Scout

612674404

Notice of Intent to Sole Source for Building Automation System (BAS) Maintenance Services

DEPT OF DEFENSE > DEFENSE INFORMATION SYSTEMS AGENCY (DISA) > DEFENSE INFORMATION SYSTEMS AGENCY

New Rejected
Actions
Open SAM.gov
Notice Type Special Notice
Due 2026-04-22
Posted 2026-04-21
NAICS 561210
PSC S216
Set-aside Total Small Business Set-Aside (FAR 19.5)
Scout Score 18

Quick analysis

DISA intends a sole‑source, 100% Small Business set‑aside RFQ for Building Automation System (BAS) maintenance at DISA HQ, Ft. Meade (NAICS 561210, $47M size standard).

Trace is not small for this NAICS (company revenue ~$49M), creating a clear compliance disqualifier. The work is facilities BAS (LonWorks/Niagara/TAC I/A/Reliable Controls) and outside Trace’s core capabilities.

The RFQ references a follow‑on to prior contract HC104721P4000 and is posted as a Notice of Intent to Sole Source with a 1‑day turnaround, indicating an entrenched incumbent and negligible capture window.

Security and OEM certification requirements (SECRET-cleared, factory‑certified BAS techs and recent OEM authorization letter) further limit feasibility. A partially unreadable DD254 prevents confirming specific security requirements, but the set‑aside ineligibility alone is dispositive.

Scope summary

  • Provide full‑time on‑site BAS maintenance at DISA HQ (FGGM, MD), including PM, troubleshooting, calibration/repair, software/firmware updates, and point‑to‑point checks (PWS).
  • Technicians: U.S. citizens with interim/final SECRET at start; DISS visit/VAR; minimum 3 years’ experience; certifications on Niagara N4 and TAC I/A Workplace Tech Tool; OEM factory‑cert on Lynxspring Niagara 4, TAC I/A MicroNet, Reliable Controls BACnet with ≥5 years training (PWS/RFQ).
  • Submit recent OEM authorization letter (≤30 days old) confirming authorized licensee (RFQ).
  • Provide Government unrestricted access to front‑end/back‑end programming, SOMMs, as‑builts, and technical library (PWS).
  • Comply with DD254 security requirements; access to SECRET‑level maintenance shutdown plans (RFQ; DD254 unreadable for specifics).
  • Submit CLIN Pricing Worksheet with linked formulas and traceability; CLINs include FFP labor, Materials NTE, Emergency NTE, and Surge CR NTE; provide 6‑month continuity pricing (Attachment 3).
  • Provide mission‑essential services continuity plan per DFARS 252.237‑7024 (Attachment 5).
  • Meet FAR/DFARS compliance (SAM, WAWF, NIST SP 800‑171 assessment, supply‑chain representations) (Attachment 4).

Dimension scores

Total - 18/100
Technical Fit - 2/20

Work is specialized facilities BAS maintenance (LonWorks, Niagara N4, TAC I/A, Reliable Controls) per PWS and RFQ. Trace core capabilities center on SATCOM/CDS/MPE/JADC2/IT O&M—not building automation controls. Minimal technical overlap.

Past Performance - 6/20

Trace has DISA past performance (e.g., GSM‑O subcontract, MPE‑S prime), but not in facilities BAS. Same customer, different mission; relevance is adjacent rather than direct.

Vehicles / Contract Access - 5/10

RFQ under FAR Part 12, not tied to a restricted vehicle Trace lacks. Access mechanism is open RFQ; vehicle access is not the barrier (set‑aside is handled under Compliance).

Competitive Position - 0/15

Notice of Intent to Sole Source with a follow‑on to HC104721P4000 indicates an incumbent advantage and minimal competitive opening. Combined with SB set‑aside, Trace has no viable competitive path.

Risk - 4/15

High execution risk for Trace due to OEM certification requirements (Niagara 4, TAC I/A, Reliable Controls) and on‑site mission‑essential support. DD254 unreadable limits confirmation of security specifics. Extremely short deadline (1 day) elevates capture and compliance risk.

Strategic Value - 1/10

Low contract value signals limited upside; work is outside Trace core lanes, though at a Tier‑1 target agency. Does not open a new strategic lane or vehicle for Trace.

Compliance - 0/10

Set‑aside is 100% Small Business under NAICS 561210 with a $47M size standard; Trace revenue ~$49M, thus not small for this NAICS. This is a likely disqualifier. Additional OEM cert and SECRET‑cleared tech requirements add hurdles.

