N--Enterprise Building Control System Installation Se
ID: 140D0425R0070Type: Combined Synopsis/Solicitation
AwardedDec 11, 2025
$30M$30,000,000
AwardeeWellBuilt Strategic Solutions, LLC Leesburg VA USA
Award #:140D0426D0004
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Facilities Support Services (561210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
    Description

    The Department of the Interior is seeking proposals for the installation of Enterprise Building Control System (EBCS) services at various U.S. Army Reserve facilities under solicitation number 140D0425R0070. The procurement aims to establish a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, focusing on enhancing energy efficiency and operational management through the integration of advanced building control systems. This initiative is critical for modernizing military infrastructure and ensuring compliance with federal standards, with a total project value estimated at $30 million. Interested contractors must demonstrate relevant technical capabilities, past performance, and compliance with security and safety requirements, with proposals due by the specified deadline. For further inquiries, contact Jonathan Chisholm at jonathan_chisholm@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a series of inquiries regarding a request for proposals (RFP) from the Army centered on a $30 million indefinite delivery/indefinite quantity (IDIQ) project, requiring the installation of full turnkey solutions across approximately 200 project sites nationwide. It clarifies that final Contractor Performance Assessment Reports (CPARs) may substitute for reference letters. The business structure can include partnerships with veteran-owned small businesses, following federal regulations. Vendors are instructed to provide labor rates and a product schedule, although no specific pricing template is available. Personnel must obtain necessary security clearances and certifications, such as the Army Reserve Common Access Card and Tridium Niagara N4 TCP certification, for installation and access to specific Army systems. Past performance will be evaluated based on experience in managing a large number of projects concurrently, emphasizing the importance of relevant and documented managerial capabilities. The document effectively summarizes the operational requirements for interested vendors, ensuring adherence to federal guidelines and expectations in proposal submissions. It's aimed at facilitating the understanding of the RFP's specific requirements, thus guiding potential offerors in their submissions.
    The document outlines the Statement of Work for Task Order 1, focusing on Site Readiness Assessments for the Enterprise Building Control System (EBCS) within the 81st Readiness Division Area of Responsibility (AOR). The contractor is tasked with assessing existing control systems across multiple sites, identifying gaps, and providing recommendations for future upgrades or integrations. Key deliverables include detailed site survey reports, system inventory documentation, a gap analysis identifying deficiencies, and a comprehensive executive summary. The task order will be executed under a Firm-Fixed Price contract, inclusive of all travel costs, with payment tied to the completion of milestones. The government will not provide equipment, obligating the contractor to supply necessary tools and personnel, who must have specific certifications and at least two years of experience. Security and health requirements are emphasized, including mandatory training in antiterrorism and operations security before access to Army facilities. The contractor must demonstrate compliance with OSHA safety standards and submit detailed health and safety plans prior to commencing work. This thorough assessment is essential for enhancing the operational capabilities of the EBCS and ensuring compliance with safety and security protocols.
    The document outlines a draft task order detailing various work locations related to the 81st Division of the Army. It includes a comprehensive list of sites, providing specific information such as facility identification numbers (FACID), site names, addresses, building numbers, total area in square feet, and category codes (CATCODE) for each location. The file presents a systematic table format, listing different Army Reserve Centers (ARC) and Army Maintenance Support Activities (AMSA) across several states including Alabama, Florida, Kentucky, Louisiana, Mississippi, North Carolina, and South Carolina. The main purpose of this document is to identify and categorize specific work locations relevant to upcoming government contracting opportunities, likely as part of a broader Request for Proposal (RFP) process. Each entry conveys critical logistics and infrastructure information necessary for compliance with federal requirements in planning and executing tasks related to military operations. Therefore, this document serves as a crucial resource for agencies and contractors involved in federal grants and proposals, emphasizing the importance of precise data in governmental contracting efforts.
    The U.S. Army Reserve's Army Reserve Installation Management Directorate (ARIMD) is implementing an Enterprise Building Control System (EBCS) to enhance energy efficiency and remote management of facilities. The EBCS aims to standardize control across dispersed locations, enabling better scheduling, monitoring, and diagnostics of building systems using the Tridium Niagara Framework. The project will involve multiple phases from June 2025 to June 2030, with the collaboration of key stakeholders including the Department of Interior (DOI) and the Pacific Northwest National Laboratory (PNNL). Responsibilities are divided among ARIMD, DOI, PNNL, a working group, and regional points of contact. Major tasks include project management, site readiness assessments (SRAs), system integration, and training for end-users. The integration contractor will install necessary hardware, ensure cybersecurity, and streamline user interfaces. Comprehensive quality control measures and final updates will be required throughout the project. The overall goal is to create a controlled, efficient, and intelligent building environment across Army Reserve facilities, capturing data for long-term sustainability and compliance with standards.
    The Army Reserve Enterprise Building Control System (EBCS) Technical Design Guide provides a comprehensive framework for Army Reserve personnel to manage and integrate building control systems (BCS) into the EBCS. The guide outlines requirements for hardware, software, and user roles while detailing the setup process for integration readiness. Key sections emphasize equipment naming conventions, graphical user interface design, and site-level integration, ensuring seamless communication between local BCS and the central EBCS server. This document aids project stakeholders in creating scopes of work (SOW) for various projects, promoting efficiency and standardization within BCS implementations. Specific procedures are outlined for the installation of integration controllers, configuration of JACE devices, and the establishment of quality assurance/quality control protocols. Additionally, it addresses user account management and system monitoring requirements, ensuring user-specific functionalities while adhering to security measures. By providing structured guidelines and benchmarks for EBCS integration, the document reflects the Army Reserve's commitment to improving facility management through advanced technology, compliance with regulatory standards, and optimal operational efficiency. The design guide supports contractors, integration teams, and installation points of contact in delivering successful BCS projects that align with federal and local RFP objectives, emphasizing integration readiness and overall effectiveness.
