Opportunity
SAM #1166468
Siemens Desigo CC Building Automation System Migration for USDA ARS Peoria Facility
Buyer
ARS APD
Posted
April 21, 2026
Respond By
April 27, 2026
Identifier
1166468
NAICS
238290, 811310, 541512
The USDA Agricultural Research Service (ARS) is seeking qualified firms to upgrade its building automation system at the Peoria, Illinois facility. - Government Buyer: - United States Department of Agriculture (USDA), Agricultural Research Service (ARS), AFM APD office - OEMs and Vendors: - Siemens (only OEM referenced) - Products/Services Requested: - Migration of the existing Siemens Insight building automation system to Siemens Desigo CC - Services include: - Backing up current Insight system data - Reconnecting and testing all field devices for integration with Desigo CC - Functional testing of the upgraded system - Providing documentation and obtaining USDA approval - Training USDA staff on the new system - Post-migration support - Unique or Notable Requirements: - All work must be performed by factory certified Siemens technicians - No replacement of the existing system; only migration and integration - Comprehensive training and support for USDA staff - No specific product part numbers or quantities provided
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS/QUOTES/BIDS, THIS IS A SOURCES SOUGHT SYNOPSIS ONLY
This Sources Sought is for the purpose of identifying firms that can meet the following United States Department of Agriculture, Agricultural Research Service (ARS) Requirements.
The USDA ARS has a requirement to upgrade an existing building automation system at Peoria, IL. The requirement includes migration to Desigo CC from existing Insight. The requirement is not to replace the existing system. The work must be completed by factory certified Siemens technician(s).
Specific tasks include but not limited to the following:
Backing up Insight system data during migration. Reconnecting and testing field devices to ensure all building systems are properly integrated with Desigo CC. Functional testing of all components to confirm that the system operates correctly. Documenting results and obtaining USDA approval that the migration meets all requirements. Provide training to equip USDA staff with the knowledge to operate and maintain the new system. Deliver documentation and post-migration support to ensure a smooth transition and address any initial issues.
This Sources Sought is not to be considered as a request for proposal/quotes/bids or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned.
INSTRUCTION FOR SUBMISSION:
After review of the attached documentation, interested parties may submit a response in an electronic format only via email to osvaldo.rodriguez@usda.gov no later than April 27, 2026, 10:00 AM ET.
Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.
Respondents should include as part of their submission:
Capabilities statement. GSA Number if applicable DUNS Number Firm Name Firm Address Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov Firm’s point of contact, phone and email address. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc).
Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point.