SOLICITATION NOTICE
Y -- Microgrid System at Fort Hunter Liggett, California (FHL)
- Notice Date
- 4/18/2018
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-18-R-0050
- Point of Contact
- Lequita Byrd-Craig, Phone: (916) 557-6932, Leah Caldwell, Phone: (916) 557-7467
- E-Mail Address
-
Lequita.Y.Byrd-Craig@usace.army.mil, Leah.M.Caldwell@usace.army.mil
(Lequita.Y.Byrd-Craig@usace.army.mil, Leah.M.Caldwell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Microgrid System at Fort Hunter Liggett, California (FHL) The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Microgrid System at Fort Hunter Liggett, California (FHL). Project Description: The U.S Army Garrison Ft. Hunter Liggett, California (FHL) was previously identified to become a Net Zero energy installation. To help achieve this goal, The United States Army Corps of Engineers, Sacramento District is issuing this solicitation to deliver a secure, energy resilient, renewable energy generation and storage microgrid at Fort Hunter Liggett, CA. The effort includes design, construction, commissioning, validation, training and transition of a fully usable and complete microgrid system designed to provide contingency electric power to Ft. Hunter Liggett when electricity provided by Pacific Gas and Electric (PG&E) is unstable or unavailable. The final system design shall advance Department of Army Energy Security and Sustainability Strategy (E2S) and other energy policy objectives including continuity of operation, adaptable power delivery energy, Energy Informed Operations, Optimized Energy Use, Assured Access, Energy Resiliency, and Army Cybersecurity and Risk Management Requirements. E2S: https://www.army.mil/e2/c/downloads/394128.pdf The system design shall network and parallel new and existing distributed generation assets to deliver an optimized power delivery system supporting the entire installation load. In accordance with DFAR 236.204(i), the magnitude disclosure of this construction project is between $10,000,000 and $25,000,000. This proposed contract action will be conducted using PSC Code: Y1MZ, Construction of EPG Facilities - Other including transmission. The North American Industry Classification System Code (NAICS): 237130 Power and Communication Line & Related Structures and the small business size standard is $36.5 million. This acquisition is proceeding as an unrestricted / full and open request for proposals. This competitive solicitation will be executed under a two phase acquisition process. Phase 1 will evaluate Personnel Credentials, Corporate Qualifications, and Past Performance. Successful Phase 1 Proposers will be invited to compete for Phase 2, which will address Technical Approach, Technical Merit, Cyber and Risk Management Approach, Management Plan and Schedule, Capability/Related Experience and Subcontracting Plan & Management. The inclusion of priced options for enhanced controls, alternative solutions and sustainable betterments are under development. The Government estimates issuing the contract award on or about 30 November 2018. The period of performance for construction is estimated to be 730 calendar days from notice to proceed. The Phase 1 RFP is estimated to be issued on or about 30 May 2018. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov). All plans and technical documents will be uploaded onto FedBizOpps as part of the RFP, available for inspection without charge. The estimated due date for proposals will be on or about 30 June 2018. Once issued, the RFP will identify a firm due date/time for receipt of proposals. The site visit/pre-proposal conference date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0050/listing.html)
- Place of Performance
- Address: Fort Hunter Liggett, California, United States
- Record
- SN04893206-W 20180420/180418230652-1e7a75e46ac5eda4804e799c6afd75d5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |