Annual Monthly PM Services for BLDG Automation Services with 4 Option Years

SOL #: 1232SA26Q0420Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Ithaca, NY

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems (J063)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 17, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The USDA Agricultural Research Service (ARS) is soliciting quotations for Annual Monthly Preventive Maintenance Services for the Building Automation System (BAS) at the Robert W. Holley Center in Ithaca, NY. This is an unrestricted requirement for a firm-fixed price contract, consisting of one base year and three option years. The opportunity specifically targets maintenance for the Johnson Control Metasys BAS.

Scope of Work

The contractor will provide monthly preventive maintenance services to ensure the proper, safe, and efficient operation of all Building Automation Systems at USDA’s R.W. Holley Center, Building 002, 538 Tower Road, Ithaca, NY 14853. Key services include:

  • Twelve (12) monthly eight-hour visits by a Johnson Controls certified, HVAC TB Sr. Controls Technician.
  • Identification and correction of abnormal point communications, current overrides, and alarms.
  • Visual inspection of panels, units, and surrounding areas.
  • Correction of deficiencies using customer-supplied parts.
  • Documentation of all tasks and reporting observations to customer representatives.
  • Verification of proper electrical connections, control operations (e.g., temperature, humidity, static pressure), end devices (e.g., valves, dampers, humidifiers), and network communications.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) Request for Quotation (RFQ).
  • Period of Performance: One (1) one-year base period (August 1, 2026 - July 31, 2027) and three (3) one-year option periods, extending the total performance through July 31, 2031.
  • Award Type: One award is anticipated.
  • Set-Aside: This is an unrestricted acquisition.
  • NAICS Code: 811210 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems).
  • Small Business Size Standard: $34 million.

Submission & Evaluation

  • Offer Due Date: April 17, 2026, at 4:00 PM Central Time.
  • Questions Due Date: April 15, 2026, at 3:00 PM Central Time, via email to lynn.hults@usda.gov.
  • Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on Price, Technical Acceptability, and Past Performance. The evaluation will follow a Lowest Priced Technically Acceptable (LPTA) approach.
    • Technical Acceptability: Only offers of the exact brand name, make, and model (Metasys Building Automation System by Johnson Control, Inc.) from the OEM or an OEM-approved source will be considered acceptable. Alternate or "equal" products are unacceptable. Offerors must provide documentation to confirm the exact product.
    • Price: Evaluated for fairness and reasonableness, including pricing for the base period, all option periods, and a potential six-month extension. Failure to propose pricing for all line items may result in disqualification.
    • Past Performance: Evaluated as "acceptable," "neutral," or "unacceptable" using contractor references, USDA contract history, CPARS, and other federal sources.
  • Offer Acceptance Period: Offerors must hold prices firm for 90 calendar days from the receipt of offers.
  • Registration: Offerors must be registered in the System for Award Management (SAM).

Additional Notes

  • The solicitation incorporates various FAR and AGAR clauses, including AGAR Clause 452.203-71 (Anti-Discrimination and DEI Compliance), which is a material term of the contract.
  • A Wage Determination for Tompkins County, NY, is provided, detailing minimum wage rates and fringe benefits under the Service Contract Act, which bidders must factor into their pricing.
  • The USDA Ombudsman Program offers an internal Alternative Dispute Resolution (ADR) process for agency protests.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Annual Monthly PM Services for BLDG Automation Services with 4 Option Years | GovScope