Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2015 FBO #5136
SOURCES SOUGHT

61 -- Install Fixed Microgrid System, Fort Bliss, Texas - Sources Sought Ft Bliss Microgrid

Notice Date
12/14/2015
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-R-0031
 
Archive Date
1/23/2016
 
Point of Contact
Ali Marshall, , John H Rodgers,
 
E-Mail Address
Alisa.Marshall@usace.army.mil, john.h.rodgers@usace.army.mil
(Alisa.Marshall@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Ft Bliss Microgrid SOURCES SOUGHT SYNOPSIS For Install a Fixed Microgrid System, Fort Bliss, Texas Solicitation Number: W9126G-16-R-0031 This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results. The U.S. Army Corps of Engineers - Fort Worth District has a requirement for the Fort Bliss Military Installation in El Paso, Texas, to install a fixed microgrid electronic power conditioning and control system to manage, distribute and control generation of power, and provide conditioning using microgrid technology with smart grid and power management capabilities. The Fixed Microgrid Project will be a competitive, firm-fixed price, design-build contract. The government intends to issue a solicitation; however, the results and analysis of this market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought synopsis. The purpose of this synopsis announcement is to gain knowledge of interest, capabilities and qualifications from various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of constructing the following work: Design and Construct a fixed Power Electronic Power Conditioning & Control and Distribution system; self-generation microgrid system along with the necessary built-in solar photovoltaic system to support the Main Cantonment Area under provide additional energy efficiency and Conservation program within Fort Bliss footprint (ECIP). Contractor must have successfully completed at least one Fixed Microgrid with Smart Grid and Power Management capabilities that meets current industry standards for Cyber Security; work must have been completed within the last 6 years, valued at over $5 million. In accordance with FARs Part 36, the estimated construction price range for the Fixed Microgrid System is $5-$10 Million. The construction cost limitation for the entire project is approximately $4,955,000. The estimated duration of the project is 500 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 238210 (Electrical Contractors & Other Wiring Installation Contractors) which has a small business size standard of $15 Million. 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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with 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. The type of solicitation to be issued will be a single phase Design-Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 22 January 2016, and the estimated proposal due date will be on or about 22 February 2016. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, Duns Number, CAGE Code, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on Statement of Work solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past six years. 4. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 5. Firm's Size: Large Business, Small Business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), EDWOSB and or WOSB. 6. Firm's Joint Venture information if applicable - existing and potential, including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 p.m. Central Standard Time on 8 January 2016 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Email your response to: Mrs. Ali Marshall, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: alisa.marshall@usace.army.mil Mr. John H. Rodgers, Contracting Officer Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: john.h.rodgers@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0031/listing.html)
 
Place of Performance
Address: Fort Bliss Army Military Installation, El Paso, Texas, 79916, United States
Zip Code: 79916
 
Record
SN03968593-W 20151216/151214234228-64e83b7eed75d175e998e8a089cca11c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.