SOLICITATION NOTICE
Y -- N4008522R2691 P-828 Smart Energy, Great Lakes, IL
- Notice Date
- 6/14/2022 7:15:37 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2691
- Response Due
- 6/28/2022 11:00:00 AM
- Point of Contact
- Michelle Corsino, Phone: 7573410216
- E-Mail Address
-
Michelle.a.corsino.civ@us.navy.mil
(Michelle.a.corsino.civ@us.navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for performing construction services for P-828 Smart Energy, Great Lakes, IL. PROJECT DESCRIPTION: This project creates an Installation ICS Operations Center as well as install a new Installation-wide (at NAVSTA Great Lakes) ICS network consisting of a high bandwidth backbone switching, network, and distribution fiber to connect building and Installation SCADA assets to the communications backbone and build an integrated ICS network. The project will focus on 17 buildings Eleven (11) of the 17 buildings will undergo work as hub facilities in order to accommodate the fiber backbone and distribution networks as necessary. eROI score is 1.6 and SIR score is 1.4. The project can be broken down into the following five (5) key components. Control Center - Renovating 400-500 SF (maximum 1384 SF) in Building 68 at NAVSTA Great Lakes to serve as an integrated industrial control system (ICS) control center for ICS operators, and ICS data center, and a data analysis center for NAVSTA Great Lakes. Stand-alone ICS (such as SCADA, DDC, and AMI) will be fully integrated and collocated allowing seamless monitoring and operations of the utility and facility energy systems using a common communications network. Access to the new ICS network will be provided in the Regional Operating Center (ROC) allowing access of key building and utility systems in the event of a base or regional emergency. Backbone Fiber Network - Install approximately 38,000 LF of overhead (on existing utility poles) of new Installation-wide ICS network consisting of high bandwidth backbone switching and network fiber ring. Distribution Fiber - Install approximately 43,000 LF of underground fiber lines (in existing ducts) to connect building and Installation SCADA assets and newly commissioned AMI metering to the communications fiber network as necessary. Retro-commissioning (RCx) - Conduct retro commissioning in one facility (building 1506) totaling approximately 27,500 GSF). Direct Digital Control (DDC) System Network Connectivity - Install network control panels and connect the existing DDC system in the buildings to the site-wide ICS network backbone. This will provide necessary network connectivity to the DDC system server in Building 68 for remote control and monitoring capabilities and more efficient utilization of existing DDC system. The existing DDC system in the buildings are primarily being used for HVAC systems (6 buildings (190, 236, 3540, 7101/02, 7111/12 and 7260). Direct Digital Control (DDC) System Replacement � Replace the existing DDC system with new in one (1) of the 17 buildings, Building 1506. The existing system in Building 1506 is obsolete, legacy Siemens product with some pneumatically operated end devices. The new DDC system will be the latest version of Siemens product and will be connected to and integrated into the DDC system server in Building 68. This will provide remote control and monitoring capabilities and allow the existing HVAC system operate more efficiently (Building 1506, approximately 27,500 GSF). Supervisory Control and Data Acquisition (SCADA) system Network Connectivity - Install network control panels and connect the existing SCADA system in the buildings to the site-wide ICS network backbone. This will provide necessary network connectivity to the SCADA system server in Building 11 for remote control and monitoring capabilities and more efficient utilization of existing SCADA system. The existing SCADA system in the buildings are primarily being used for water treatment and distribution, water storage tank and power distribution throughout the installation (9 buildings (A450, F10, R20, 1912, 2018, 3114A, 3303, 7811 and VA Tank). The completed time for this contract is 480 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-2, lowest price technically acceptable (LPTA).� The basis for evaluation and evaluation factors for award will be included in the solicitation.� Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000. In accordance with FAR 36.204(g), the magnitude of construction for this project is between $5,000,000 and $10,000,000. This office anticipates award of a contract for these services by September 2022. The original Sources Sought Notice was published to SAM.gov on 22 April 2022 with a response due date of 9 May 2022. The intent of the Sources Sought Notice was to seek eligible Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses to determine the opportunity for a set-aside.� The Government invited contractors with the relevant experience necessary to meet or exceed the stated requirements to submit a capabilities package, to include the Sources Sought Contractor Information Form, and the Sources Sought Project Data Form, demonstrating the ability to perform the requested services.� Two (2) responses were received, and neither response met the requirements.� Based on the market research conducted for this procurement, there is not a reasonable expectation that two or more capable small businesses will propose on this requirement.� Successful award and completion of the requirements can be achieved by soliciting this contract as full and open competition, as stated in the DD2579, Small Business Coordination Record.� The small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579 on 20 May 2022.� The Request for Proposal (RFP) will be issued on or about 28 June 2022.� All documents will be in Adobe PDF file format and downloadable from the Sam.gov website.� The official address to the solicitation is https://www.sam.gov.� Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Michelle Corsino at michelle.a.corsino.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b62457e3edbb4fa884333233a11415fa/view)
- Place of Performance
- Address: Great Lakes, IL, USA
- Country: USA
- Country: USA
- Record
- SN06357619-F 20220616/220614230113 (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 |