Concerns

  • Total Small Business set‑aside under NAICS 561210 ($47M size standard) conflicts with Trace revenue (~$49M), creating a hard compliance stop.
  • Sole‑source intent and follow‑on to HC104721P4000 imply an entrenched incumbent and negligible capture window.
  • Specialized OEM certifications (Niagara 4, TAC I/A, Reliable Controls) and recent OEM authorization letter are mandatory; Trace lacks evidence of these credentials.
  • DD254 is unreadable; inability to confirm specific classification/safeguarding terms reduces confidence and could hide additional constraints.
  • Extremely short turnaround (posted 4/21, due 4/22) limits proposal quality and teaming options.
  • Mission‑essential services requirements increase staffing and continuity obligations during disruptions.
  • Cyber/NIST SP 800‑171 and supply‑chain representations (DFARS 252.204‑70xx, 252.225‑705x) introduce compliance workload and potential flowdown issues.

Teaming opportunities

  • Small Business prime with NAICS 561210 eligibility.
  • OEM‑certified BAS provider (Niagara 4, TAC I/A MicroNet, Reliable Controls BACnet) with recent OEM authorization letter.
  • On‑site, SECRET‑cleared BAS technicians at Ft. Meade with DISS visit/VAR.
  • Demonstrated facilities BAS past performance at DISA or similar DoD campuses.

Competitive position

  • If monitoring for partner intel only: Trace DISA familiarity and security posture (FCL; DISA processes) could complement an OEM‑certified SB prime.
  • WAWF/SAM/NIST 800‑171 compliance experience to support a compliant submission framework for a teaming partner.

Bid/No bid factors

  • 100% Small Business set‑aside; Trace not small for NAICS 561210.
  • Notice of Intent to Sole Source; follow‑on to HC104721P4000 signals incumbent lock.
  • Mandatory OEM certifications and recent authorization letter not in Trace core capabilities.
  • DD254 unreadable—security specifics unknown.
  • 1‑day response timeline from posting.

Documents

Download all
612674404_Attachment 1_PWS.pdf Download

Partially reviewed: Too large

Summary

Partially reviewed Performance Work Statement (PWS) for a follow‑on BAS maintenance contract at DISA Headquarters, Fort George G. Meade, MD. Includes scope (full‑time on‑site BAS maintenance, PM, repair, testing, software/firmware updates) and technical requirements (LonWorks protocol, Schneider‑Electric TAC I/A Series MicroNet, Niagara N4, Eaton/Modbus). Selected sections reviewed only (section_1_of_7 and section_4_of_7); document is large and not fully extracted.

  • Location: DISA HQ at Fort George G. Meade (FGGM), Anne Arundel County, MD — place of performance is CONUS and a fixed campus
  • Scope: Full‑time on‑site BAS maintenance, preventative maintenance, troubleshooting, calibration, repair, software and firmware updates, and point‑to‑point checks
  • Systems/Tech: LonWorks BAS, Schneider‑Electric TAC I/A Series® MicroNet controllers, Niagara N4 Framework, TAC I/A Series® Workplace Tech Tool 5.7, Eaton controllers, Modbus devices — direct technical fit for BAS/controls specialists
  • Access/clearance: Contractor key personnel must be U.S. citizens with interim or final U.S. SECRET clearance at contract start (Tier 3 investigation minimum) and NIPRNet access; DISS visit/VAR processes required
  • Work schedule: Routine work during regular hours (9‑hour window 7:30am–4:30pm local); weekends/holidays require COR/CO approval and potential additional cost approval
  • Contract lineage: Follow‑on to previous contract HC104721P4000 and Tracking Number 612674404 — indicates incumbent history to investigate
  • Deliverables/rights: Government requires full unrestricted access to both front‑end and back‑end programming and access to SOMMs, as‑builts, technical library
  • Personnel qualifications: Technicians must have 3 years’ experience, be certified on Niagara N4 and TAC I/A Workplace Tech Tool, and be trained on BAS versions in use
  • Security/FCL: Performance on classified DISA contracts requires an appropriate Facility Security Clearance (FCL) granted by DCSA
  • Coordination: Contractor will coordinate with J4 and Base Operating Support contractor and may support high‑level planning (mentions participation with Senior VP level staff)
612674404_Attachment 2_DD254.pdf Download
Summary

The extraction returned only a PDF viewer placeholder and no substantive content, so the attachment's actual contents are unavailable for review. The filename includes 'DD254', but that cannot be confirmed or relied on without a readable copy.

