Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

Y -- Power Generation and Microgrid project at Anniston Army Depot, Anniston, Alabama

Notice Date
8/1/2024 12:32:17 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QRAnnistonArmyDepotMicrogrid
 
Response Due
8/19/2024 10:00:00 AM
 
Archive Date
09/03/2024
 
Point of Contact
Jessica Stone
 
E-Mail Address
jessica.m.stone@usace.army.mil
(jessica.m.stone@usace.army.mil)
 
Description
Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. Project Location: Anniston, AL Project Description: Design-Bid-Build Construction project to provide energy resiliency by providing an on-site, automated energy control / generation storage management system: Construct a microgrid system that will have full islanding capability. The microgrid will integrate the new and existing generation assets with the Nichols, Demil, and Eulaton 46kV / 12.47kV substations to enable islanding for all critical loads. During a grid outage, the automated switching and microgrid controls will enable direct routing of electricity generated by the onsite assets to mission critical loads and load shedding of large blocks of non-critical loads.� The microgrid will be designed in accordance Unified Facility Criteria 4-010-06 Cybersecurity of Facility Related Control Systems, or policy current at time of design, as well as with emerging distribution system operator requirements. This project will be tasked with Construct an installation-wide black-start capable microgrid incorporating 10MW of new firm natural gas (NG) generation and medium voltage distribution switchgear connected at the Eulaton substation that will be owned and operated by Anniston Army Depot (ANAD) to combine with ANAD existing Demil substation solar photovoltaic (PV) array, owned by Alabama Power Company (APC), and the existing Depot-owned NG generation. This project expands upon the previous FY20 ERCIP microgrid, which consists of a 7.5MW natural gas generation and an existing 2.65MW PV array installed at the Nichols substation. This microgrid will integrate the previous microgrid assets, as well as 4.75MW of additional existing APC-owned onsite solar PV at the Demil substation. Additionally, this project will install NG generators, SCADA microgrid controls and communication upgrades at the Nichols, Demil, and Eulaton substations, as well as substation interconnection points between the Nichols and Demil substations, and reclosers to isolate noncritical loads across the Depot. The completed system will utilize automatic switching to isolate from the APC�s electrical distribution system and prioritize critical loads to maintain continuity of operations across ANAD during electrical outages for a minimum of 14 days (required resilience period) IAW 10 USC 2914. Each generator will be equipped with a weather-proof sound attenuating enclosure. A fire hydrant along with a new water line will be installed by the new power plant. A storage shed currently located at the proposed project site will be relocated to a location determined by ANAD Directorate of Public Works (DPW) personnel. This project will tap into an existing natural gas line to feed the newly installed natural gas Reciprocating Internal Combustion Engine (RICE) generators.� Load shedding during utility outages via the microgrid switching system will also ensure continuous energy to critical loads regardless of the intermittency of solar power. The microgrid system will support energy resiliency by providing on-site energy generation, this includes solar panels, mounts, inverters, transformers, controls and communication, AC/DC wiring with conduit, low voltage switchgear, and security measures.� The net metering and interconnection agreements will require approval by the utility provider. Contract duration is estimated at 680 calendar days. The estimated cost range is between $10,000,000and $25,000,000. NAICS code is 237130.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email on 19 August 24 by 1:00 PM Eastern Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier Number and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project could include at least one (1) of the following: 1.���� Installation of Battery Energy Storage Systems (BESS) 2.���� Installation of centralized natural gas (NG) generators 3.���� Installation of electrical and telecommunication duct bank and controls for Microgrids 4.���� Commissioning of Microgrid systems 5.���� Implementation of control systems for electrical peak shaving b. � Projects similar in size to this project could include at least one (1) of the following: Construction of projects for new construction natural gas generation systems which meets or exceeds the following size elements: Installation and construction of NG generators able to handle loads of 0.5 � 2.5 MW. Installation of electrical and telecommunications duct bank for control of distributed energy resources of 500 kW and above. Installation of switchgear and necessary breakers for systems control of distributed energy resources of 500 kW and above. c. �� Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design/bid/build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. � 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 the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses or questions to Jessica M. Stone at Jessica.M.Stone@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5b8a6f448fd4e509b526d26e27a334d/view)
 
Place of Performance
Address: Anniston, AL, USA
Country: USA
 
Record
SN07153857-F 20240803/240801230158 (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.