Yuma Proving Ground (YPG) Vertical Wind Tunnel (VWT) Chiller and Control System Modernization

SOL #: W912PL26S0017Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST LOS ANGELES
LOS ANGELES, CA, 90017-3409, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 7, 2026
2
Last Updated
Apr 7, 2026
3
Response Deadline
Apr 14, 2026, 9:00 PM

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/Request for Information for the Yuma Proving Ground (YPG) Vertical Wind Tunnel (VWT) Chiller and Control System Modernization project in Yuma Proving Ground, Arizona. This notice aims to identify prime contractors capable of a design-build replacement of the VWT's chiller and control system. Responses are due April 14, 2026.

Project Overview & Scope

This project involves the design-build replacement of an existing 450-ton chiller and control system at YPG's Building 2590. The new system must provide reliable cooling under peak summer conditions (120°F ambient) and integrate with the VWT's main flight control system. The estimated construction magnitude is between $1,000,000 and $5,000,000, with an anticipated Firm-Fixed-Price, Design-Build (DB) contract and a 730-day period of performance.

Key scope elements include:

  • Developing a complete design for the new chilled water system, including electrical, HVAC, and plumbing upgrades.
  • Performing site work, including new concrete pads, shading, utility tie-ins, and removal of existing obstructions.
  • Procuring and installing two new water-cooled chillers (approx. 1,000 tons total).
  • Installing a new direct digital control system and iFly VWT flight control system, ensuring seamless interface with the main operator's console and base Energy Monitoring and Control System (EMCS).
  • Upgrading electrical service transformer and switchboard.
  • Assessing and potentially replacing Variable Frequency Drives (VFDs) for VWT fans.
  • Providing full system testing, adjusting, and balancing (TAB) at high-throttle.
  • Offering a comprehensive warranty and long-term O&M plan.

The requirement involves Controlled Unclassified Information (CUI) and may necessitate Cybersecurity Maturity Model Certification (CMMC) Level 2.

Acquisition Strategy & Details

This is a market research notice; the acquisition strategy is not yet determined. Information gathered will inform the appropriate approach, including potential small business set-asides.

  • Anticipated NAICS: 236220, Commercial and Institutional Building Construction (Size Standard: $45,000,000).
  • Anticipated PSC: Y1AZ, Construction Of Other Administrative Facilities and Service Buildings.

Submission Requirements

Interested PRIME CONTRACTORS must submit a capability statement (max six pages, excluding CPARS) by April 14, 2026, addressing:

  • Offer Information: Corporate details, UEI, CAGE, business size, socio-economic classifications, and relevant NAICS codes.
  • Bonding: Single contract and aggregate construction bonding levels, with current available capacity.
  • Capability: Narrative demonstrating ability to manage subcontractors, comply with permits, and execute similar projects concurrently.
  • Cybersecurity: Statement on CMMC Level 2 status or anticipated compliance timeline.
  • Relevant Past Performance: Up to three projects (completed or 50% complete within six years) demonstrating experience with chiller/control systems for VWTs or technically complex systems. Projects must be valued between $1M-$5M, performed on U.S./Allied military installations, and include CPARS/ratings.

Important Notices

This is for market research only and does not constitute a solicitation or guarantee a contract award. No reimbursement will be made for response costs. All interested parties must have an active SAM.gov registration for future solicitations.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Apr 7, 2026
View
Version 2
Sources Sought
Posted: Apr 7, 2026
View
Version 1Viewing
Sources Sought
Posted: Apr 7, 2026