  • Extraction produced only a PDF viewer placeholder; no substantive text to extract or analyze.
  • Filename contains 'DD254' and 'Attachment 2' which commonly indicate a Contract Security Classification Specification (DD Form 254), but this is unconfirmed from the extracted data and must be validated with a readable file.
  • Because the document is unreadable, critical facts that would affect Trace scoring are unknown: required clearance level, classification handling instructions, contract security requirements, and signature/dates.
  • Unable to confirm place of performance, contract-specific security clauses, or whether the DD254 imposes an FCL/Personnel clearance requirement—obtain a readable version before using this file for scoring.
612674404_Attachment 3_CLIN Pricing Worksheet.xlsx Download
Summary

Government-issued DISA CLIN pricing worksheet and proposal template for Building Automation System (BAS) maintenance services. Contains instructions and populated CLIN summary showing labor, materials, emergency, surge, and an evaluation-only 6-month extension with totals and required supporting detail/traceability. Key line items include two BAS specialists (2040 hours), Materials NTE $50,000, Emergency NTE $10,000, Surge CR NTE (10% / $6,000), and Total Estimated Price $66,000.

  • Document is a DISA proposal/CLIN pricing template with mandatory instructions on formulas, links, and traceability for government cost/price evaluation
  • Labor CLIN (x001 / 0001) defined as Two BAS Specialists (Government site) totaling 2,040 hours — listed as FFP
  • Materials CLIN (x002 / 0002) listed NTE $50,000 for Task 4 (Realignments Materials)
  • Emergency CLIN (x003 / 0003) listed NTE $10,000 for Task 5 (Emergency Repair)
  • Surge CLIN (9999) is Cost Reimbursable, NTE at 10% (shown as $6,000) and excluded from the 6-month extension number
  • TOTAL ESTIMATED PRICE shown as $66,000 (subtotal $60,000 plus surge $6,000)
  • 6-month extension pricing is requested for evaluation only and CLINs for extension mirror base-period entries
  • CLIN types mixed: labor FFP, materials NTE, emergency NTE, surge CR NTE — important for pricing and risk assessment
  • Sheet indicates Government site for labor performance but no specific geographic place of performance or security/clearance requirements provided
612674404_Attachment 4_FAR_DFARS_Prov_Clauses.docx Download

Partially reviewed: Too large

Summary

Partially reviewed (sections 1 and 7 only) due to large file size. Contains the solicitation provisions/clauses package (Attachment 4) with a list of FAR/DFARS provisions and full-text excerpts for several clauses; selected excerpts show representations and administrative/payment requirements that drive compliance and flowdowns for any award.

  • Document is the solicitation provisions/clauses package (Attachment 4) — offerors must complete/return specified provisions with proposals.
  • Lists multiple provisions including FAR 52.203-11, FAR 52.204-7 (SAM), FAR 52.212-1, FAR 52.229-11, DFARS 252.203-7005, DFARS 252.204-7008, DFARS 252.204-7019, DFARS 252.225-7055, DFARS 252.225-7059 — indicates compliance, tax, and supply-chain restrictions are required.
  • DFARS 252.204-7016 and DFARS 252.204-7017 full-text excerpts require offeror representations about providing 'covered defense telecommunications equipment or services' and require disclosures if such equipment/services will be used — potential supply-chain disqualifier or additional documentation.
  • DFARS 252.204-7008 and DFARS 252.204-7019 referenced — signals DoD cybersecurity controls / NIST SP 800-171 assessment requirements may apply to award (compliance risk factor).
  • DFARS 252.232-7006 (WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS) full-text excerpt requires SAM registration, WAWF registration, and prescribes invoicing methods (Invoice 2in1 for many services); implies electronic invoicing and WAWF competency required for payment.
  • Clause text includes Unique Item Identification (UID/IUID) reporting and subcontract flowdown language — suggests material/item tracking and subcontract compliance obligations could apply.
  • Includes prohibitions/representations about operations with Maduro regime and Xinjiang region (DFARS 252.225-7055/7059) — supply-chain/geo-origin compliance considerations.
  • Selected extraction is partial (sections 1 and 7 only) — additional clauses and requirements likely present in the unreviewed sections that could affect compliance, risk, or technical fit.
612674404_Attachment 5_Mission Essential Contractor Services.pdf Download
Summary

Attachment declares that, per DFARS 252.237-7023 and -7024, all services in the PWS are considered mission-essential and require the offeror to submit a written plan describing continuity of performance. The document defines "essential contractor service" and "mission-essential functions" and is dated April 10, 2026 (Encl 2i).

