Interior Department awards $61.9K contract for PLC upgrade components to Hoopoe Labs Inc

Contract Overview

Contract Amount: $61,877 ($61.9K)

Contractor: Hoopoe Labs Inc

Awarding Agency: Department of the Interior

Start Date: 2026-04-02

End Date: 2026-06-30

Contract Duration: 89 days

Daily Burn Rate: $695/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS)

Place of Performance

Location: LOVELAND, LARIMER County, COLORADO, 80537

State: Colorado Government Spending

Plain-Language Summary

Department of the Interior obligated $61,876.66 to HOOPOE LABS INC for work described as: EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS) Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract duration is relatively short at 89 days, indicating a focused scope. 3. The award amount is modest, suggesting a smaller-scale project or component purchase. 4. The North American Industry Classification System (NAICS) code 334111 points to electronic computer manufacturing. 5. The contract type is a Firm Fixed Price (FFP) delivery order, providing cost certainty. 6. The contract is for 'EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS)', indicating industrial control systems.

Value Assessment

Rating: good

The contract value of $61,876.66 appears reasonable for specialized electronic components and associated services. Benchmarking against similar PLC upgrade contracts is difficult without more specific details on the components and labor involved. However, the firm fixed-price nature of the award suggests that the contractor has assessed the risks and costs, and the price reflects this assessment. The relatively small award amount may indicate a focused scope or a pilot project rather than a large-scale system overhaul.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 6 bids indicates a healthy level of interest and competition for this requirement. A competitive process like this generally leads to better price discovery and potentially more favorable terms for the government.

Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers as it likely resulted in a more cost-effective solution compared to a sole-source or limited competition scenario.

Public Impact

The Bureau of Reclamation benefits from an upgraded Programmable Logic Controller (PLC) system, enhancing operational efficiency. This contract supports the maintenance and modernization of critical infrastructure within the Department of the Interior. The upgrade likely impacts operations in Colorado, where the contract is registered. The workforce involved would include specialized technicians for installation and configuration of the control components.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for obsolescence of older PLC components if not upgraded.
  • Dependency on a single vendor for specific Controllogix components could pose supply chain risks.
  • Ensuring compatibility with existing SCADA or control systems is crucial for seamless integration.

Positive Signals

  • Modernization of control systems can improve reliability and reduce downtime.
  • Firm Fixed Price contract provides budget certainty for the government.
  • Full and open competition suggests a robust market for these components and services.

Sector Analysis

This contract falls within the industrial automation and control systems sector, specifically related to electronic components for Programmable Logic Controllers (PLCs). The market for PLCs and associated industrial computing hardware is substantial, driven by the need for automation and efficiency across various industries, including water management, manufacturing, and energy. The Department of the Interior's reliance on such systems for infrastructure management places this contract within a critical segment of the industrial IT and operational technology market.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As it was awarded under full and open competition with 6 bidders, it's possible that small businesses participated, but they were not the sole focus of a set-aside. There is no explicit information on subcontracting requirements for small businesses within this award.

Oversight & Accountability

The contract is a delivery order under a larger contract vehicle, implying that the parent contract likely has established oversight mechanisms. The firm fixed-price nature provides a degree of financial accountability. Transparency is generally maintained through federal procurement databases where such awards are reported. Specific oversight details would depend on the terms of the parent contract and agency-specific procurement policies.

Related Government Programs

  • Industrial Control Systems Modernization
  • SCADA System Upgrades
  • Automation Component Procurement
  • Department of the Interior IT Infrastructure

Risk Flags

  • Potential for vendor lock-in with proprietary PLC systems.
  • Supply chain risks for specialized electronic components.
  • Cybersecurity implications for industrial control systems.

Tags

sector-other, agency-department-of-the-interior, agency-bureau-of-reclamation, contract-type-delivery-order, competition-full-and-open, pricing-firm-fixed-price, naics-334111, geography-colorado, contractor-hoopoe-labs-inc, size-category-small-award

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $61,876.66 to HOOPOE LABS INC. EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS)

Who is the contractor on this award?

The obligated recipient is HOOPOE LABS INC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Reclamation).

What is the total obligated amount?

The obligated amount is $61,876.66.

