Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
MODIFICATION

Y -- Microgrid Control System

Notice Date
9/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures 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
PANSPD-18-P-0000-007405
 
Archive Date
10/11/2018
 
Point of Contact
Richard A. Smith, Phone: 9165575238
 
E-Mail Address
richard.a.smith2@usace.army.mil
(richard.a.smith2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1: changed "please comment on the reasonableness on the Government's disclosure of magnitude, given the number of square feet of the required work" to "please comment on the reasonableness on the Government's disclosure of magnitude, given the scope of the required work." PANSPD-18-P-0000-007405 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 Captain Rick Smith at richard.a.smith2@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 socioeconomic categories for a Microgrid Control System (MCS). 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 (especially to indicate interest in the resulting project); however, preference will be given to SB concerns in accordance with FAR 19 and any US Department of Defense Supplement. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in November/December 2018. In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be between $5,000,000 and $10,000,000. Currently, work must be completed by May 1, 2020. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237130 - Power and Communication Line and Related Structures Construction, the size standard is $36.5 million, and the Product Service Code is Y1MZ - Construction of EPG Facilities - Other, Including Transmission. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least fifteen (15) percent 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 fifteen(15) percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Design-Build of a Microgrid Control System (MCS) with a minimum of 1 MW battery storage to support Mission critical operations and increase energy security. Dugway Proving Ground (DPG) owns and operates all utilities on the installation, including the electrical distribution and transmission system. This MCS will control electrical distribution onsite solar power, battery storage, and the 12MW diesel generator set to optimize energy use, increase testing and critical facility operations and reduce demand. As an integrated, stand-alone system, the MCS will provide operations independent of the local utility and allow solar arrays to function when grid power is not available. The MCS will reduce brownouts and optimize limited electrical supply, and provide the redundant power necessary for work to continue uninterrupted. The major elements of this requirement are as follows (in no particular order): 1) Design of System 2) Solar, Generator, and Substation Controls 3) Electrical Distribution Upgrades 4) Master Control System 5) Battery Storage 6) Building Information Systems 7) Physical and Network Security Antiterrorism Measures 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 5 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. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture 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. 7) In addition, to the capabilities information, please comment on the reasonableness on the Government's disclosure of magnitude, given the scope of the required work. 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 02:00 PM Pacific Time on September 26, 2018. Submit response and information through email to: richard.a.smith2@usace.army.mil. Please include the Sources Sought No. PANSPD-18-P-0000-007405 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/PANSPD-18-P-0000-007405/listing.html)
 
Place of Performance
Address: Dugway Proving Ground, Utah, United States
 
Record
SN05100127-W 20180923/180921230700-0158895cafa8416c107e6c1179a0e23d (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.