Yuma Proving Ground (YPG) Vertical Wind Tunnel (VWT) Chillers Replacement
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), Los Angeles District, is conducting market research via a Sources Sought notice for the design-build replacement of the chiller and control system for the Vertical Wind Tunnel (VWT) at Yuma Proving Ground, Arizona. This project is estimated between $1,000,000 and $5,000,000. Responses are due by April 14, 2026.
Scope of Work
The anticipated scope involves a complete design-build solution to replace an existing 450-ton chiller with a new 1,000-ton system, including its control system, at Building 2590. Key tasks include:
- Developing a complete design for a new chilled water system capable of 120°F ambient conditions, including electrical, HVAC, and plumbing upgrades.
- Performing site work such as constructing a new concrete pad, shading structures, utility tie-ins, and removing existing obstructions.
- Procuring and installing two new water-cooled chillers (approx. 1,000 tons total) and a new direct digital control system.
- Ensuring seamless interface with the VWT's main flight control system and the base Energy Monitoring and Control System (EMCS).
- Assessing and potentially replacing the VWT's main flight control system and Variable Frequency Drives (VFDs) for tunnel fans.
- Upgrading electrical service and providing full system testing, adjusting, and balancing (TAB), along with a comprehensive warranty and O&M plan.
- The project involves Controlled Unclassified Information (CUI) and may require Cybersecurity Maturity Model Certification (CMMC) Level 2. The Government intends to specify iFLY / SkyVenture Tunnel Systems for the VWT Flight Control System due to its proprietary nature and mission criticality, but interested parties may propose alternatives with rationale.
Anticipated Contract Details
- Type: Sources Sought / Request for Information (Market Research Only)
- Anticipated Contract Type: Firm-Fixed-Price, Design-Build (DB)
- Anticipated Period of Performance: 365 days
- NAICS: 236220, Commercial and Institutional Building Construction (Size Standard: $45,000,000)
- PSC: Y1AZ, Construction Of Other Administrative Facilities and Service Buildings
- Set-Aside: To be determined based on market research.
Submission Requirements
Interested PRIME CONTRACTORS must submit a capability statement (max 6 pages, excluding CPARS) by April 14, 2026, including:
- Offeror Information: Corporate details, POC, UEI, CAGE, business size, socio-economic classifications, relevant NAICS.
- Bonding: Single and aggregate construction bonding levels, available capacity.
- Capability: Narrative demonstrating ability to manage subcontractors, permits, and concurrent projects.
- Cybersecurity: CMMC Level 2 status or anticipated compliance timeline.
- Relevant Past Performance: Up to three projects (completed/50% within 6 years) valued between $1M-$5M, on U.S./Allied military installations, with client contact info and CPARS/ratings.
- Response to Brand-Name Specification: Alternative to iFLY/SkyVenture with supporting rationale.
Important Notes
This is for market research and planning purposes only; it is not a solicitation, and no contract will be awarded from this notice. No reimbursement will be made for response costs. All construction must comply with EM 385-1-1 safety manual. The final solicitation will be posted on SAM.gov, requiring active SAM.gov registration for award eligibility.