  • References DFARS 252.237-7023 (Continuation of Essential Contractor Services) and DFARS 252.237-7024 (offeror written plan requirement).
  • Explicit statement: "All services required within Performance Work Statement (PWS) are deemed mission essential."
  • Require offeror to provide with its offer a written plan describing how it will continue to perform the essential contractor services.
  • Defines "essential contractor service" as services whose interruption could seriously impair defense operations (applies to contractor services supporting vital systems and base/installation support).
  • Defines "mission-essential functions" as activities that must be performed under all circumstances; failure would significantly affect DoD authority/control.
  • Document date: April 10, 2026; Encl 2i, Mission-Essential Contractor Services.
612674404_Combo_Building Automation System Maintenance.pdf Download

Partially reviewed: Too large

Summary

Partially reviewed (sections 1 and 3 of 4 extracted; document flagged too_large). This sole-source combined synopsis/RFQ (#612674404) from DISA requests quotes for Building Automation System (BAS) maintenance at DISA Headquarters, solicited as a 100% small business set-aside under NAICS 561210. The RFQ specifies an FFP contract with an estimated one six-month base period (with potential additional 6-month continuity pricing), detailed technical/OEM requirements, SECRET-level access to maintenance shutdown plans, and a quote due date of 22 April 2026 at 1200 PM ET.

  • Sole-source combined synopsis / RFQ #612674404 (Commercial Item Procedures, FAR Part 12)
  • Agency: DISA; Requirement supports Facilities and Logistics Directorate (J4) at DISA Headquarters
  • Set-aside: 100% Small Business (NAICS 561210, size standard $47M)
  • Contract type: Firm Fixed Price (FFP); Period of Performance: one (1) six-month base (FOB destination) with pricing for an additional 6-month continuity period per FAR 52.217-8
  • Quote due: 2026-04-22 1200 PM Eastern; submission via email to KO (bryn.l.riska.civ@mail.mil) and CS (renee.e.cox2.civ@mail.mil); subject line format required
  • Place of Performance: DISA HQ complex BAS (PWS in Attachment 1) — systems include boilers, chillers, cooling towers, fans/pumps, economizers, air handlers, gas heaters, lighting controls, emergency power/generators, fuel delivery, UPS, utility meters
  • Technical mandatory: factory-certified technicians trained on Lynxspring Niagara 4, TAC I/A Series MicroNet, Reliable Controls BACnet controllers with minimum five (5) years of training; OEM letter (≤30 days old) confirming authorized licensee required
  • Security/Access: contractor will have access to maintenance shutdown plans cleared at SECRET level; Attachment 2 (DD254) must be completed and submitted
  • Performance requirements: configuration management (full access to front-end/back-end programming), helpdesk support with 2-working-day response for investigations/repairs, and access to programming/firmware updates
  • Price evaluation: Price reasonableness and completeness per FAR 15.404; CLIN Pricing Worksheet in Attachment 3; surge and additional 6-month pricing required
  • Other compliance: Attachment 4 contains FAR/DFARS provisions; DFARS 252.237-7024 continuity plan will be evaluated; SAM registration required
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 46302

Notice lineage:

  • cc94e57712e94b018850fbcbdbad8646 (posted 2026-04-21) - current

Last synced: 2026-04-21T18:07:10.704244+00:00

Last analyzed: 2026-04-21T18:10:14.998771+00:00

Latest package fingerprint: 5a5abfcda9d833503e7457a7cf29b5ad8704a05ba79318f886986084eaf37ca6

Latest package notice: cc94e57712e94b018850fbcbdbad8646

Latest package documents: 6

Evidence limitations
  • 612674404_Attachment 1_PWS.pdf: partially reviewed (too large)
  • 612674404_Attachment 4_FAR_DFARS_Prov_Clauses.docx: partially reviewed (too large)
  • 612674404_Combo_Building Automation System Maintenance.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-21T18:07:10.705981+00:00: cc94e57712e94b018850fbcbdbad8646 with 6 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches