- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Installation-Wide DDC Replacement
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: ID.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 6 more rate previews.↓
Point of Contact
Agency & Office
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified small businesses (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB)) and large businesses to perform the work described below.
1. AGENCY:
Idaho Air National Guard, 124th Fighter Wing, Gowen Field, Boise, ID 83705.
2. PROJECT TITLE:
Direct Digital Controls (DDC) System Replacement
3. NAICS CODE:
The anticipated North American Industry Classification System (NAICS) code for this requirement is 238220 - Plumbing, Heating, and Air-Conditioning Contractors, which has a small business size standard of $19.0 million.
4. PROJECT DESCRIPTION:
The United States Government has a requirement for construction services to replace existing Direct Digital Control (DDC) systems and associated equipment at Gowen Field, Boise, Idaho. The base may be transitioning its building controls to an installation-wide Automated Logic Corporation platform.
The scope of work includes, but is not limited to, the following:
- Provide all labor, materials, services, and oversight for the design and installation of a new, open-protocol, web-based DDC system.
- Demolish and remove existing controls, cabinets, controllers, and thermostats.
- Install and commission new DDC equipment, control modules, wiring, and terminations for equipment such as Air Handling Units (AHUs), Variable Air Volume (VAV) boxes, fan coil units, hot water systems, and pumps.
- Provide and install a new BACnet Router/Global Controller and integrate the system with existing building equipment (e.g., boilers).
- Map all new control points to the existing Gowen Field front-end server.
- Ensure all work complies with current standards, including UFC, IBC, IMC, NEC, NFPA, and ASHRAE.
- The contractor will be responsible for obtaining all necessary permits, providing as-built drawings, and conducting on-site system training for government personnel.
- The work may take place in secure areas requiring advance scheduling and adherence to all base access and security protocols. The period of performance for a typical project is approximately 90 calendar days.
5. ESTIMATED MAGNITUDE OF CONSTRUCTION:
Between $5,000000.00 and $10,000,000.00
6. INFORMATION REQUESTED FROM INTERESTED PARTIES:
Interested parties are invited to submit a Capability Statement. The statement should not exceed 10 pages and must include the following information:
- Company Information: Company name, address, phone number, primary point of contact with email address, UEI number, and CAGE code.
- Business Status: A statement of your company's business size (Large Business or Small Business) and any socioeconomic status certifications (e.g., 8(a), HUBZone, SDVOSB, WOSB).
- Statement of Capability: A narrative detailing your company's ability to perform the work described in Section 4. Please address your firm's experience with:
- Design-build DDC and HVAC control system projects.
- [Please Verify: Specific experience with Automated Logic Corporation (ALC) controls and BACnet integration.]
- Projects of similar size, scope, and complexity.
- Working on military installations or other secure government sites.
- Interested parties may include:
- Past Performance: Provide at least three (3) examples of relevant projects completed within the last five (5) years. For each project, please include:
- Project Title and Location
- Contract Number
- Total Contract Value
- A brief description of the work performed and how it relates to this requirement.
- Customer point of contact (name, phone number, email).
7. SUBMISSION INSTRUCTIONS:
Please submit your Capability Statement via email to the persons listed below.
- Email To:
- Treyvlin Jones, Contract Specialist: treyvlin.jones@us.af.mil
- Jeffrey Dehaven, Contracting Officer: jeffrey.dehaven.2@us.af.mil
- Subject Line: Sources Sought Response: DDC Replacement - [Your Company Name]
8. DISCLAIMER:
The Government will not award a contract based on this notice or pay for any information submitted by respondents. This notice is for planning and market research purposes only and does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.