Opportunity

SAM #W9123826S0019

BMS Modernization at Dugway Proving Ground – Industry Input Sought for PLC-Based System

Buyer

USACE Sacramento District

Posted

May 06, 2026

Respond By

June 08, 2026

Identifier

W9123826S0019

NAICS

238210, 541330, 541512, 236210

This opportunity seeks industry input for a major Building Management System (BMS) modernization at Dugway Proving Ground, Utah: - Government Buyer: - United States Army Corps of Engineers (USACE), Sacramento District - Project Scope: - Design-build construction to modernize the BMS in Building 4156 (Combined Chemical Test Facility) - Replace proprietary Tridium JACE and Staefa/LonWorks controllers with a new, non-proprietary PLC-based system - Integrate HVAC equipment, exhaust systems, and electrical controls - Install new sensors, including Hawkeye fan motor amperage sensors, high-accuracy differential pressure transmitters, flow sensors, and temperature sensors - Add monitoring points for exhaust filter sections and upgrade exhaust valves for 56 fume hoods - Reconfigure supply ductwork and provide network/communication infrastructure for monitoring stations - Implement cybersecurity measures for the new system - Requirements: - Emphasis on non-proprietary, open-architecture PLC-based solutions - Contractors with experience in BMS/UMCS integration in highly regulated or laboratory environments are encouraged to respond - Capability statements requested, especially from small businesses - No specific OEMs, vendors, or part numbers are named in the notice - Estimated project value: $5,000,000 to $10,000,000 - Place of performance: Dugway Proving Ground, Utah - Contracting office: USACE Sacramento District, California

Description

Project Description: Source Sought Notice W9123826S0019 - Building 4156 (Combined Chemical Test Facility), Building Management System (BMS) Modernization, Dugway Proving Ground, UTSources Sought Number: W9123826S0019

Title: USACE Building 4156 BMS Modernization, B4156 (CCTF), DPG

Description:

This Sources Sought Notice is being issued for market research purposes to determine the interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. Respondents are advised that this Agency will not pay for any information or administrative costs incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice.

GENERAL SCOPE:

The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for sustainment, restoration, and modernization construction for the following project located at Dugway Proving Ground, UT. Solicitation will be a two-step process, Request for Proposal, Design-Build (DB) construction requirement.

Project Description: This project is to repair, by replacement, the Building Management System (BMS) in Dugway’s Combined Chemical Test Facility Building 4156 (B4156). The Building Management System in B4156 does not meet mission requirements. Currently the BMS has trouble monitoring and controlling numerous aspects of the building’s main functions such as air handlers, exhaust fans, air handlers, etc. (primarily mechanical & electrical components). Currently, labs and fume hoods that must maintain negative pressure have trouble maintaining negative pressure or monitoring existing pressure differential. This adds additional complexity to mitigating safety risk and monitoring lab conditions. This project will repair, by replacement, the existing BMS system and any associated mechanical & electrical systems required to be replaced to achieve functionality of a new BMS system for the lab spaces in the building to maintain a bubble-tight pressure differential.

Specific Considerations:

Project work is on Ditto Area of Dugway in a secure compound with guarded entry. Number of Calendar Days Expected to complete Work: 365 Work Exclusion Periods: Fridays and Federal Holidays

DESCRIPTION OF SCOPE OF WORK:

General:

Upgrade security features in one pre-identified room in B4165 to appropriately facilitate housing of chemical agents. This will occur first in the project and facilitate Dugway Proving Ground transfer of chemical agents from existing secure chemical vault in B4156 to B4165. This will free up B4156 for unencumbered construction contractor access during implementation of new BMS.

Investigate and implement a solution to isolate each lab space, with a solution to enclose suspended ceiling voids from other rooms.

Mechanical:

Control System Architecture: Replace the eight existing Tridium JACEs and underlying Staefa/LonWorks controllers with a new, non-proprietary Programmable Logic Controller (PLC) based system. HVAC Equipment Integration: The new BMS will control and monitor AHU-1, AHU-2, AHU-3 (B4153), B-1, B-2 (once repaired), cooling plant (CH-1/2, CT-1/2/3) and all associated exhaust fans (EF-1 through EF-40). a. Enhanced Fan Monitoring: Install new sensors (e.g., Hawkeye) to monitor fan motor amperage for operational validation, supplementing existing ON/OFF status. b. Expanded Sensor Integration: Incorporate new high-accuracy differential pressure transmitters, flow sensors, temperature sensors, and monitoring points for exhaust filter sections. Auxiliary System Monitoring: Investigate and integrate monitoring points for other critical building systems, including domestic hot water, compressors, glycol systems, and nitrogen systems. Critical Pressurization Control: Implement a new airflow control strategy to achieve and maintain cascading negative pressure: -0.5” w.c. in labs and -0.25” w.c. in corridors, prioritizing differential pressure above all other control objectives. a. Exhaust System Upgrade: Install new, fast-acting, bubble-tight exhaust valves for all 56 fume hoods to ensure proper containment and pressurization. b. Supply Air Reconfiguration: Perform major reconfiguration of VAV supply ductwork to enable direct lab supply or valved corridor grilles for faster and more effective pressure control.

