Sources Sought For Brand Name Heating, Ventilation, And Air Conditioning Control System – Consolidated Vehicle Maintenance And Security Forces Operations Complexes At Minot Air Force Base, North Dakota
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 US Army Corps of Engineers, Omaha District (USACE) is conducting a Sources Sought for Heating, Ventilation, and Air Conditioning (HVAC) control systems for the Consolidated Vehicle Maintenance Complex (CVMC) and Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This market research aims to identify potential sources and industry technologies, specifically seeking systems compatible with existing Johnson Controls infrastructure, while also exploring suitable alternate brands. Responses are due by April 22, 2026.
Scope of Work
This requirement is for Direct Digital Control (DDC), Energy Management Control System (ECMS), and Java Application Control Engine (JACE) systems. These HVAC control systems will be installed as components of larger design-bid-build construction projects for the CVMC and SFOC, supporting the integrated Sentinel weapons system beddown. The estimated product cost for the HVAC control systems is $130,000 for CVMC and $200,000 for SFOC, totaling approximately $330,000.
Key Requirements
- Compatibility: All proposed control systems must be fully compatible and interoperable with existing Johnson Controls infrastructure.
- Non-Developmental Item: Systems must be non-developmental to the maximum extent possible.
- Qualifications: Vendors must demonstrate compatibility with Johnson Control brand HVAC controls and associated components, providing proof of qualification.
- Maintenance & Repair: Information on product warranties, repair technician availability, and repair response times is requested.
- Compliance: Any resulting contract will be compliant with the Berry Amendment (10 U.S.C. 2533a and 2533b).
Purpose & Context
This Sources Sought is for informational purposes only and is not a request for proposal. It serves as supplementary market research by the Army to support specific projects at Minot AFB, where the Air Force has a strong preference for Johnson Control systems due to existing infrastructure, technician familiarity, and seamless integration with the base-wide EMCS. The Air Force is currently developing a class Justification and Approval (J&A) for Johnson Control brand HVAC control systems, building on an existing J&A for HVAC standardization. The market research will help determine the procurement method, potentially leading to a brand name J&A or specifications for HVAC control systems. The construction contracts are anticipated to be full and open competition.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 334512 (Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use) with a 500-employee small business size standard.
- PSC Code: 4130 (Refrigeration and Air Conditioning Components).
- Response Due: April 22, 2026, at 2:00 p.m. Central Time.
- Published Date: April 7, 2026.
- Contact: Ariel Vogan (Ariel.E.Vogan@usace.army.mil).
Submission Details
Interested businesses should submit a brief capabilities statement package (max 10 pages, 10-point font, bullet format) electronically to Ariel Vogan via email. Submissions should include organization name, address, POCs, website, telephone, type of ownership, and tailored capabilities addressing the requirements.