SOURCES SOUGHT
99 -- Installation of Photovoltaic Microgrid with Battery Storage- Juana Diaz, Puerto Rico
- Notice Date
- 6/22/2023 12:23:52 PM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-23-PVMG-JUANADIAZ
- Response Due
- 7/7/2023 11:00:00 AM
- Archive Date
- 07/22/2023
- Point of Contact
- Adam Futch, Phone: 520-315-3202
- E-Mail Address
-
adam.m.futch@usace.army.mil
(adam.m.futch@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Project Location: Juana Diaz, Puerto Rico Project Title: Juana Diaz Microgrid Project Description: Install a new microgrid system capable of islanding the Juana Diaz (LTC Hernan G. Pasquera ARC, PR010) electrical distribution system starting at the automated distribution switch, the point of common coupling with Puerto Rico Electric Power Authority (PREPA). The microgrid system will incorporate: a 690kW non-tracking, new carport structure, Photovoltaic (PV) solar array, a 570kWh/140kW Battery Energy Storage System (BESS), a 275kW Tier 4 compliant peak shaving diesel generator, and a 2,000-gallon fuel tank. The microgrid system will include a master microgrid controller, switchgear, synchronization control, and automated distribution switch controlling the PREPA grid connection of Juana Diaz. The system installation includes solar panels, an energy storage unit, inverters, distribution lines, transformers, controls and communication, AC/DC wiring with conduit, and security measures. Contract duration is estimated at 540 calendar days. The estimated cost range is between $25,000,000 and $100,000,000.� NAICS code is 237130. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by 07 July 2023 by 22:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95% completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. � � � �A. Projects similar in scope to this project include: a. Installation of Photovoltaic systems b. Installation of Battery Energy Storage systems c. Installation of centralized diesel generation d. Installation of electrical and telecommunication duct bank and controls for Microgrids e. Commissioning of Microgrid systems f. Implementation of control systems for electrical peak shaving f. Permitting for Environmental Compliance g. Cybersecurity � � � �B. Projects similar in size to this project include: Installation & construction of distributed energy resources (DER) to handle loads of 100kW � 500kW. Installation of electrical and telecommunication duct back for control of distributed energy resources. Install of switchgear and necessary breakers for systems control. � � � �C. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Adam Futch at adam.m.futch@usace.army.mil. If you have questions, please contact Adam Futch at 502-315-3202. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-3- Payments by Electronic Funds Transfer � System for Award Management which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/277820349f6346e99cc69b193fbb4dbb/view)
- Place of Performance
- Address: PR 00715, USA
- Zip Code: 00715
- Country: USA
- Zip Code: 00715
- Record
- SN06725565-F 20230624/230622230121 (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 |