Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2024 SAM #8129
SOURCES SOUGHT

Y -- Construction of FY24 Joint Base Louis-McCord DES Microgrid

Notice Date
2/27/2024 11:02:37 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-JBLM_DES_Microgrid
 
Response Due
3/12/2024 11:00:00 AM
 
Archive Date
03/27/2024
 
Point of Contact
Zachary Finn
 
E-Mail Address
zachary.d.finn@usace.army.mil
(zachary.d.finn@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 Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Construct a microgrid system at Joint Base Lewis-McChord (JBLM) powered by two Natural Gas (NG) Reciprocating Internal Combustion Engines (RICE) generators totaling approximately 4.50 MW, an approximately 4 MW/4 MWh Energy Storage System (BESS) and an approximately 150 kW solar array. This microgrid, provides continuous power to the I Corps, Garrison and Directorate of Emergency Systems Headquarters�(I Corps/DES/HQs) electrical distribution system when islanded from the grid to support JBLM�s readiness operations during an electric utility grid outage for a minimum of 14 days. Installation of smart grid control technology will also be required. The RICE generators, ESS, microgrid controls and automatic switching, will be located just outside the historic district. The solar array will be located behind buildings 2103 and 5183. In addition to the generating equipment, the system will consist of automated isolating switchgear to form the microgrid system, and a paralleling switchgear for the generators and other controls. This project will support approximately 5MW of load via 6.0 MW of generation. This is approximately 20% of critical missions at JBLM and 100% of I Corps, Garrison and DES headquarters critical facilities. The I Corps/DES/HQs area is designated as an historic district and any construction must comply with the National Historic Preservation Act. The system is not designed to be used for peak shaving or demand reduction. Contract duration is estimated at 730 calendar days. The estimated cost range is between $25,000,000 to $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 by email on 12 March 2024 by 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: Construction of a new microgrid system which involves following elements: 1. Natural Gas (NG) centralized generators 2. Battery energy storage systems (BESS) 3. Microgrid with automated islanding option 4.Successful Black Start of microgrid system 5. Installation of natural gas lines 6. Solar Photovoltaic Systems 7. Installation of smart grid control technology b. Projects similar in size to this project include: 1. Installation and commissioning of multiple Reverse Internal Combustion Engine (RICE) generator(s) totaling 3 MW or greater output 2. 3.0 MW/MWh or greater battery energy storage system (BESS) with microgrid 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� 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 Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Construct a microgrid system at Joint Base Lewis-McChord (JBLM) powered by two Natural Gas (NG) Reciprocating Internal Combustion Engines (RICE) generators totaling approximately 4.50 MW, an approximately 4 MW/4 MWh Energy Storage System (BESS) and an approximately 150 kW solar array. This microgrid, provides continuous power to the I Corps, Garrison and Directorate of Emergency Systems Headquarters�(I Corps/DES/HQs) electrical distribution system when islanded from the grid to support JBLM�s readiness operations during an electric utility grid outage for a minimum of 14 days. Installation of smart grid control technology will also be required. The RICE generators, ESS, microgrid controls and automatic switching, will be located just outside the historic district. The solar array will be located behind buildings 2103 and 5183. In addition to the generating equipment, the system will consist of automated isolating switchgear to form the microgrid system, and a paralleling switchgear for the generators and other controls. This project will support approximately 5MW of load via 6.0 MW of generation. This is approximately 20% of critical missions at JBLM and 100% of I Corps, Garrison and DES headquarters critical facilities. The I Corps/DES/HQs area is designated as an historic district and any construction must comply with the National Historic Preservation Act. The system is not designed to be used for peak shaving or demand reduction. Contract duration is estimated at 730 calendar days. The estimated cost range is between $25,000,000 to $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 by email on 14 March 2024 by 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: Construction of a new microgrid system which involves following elements: 1. Natural Gas (NG) centralized generators 2. Battery energy storage systems (BESS) 3. Microgrid with automated islanding option 4.Successful Black Start of microgrid system 5. Installation of natural gas lines 6. Solar Photovoltaic Systems 7. Installation of smart grid control technology b. Projects similar in size to this project include: 1. Installation and commissioning of multiple Reverse Internal Combustion Engine (RICE) generator(s) totaling 3 MW or greater output 2. 3.0 MW/MWh or greater battery energy storage system (BESS) with microgrid 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 at Zack Finn at Zachary.D.Finn@usace.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/963fe636d2bb441bb181cf2e15e2f3cf/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA, USA
Country: USA
 
Record
SN06978873-F 20240229/240227230053 (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.