Desigo/Apogee IV
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 U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) is conducting market research for the Desigo/Apogee IV program. This Sources Sought notice aims to identify qualified firms capable of procuring, installing, maintaining, and servicing Utility Monitoring and Control Systems (UMCS) and other Building Automation Systems (BAS) globally. The total anticipated program capacity for the resulting SATOC is estimated at $630M. Responses are due by April 9, 2026.
Scope of Work
This opportunity involves providing personnel, equipment, and services for the Procurement and Installation (P&I) and/or Maintenance and Service (M&S) of proprietary Siemens Building Automation Systems Desigo/Apogee BAS. This includes, but is not limited to:
- Utility Monitoring and Control Systems (UMCS)
- Heating, Ventilation and Air Conditioning (HVAC) systems (chiller/boiler installation/integration)
- Supervisory Control and Data Acquisition (SCADA) Systems
- Fire Alarm Systems (FAS), life safety systems
- Other Industrial Control Systems (ICS)
- Automated control systems (contaminant detection/filtration/response)
- Utilities (electric/gas/water/steam) metering
- Electronic Security Systems (ESS) and security/force protection measures.
Services include engineering, P&I/upgrades, monitoring, control, preventive and corrective maintenance, repair/replacement/modernization, equipment inventories, condition assessments, work plan development, minor construction, and cybersecurity engineering.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Vehicle: Single Award Task Order Contract (SATOC)
- Anticipated Duration: Sixty (60) months (3-year base + 2-year option periods)
- Estimated Program Capacity: $507M (overall program), $630M (SATOC capacity)
- Set-Aside: None specified; market research to determine small business set-aside potential. Small businesses are encouraged to identify all applicable designations.
- Response Due: April 9, 2026, 12:00 Noon Central Time
- Published: March 10, 2026
Submission Requirements
Interested firms should submit a document detailing relevant experience and qualifications, addressing a Capabilities Questionnaire and the Performance Work Statement (Attachment 1). Submissions must be in Times New Roman, 12-point font, not exceeding 25 pages. Email submissions to DLL-CEHNC-APOGEEIV@usace.army.mil with copies to tianna.r.love@usace.army.mil and lashonda.c.smith@usace.army.mil.
Special Requirements
The PWS outlines requirements for:
- Quality Control: Contractor QCP and site-specific QCP.
- Security: Handling classified information (SECRET or higher clearances), NISPOM, DD Form 254 compliance.
- Safety: Compliance with EM 385-1-1, OSHA, Corporate Safety and Health Program, Site Specific Accident Prevention Plans.
- Information Technology: IT system access, potential CAC requirement.
- Cybersecurity: Compliance with UFC 4-010-06, UFGS 25 05 11, NIST SP 800-82, RMF process support, STIGs, SRGs.
- Personnel: Specific qualifications for Program Manager, Project Manager, various Engineers, Technicians, etc.
Place of Performance
Services will be required at Department of Defense (DoD) installations or other Government facilities throughout the Continental United States, Alaska, Hawaii, and Outlying areas, as well as internationally in Germany, Italy, Japan (including Okinawa), Korea, and Africa-Tanzania.
Additional Notes
This is a Sources Sought notice for market research only and does not constitute a solicitation or a Request for Proposal. The Government will not reimburse respondents for costs incurred.