Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2024 SAM #8101
SOURCES SOUGHT

99 -- Construction of Camp Mackall Microgrid

Notice Date
1/30/2024 6:10:48 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-24-Camp-Mackall-Microgrid
 
Response Due
2/13/2024 7:00:00 AM
 
Archive Date
02/28/2024
 
Point of Contact
Zachary Finn, William B. Gevedon
 
E-Mail Address
zachary.d.finn@usace.army.mil, william.b.gevedon@usace.army.mil
(zachary.d.finn@usace.army.mil, william.b.gevedon@usace.army.mil)
 
Description
Construction of FY24 Camp Mackall Microgrid 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: Southern Pines, North Carolina This project is to install a microgrid system capable of supporting Camp MacKall's electrical distribution system from the point of delivery at the substation. During operation, the microgrid will support all loads on the entire Camp MacKall electrical distribution system. The microgrid will include two 1.5MW diesel generators, incorporate the existing 1MW solar photovoltaic array and battery energy storage system and include smart grid control technology. Due to the remote location, 80,000 gallons of diesel storage with fuel polishing equipment is also included. Contract duration is estimated at 730 calendar days. The estimated cost range is between $10,000,000 �and $25,000,000. 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 by email on 02/12/2014 2:00 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 percent 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. Diesel Generator Installation b. Photovoltaic (PV) array connection c. Battery Energy Storage System (BESS) ������ d. Installation of smart grid control technology b. Projects similar in size to this project include: a. Installation of microgrid consisting of 1MW diesel generators b. Construction of 48,000 gallon diesel storage tanks 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 or questions to Zachary Finn at (502-554-7766) email zachary.d.finn@uasce.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a3835c78d9b46d99c6cdb9ba431e02d/view)
 
Place of Performance
Address: Southern Pines, NC, USA
Country: USA
 
Record
SN06950152-F 20240201/240130230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.