Loading...
W912PL26S0017
Response Deadline
Apr 14, 2026, 9:00 PM(PDT)6 days
Eligibility
Contract Type
Sources Sought
THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. This is not a Solicitation Announcement, nor is it a Request for Proposal.
The U.S. Army Corps of Engineers (USACE), Los Angeles District, is conducting market research to identify prime contractors capable of the design-build replacement of the chiller and control system for the Vertical Wind Tunnel (VWT) at Yuma Proving Ground, Arizona.
This notice is for market research and planning purposes only and does not constitute a solicitation. The Government is not committing to awarding a contract based on this notice.
Project Overview
Scope of Work: The anticipated scope of work is for a complete design-build solution to replace an existing 450-ton chiller and control system. The new, modernized chiller system must provide reliable cooling performance under peak summer conditions and integrate with the VWT’s main flight control system. The anticipated scope includes, but is not limited to, the following:
The Government anticipates that this requirement will involve Controlled Unclassified Information (CUI) and may require compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2.
Interested firms are requested to indicate their current CMMC status, including whether they have achieved CMMC Level 2 certification or their anticipated timeline for compliance.
Intent to Specify Brand-Name Item: The Government intends to specify the following brand-name item in the resulting solicitation for this project:
Item: Vertical Wind Tunnel Flight Control System (Hardware and Software)
Manufacturer/Brand Name: iFLY Tunnel Systems (formerly SkyVenture)
Justification: The iFly Vertical Wind Tunnel flight control system is the proprietary and existing operating system for the VWT at Yuma Proving Ground. Standardization on the iFly platform is essential for lifecycle management, operator safety, and mission readiness. The new chiller control system is a subordinate component that must seamlessly integrate with the main flight control system without modification. The use of a non-OEM system would introduce unacceptable operational risk and compromise the integrity of this mission-critical training asset.
Interested parties may provide a response to this brand-name specification as part of their submission (see Submission Requirements).
Acquisition Strategy : The acquisition strategy for this project has not yet been determined. Information gathered from this Sources Sought notice will be used to determine the appropriate acquisition approach, including the potential for any small business set-asides.
Submission Requirements: Interested PRIME CONTRACTORS are requested to respond to this Sources Sought notice. Interested Offeror’s may submit a capability statement demonstrating their ability to perform the work as described above. Responses shall not exceed a total of six (6) pages, not including CPARS. The capability statement must include the following:
Offer Information: Provide the Offeror's complete corporate information. This includes the full Offeror’s name, address, and a primary point of contact with their name, telephone number, and email address. Additionally, Offerors must state their Unique Entity Identifier (UEI), their CAGE code, their official business size with all applicable socio-economic classifications such as Small Business, HUBZone, or 8(a), and all relevant NAICS code designations under which the Offeror qualifies.
Bonding: State the Offeror's bonding capability, including the construction bonding level per single contract and the aggregate construction bonding level (both expressed in dollars), along with current available bonding capacity.
Capability: Capability statement must include a comprehensive narrative describing the Offeror's capability to successfully perform the proposed project. This section should address the firm's established ability to manage subcontractors across multiple disciplines, to prepare and comply with various environmental and construction permits, and its capacity to execute a project of this nature concurrently with other ongoing construction contracts.
Cybersecurity: Provide a statement on the Offeror's CMMC Level 2 status or its anticipated compliance timeline.
Relevant Past Performance: Provide detailed descriptions of no more than three (3) projects that have been completed or are at least 50% complete within the past six (6) years. The response must demonstrate significant experience with chiller and control system projects for vertical wind tunnels or for other systems of equivalent technical complexity. Each submitted project example must have a construction value that falls within the estimated magnitude of this project ($1,000,000 to $5,000,000) and must have been performed on a U.S. or Allied military installation under a U.S. Government Contracting Agency. For each of these projects, the submission must include the project title, its location, a general description demonstrating its direct relevance to the project scope, the Offeror’s role, the percentage of self-performed work, the final contract value, the contract type, and the client agency's contact information (reference name, phone number, and e-mail address). For the past experience given, provide CPARS or related ratings information. The ratings info does not count towards the page count.
Response to Brand-Name Specification: Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government’s concerns regarding system compatibility.
Important Notices: Safety Compliance: All construction contracts awarded by the U.S. Army Corps of Engineers require compliance with the EM 385-1-1, Safety and Occupational Health Requirements manual.
Market Research Only: This is a market research tool to determine the availability of qualified contractors. No contract will be awarded from this announcement.
No Reimbursement: No reimbursement will be made for any costs associated with providing information in response to this notice.
SAM.gov: The final solicitation and all amendments will be posted on https://www.sam.gov. All interested parties must have an active registration in the System for Award Management (SAM.gov) to be eligible for award.
Roger Minami
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTH PACIFIC
ENDIST LOS ANGELES
W075 ENDIST LOS ANGELES
W075 ENDIST LOS ANGELES
KO CONTRACTING DIVISION
915 WILSHIRE BLVD SUITE 1109
LOS ANGELES, CA, 90017-3409
NAICS
Commercial and Institutional Building Construction
PSC
CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS