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 Department of Agriculture (USDA) Agricultural Research Service (ARS) has issued a Request for Quotation (RFQ) for Building Automation Services specifically for Siemens Desigo equipment. These services will support the U.S. National Poultry Research Center (USNPRC) Southeast Poultry Research Laboratory (SEPRL) located in Athens, GA. This is an Unrestricted procurement for a firm-fixed-price contract. Quotations are due by February 9, 2026.
Scope of Work
The contractor will provide comprehensive maintenance and technical support for the facility's Siemens Desigo building automation system. Key requirements include:
- Maintenance & Monitoring: Quarterly quality assurance meetings, health and system performance reports, and two days per quarter of target-based automation maintenance.
- System Support: Quarterly database backups, operator coaching, and continuous monitoring of approximately 250 critical points.
- Software & Licensing: Annual Desigo software license upgrades and labor for BAS and LEM servers, including annual cRSP eCumulus cellular service.
- Training: Provision of two Desigo training classes at the Norcross Training Center.
- Special Requirement: The contractor must be authorized by Siemens Industry, Inc. to perform services on Desigo equipment.
Contract & Timeline
- Type: Firm-Fixed Price
- Duration: One (1) one-year base period plus four (4) one-year option periods (Totaling up to 5 years).
- Set-Aside: Unrestricted (Open to all responsible sources).
- Response Due: February 9, 2026, at 6:00 AM EST.
- Place of Performance: Athens, GA.
Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) process. The government will evaluate the lowest-priced offer for technical acceptability first. Technical acceptability is based on the offeror's demonstrated understanding of the Statement of Work (SOW) requirements. Past performance may also be reviewed via CPARS and other government sources.
Additional Notes
Offerors must submit pricing for the base year and all option periods using Attachment 4 - Price Schedule. Failure to provide pricing for all items may result in disqualification.