SOURCES SOUGHT
Y -- Design Microgrid
- Notice Date
- 11/24/2020 1:55:18 PM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123821S0002
- Response Due
- 12/11/2020 7:00:00 AM
- Archive Date
- 12/26/2020
- Point of Contact
- Shaun Conyers, Phone: 9165575298, DeAnna L. Mannel, Phone: 9165576690
- E-Mail Address
-
shaun.o.conyers@usace.army.mil, deanna.l.mannel@usace.army.mil
(shaun.o.conyers@usace.army.mil, deanna.l.mannel@usace.army.mil)
- Description
- This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns for a Design-Build of a Microgrid for US Army Dugway Proving Ground in Dugway, Utah.� Other than small business is encouraged to express interest and submit capability statements as well. �� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in mid-late March 2021. The Government intends to award a Firm-fixed price contract with a period of performance of 913 days after NTP.� In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5,000,000 and $10,000,000. The NAICS Code is 237130 - Power and Communication Line and Related Structures Construction, with a size standard of $39.5M.� Product Service Code is Y1MG Construction Of Epg Facilities � Solar GENERAL SCOPE: Design and construct the microgrid for US Army Dugway Proving Ground in Dugway, Utah.� This microgrid will control electrical distribution onsite solar power, battery storage, and the four 3.1-MW diesel generator sets to optimize energy use, increase testing and critical facility operations, reduce demand, and integrate into planned solar expansion. As an integrated, stand-alone system, the microgrid will provide operations independent of the local utility and allow solar arrays to function when grid power is not available. The Contractor shall provide all labor, equipment, and material to perform the design and construct a complete and operational microgrid, which includes a new battery energy storage system (BESS) with a Supervisory Control And Data Acquisition (SCADA) system, to be installed into the existing base utility grid controlled by a new Microgrid Control System (MCS) that integrates an existing 12-MW diesel generator plant (GP), an existing 2-MW solar array, a currently-under-construction utility-grade database system (OSIsoft�s PI) and total building energy management control system (EMCS) (Siemens APOGEE and Desigo), and a future 2-MW solar array. The BESS SCADA system shall have connectivity to and interface with the microgrid control system MCS and PI system using the US Army�s Information Technology (IT) Network Enterprise Center (NEC). The Contractor shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other documents or publications upon which construction is based. �The design and construction shall conform to the approved standards at Dugway Proving Ground, Rocky Mountain Power interconnect requirements, and any requirements issued in a solicitation.� CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 10:00 am. December 11, 2020.� Submit response and information through email to: shaun.o.conyers@usace.army.mil.� Please include the Sources Sought No. W9123821S0002 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7f3cb064368b46b394bd9afbe042af1d/view)
- Place of Performance
- Address: Dugway, UT 84022, USA
- Zip Code: 84022
- Country: USA
- Zip Code: 84022
- Record
- SN05860714-F 20201126/201125053823 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |