Building Automation Services Contract for Siemens Desigo Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotations for Building Automation Services for Siemens Desigo Equipment at the U.S. National Poultry Research Center (USNPRC) Southeast Poultry Research Laboratory (SEPRL) in Athens, GA. This is an unrestricted requirement. Quotations are due by February 9, 2026, at 0600 EST.
Scope of Work
The contractor will provide comprehensive building automation services for Siemens Desigo equipment. Key tasks include:
- Quarterly quality assurance meetings and health/system performance reports.
- Quarterly database backups and operator coaching during maintenance visits.
- Target-based automation maintenance (two days per quarter) and owner-directed automation specialist maintenance (ten days).
- Annual Desigo software license and labor upgrades for BAS and LEM servers.
- Annual cRSP eCumulus cellular service for BAS and LEM servers.
- Continuous system performance monitoring of approximately 250 critical points.
- Provision of two Desigo training classes at the Norcross Training Center. The contractor must be authorized by Siemens Industry, Inc. to perform services on Desigo equipment.
Contract Details
- Contract Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price contract.
- Period of Performance: One (1) one-year base period and four (4) one-year option periods, totaling up to five (5) years (February 16, 2026 – February 15, 2031).
- Set-Aside: Unrestricted requirement; not set-aside for small business concerns.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance).
- Small Business Size Standard: $34 million.
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- Place of Performance: 934 College Station Road, Athens, GA, 30605.
Submission & Evaluation
- Submission Deadline: February 9, 2026, no later than 0600 Eastern Standard Time (EST).
- Submission Method: Electronically via email to ryan.herkimer2@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Only the lowest priced offer will be evaluated for technical acceptability; if not acceptable, the next lowest will be evaluated.
- Pricing: Offerors must provide pricing for the base period and all option periods using "Attachment 4 – Price Schedule." Failure to do so may result in disqualification.
- Technical Acceptability: Based on the offeror's ability to demonstrate a thorough understanding and compliant approach to meeting Statement of Work (SOW) requirements.
- Past Performance: May be evaluated using provided references, USDA contract history, CPARS, and other government sources.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Service Contract Labor Standards (Wage Determination No. 2015-4469, Revision No. 29) are anticipated to apply, and offerors must account for these labor costs. The contract will be awarded to a single offeror. The USDA Ombudsman Program is available for agency protest resolution.