Controls System Test Laboratory (CSTL)
ID: W9132T25Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 CONST ENGRG LABCHAMPAIGN, IL, 61822-1072, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking technical support for the enhancement of the Control System Test Laboratory (CSTL) at the Engineer Research and Development Center - Construction Engineering Research Laboratory (ERDC-CERL). The primary objective of this procurement is to secure subject matter experts for the installation, configuration, and integration of new technologies, particularly focusing on Managed BACnet systems, to address testing gaps in Facility Related Control Systems (FRCS). This contract is crucial for advancing the Army's capabilities in control system testing and ensuring compliance with emerging requirements. Interested small businesses must submit their offers by November 5, 2025, to CERL-CT-Quotes@usace.army.mil, and the contract period of performance is set for 410 calendar days from the award date.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation W9132T25Q0031 is an RFP for technical support to the Controls System Test Laboratory (CSTL) at ERDC-CERL. The objective is to support the evaluation of Managed BACnet by assisting with the installation, configuration, and integration of new technologies into the CSTL. Key tasks include three major installation/integration sessions (each one week, 5-10 devices) and eight minor testing/troubleshooting sessions (each up to four hours), with required reports after each session. The contractor must provide subject matter experts, and all technologies will be government-furnished. The period of performance is 410 days from the award date, with specific schedules for deliverables and meetings. Important clauses cover electronic payment via WAWF, security requirements, and various FAR and DFARS provisions, including those for small businesses and supply chain security.
    The document outlines a Request for Proposal (RFP) for technical support at the Control System Test Laboratory (CSTL) managed by the U.S. Army's Engineer Research and Development Center (ERDC). The primary objective is to evaluate and integrate Facility Related Control Systems (FRCS) and their interaction with microgrids. It consists of two main tasks: Task 1 involves the installation and integration of new technologies, specifically Managed BACnet, while Task 2 focuses on testing and troubleshooting these systems. The contractor is required to participate in multiple sessions, providing expertise and reporting on the integration outcomes. Additionally, the document includes detailed instructions on deliverables, meeting attendance, reporting requirements, and security protocols for contractors. It emphasizes the non-personal nature of the services and outlines the period of performance for the contract, which lasts 410 days post-award. Furthermore, it incorporates various clauses regarding compliance, security measures, and contractor obligations. This RFP serves as a framework to enhance the Army's control system capabilities by ensuring rigorous testing and integration processes.
    The government file details responses to questions regarding the CSTL (Cyber Security Test Lab) project, focusing on the integration of various Building Automation Systems (BAS) and related infrastructure. Key points clarify that CERL possesses installed and licensed front-end BAS systems including Niagara Framework, JCI Metasys, Schneider EBO, and Siemens Desigo, all operating as VM front-end systems. Contractors are not responsible for server-side OS, software installation/licensing for supervisory devices, or providing qualified electricians beyond low-voltage connections. The project involves installing 24-30 devices, warrantied by vendor grouping, and CERL will provide peripherals, workstations, and network IP infrastructure. No follow-on support or CMMC/CUI requirements exist for this effort, and no testing is required beyond integration verification. The document also specifies that the contractor will not be responsible for providing mounting hardware or enclosures, and there are no sensors or meters for this project.
    This document outlines various hardware and software components for installation and integration within a building automation system, likely a draft for a government solicitation (RFP). Key vendors include JCI Metasys, Siemens, and ALC, offering a range of products from general-purpose HVAC controllers and VAV box controllers to network control engines and specialized BACnet routers. The components facilitate seamless integration of diverse BACnet networks (IP, Ethernet, MS/TP, Secure Connect) and third-party equipment (e.g., variable speed drives, boilers, lighting). Descriptions highlight features such as network isolation for enhanced security, programmability for custom control, and compliance with standards like Google UDMI. The document emphasizes robust communication, simplified network management, and improved security for building automation systems.
