SPECIAL NOTICE
99 -- PN 97470 ERCIP Microgrid Construction for Emergency Power � Request for Information
- Notice Date
- 2/7/2023 7:05:09 AM
- Notice Type
- Special Notice
- NAICS
- 221122
— Electric Power Distribution
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM22R0002
- Response Due
- 2/17/2023 11:00:00 AM
- Point of Contact
- Robert N Law, Phone: 9102514469, John T. C. Hill, Phone: 9102514451
- E-Mail Address
-
robert.n.law@usace.army.mil, john.t.hill@usace.army.mil
(robert.n.law@usace.army.mil, john.t.hill@usace.army.mil)
- Description
- This is a Request for Information only. This is NOT a Solicitation Announcement, nor is it a�Request for Proposal. This request does not obligate the Government in any contract award. We intend to Sole Source a portion of this requirement under Authority 10 USC 2304 (c)(1), as implemented by FAR 6.302-1(a)(2). The U.S. Army Corps of Engineers, Wilmington District, is conducting research to garner feedback from industry regarding the delivery and installation of, but most importantly, the necessity of a generator set and controls, as described herein, and in support of a Microgrid System.� The scope of work includes:� The US Army Corps of Engineers, Wilmington District is planning a sole-source (brand-name) action for a portion of a new Firm Fixed Price (FFP) contract utilizing the design-bid-build method, under solicitation W912PM22R0002 for construction of the electric microgrid system for emergency power to the Joint Special Operations Command (JSOC) compound within Fort Bragg North Carolina. A new microgrid system will be installed capable of islanding the JSOC compound from the Fort Bragg distribution system.� The microgrid system will fully support the JSOC compound, including all critical loads. The microgrid will include a master microgrid controller, diesel generation, switchgear, transformers, and automatic transfer switches.� The procurement will include utility upgrades for supported facilities, erosion control measures, utility relocations, site improvement and demolition as required.� This system will independently support the power needs of JSOC in the event of a power loss.� The current site includes four (4) Caterpillar brand 2-Megawatt 480VAC, 3-phase, 4-wire, Standby-power rated generators which utilize an ASCO controls system, operated in parallel.� The intent of this project is to include the sole source (brand-name) requirement for a fifth (5th) Caterpillar generator to be added to those already in place.� An extension of the ASCO controllers will also be required.� It is our understanding that running the same brand generator with the same salient characteristics in parallel is a requirement.� That mixing alternative brands, in parallel, is potentially dangerous, susceptible to instability and overly burdensome.� Feedback is sought from industry; however, be advised that the feedback requested is related to the necessity of utilizing generators in parallel as previously described.� There is no need to respond with concurrence, although you may if you choose. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00.� This range depicts the cost of the project in its entirety, not just the equipment in question here. Responses to this RFI are due on 17 February 2023 at 2:00 p.m. Submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company.� This correspondence should explicitly state the firms authorized bonding program in addition to documenting the firm�s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument.��� - Evidence to the contrary that supports alternative brands capable of being installed in parallel, to include various control systems includes: Technical papers issued by established organizations within the industry involved in the manufacture of generators/control systems Published articles written by subject matter experts. Any other technical publication used for education purposes Project examples Use of project examples:� Include the project name and description of the key/salient features of the project (specifically related to dissimilar generators/controls) where dissimilar generators were installed in parallel with similar control systems.� Ensure projects are of similar scope (i.e. application of a micro-grid, or similar sized generators as those required here, supporting multiple facilities).� Provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy. The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: John Hill and Bobby Law E-mail: john.t.hill@usace.army.mil,�robert.n.law@usace.army.mil, SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: PN 97470 ERCIP Microgrid Generator & Controls� Request for Information_COMPANY NAME_. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8027c85a91c43589261be67cbbc0997/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN06584270-F 20230209/230207230106 (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 |