SOURCES SOUGHT
W -- Multiple Award Task Order Contract (MATOC) for Puerto Rico Power System Stabilization, Power Generation Services
- Notice Date
- 3/7/2023 4:10:31 AM
- Notice Type
- Sources Sought
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN-23-S-5008
- Response Due
- 3/10/2023 11:00:00 AM
- Point of Contact
- LTC Jim A. Lee, Phone: 9126525165
- E-Mail Address
-
jim.a.lee@usace.army.mil
(jim.a.lee@usace.army.mil)
- Description
- REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. REQUIREMENT The U.S. Army Corps of Engineers (USACE), Savannah District, anticipates a requirement for Puerto Rico Power System Stabilization, Power Generation Services. The contract is to provide temporary power generation for stabilization of the Power System of Puerto Rico. The work will consist of providing land based temporary generating units, temporary transformers, control cabling, and installation of equipment. In addition, the work will contain operation of the equipment, including maintenance, fuel, coordination with PREPA and LUMA on operation schedule and connections to their equipment. Individual scopes will be to provide specific amount of power at specified power plants that will supplement power to stabilize the power system while PREPA installs new permanent generators. The estimated magnitude of this acquisition is expected to be approximately $5,000,000,000.00. DESCRIPTION (Draft Scope of Work) This acquisition (anticipated to be a multiple award task order contract) is expected to result in the procurement of approximately 300 to 700 Megawatts (MW) of temporary power connected to various utility-provider-owned power generation and transmission facilities across Puerto Rico, for periods of up to 24 months. This temporary power will be supplied by dual-fuel (primarily LNG), medium-voltage engine-generator sets (generators). Generators will likely be mobile units capable of providing at least 10MW per unit; however, task order Performance Work Statements (PWS) will allow contractors to propose other solutions that might be more advantageous to the Government. Contractor effort for each task order will include some, or all, of the following phases and tasks: Mobilization Phase Procurement of generators, via a term rental with an option for the utility provider to buy the rented generators at the end of the term. Delivery of the procured generators to the designated utility-provider-owned facility. Installation of the generators at the facility. Required activities could include, but not be limited to, the following: Installation of generators and all ancillary equipment necessary for power generation such as control rooms, protective monitoring systems, generator starting systems, auxiliary transformers, batteries, rectifier battery chargers, turbine enclosure fire suppression, switchgear, and emissions controls. Installation of electrical grounding systems. Sitework such as minor grading and stormwater management, installation of gravel pads (or foundations if necessary for non-trailer-mounted generators), fencing, and signage. Installation of Liquified Natural Gas (LNG) and diesel fuel systems.� Fuel systems may include storage tanks, spill containment structures, refilling systems, piping, regassification units, metering, monitoring, control, fire detection, and fire suppression. Installation of demi water systems including connections to existing supply points, piping, metering, and monitoring. Electrical connection of the generator output (expected to be in the 13.8KV range) to the power grid (at various levels from 38KV to 230KV), through the installation of new components and/or the repair of existing components such as: Generator Step Up (GSU) transformers Protective and isolating devices such as medium-voltage circuit breakers, fused or unfused switches Power conductors Conductor mounting poles and standoff insulators Installation of new, or modification/repair of existing, power monitoring and control systems including: Paralleling gear Potential Transformers (PT�s) and Current Transformers (CT�s) Control relays Generator and substation control systems (hardware and software) Communication and control cables, including SCADA Provision, operation, and maintenance of ancillary facilities required to support on-site Contractor staff such as parking facilities, site lighting, breakrooms, and portable restrooms. Testing and commissioning of the systems listed above, both individually and as they interact with each other and with the existing utility-provider-owned systems under various scenarios. Power Supply Phase Provision of all fuel required to operate the generators 24 hours per day, 7 days per week (24/7) excluding downtime for scheduled maintenance. Operation (24/7, excluding maintenance periods) and maintenance of the generators and other systems described in this scope of work by qualified Contractor personnel.� Provision of all other materials and supplies required to ensure continuous operation and adequate maintenance of the generators and other systems described in this scope of work. Demobilization Phase Demobilization and removal of any equipment, materials, and supplies not already owned by the utility provider or purchased by them at the end of the rental period Restoration of the project site and utility-provider-owned equipment and materials as needed, including activities as such as: Remediation or removal/replacement of soil contaminated by Contractor activities such as diesel fuel spills Regrading Replacement of topsoil Reseeding Repair of roads or other paved surfaces that were damaged, beyond reasonable wear and tear, by the Contractor. Replacement of fencing as required to revert to pre-project layouts Capping of water line taps that were installed during mobilization *Please note that the specifics of this description are subject to change.* The anticipated NAICS code is 221112, � Fossil Fuel Electric Power Generation SURVEY The Government is issuing this notice to determine a competitive basis.� This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1:00 PM Eastern Time, March 10, 2023. Please send by email to Jessica M. Stone at Jessica.M.Stone@usace.army.mil. Include the title ""Sources Sought� Puerto Rico Power Mission� as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format. 1) Name of your firm: 2) CAGE Code: 3) Point of Contact, Phone number and EMAIL address: 4) Please provide responses to the following: Provide technical capability (in the form of prior experience or other), in the following scope areas: o�� Delivery of parallel generation units into a substation or a larger electrical grid o�� Operation & Maintenance of Turbine Style Land Based Generation Units, to include installation/procurement of medium voltage turbine style generator sized >= 10MW o�� Repair of Turbine Style Land Based Generation Units, to include installation/procurement of medium voltage turbine style generator sized >= 10MW o�� Delivery of minimum of 2M gallons of fuel per month to an inland location Project Name and Location: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable): Explain Differences between original and final contract price: Was the project completed on time? 5) Do you have capability to procure multiple 10MW or greater land-based generators within 60 days? 6) Describe the timeline for procurement and installation of 100MW of land-based generation capacity? 7) Outline experience working in the Caribbean basin/Puerto Rico.� Include scope, value and duration. 8) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 9) For this requirement, what percentage of this work would you potentially subcontract and utilize small business? 10) If this requirement is advertised, do you anticipate submitting a proposal? 11) What evaluation criteria would your firm view as the most advantageous to the Government in ensuring the best value to the Government is achieved. 12) Please provide any additional information you feel is necessary. Any questions on this Sources Sought should be submitted Jessica Stone, Contract Specialist, at Jessica.m.stone@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a404673b5e94630a73d67e2933fa5a4/view)
- Place of Performance
- Address: PRI
- Country: PRI
- Country: PRI
- Record
- SN06611401-F 20230309/230307230116 (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 |