    This amendment to Solicitation W9132T25Q0031 clarifies the Performance Work Statement (PWS) Section C and extends the closing date to October 23, 2025. The contract seeks support for the installation, configuration, and integration of new technologies into the Control System Test Lab (CSTL) at ERDC-CERL. Key tasks include participating in three major one-week installation sessions (up to 30 BACnet/BACnet SC devices) and eight minor four-hour troubleshooting sessions. Deliverables include written summaries after each session. The government will provide access to the CSTL, technologies, documentation, and software. The period of performance is 410 calendar days from the award date. The document also details security requirements, including anti-terrorism measures, physical access controls, and E-Verify program compliance.
    This amendment to solicitation W9132T25Q0031 clarifies requirements in the Performance Work Statement (PWS) Section C and extends the closing date for offers to November 5, 2025. The contract focuses on supporting the Control System Test Laboratory (CSTL) at ERDC-CERL by providing installation, configuration, and integration of new BACnet and BACnet SC technologies. The contractor will participate in three major one-week installation sessions and eight minor four-hour troubleshooting sessions, providing summaries after each. ERDC-CERL will provide all necessary equipment and tools. The period of performance is 410 calendar days from the award date. The solicitation details security requirements, including E-Verify program compliance and anti-terrorism measures for all personnel requiring access to federal installations. Deliverables include kick-off meeting minutes and technical summaries for each session, with specific deadlines outlined in the schedule.
    This government file, part of federal RFP documentation, clarifies questions regarding the CSTL Support contract, specifically addressing BACnet device installations and vendor coordination. It establishes that the contract requires three major installation sessions, each integrating 5-10 devices, as defined in Section 9.b.1 of the Performance Work Statement. The document clarifies that Section L.2.a, which mentions a minimum of four BACnet installations and integration with at least four different vendors, outlines the minimum experience required for a proposal to be technically acceptable, rather than a task to be performed under the contract. The government explicitly states there is no expectation or requirement for the awardee to coordinate with other vendors or companies for integration support, emphasizing that such coordination is an internal matter for the bidding respondent. This applies to obtaining quotes for support from specific entities for BACnet integration with front-end systems like Schneider Electric EBO, Siemens Desigo, or Johnson Controls Metasys, as well as any other potential vendors.
    This government file, part of federal RFPs, clarifies questions regarding the CSTL Support contract, particularly concerning installation requirements, vendor coordination, and meeting logistics. It specifies that while Section L outlines minimum technical experience for proposals (four BACnet device installations, multi-vendor integration, and integration with specific front-end systems), the contract itself requires three major installation sessions, each integrating 5-10 devices. The document clarifies there is no government-mandated coordination with other vendors for BACnet integration or front-end system support; such coordination is an internal matter for the awardee. All meetings, including the eight Task 2 sessions and the close-out meeting, are to be held in person. The file also confirms that a team with Army CACs meets access requirements, though CACs are not strictly necessary as per Section C.11 of the PWS.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Control. Interface
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    H141--TEST & BALANCE CRITICAL CARE AREAS BASE + 4 OYS
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for testing and balancing services for critical care areas at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement aims to ensure optimal performance of HVAC systems in various critical healthcare environments, including Electrophysiology Labs, Angio Suites, and ICUs, through annual and quarterly testing, with an optional line item for emergency work. This contract is set aside for small businesses under NAICS code 238220, with a total area of 67,834 square feet requiring service, and includes compliance with strict facility and security requirements. Interested vendors must submit their quotes by December 9, 2025, and can direct inquiries to Contracting Officer Aaron J Rogers at aaron.rogers1@va.gov.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    CONTROL,POWER SUPPL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CONTROL, POWER SUPPLY units. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific quality and inspection standards, including ISO9001 and MIL-STD packaging requirements. These units are critical for military operations, necessitating timely and efficient repair turnaround times of 106 days post-receipt of the asset. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    COMPUTER SYSTEM,DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Commercial Solutions Openings - ERDC Geospatial Research
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.