SOURCES SOUGHT
99 -- FY25 Level II Electric Vehicle Charging Station on Fort Bliss, Texas
- Notice Date
- 11/15/2024 1:34:59 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- PANSWD25P0000001511
- Response Due
- 12/6/2024 2:00:00 PM
- Archive Date
- 12/07/2024
- Point of Contact
- Kristi Morris, Phone: 817-886-1841
- E-Mail Address
-
kristi.l.morris@usace.army.mil
(kristi.l.morris@usace.army.mil)
- Description
- SOURCES SOUGHT PANSWD25P0000000676 FY25 Level II Electric Vehicle Charging Station on Fort Bliss, Texas US ARMY CORPS OF ENGINEERS FORT WORTH DISTRICT DISCLAIMER This sources-sought is for informational purposes only. This is not a ""Request for Proposal (RFP)"" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. INTRODUCTION The US Army Corps of Engineers, Fort Worth District is issuing this sources sought synopsis as a means of conducting market research to determine if small business firms are available to support the requirement for a Firm Fixed-Price, Design-Bid-Build Construction project for new construction located at Fort Bliss, El Paso, TX 79916. Based on the responses to this Sources Sought notice, the Government will assess small business capabilities to satisfy the agency�s requirements and decide if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Fort Bliss, Texas PROGRAM BACKGROUND The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for an award of a Design-Bid-Build Construction contract for Electric Vehicle Charging Facilities (EVCF) and Infrastructure on Fort Bliss, Texas. The proposed project will be a competitive, firm-fixed price procurement. The acquisition strategy decision will be based on the respondent�s capabilities from this sources sought notice and/or other market research methods. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the small business community to determine if there are two or more capable small businesses that can perform the requirements of the scope of work outlined below. The small business community includes Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition of capable firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. Scope Of Work: In accordance with FAR 36.204, the magnitude of construction for this project is estimated between $1,000,000 and $5,000,000. This project will provide 8 charging hubs dispersed across Fort Bliss. These hubs will provide an aggregate of 18 Level 2 grid-tied chargers to serve a fleet of Government Zero Emission Vehicles (ZEVs). Electric Chargers must meet FedRamp Certification and be compatible with a Wex card for integration. The contractor will be responsible for the installation of EV chargers, utility connections, and trenching, and will coordinate with Fort Bliss to complete commissioning requirements. Fort Bliss will provide through a separate service contract the network plan & data package required to operate the selected EV Charger installed on-site. General Site Description: The proposed project includes 8 charging hubs dispersed across Fort Bliss. All new EVCF hubs will be in multiple locations across Fort Bliss. Grading, demolition, and site improvements for the proposed EVCF location will be limited to the new parking layout for each site. Anticipated demolition work for the project will be trenching under existing asphalt pavement to provide power circuits to the electric charging stations. Hubs will provide an aggregate of 18 Level 2 grid-tied charging stations for 18 chargers, with one (1) to five (5) charging stations per site: single port 19 kW AC Level 2 for light duty (LD) and medium/heavy duty (MD/HD) vehicle respectively. The aggregated EVCFs will serve a fleet of ZEVs. General contractor will work with Rio Grande Electric to provide pad-mounted transformers per site. Each EVCF shall be provided with a meter and communication pathway. Electric Meters will require communications to the installation�s Utility Monitoring and Control System (UMCS). The contractor will be trenching under existing asphalt, and pavement to bring necessary comm lines to the meter connections. Power Requirements: Single phase, 120V/240V, 3 wire. Pad-mounted transformer. For 19kW level 2 AC port: OCPD (Breaker) 100A (continuous load). A dedicated circuit of 100A will deliver up to 80A for charging. Charging connector type J1772 type 1 for LD vehicle (Maximum output current of 80A) and connector type CCS type 1 for MD/HD vehicle (Maximum output current of 500A) Charging station enclosure: National Electrical Manufacturers Association NEMA type 3R sun- and heat resistant, mounting type Pedestal. At a minimum, each Level 2 AC charging station, single port pedestal mount station, requires the following: Single port 19kW level 2 AC (240V) for medium-duty (MD) or Heavy-duty (HD) electric vehicle. A dedicated single phase 240 VAC electrical circuit from 40 A to 100 A A new circuit