Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SOLICITATION NOTICE

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

Notice Date
12/19/2014
 
Notice Type
Presolicitation
 
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
 
ZIP Code
00000
 
Solicitation Number
N6247315R3601
 
Archive Date
2/28/2015
 
Point of Contact
Terry A. Hardin (619) 532-4714 Alternate POC is Akemi Pugnier, Contracting Officer.
 
E-Mail Address
(619)
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN UNRESTRICTED COMPETITIVE PROCUREMENT IN ACCORDANCE WITH FAR SUBPART 6.1 “ FULL AND OPEN COMPETITION. This procurement will use the two-phase design-build selection procedures and consists of one solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government. The work to be acquired under this solicitation is for the design and construction of P-906 Energy Security Microgrid for Critical Facilities at Marine Corps Air Station (MCAS) Miramar, San Diego, California. The project requires the design and construction of 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 utility 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 MCAS Miramar and Naval Base San Diego. 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. Integration of existing ICS 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 North American Industry Classification System (NAICS) code is 237130, and the annual size standard is $36.5 million. The estimated price range for design and construction is between $16,000,000 and $20,000,000. The Government intends to evaluate proposals and to award without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 “ Safety; Phase Two: Factor 5 - Engineering Solution, Factor 6 - Energy and Sustainable Design, Factor 7 “ Small Business Utilization and Factor 8 - Price. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. A maximum of five Offerors will be selected to submit a Phase Two proposal unless the contracting officer determines that a number greater than five is in the Governments interest and is consistent with the purposes and objectives of two-phase design-build contracting. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil by 30 January 2015. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference for Phase One will not be held. A pre-proposal presentation and document with frequently asked questions will be posted along with the solicitation on www.neco.navy.mil for your review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247315R3601/listing.html)
 
Place of Performance
Address: MARINE CORPS AIR STATION MIRAMAR, SAN DIEGO, CA
Zip Code: 92145
 
Record
SN03601370-W 20141221/141219234825-1eb3d36b045902d5df94f77347e74f12 (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.