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 through this Sources Sought/Request for Information to identify prime contractors for the design-build replacement of the Vertical Wind Tunnel (VWT) chiller and control system at Yuma Proving Ground (YPG), Arizona. This project is estimated to be 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 and control system with a new, modernized system providing reliable cooling under peak conditions. Key tasks include:

  • Developing a complete design for the new chilled water system, capable of 120°F ambient design temperature, including evaluation of existing infrastructure.
  • Performing all necessary site work, such as constructing new concrete pads, shading structures, utility tie-ins, and removing obstructions.
  • Procuring and installing two new water-cooled chillers (approximately 1,000 tons total).
  • Installing a new direct digital control system and an iFLY Vertical Wind Tunnel flight control system (hardware and software), ensuring seamless integration with the VWT's main flight control system and the base's EMCS.
  • Upgrading electrical service transformer and switchboard.
  • Assessing and potentially replacing Variable Frequency Drives (VFDs) for wind tunnel fans.
  • Providing full system testing, adjusting, and balancing (TAB), including robust operational checks.
  • Offering a comprehensive warranty and long-term operation and maintenance support.

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

Contract & Timeline

  • Type: Sources Sought / Market Research (Anticipated: Firm-Fixed-Price, Design-Build)
  • Location: Yuma Proving Ground, Arizona, Building 2590
  • Estimated Magnitude: $1,000,000 to $5,000,000
  • Anticipated Period of Performance: 730 days
  • Set-Aside: To be determined based on market research
  • NAICS: 236220, Commercial and Institutional Building Construction ($45,000,000 size standard)
  • PSC: Y1AZ, Construction Of Other Administrative Facilities And Service Buildings
  • Response Due: April 14, 2026, 21:00 UTC
  • Published: April 7, 2026

Submission Requirements

Interested prime contractors must submit a capability statement (not exceeding six pages, excluding CPARS) addressing:

  • Offer Information: Corporate details, point of contact, UEI, CAGE, business size, socio-economic classifications, relevant NAICS codes.
  • Bonding: Single and aggregate construction bonding levels, and current available capacity.
  • Capability: Narrative demonstrating ability to manage subcontractors, permits, and concurrent projects.
  • Cybersecurity: Statement on CMMC Level 2 status or anticipated compliance timeline.
  • Relevant Past Performance: Up to three projects (completed or 50% complete within 6 years) demonstrating experience with chiller/control systems for VWTs or similar complexity, with construction values between $1M-$5M, performed on U.S. or Allied military installations. Include project details, Offeror's role, self-performed work percentage, contract value/type, and client contact info. CPARS or related ratings information should be provided.
  • Response to Brand-Name Specification: Provide an alternative to the specified iFLY Tunnel Systems flight control system, with supporting rationale, if applicable.

Additional Notes

This is for market research only; it is not a solicitation, and no contract will be awarded from this notice. No reimbursement will be made for submission costs. All construction contracts require compliance with EM 385-1-1 safety manual. Future solicitations will be posted on SAM.gov, requiring active SAM.gov registration.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

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