EMCS Mainframe Upgrade
ID: FA303025Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the Emergency Management Control System (EMCS) mainframe at Goodfellow Air Force Base in Texas. This project involves the procurement and installation of hardware and software, including Niagara-compatible controllers and a hardened desktop PC, to enhance the energy management capabilities of the facility. The total estimated contract value is approximately $19 million, with a performance period of 180 days from the date of award. Interested small businesses must submit their quotes by 3:00 PM CST on June 6, 2025, and can direct inquiries to Martin Zapata at martin.zapata@us.af.mil or Armon Brown at armon.brown.2@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for upgrading the Environment Management Control Systems (EMCS) mainframe at Goodfellow Air Force Base. The contractor is tasked with procuring and installing compliant hardware and software, including a desktop PC, uninterruptible power supply, and 15 Niagara compatible controllers, alongside necessary software licenses for operation and maintenance. The project is expected to be executed efficiently by certified personnel, adhering to all applicable safety, cybersecurity, and governmental regulations. Performance is mandated within 180 calendar days, with defined working conditions and safety considerations emphasized throughout. Significant procedural details, including worker safety, access requirements, and site maintenance, are outlined to ensure a successful project execution. The document emphasizes the contractor's responsibility for all aspects of the work, ensuring operational readiness upon completion, while also detailing conditions for compliance with local laws and regulations.
    The document outlines the minimum salient characteristics required for a mainframe upgrade of the EMCS (Energy Management Control System), specified under CP#1142758. It details necessary hardware and software purchases compliant with the Trade Agreements Act (TAA). Key hardware components include a hardened PC desktop with 32 GB RAM, a Quad Port NIC, RAID 5 storage, Niagara 9000-compatible controllers (15 units) that support Bac Net IP with capabilities for 500 points, and an uninterruptible power supply of at least 450 watts. Software requirements feature Niagara 4 Supervisor (version 4.14 or newer), Windows 2022 Server and SQL 2022 Server licenses, and an Enterprise Package for Niagara Unlimited Devices. Additionally, there are maintenance agreements for three years covering the controllers and Niagara software. The purpose is to solicit bids from contractors or suppliers for upgrading the EMCS, enhancing energy management capabilities while ensuring compliance with federal regulations and technological standards essential for operational efficiency.
    This document addresses a solicitation for an upgrade to the Energy Management Control System (EMCS) mainframe. It clarifies various aspects of the project, including the installation requirements and contractor obligations. Key points include that no site visit is necessary, the project is exempt from state and local taxes, and no bid or performance bonds are required from the contractor. The installation involves software and hardware for a specified PC, with controllers remaining uninstalled in packaging. The government will manage utility provisions, while contractors must handle their training responsibilities. Additionally, the document confirms the system requirement is BACNet IP only, eliminating the need for MSTP. There is an emphasis on using a single RAID 5 array for storage needs. The government will not provide detailed budget estimates or cybersecurity as-built documents, but limited existing mechanical drawings are available. Lastly, the proposal deadline has been extended to June 6, 2025, allowing additional time for responses. Overall, the document plays a crucial role in delineating project expectations and clarifying administrative procedures within the RFP process.
    The document outlines a solicitation for an acquisition of commercial products and services specifically aimed at upgrading the Energy Management Control System (EMCS) at Goodfellow Air Force Base, Texas. The solicitation, marked FA303025Q0031, invites offers for hardware and software necessary for the EMCS mainframe upgrade, comprising items such as hardened PC desktops, Niagara-compatible controllers, and relevant software licenses, all required to meet specific performance standards. The total expected award amount is approximately USD 19,000,000. Offer submissions are due by May 30, 2025, at 3:00 PM local time, with contact information provided for inquiries. The document also includes details on delivery timelines, payment procedures through the Wide Area Workflow (WAWF), and clauses related to compliance, including Small Business requirements and environmental considerations. Overall, this solicitation aims to foster growth within women-owned small businesses while ensuring adherence to federal guidelines by requiring detailed proposals from qualified contractors who can deliver the specified products and services efficiently. It emphasizes the importance of meeting regulatory standards and timely delivery in support of the Air Force's operational needs.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning the upgrading of the Energy Management Control System (EMCS) at Goodfellow Air Force Base, Texas. The request details a series of hardware and software requirements for the project, including a hardened desktop computer, Niagara-compatible controllers, and specific software licenses. The total award amount for this contract is estimated at USD 19,000,000. The procurement process is extensive, including the method of solicitation, delivery terms, payment procedures, and specific clauses relevant under the Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulation Supplement (DFARS). It highlights the necessity for complete compliance with regulatory standards for small businesses, including economically disadvantaged and service-disabled veteran-owned businesses. The document emphasizes the importance of providing a unique item identifier for accountability in delivery, as well as compliance with stringent inspection and acceptance protocols. The guidelines ensure all contractual obligations are met while promoting participation from designated small business entities, reflecting broader government initiatives aimed at supporting diverse businesses in federal contracting.
    This government document serves as an amendment to an existing solicitation for a contract related to an EMCS Mainframe Upgrade project. The primary objective is to inform potential bidders about important updates, including answers to questions submitted during a Request for Information (RFI) process and an extension of the solicitation response deadline from May 30, 2025, to June 6, 2025, at 3:00 PM CST. Bidders must acknowledge receipt of this amendment to ensure their offers are considered valid. The amendment maintains the overall terms and conditions of the original solicitation while adding a new attachment containing the Q&A content. The document highlights the procedural requirements for contractors to comply with, ensuring transparency and facilitating effective communication between the government and potential contractors. This amendment is a critical step in the procurement process, emphasizing the government's commitment to engage with potential vendors while clarifying project expectations and timelines.
    Lifecycle
    Title
    Type
    EMCS Mainframe Upgrade
    Currently viewing
    Solicitation
    Similar Opportunities
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.