Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2014 FBO #4571
DOCUMENT

Y -- P906 ENERGY SECURITY MICROGRID FOR CRITICAL FACILITIES, MARINE CORPS AIR STATION MIRAMAR, SAN DIEGO, CALIFORNIA - Attachment

Notice Date
5/29/2014
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247314S4406
 
Response Due
6/18/2014
 
Archive Date
7/4/2014
 
Point of Contact
Terry A. Hardin, Contract Specialist
 
E-Mail Address
a.hardin@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
NOTE: LARGE BUSINESSES NEED NOT RESPOND. THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY. Project Location: Marine Corps Air Station (MCAS) Miramar, San Diego, California Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Southwest (SW), Central Integrated Product Team (IPT), Attn: OPAA.TH Terry A. Hardin, 937 N. Harbor Drive, Bldg 1, 3rd Floor, San Diego, CA 92132-5190 Description: This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), Economically-Disadvantaged Woman Owned Small Business (EDWOSB), and/or Small Business (SB) sources relative to NAICS classification 237130, Power and Communication Line and Related Structures Construction. The applicable size standard is $33.5 million average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used as part of the Government ™s overall market research efforts to make appropriate acquisition decisions and set-aside determinations (if applicable). After completion of market research analyses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities website (FBO) and the Navy Electronic Commerce Online website (NECO). Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this requirement is a Firm-Fixed Price (FFP) Design-Build Construction Contract to build an advanced microgrid (hybrid renewable energy and conventional generation microgrid) that will provide energy security for MCAS Miramar. The microgrid shall be capable of powering numerous mission critical and support facilities at the 15kV level during a utility grid outage, as well as providing peak shaving and/or demand response capability when connected to the electrical grid. The following shall be provided: Fully permitted diesel and natural gas power plant (7 megawatts total), including, but not limited to, Air permitting (emergency and prime use), with Best Available Control Technology (BACT) and Tier requirements. Comprehensive Energy Operation Center (EOC) and microgrid controls at MCAS Miramar. Redundant controls located at Naval Base San Diego. Energy Storage. Compliance with Department of Defense ™s (DoD) Platform Information Technology (PIT) requirements for information assurance, systems accreditation, and Risk Management Framework (RMF)/Cyber security for Industrial Control Systems (ICS). Utilization and integration of Miramar ™s existing landfill gas, solar photovoltaic (PV), and energy storage systems in the microgrid. Integration of existing Supervisory Control and Data Acquisition (SCADA) system (Schneider OASyS) with microgrid controller for islanding operation. Integration of existing ICS systems into microgrid controller, namely Johnson Controls Metasys System Extended Architecture, and Advanced Metering Infrastructure (WinPM.NET) for energy efficiency purposes. Economic dispatch capability for Demand Response and Peak Shaving. Interconnection Agreement (IA) with the local utility (islanded and utility connected). This project will power and control the electrical distribution system so that if the utility power is compromised, damaged, or interrupted, the mission critical buildings in Areas 6, 7, 8, and 9 of the installation will have the ability to continue full operations. This project will be designed to be scalable and systemically expandable to power the entire Installation. The estimated magnitude of construction for this project is between $15,000,000 and $20,000,000. This procurement shall be in accordance with FAR Clauses 52.225-11/12, Buy American Act “ Balance of Payments Program “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design-build construction contract for hybrid renewable energy and conventional generation microgrid. Submission Requirements: 1) Cover letter. Not to exceed two (2) single sided 8 ½ x 11 pages. 2) Experience: a. Construction Experience: Using Attachment A, submit a minimum of two (2) and maximum of five (5) projects describing the following: Describe the Government or commercial contracts/projects your firm has completed as a prime contractor or subcontractor in the last 5 years* showing your experience in the design and construction of hybrid renewable energy and conventional generation microgrids similar in size, scope, and complexity as indicated in this announcement. *Note: Five-year Period: Refers to the period of time for which projects may be submitted for experience. The five-year period is calculated by counting back five years from the specific date set forth from the receipt of the sources sought package. In addition to the project description above, submitted projects must meet the following bullet points in order to be considered: Experience with conventional natural gas and diesel power plant design and construction (5MW or greater), and integration of renewable generation (i.e., PV & wind) with conventional generation systems. Experience with design and implementation of new microgrid control systems on grid infrastructure (i.e. generators, SEL relays, medium voltage sectionalizing switches, renewable energy, battery storage; in manual and automatic modes); with the ability to operate multiple distributed generation sources that can function both on the electrical grid and independently (islanded). Experience integrating microgrid controls with existing ICS, including but not limited to Utility Control Systems such as SCADA, Advanced Metering Infrastructure and building control and energy management systems. Experience with DoD Cybersecurity including PIT and ICS for utility and facility systems (Direct Digital Control and SCADA). Must have complied with the DoD Certification and Accreditation Process (DIACAP) or RMF. Experience with economic optimization of power generation, for example peak shaving, demand response and/or load leveling. Experience with air permitting of generators for prime use, with BACT and Tier requirements. Experience managing Design Build projects of similar size and complexity as the MCAS Miramar microgrid project. Include experience managing multiple subcontractors through design and construction. Note: Attachment A shall not exceed 15 single sided 8 ½ x 11 pages for all projects combined. 2) Bonding capacity: Using Attachment B, provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Using Attachment B, identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Economically-Disadvantaged Woman-Owned Small Business and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. a. Joint Ventures will be evaluated in order to determine conformance with the appropriate section of 13 C.F.R. If submitting a response to this announcement as a Joint Venture, submit all required information for each joint venture party. Additionally, submit a description of how the joint venture will be established, managed, and how workload will be distributed between the joint venture parties. Please respond to this sources sought announcement via mail (include a compact disk (CD) of the submitted material with the hard copy) no later than 11:00 a.m. Pacific Time, on Wednesday, June 18, 2014 to NAVFAC SW, Central IPT, Attn: Terry A. Hardin, Contact Specialist, Code OPAA.TH, 937 N. Harbor Drive, Building 1 / 3rd floor, San Diego, CA 92132. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation as this announcement constitutes only one aspect of the Government ™s market research efforts. However, NAVFAC SW will utilize the information for technical and acquisition planning purposes as appropriate. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247314S4406/listing.html)
 
Document(s)
Attachment
 
File Name: N6247314S4406_P906_Attachment_A.doc (https://www.neco.navy.mil/synopsis_file/N6247314S4406_P906_Attachment_A.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247314S4406_P906_Attachment_A.doc

 
File Name: N6247314S4406_P906_Attachment_B_SSIF.docx (https://www.neco.navy.mil/synopsis_file/N6247314S4406_P906_Attachment_B_SSIF.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247314S4406_P906_Attachment_B_SSIF.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Marine Corps Air Station Miramar, San Diego, CA
Zip Code: 92145
 
Record
SN03379103-W 20140531/140529234831-66aad4dbcfc571f0af9b5a2f8284e0f0 (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.