USACE Building 4156 BMS Modernization, B4156 (CCTF), DPG
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 (USACE) Sacramento District (SPK) has issued a Sources Sought Notice (W9123826S0019) for market research regarding the Building Management System (BMS) Modernization at Building 4156 (Combined Chemical Test Facility), located at Dugway Proving Ground, UT. This notice aims to identify interested and qualified firms for a potential Design-Build construction requirement. Responses are due by June 8, 2026, 1400 PT.
Scope of Work
The project involves repairing and replacing the existing BMS in Building 4156, which currently fails to meet mission requirements for monitoring and controlling critical building functions like air handlers, exhaust fans, and maintaining negative pressure in labs. The new BMS will ensure proper pressure differentials and mitigate safety risks. Key tasks include:
- Upgrading security features in B4165 to facilitate chemical agent transfer, allowing unencumbered access to B4156.
- Isolating lab spaces and enclosing suspended ceiling voids.
- Replacing eight existing Tridium JACEs and Staefa/LonWorks controllers with a new, non-proprietary Programmable Logic Controller (PLC) based system.
- Integrating HVAC equipment (AHUs, fans, cooling plant) with enhanced monitoring.
- Integrating auxiliary systems (domestic hot water, compressors, glycol, nitrogen).
- Implementing a new airflow control strategy for cascading negative pressure (e.g., -0.5" w.c. in labs, -0.25" w.c. in corridors), including new fast-acting, bubble-tight exhaust valves for 56 fume hoods and VAV supply ductwork reconfiguration.
- Providing network connections for BMS, power to new equipment, and potentially new VFDs.
- Implementing cybersecurity measures for the new BMS, including monitoring fire alarm and agent alarm systems.
The work is located in a secure compound at Dugway Proving Ground and is expected to take 365 calendar days, with work excluded on Fridays and Federal Holidays.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Design-Build (two-step Request for Proposal process)
- Estimated Magnitude: Between $5,000,000 and $10,000,000
- NAICS Code: 236210 (Industrial Building Construction) with a $45,000,000 size standard.
- Product Service Code: Z2EZ (Repair or Alteration of Other Industrial Buildings)
- Anticipated Award: February 2027 (if solicited)
- Response Due: June 8, 2026, 1400 PT
- Published: May 6, 2026
Response Requirements
Interested contractors must submit capability statements (maximum eight 8.5 x 11 inch pages, 10pt font) via email to Melita Doyle (melita.s.doyle@usace.army.mil). Submissions must include:
- Company information (name, SAM UEID/EIN, address, POC, interest statement).
- Up to three example projects (prime contractor, 95%+ complete or completed in past 5 years) similar in scope (BMS/UMCS in highly-regulated environments) and size ($5M-$10M construction value), detailing scope, size, contract value, type (DB/DBB), self-performed percentage, and number of subcontractors. References required.
- Technical approach for high-risk elements: critical pressurization, Design-Build execution (in-house A-E or teaming), and system migration from proprietary to PLC-based architecture without unacceptable downtime.
- Business size and socioeconomic type.
- Capability to perform/manage three or more construction contracts simultaneously, and for small businesses, a plan to comply with Limitations on Subcontracting (FAR 52.219-14).
- Joint Venture information (if applicable).
- Bonding capability (individual and aggregate) via a Surety letter.
Additional Notes
This is for market research only; no solicitation is available, and no award will be made from this notice. Responses will not be considered offers and will not restrict the Government's acquisition approach. The Government will not pay for any costs incurred in responding to this notice. Small businesses, including 8(a), HUBZone, SDB, VOSB, SDVOSB, and WOSB, are highly encouraged to participate.