    This document outlines a sample transmittal letter and past performance questionnaire (PPQ-0) related to a proposal submitted by a contractor for a project under the Department of the Interior’s Interior Business Center (IBC). It requests references to provide their evaluation of the contractor's past performance, which is crucial as part of the Federal Acquisition Regulations appraisal process. The document includes sections for the contractor to provide essential contract details and a structured questionnaire for client feedback on various performance metrics, including quality, schedule adherence, customer satisfaction, and financial management. Each area is rated on a scale from Exceptional to Unsatisfactory, with space for additional comments. Clients have the option to submit feedback directly to the contractor or IBC, emphasizing the right for the government to verify submitted information. Overall, the document serves as a framework to assess contractor capabilities and performance history, ensuring accountability and quality control in federal contracting processes.
    The Quality Assurance Surveillance Plan (QASP) outlines the oversight methods that the U.S. Army Reserve (USAR) will employ to ensure service quality under its contract for the Enterprise Building Control System (EBCS). The document specifies the contractor's responsibilities in maintaining high-performance standards, including real-time monitoring of building systems to enhance energy efficiency and operational effectiveness at USAR facilities. It details the roles of key personnel, such as the Contracting Officer and the Contracting Officer’s Representative (COR), emphasizing accountability and quality control through structured assessments. Surveillance methods include comprehensive inspections, customer feedback collection, and a system of documenting any non-conformances classified by severity. Performance assessment relies on objective quality indicators, with summaries provided in quarterly COR status reports. The plan serves as a living document that may evolve based on data analysis and changing circumstances. Its ultimate goal is to guarantee that the contractor meets contractual obligations while fostering an environment of continuous improvement and adherence to set quality standards, thereby aligning with government contracting objectives.
    The document outlines various federal and state military facility sites, detailing their respective physical locations, facility identification numbers (FACID), and building references. It categorizes these sites by military base and includes addresses for numerous Army Reserve Centers (ARC) across various states. The document serves as a comprehensive inventory of military installations relevant for potential requests for proposals (RFPs) and grants. It emphasizes the importance of accurate site information for future development and maintenance projects within federal military infrastructure. By compiling this data, the federal government can streamline processes related to the modernization, repair, or enhancement of these facilities, ensuring compliance with regulatory requirements and operational needs. The detailed site addresses and identification numbers assist in the efficient allocation of resources and planning for upcoming proposals. Overall, the document's primary goal is to facilitate governmental oversight and planning concerning military infrastructure management.
    The document outlines accessibility requirements for Information and Communication Technology (ICT) as mandated by Section 508 of the Rehabilitation Act. It emphasizes that all ICT procured, developed, or maintained by federal agencies must conform to the Revised 508 Standards to ensure accessibility for users with disabilities. Specific requirements include functional performance criteria, such as modes of operation that accommodate users with limited vision, hearing, and other disabilities. Agencies must also provide support documentation that meets accessibility standards and describe their approaches to inclusive design. Offerors are required to submit an Accessibility Conformance Report using the Voluntary Product Accessibility Template, detailing how their products meet Section 508 standards. Additionally, scenarios for testing accessibility among typical users, including those with disabilities, must be described. The government reserves the right to test ICT items to validate compliance claims before acceptance. This document reflects the government's commitment to ensuring ICT accessibility and compliance, supporting a more inclusive environment for all users, including those with disabilities.
    The document is an amendment to a solicitation for procurement, identified by solicitation number 140D0425R0070. The primary purpose of the amendment is to address vendor questions and publish the corresponding answers, which are detailed in Attachment A. Additionally, it clarifies the North American Industrial Classification Code (NAICS) for this procurement as 561210, pertaining to "Facilities Support Services," with a small business size standard set at $47.0 million. The amendment outlines the requirements for offerors to acknowledge receipt before the specified deadline, indicating that failure to do so may lead to rejection of offers. Other contract terms and conditions remain unchanged. This amendment emphasizes the importance of compliance and administrative communication in government procurement processes, highlighting clarity and responsiveness to vendor inquiries.
    The Department of the Interior (DOI) is issuing a Request for Proposal (RFP) #140D0425R0070 for the establishment of a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for enterprise building control system (EBCS) installation services at various U.S. Army Reserve facilities. This solicitation is open to small businesses, and only compliant proposals will be considered. Offerors must demonstrate technical capabilities, relevant past performance, and provide a competitive price. Proposal submissions should include a cover sheet, proof of System for Award Management (SAM) registration, representations and certifications, and responses to technical and pricing factors. The government will prioritize technical capability and past performance over price in its evaluation. Offerors must specifically demonstrate experience with Tridium Niagara systems and EBCS integration. The document includes multiple attachments accountable for the detailed scope of work, performance metrics, and compliance requirements, emphasizing the necessity for contractors to identify and mitigate potential risks associated with their supply chain and the use of covered telecommunications equipment. The government retains the right to cancel the RFP or not award a contract based on the quality of the proposals received, further defining the competitive and regulated nature of federal contracting processes.
    Similar Opportunities
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    63--Building Access Service Agreement
    Interior, Department Of The
    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.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.