SOURCES SOUGHT
61 -- Sources Sought PV, Battery, and Microgrid Project at Ft. Hunter Ligget, CA - Executive Summary/Detailed Info
- Notice Date
- 12/18/2017
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-17-S-0138A
- Archive Date
- 1/31/2018
- Point of Contact
- Bryan Glover, Phone: 9165575326, Daniel E. Czech, Phone: 9165577012
- E-Mail Address
-
bryan.glover@usace.army.mil, daniel.e.czech@usace.army.mil
(bryan.glover@usace.army.mil, daniel.e.czech@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Project Summary W91238-17-S-0138A This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to BRYAN GLOVER at bryan.glover@usace.army.mil and copy DANIEL CZECH at Daniel.E.Czech@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include socioeconomic categories for the design and installation of a Photovoltaic (PV) Array, battery storage system, and Microgrid, at Fr. Hunter Ligget at Jolon, CA. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE (especially to indicate interest in the resulting project); however, preference will be given to SB concerns in accordance with FAR 19 and any US Department of Defense Supplement.. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in February/March 2018. In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be above (h) $10,000,000. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237130, Power and Communication Line & Related Structures the size standard is $36.5 million, and the Product Service Code is Y1MZ, Construction of EPG Facilities - Other,Including Transmission. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The U.S Army Garrison Ft. Hunter Liggett, Calif (FHL) was previously identified to become a Net Zero energy installation. To help achieve this goal, The United States Army Corps of Engineers, Sacramento District is issuing this solicitation to deliver a secure, energy resilient, renewable energy generation and storage microgrid at Fort Hunter Liggett, CA. The effort includes design, construction, commissioning, validation, training and transition of a fully usable and complete microgrid system designed to provide contingency electric power to Ft. Hunter Liggett when electricity provided by Pacific Gas and Electric (PG&E) is unstable or unavailable. The final system design shall advance Department of Army Energy Security and Sustainability Strategy (E2S) and other energy policy objectives including continuity of operation, adaptable power delivery energy, Energy Informed Operations, Optimized Energy Use, Assured Access, Energy Resiliency, and Army Cybersecurity and Risk Management Requirements. E2S: https://www.army.mil/e2/c/downloads/394128.pdf The system design shall network and parallel new and existing distributed generation assets to deliver an optimized power delivery system supporting the entire installation load. This competitive solicitation will be executed under a two phase acquisition process. Phase 1 will evaluate Personnel Credentials, Corporate Qualifications, and Past Performance. Successful Phase 1 Proposers will be invited to compete for Phase 2, which will address Technical Approach, Technical Merit, Cyber and Risk Management Approach, Management Plan and Schedule, Capability/Related Experience and Subcontracting Plan & Management. The inclusion of priced options for enhanced controls, alternative solutions and sustainable betterments are under development. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation if/when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed in accordane with the attachment - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). If responding as a joint venture, provide the same information performed by the same Joint Venture previously 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. 7) In addition, to the capabilities information, please comment on the reasonableness on the Government's disclosure of magnitude, given the number of linear feet of the required work. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 9:00 AM Pacific Time on Jan 3, 2018. Submit response and information through email to: bryan.glover@usace.army.mil Please include the Sources Sought No. W91238-17-S-0138A in the subject line. Copy all correspondenace to DANIEL CZECH at daniel.e.czech@usace.army.mil. All contact regarding this Sources Sought is to be made via email only. Phone calls will not be taken, nor voice messages returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0138A/listing.html)
- Place of Performance
- Address: Ft. Hunter Ligget, Jolon, California, United States
- Record
- SN04769305-W 20171220/171218230747-0a37f4893c91bc06e5cfbdb043df81e0 (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 |