Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOURCES SOUGHT

99 -- Sources Sought for Fort Sill Power Generation and Smart Microgrid System

Notice Date
3/26/2025 11:27:48 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_2025_SOURCESOUGHT_FORTSILL_MG
 
Response Due
4/9/2025 12:00:00 PM
 
Archive Date
04/24/2025
 
Point of Contact
Jacob S. Pridemore, Phone: 5023156228
 
E-Mail Address
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
 
Description
Construction of Fort Sill Power Generation and Smart Microgrid System 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 Small Business and you are interested in this project please respond appropriately. Project Location: Fort Sill, Lawton, Oklahoma Project Description: The Design-Bid- Build (D/B/B) construction of a power generation and smart microgrid system with a base scope of a 10.3MW of natural gas reciprocating internal combustion engine (RICE - Generator 1) power plant, including a compressed air starting system, distribution feeders, paralleling switchgear, transformer, protective relays, shared load bank, medium voltage circuit breakers, SCADA system, reclosers and microgrid controls. This will be a design bid build project. The microgrid system will provide energy resilience for at least (14) days to mission critical functions utilizing fossil fuel to support Fort Sill. The system shall be capable of connecting to and disconnecting from the electric utility grid for exchange of power as well as islanding the installation from the electrical grid, shedding non-critical loads and providing emergency support to the IEWP identified critical facilities. The 10.3 MW RICE power plant (18.0 MW if Bid Option 1 is accepted, using two 9.0 MW generators) will be located within a weather-proof shelter on an elevated plot of open land to the southeast of Building 3933. The project involves installing a 6-inch natural gas branch line to service the new generation plant. Bid Options 2 and 3 are for (2) MW/MWh of BESS each. Bid options will be analyzed once bids are accepted for feasibility based on provided bid price and available funding. Contract duration is estimated at 720 calendar days. The estimated cost range is between $25,000,000.00 - $100,000,000.00. NAICS code is 237130. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran-Owned Small Business contractors should respond to this survey via email no later than Friday, 09 April 2025 at 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI)) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions of your Prime contractor past experience on up to three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. 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. Projects similar in Scope shall include construction of a microgrid demonstrating at least three (3) of the following scope elements: Installation of Battery Energy Storage systems Installation of centralized generation to provide power to multiple buildings with controls Installation of electrical and telecommunication duct bank and controls for Microgrids Implementation of control systems for electrical peak shaving Projects considered similar in size shall include construction of at least one (1) of the following size elements: Installation & construction of small-scale power generator resources or storage technologies (distributed energy resources) to handle loads of at least 2 MW or greater. Installation of 2.4KV or higher electrical switchgear and necessary breakers for building or grid systems. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Whether the project was design build or design/bid/build 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 Jacob Pridemore at Jacob.s.pridemore@usace.army.mil. If you have questions, please contact Jacob Pridemore at Jacob.s.pridemore@usace.army.mil or 502-315-6228. 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. 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 52.232-33 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 in order 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 CAGE or 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/4c8e6fa76e9045268058492aceaf110d/view)
 
Place of Performance
Address: Fort Sill, OK, USA
Country: USA
 
Record
SN07387701-F 20250328/250326230101 (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.