breaker at the electrical panel Conductor wiring and circuit protection sized in accordance with all applicable codes. A dedicated branch circuit per port (NEC 625.40). EV charging stations are AC electrical vehicle supply equipment and are permanently connected to AC networks. Provide appropriate electrical wiring, over-current circuit protection, and metering. Provide a dedicated EV electrical panelboard, choose a panel location near the charging stations. Metering: Metering shall meet the Fort Bliss requirements, UFC 1-200-02, UFC 3-501-01, and UFC 3-520-01. Provide a dedicated meter or sub-meter for each complete EVCF system. EVCF-reported energy usage must be isolated from any associated building or facility�s energy usage. Separately meter or sub-meter electricity is used by EVCF when tied to a facility�s internal power distribution. EVCF meters must be network connected to the Enterprise Energy Data Reporting System (EEDRS) and ultimately to the Army Meter Data Management System (MDMS) - a centralized base-wide energy and/or utility monitoring system. Vehicle Charging Infrastructure consumption should be reported. Telecommunications: a. Ethernet Local Area Network (LAN) capable � one 1� data conduit should be installed. b. Communication pathways must be provided in accordance with UFC 3-520-01, UFC 3- 550-01, and UFC 3-580-01. c. 4G (cellular Modem) / Wi-Fi connectivity d. Plug and charge, mobile application, or Radio Frequency Identification (RFID)-controlled charging. REQUESTED RESPONSE INFORMATION Responses to this synopsis must address at a minimum the following items: Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, Government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include how your company has successfully managed projects of this magnitude and provide specific project details that indicate how the projects are similar in size, scope, and complexity. Also, include specific technical skills your company possesses that will ensure the capability to perform the project scope. 1) Project specific items: a) Can your company manage a safety program during the duration of the project? If so, provide details. b) Can your company manage and perform work on Fort Bliss? c) Are you classified as a small business or a large business? If classified as a small business, do you hold any socioeconomic certifications? 2) In your judgment, what is the most appropriate NAICS Code for this project? 3) Identify whether your firm is interested in competing for this requirement as a prime contractor or as a subcontractor. Identify subcontracting, joint ventures, or teaming arrangements that will be pursued, if any. 4) Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Provide any additional information your company believes may assist the Government in deciding on whether to set this project aside for small businesses. 5) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the Contracting Officer, Mr. Matthew Dickson, at matthew.s.dickson@usace.army.mil or 817-886-1110, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the Point of Contact information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such a conclusion. 6) Has your company, or any of your subcontractors, executed a project of similar scope, specifically with EV charging hubs? If so, please provide details such as scope, amount of project, and completion date (or estimated completion date if the project is still ongoing). 7) What kind of maintenance and support services are needed after the installation? 8) Do you offer training for staff on operating and maintaining the charging station? 9) What brand(s) of EVCS do you offer, and are they compliant with the requirements of the Buy America Act? Respondents to this notice must also provide a current capability statement and indicate whether they qualify as a Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. The anticipated North American Industry Classification System code for this procurement is 238210 Electrical Contractors and Other Wiring Installation Contractors which has a small business size standard of $19M. The Anticipated Product Service Code is Y1PZ. Small Businesses are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1) and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Responses to this Synopsis shall be limited to 5 pages and shall include the contractor�s capability statement. Interested Firms shall respond to this Synopsis no later than 6 December 2024, 4PM (central local time). Email your response to Kristi L. Morris at: kristi.l.morris@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bfa9bf104dbd42edb2fda1b241d0a449/view)
- Place of Performance
- Address: Fort Bliss, TX 79916, USA
- Zip Code: 79916
- Country: USA
- Zip Code: 79916
- Record
- SN07266933-F 20241117/241115230108 (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 |