Building Automation System Maintenance
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 USDA Animal and Plant Health Inspection Service (APHIS) is soliciting proposals for Building Automation System (BAS) Maintenance at the National Center for Applied Plant Protection (NCAPP) in Laurel, MD. This critical service ensures the quarantine integrity and containment of BSL-3AG agricultural plant pathogens and Select Agents within NCAPP's BSL-2 and BSL-3 facilities. This is a Total Small Business Set-Aside. Quotes are due by April 8, 2026, at noon CT.
Opportunity Overview
NCAPP is a world reference laboratory for plant diagnostic testing, dealing with complex diseases and pathogens. Its BSL-2 and BSL-3 buildings are highly complex, relying on a blend of Distech Controls and American Auto-Matrix BAS for guaranteed quarantine integrity. The facility experiences control sequence, temperature/operational stability problems, intermittent sensor fluctuations, and loss of control settings. Continuous, reliable BAS operation is vital to prevent failures that could impact pathogen testing and containment.
Scope of Work
The contractor will provide service, system review, checkout, and system-wide backup for the existing BAS. This includes:
- Furnishing 960 contractor hours annually for a factory-authorized Distech Controls and American Auto-Matrix (AAM) automated temperature controls (ATC) technician.
- Inspecting, testing, conducting system-wide backups, and performing maintenance on the BAS.
- Ensuring continued and safe operation of HVAC systems for high-security greenhouses, quarantine greenhouses, laboratories, and support facilities.
- Providing critical spare proprietary Distech Controls and AAM controller parts.
- Performing weekly tasks such as alarm investigation, HVAC equipment checks, seasonal changeover adjustments, logging system changes, evaluating trend data, preventative maintenance, controller inspection/testing, component replacement/upgrades, adding points/equipment control, updating BAS computers, and program backups.
- Evaluating high-security greenhouse controls, updating layouts/sequences/programs, verifying points, and calibrating sensors.
- Disconnecting and reconnecting alarm points for laboratory equipment during moves.
Key Requirements & Qualifications
- Contractor must be factory-authorized and certified in both Auto-Matrix and Distech Controls.
- Any new or replacement components must be American Auto-Matrix or Distech Controls.
- The controls specialist must pass a Security Risk Assessment and complete Select Agent training.
- Site-specific working knowledge of the 176-unit system controllers/programs is required.
- Work is primarily during normal hours (6:00 am - 3:30 pm), with a minimum of two days (16 hours) per week and approximately 80 hours per month.
- 50 additional Overtime (OT) hours are available for after-hour/weekend emergency repairs with 24/7 priority response.
- Contractor must comply with agency personal identity verification procedures (HSPD-12) and provide their own tools and testing equipment.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Duration: Anticipated base year with two option years.
- Place of Performance: National Center for Applied Plant Protection, Building 580, 9901 Powder Mill Road, Laurel, MD 20708.
- Product Service Code: Z1JZ (Maintenance Of Miscellaneous Buildings)
Submission & Evaluation
- Submission Deadline: April 8, 2026, at noon CT.
- Submission Package: Complete Price Schedule (Attachment 1), demonstration of relevant experience, and past performance information.
- Submission Email: james.g.roloff@usda.gov
- Evaluation Criteria: Lowest price, technically acceptable approach. Only the lowest priced quote will be evaluated for technical acceptability.
- Award Basis: Best value to the Government through the lowest price, technically acceptable quote with acceptable or neutral past performance.
- Negotiations: The USDA intends to award without negotiations; omissions may lead to technical unacceptability.
Important Attachments
- Attachment 1_Price Schedule.docx: Details pricing for base and option years, including technician hours and NTE amounts for controllers.
- Attachment 2_ATC SOW.docx: Provides the detailed Statement of Work.
- Attachment 3_Wage Determination_PG County.txt: Service Contract Act (SCA) wage determination for labor cost calculation.
Contact Information
Primary Point of Contact: Jim Roloff, james.g.roloff@usda.gov, 612-590-7603.