Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOURCES SOUGHT

Y -- Design Build 2MW Solar Photovoltaic Array at Dugway, UT

Notice Date
1/24/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W9123818S0035
 
Archive Date
5/24/2019
 
Point of Contact
Karen D. Scott, Phone: 9165577109
 
E-Mail Address
Karen.Scott@usace.army.mil
(Karen.Scott@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Karen D. Scott at karen.scott@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) who have experience with work detailed below. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in July 2018. In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be between $5M -10M with an estimated duration of 420 days or less. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Z2QA Commercial and Institutional Building Construction. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This upcoming design-build Request for Proposal (RFP) provides for the design and construction of Solar Electricity Generation via the installation of a two Megawatt (2 MW) solar array photovoltaic system whose electrical generation shall be used to offset the installation's electrical energy consumption. Contractor shall either use the design elements provided or portions thereof, or he shall himself design all elements the PV array. Either way the contractor chooses to move forward, the design will be the contractor's responsibility to assure all applicable codes and contract requirements are met and that the design is finalized for construction. All requirements on the drawings shall be verified by the contractor, prior to bid, and the full design is the responsibility of the contractor. The selected photovoltaic system shall incorporate state of the art high efficiency photovoltaic modules manufactured in the USA and be UL-listed as described in Section 4.0 of the 01 10 10 Electrical Design. The modules shall be mounted to ground mounted racks generally as indicated. The overall system design is to be in accordance with the codes and criteria as described in Section 3.0 of the 01 10 10 Structural Design. Before any work is to proceed, a survey shall be conducted to verify existing conditions within the proposed area. Two vented metal buildings on concrete pads shall be provided for inverters and related electrical equipment (inverter building design build requirements are found in Section 3.0 of the 01 10 10 Structural Design, including paragraph 3.4.2, and also on drawing E-504). This will provide shading and dust protection for the inverters. The building concrete pads shall be a minimum of 4,000 psi concrete. Electrical equipment such as inverters, transformer, and related switchgear, controls, metering, etc. shall be sized at 2 MW system total. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past seven (7) years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on February 2, 2018. Submit response and information through email to: karen.scott@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123818S0035/listing.html)
 
Place of Performance
Address: Dugway Proving Ground, Utah, United States
 
Record
SN04798167-W 20180126/180124231208-5e664d3298e77d3afc99639f77c68a48 (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.