Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOLICITATION NOTICE

Y -- RENEWABLE ENERGY SYSTEMS INSTALLATION & FACILITY ENERGY IMPROVEMENTS - OAHU

Notice Date
1/14/2020 1:35:47 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
N6247819R1519
 
Response Due
2/4/2020 12:00:00 PM
 
Archive Date
02/19/2020
 
Point of Contact
Kris Nakashima, Phone: 8084743783
 
E-Mail Address
kris.nakashima@navy.mil
(kris.nakashima@navy.mil)
 
Description
This is a Design Build project at a Department of Defense site located within Joint Base Pearl Harbor-Hickam Wahiawa Annex, Hawaii. This project involves the installation of a solar photovoltaic (PV) system, a solar thermal system, HVAC improvements, and lighting improvements. The project includes, but is not limited to, the following: 1) Perform topographic and geotechnical surveys to support the design of the solar PV system and environmental / hazmat testing and surveys, as necessary. 2) Perform coordination with Hawaiian Electric Company (HECO) to ensure the PV system design meets all HECO interconnection requirements. 3) Provide a solar PV system with a capacity of 1,000 kW AC. System shall be composed of canopy mounted arrays over a portion of an existing parking lot. Canopy steel structures shall be coated with an anti-corrosion system, personnel certification, and inspections in accordance with UFGS specification section 09 97 13.27. PV system shall supply power to the site via an existing Medium Voltage Switchgear (MVSG). Modify an existing OSI Monarch SCADA system to incorporate the new system. 4) Provide a Solar Thermal System with ~200 gal/day capacity. Solar thermal panels shall be mounted on the roof of an existing two story building. Any alterations to the roof shall be performed by a Firestone Licensed Applicator. 5) Provide HVAC retro-commissioning. Modify the existing Trane Tracer Summit direct digital control (DDC) system as required to implement retro-commissioning scope items. 6) Provide Lighting Controls upgrade, consisting of new occupancy sensor controls. This solicitation is open to only U.S. owned companies (prime contractor, designers of record, subcontractors, and suppliers) employing U.S. citizens.� The primary NAICS Code is 237130 and the corresponding size standard is $39.5M average annual receipts over the last 3 fiscal years.� The estimated cost of the project is between $10 Million and $25 Million.� Interested PRIME CONTRACTORS are required to submit the attached Statement of Affiliation (SOA) for themselves, their DESIGNERS OF RECORD, and all SUBCONTRACTORS and SUPPLIERS prior to issuance of the full Phase I Solicitation.� Only Prime Contractors, Designers of Record, Subcontractors, and Suppliers with an approved SOA are authorized to receive the project documents. The SOA will be submitted through NAVFAC HI for review and approval.� A foreign interest is defined as any of the following: a.���� A foreign government or foreign government agency; b.���� Any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the United States or its possessions; c.�����Any individual who is not a U.S. citizen; or d.���� Any form of business enterprise organized or incorporated under the laws of the U.S., or a State or other jurisdiction within the U.S. that is owned, controlled, or influenced by one of the entities described in a, b, or c above. If the interested prime contractors should possess any of the above they may be required to submit a statement/letter of mitigation in order to explain their foreign interest for further review and approval. All SOAs are to be completely filled out and submitted for approval via email to Ms. Kris Nakashima at kris.nakashima@navy.mil no later than 10:00 a.m. Hawaii Standard Time on 4 February 2020.� Interested prime contractors shall anticipate up to a two week Government review/process of SOAs.� THE SOLICITATION WILL BE ISSUED ONLY TO THOSE PRIME CONTRACTORS WHOSE SOAS ARE APPROVED.�� It is anticipated that the solicitation will be issued on or around 24 February 2020. The solicitation contains sensitive but unclassified information which is �Unclassified - For Official Use Only (U//FOUO)�. �All individuals who will be receiving the project documents must comply with the requirements of DoDM 5200.01 dtd 24 Feb 12. In addition, contractors must also comply with basic contract clause DFARS 252.204-7000, Disclosure of Information. This is a two-phase source selection procurement requiring both technical and price proposals. �The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering price and technical merit. The non-cost factors are anticipated to be: 1.� Technical Approach 2.� Experience (a relevant project must be $2,500,000 or more in dollar value, completed within the past five (5) years, and include at least one (1) of the following types of work: �a)� 1,000 KW or greater solar PV system operating in parallel with a primary source of electricity, that was designed and had calculations performed in accordance with NFPA 70 and the IEEE 1547 Series, involving analysis of the following components including but not limited to load, power generation, energy production, interconnection study, frequency control, voltage regulation, power quality, active and reactive power, flicker study, distributed energy resources (DER) design evaluation (desk study), DER as-built installation evaluation, DER commissioning, and sequence of operations and transfer scheme controls; b)� Medium voltage power systems and distribution, electrical substations, switchgear, protection relays and devices, and SCADA systems, involving electrical system studies including but not limited to short circuit, protective device coordination, and arc flash;�c)� Electrical distribution systems serving critical 24/7 continuous operation facilities.) 3.� Past Performance 4.� Safety 5.� Technical Solution� 6.� Small business Utilization� Offerors are required to follow the RFP.� In general, Phase 1 will require the prime contractor to submit its technical approach (to include SOAs for its DOR and subcontractors), experience (to include DOR�s experience), past performance (to include DOR�s past performance), and safety. �In Phase 2, the prime contractor will submit its Technical Solution, and Small Business Utilization (required for Large Businesses only).� �� The prime contractor must provide a SOA form to NAVFAC HI for all designers of record, subcontractors, and suppliers who receive any portion of the drawings and specifications. SOA approval must be obtained prior to designers of record, subcontractors, and suppliers receiving project documents.� The solicitation will be sent to approved prime contractors via DoD SAFE. Only U.S. owned companies are eligible for contract award; foreign entities will not be considered. Large business concerns are required to submit a subcontracting plan prior to award of the contract. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists.� To be eligible for contract award, a firm must be registered with the System For Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.beta.sam.gov/ The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07aeed940e8b44479777487a25132ec7/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05534268-F 20200116/200114230135 (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.