Electrical & Cyber:

Telecom: Provide network connections pertaining to the BMS. The work includes providing communication infrastructure for the four (4) monitoring stations in B4153 and B4156 facilities. Electrical: Provide power to the new BMS equipment and/or to any mechanical changes in the project. Ensure that the existing panels have the capacity to support the new changes or facilitate a solution to provide necessary capacity. ELECTRICAL: (VFD) - The current BMS data collected in B4156 is not reliable and manual intervention is usually required. RFP may include procurement and installation of new VFDs or contractor identification of existing suitable VFDs to support implementation of new BMS. CYBERSECURITY: New BMS implementation requires cybersecurity measures. Existing fire alarm system reports to the central monitoring station. Fire Alarm System and Agent Alarm are to be monitored in the BMS.

If solicited, the Government intends to award the anticipated requirement by approximately Feb 2027.

The Government currently estimates the magnitude of construction for the potential project is between $5,000,000 and $10,000,000. Contractors will be required to maintain sufficient bonding to cover the value of the awarded contract.

The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210, Industrial Building Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2EZ, Repair or Alteration of Other Industrial Buildings.

PROJECT LOCATIONS:

Dugway Proving Ground, Utah

RESPONSES:

Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the projects described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below.

CAPABILITY STATEMENT:

Responses must be limited to eight (8) 8.5 x 11 inch pages with a minimum font size of point 10.

Please provide the following information:

Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, and contact e-mail address, and a statement identifying company’s interest in bidding on the solicitation when it is issued. Experience: Provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope as defined below.

a. Projects similar in scope to this project include construction of a renovation or construction project including integration of Building Management System (BMS) or Utility Monitoring and Control System (UMCS) in laboratory, industrial, medical, or similarly highly-regulated environments.

b. Projects similar in size to this project include:

i. Construction of renovation projects with reconfiguration of mechanical, electrical, and BMS/UMCS integration.

c. Based on the information above, for each project submitted, include:

i. Current percentage of construction completion and the date when it was or will be completed.  

ii. Scope of the project, highlighting the elements relevant to the scope criteria listed in above.  

iii. Size of the project, including total contract value.  

iv. The dollar value of the construction contract and whether it was design-bid-build or design-build. v. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. vi. Identify the number of subcontractors by construction trade utilized for each project.

3) Technical Approach & Understanding: Provide a brief narrative addressing the following high-risk elements of this requirement:

a. Critical Pressurization: Briefly describe your approach and/or previous experience achieving and maintaining cascading negative pressure (e.g., -0.5” w.c.) in laboratory environments using fast-acting exhaust valves.  

b. Design-Build Execution: As this is a Design-Build requirement, indicate whether your firm maintains in-house design capabilities or if you intend to team with an Architectural-Engineering (A-E) firm.  

c. System Migration: Briefly describe your approach to migrating from a proprietary (Tridium JACEs/LonWorks) architecture to a non-proprietary Programmable Logic Controller (PLC) based system without causing unacceptable downtime to the facility.

Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). Contractor's capability to perform/manage three (3) or more construction contracts simultaneously. If you are a small business, explain how you intend to comply with the Limitations on Subcontracting (FAR 52.219-14). Specifically, state whether you intend to self-perform the primary mechanical/BMS integration or if you will rely on subcontractors. If relying on subcontractors, identify the likely teaming arrangement (e.g., Joint Venture, Prime/Sub). Contractor's Joint Venture information if applicable - existing and potential. Bonding capability individual and aggregate (in the form of a Surety letter).

Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the maximum page limit listed above.

Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Telephone inquiries will not be accepted or acknowledged.

Please provide responses and/or questions by e-mail to the Contract Specialist, Melita Doyle, at (melita.s.doyle@usace.army.mil) by 1400 (PT) 08 June 2026.

Please include the Sources Sought Notice number ‘W9123826S0019’ in the e-mail subject line.

View original listing