seeks contractor assistance for upgrading the facility control system at the Daniel K. Inouye Pacific Basin Agricultural Research Center. This project, mandated by various federal laws concerning information technology and cybersecurity, involves the installation of a Delta enteliVAULT and enteliWEB system. Contractors must meet specific technical tasks, including obtaining access to USDA networks, installing necessary software, and providing training on the new systems. The project has a 90-day performance window and encompasses ten key deliverables ranging from server configuration to installation and training. Security measures require prior approval for contractor personnel accessing USDA facilities, alongside adherence to privacy regulations. Additionally, compliance with Section 508 standards for accessibility in electronic and information technology is a critical requirement, ensuring that all delivered systems are usable by individuals with disabilities. Overall, the initiative underscores USDA's commitment to improving operational efficiency through modernized control systems while maintaining regulatory compliance and accessibility standards.
    The document outlines the Request for Quotation (RFQ) 12905B25Q0028 for the repair of the failing or expired Facility Control System for the USDA, ARS in Hilo, HI. It details the necessary federal acquisition clauses and associated conditions, emphasizing compliance with various regulations and proper invoicing procedures through the Invoice Processing Platform (IPP). Contractors are responsible for obtaining required licenses and permits and adhering to environmental, insurance, and labor standards addressed within the FAR and AGAR clauses. The evaluation process is based on the Lowest Price Technically Acceptable (LPTA) method, focusing on the combination of technical capability and pricing. Required quotation submissions include technical details demonstrating product capabilities, compliance with solicitation provisions, and acknowledgment of any amendments. The government reserves the right to reject unreasonable proposals based on technical or pricing grounds. This solicitation is part of the federal acquisition process aimed at ensuring responsible contracting and transparent participation by vendors in government projects, ensuring adherence to standards and promoting small business engagement in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Dismantle and Package Canvas Mobile Shelter System for Disposal
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to dismantle and package a 40’ x 60’ x 28’ canvas mobile shelter system for disposal. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to complete the dismantling and packaging process, adhering to strict safety and environmental regulations throughout the project. This procurement is crucial for maintaining operational efficiency at the shipyard, which supports various U.S. Navy vessels and activities in the Pacific region. Interested parties must submit their quotes by November 21, 2025, at 07:00 a.m. HST, and are encouraged to contact Reid Saito or Evangeline Calaustro for further information regarding the solicitation (N32253-26-Q-0010-0001), which is set aside for small businesses with a funding amount up to $19 million.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    4120-- 36C26125Q0961 | ACC Munters Replacement Controller Upgrade VA Honolulu Medical Center, Hawaii
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor, Munters Corporation, for the ACC Munters Replacement Controller Upgrade at the VA Honolulu Medical Center in Hawaii. This procurement involves the purchase and installation of specific components, including a Human Machine Interface (HMI), an HMI bracket, and a factory-programmed LS1628 PLC, to replace obsolete controller boards in a Munters Packaged Air Conditioner Unit. The project is critical for maintaining operational efficiency and compliance with federal standards, with installation scheduled for February 14-16, 2026. Quotes are due by November 18, 2025, at 12:00 PM PST, and interested parties must contact Contract Specialist David Rovner at david.rovner@va.gov to submit their proposals or express their capability to fulfill the requirements.
    GSA Region 09 2026 Construction IDIQ Zone 3
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors for the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 3, which encompasses repair and alteration services for commercial and institutional buildings in Hawaii. This procurement aims to award between 10 to 20 IDIQ contracts, with a total estimated value of up to $50 million, covering a range of services including design-build, mechanical, electrical, and plumbing system replacements, as well as hazardous material abatement. Proposals are due by November 19, 2025, and must be submitted via a Google Form, with specific requirements for past project experience and financial documentation. Interested parties can contact Krista M. Miller at krista.miller@gsa.gov or by phone at 415-516-8907 for further information.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a new laboratory facility for the United States Department of Agriculture - Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the development of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA's Research Park site. The construction is critical for relocating the National Soil Dynamics Research Unit (SDRU) to enhance research capabilities in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or call 251-441-5584 for further details regarding the presolicitation notice.
    NWS WFO Lihue, HI Landscaping Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide non-personal landscaping services for the National Weather Service (NWS) Data Collection Office located in Lihue, Hawaii. The procurement includes a base year contract from December 1, 2025, to November 30, 2026, with four additional option years, during which the contractor will supply all necessary labor, equipment, and materials as outlined in the Statement of Work. These landscaping services are crucial for maintaining the facility's grounds, ensuring a professional appearance and operational efficiency. Interested parties must submit their quotes electronically to Isabel Vigil at isabel.vigil@noaa.gov by 12:00 PM MST/MDT on November 28, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    Kyle Canyon Bunkhouse HVAC Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the HVAC replacement project at the Kyle Canyon Bunkhouse located in the Spring Mountains National Recreation Area, Nevada. The project entails the removal of the existing HVAC system and the installation of a new system, including a high-altitude conversion kit and a liquid propane conversion kit, to ensure compliance with local environmental and operational standards. This procurement is crucial for maintaining the functionality and comfort of the bunkhouse, which serves as housing for Forest Service employees. Proposals are due by November 21, 2025, and interested parties should submit their offers electronically to Westley Bisson at westley.bisson@usda.gov or Tony Taylor at tony.taylor@usda.gov. The estimated contract value ranges between $25,000 and $100,000, with a performance period from October 27, 2025, to March 31, 2026.
    PACIFIC ISO CONTAINER SUPPORT REQUIREMENT
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the Pacific ISO Container Support Requirement under solicitation SPE602-26-R-0701. This contract encompasses the transportation, cleaning, inspection, maintenance, and integrity testing of leased Intermodal (ISO) Bulk Fuel Containers in support of Department of Defense operations in Hawaii, specifically at Joint Base Pearl Harbor-Hickam and surrounding commercial seaports. The contract will be awarded as a firm fixed-price agreement with a total performance period from January 1, 2026, to December 31, 2030, including one base year and four one-year options. Interested small businesses must ensure their System for Award Management (SAM) registration is current and submit proposals via email by November 21, 2025. For further inquiries, contact Mr. Jones Hysons at Jones.Hysons@dla.mil or Ms. Birgitta Lapoint at Birgitta.Lapoint@dla.mil.