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.
    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.
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids 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 construction 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. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, as there are no set-asides for this opportunity.
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Bradshaw Army Airfield Obstruction Survey
    Buyer not available
    The Department of Defense, through the U.S. Army Garrison Hawaii, is seeking qualified contractors to conduct a Military Airfield Obstruction Survey at Bradshaw Army Airfield, located in the Pohakuloa Training Area of Hawaii. The primary objective of this procurement is to identify airspace penetrations and recommend mitigation measures to ensure compliance with FAA and military aviation safety standards, supporting the recertification of the airfield. This opportunity is a total small business set-aside under NAICS code 541370, with a firm-fixed price contract expected to be awarded based on technical capability and pricing, with quotes due by September 19, 2025, at 09:00 AM HST. Interested parties can direct inquiries to Shirl Rivera at shirl.m.rivera.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil.
    Justification for Other Than Full and Open Competition - Mauna Loa Observatory Construction
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to execute a sole-source contract modification for the emergency restoration of power at the Mauna Loa Observatory in Kamuela, Hawaii. This urgent procurement is necessitated by damage from lava flow, requiring the installation of solar panels and lithium iron phosphate batteries to ensure the continuity of critical climate data collection, including the renowned "Keeling Curve." The contract modification, valued at $191,263.00, will be awarded to EPC Systems, Inc., which is uniquely qualified due to their existing relationship with the observatory and immediate resource availability. Interested parties can reach out to Darrin S. Moore at Darrin.Moore@noaa.gov for further information.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.