SOURCES SOUGHT
Y -- U.S. Army 63rd Readiness Division MILCON ERCIP Microgrid
- Notice Date
- 12/29/2025 4:39:27 PM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
- ZIP Code
- 94102-3406
- Solicitation Number
- W912P726S0003
- Response Due
- 1/28/2026 3:00:00 PM
- Archive Date
- 02/12/2026
- Point of Contact
- Nairi Freeman, Phone: 4155036574, MARY FRONCK, Phone: 4155036554
- E-Mail Address
-
nairi.freeman@usace.army.mil, mary.fronck@usace.army.mil
(nairi.freeman@usace.army.mil, mary.fronck@usace.army.mil)
- Description
- INTRODUCTION The U.S. Army Corps of Engineers (USACE), San Francisco District, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for The U.S. Army 63rd Readiness Division MILCON ERCIP Microgrid in Mountain View, CA. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The U.S. Army 63rd Readiness Division headquarters in Mountain View, CA, United States. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROJECT DESCRIPTION This project provides energy resilience for 14+ days for mission critical functions, utilizing renewable and fossil fuel energy sources. Install a microgrid system that will have full islanding capability. The microgrid system will incorporate a ground-mounted 750kW photovoltaic (PV) solar system with low voltage switchgear for building energy shifting; a 750kWh battery energy storage system (BESS); an 800kW diesel backup generation system, with a 10,000-gallon fuel storage tank. The microgrid system will include a master microgrid controller, and automatic smart switches controlling the generation resources within the Reserve Center. Microgrid will be installed on a closed restricted network (CRN) requiring an Authority to Operate (ATO) IAW DODI 8510.01. System cybersecurity requirements will be designed IAW UFC 4-010-06 ""Cybersecurity for Facility Related Control Systems.� Contract duration is estimated at 732 calendar days. The estimated cost range is between $10,000,000.00 and $25,000,000.00 The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. 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. Projects similar in scope shall include construction of a microgrid demonstrating at least three (3) of the following scope elements: Diesel centralized generators Installation of Battery Energy Storage Systems (BESS) Information and Communication Systems Installation and Commissioning of Microgrid systems Installation of necessary breakers and switchgear Installation of Photovoltaic systems Installation of centralized generation to provide power to multiple buildings with controls Installation of electrical and telecommunication duct bank and controls for Microgrids Implementation of control systems for electrical peak shaving Projects similar in size to this project include: Construction of projects for new construction diesel generation systems which meets or exceeds the following size elements: Installation and construction of diesel generators able to handle loads of .5 � 2.5MW 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. Whether the project was solicited as Design-Build or Design-Bid-Build. Whether the project was solicited on an IFB or RFP basis. Cybersecurity Maturity Model Certification (CMMC) Do you possess a CMMC and at what level (1, 2, or 3); If not, when do you expect to obtain CMMC and at what level (1, 2, or 3); and Do you project any changes to your CMMC status in the year following issuance of the market survey. 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. ELIGIBILITY The applicable NAICS code for this requirement is 237130 � Power and Communication Line and Related Structures Construction with a Small Business Size Standard of $45M. The Product Service Code is Y1MG. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nairi Freeman, in either Microsoft Word or Portable Document Format (PDF), via email to nairi.freeman@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/079c9216dff34e5987b39c844bf193bc/view)
- Place of Performance
- Address: Mountain View, CA, USA
- Country: USA
- Country: USA
- Record
- SN07674933-F 20251231/251229230032 (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 |