What is the period of performance?

Start: 2026-04-02. End: 2026-06-30.

What is the specific nature of the 'EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS)' and why is it needed?

The contract specifies 'EC - PLC UPGRADE (CONTROLLOGIX COMPONENTS)', indicating the procurement of parts or systems related to upgrading Programmable Logic Controllers (PLCs) using the Controllogix platform. PLCs are industrial computers that control manufacturing processes, and Controllogix is a product line from Rockwell Automation. Upgrades are typically needed to replace aging hardware, improve performance, enhance security, add new functionalities, or ensure compatibility with newer software and systems. For the Bureau of Reclamation, this likely relates to maintaining or improving the control systems for water infrastructure, such as dams, pumping stations, or treatment facilities, ensuring reliable and efficient operation.

How does the award amount of $61,876.66 compare to typical PLC upgrade projects?

The award amount of $61,876.66 is relatively modest for a comprehensive PLC system upgrade, which can often run into hundreds of thousands or even millions of dollars depending on the scale and complexity. This suggests that the contract likely covers specific components, a limited number of PLCs, or a smaller, localized upgrade rather than a complete system overhaul. It could also represent a single delivery order within a larger, multi-award contract. Without knowing the exact components, quantities, and labor involved, a precise comparison is difficult, but it points towards a targeted procurement.

What are the potential risks associated with procuring Controllogix components?

Procuring Controllogix components, like any specialized industrial hardware, carries potential risks. One significant risk is vendor lock-in, as Controllogix is a proprietary system, meaning components and software are primarily sourced from Rockwell Automation or authorized distributors. This can limit future competition and potentially lead to higher prices. Another risk is supply chain disruption; global demand for industrial components can lead to lead time issues or shortages. Furthermore, ensuring compatibility with existing infrastructure and cybersecurity vulnerabilities associated with connected industrial control systems are critical considerations that require careful management.

What does the 'FULL AND OPEN COMPETITION' with 6 bidders signify for the Department of the Interior?

The 'FULL AND OPEN COMPETITION' with 6 bidders signifies a successful procurement process for the Department of the Interior. It indicates that the requirement was well-defined and advertised broadly enough to attract multiple interested and capable vendors. The presence of six bidders suggests a competitive market for these specific PLC components and related services. This level of competition typically drives down prices, encourages innovation, and increases the likelihood of the government receiving the best value for its investment. It also demonstrates adherence to federal acquisition regulations promoting fair and open market access.

What is the significance of the 'FIRM FIXED PRICE' contract type for this PLC upgrade?

The 'FIRM FIXED PRICE' (FFP) contract type is significant because it shifts the majority of the cost risk from the government to the contractor, Hoopoe Labs Inc. Under an FFP agreement, the contractor is obligated to complete the work for a predetermined price, regardless of their actual costs. This provides the Department of the Interior with budget certainty and predictability, as the total cost of the contract is known upfront. For the contractor, it incentivizes efficiency and cost control, as any savings achieved below the fixed price benefit them. This type of contract is generally preferred for well-defined requirements where the scope of work is clear, as it is with specific component upgrades.

How does this contract fit into the broader IT or operational technology spending of the Department of the Interior?

This contract, valued at approximately $61.9K for PLC components, represents a small but potentially critical piece of the Department of the Interior's overall technology spending. The Department manages vast and complex infrastructure, including water resources, land management systems, and energy facilities, all of which rely on sophisticated operational technology (OT) and industrial control systems (ICS). While larger IT modernization projects might involve millions, contracts like this address specific, necessary upgrades to maintain the functionality and reliability of these essential systems. It highlights the ongoing need for investment in both traditional IT and specialized OT to ensure the effective and secure operation of the Department's diverse mission-critical assets.

Industry Classification

NAICS: ManufacturingComputer and Peripheral Equipment ManufacturingElectronic Computer Manufacturing

Product/Service Code: ELECTRICAL/ELECTRONIC EQPT COMPNTS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11732 SE 269TH PL, KENT, WA, 98030

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $61,877

Exercised Options: $61,877

Current Obligation: $61,877

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA25D00EJ

IDV Type: FSS

Timeline

Start Date: 2026-04-02

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-04-02

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending