Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2021 SAM #7034
SOURCES SOUGHT

61 -- Tooele 2MW Solar Photovoltaic Array

Notice Date
3/1/2021 9:55:48 AM
 
Notice Type
Sources Sought
 
NAICS
221114 — Solar Electric Power Generation
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123821S0019
 
Response Due
3/22/2021 10:00:00 AM
 
Archive Date
04/06/2021
 
Point of Contact
Roxana Ahola, Phone: 9165577599, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
roxana.ahola@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(roxana.ahola@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to complete a design build of a 2MW Solar Photovoltaic Array at Tooele Army Depot. Other than small business are encouraged to express interest and submit capability statements as well. �� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation on or around April 2021. The Government intends to award a Firm Fixed Price contract with a period of performance (POP) of 365 from issuance of Notice to Proceed. In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5,000,000 and $10,000,000. The NAICS Code is 221114 (Solar Electric Power Generation). The size standard is 250 employees. �Product Service Code is 6117 (Solar Electric Power Systems). GENERAL SCOPE: This is a design-build project to meet growing energy and reliability demands, and as part of its ongoing drive to optimize efficiency and conserve natural resources, Tooele Army Depot (TEAD) desires a solar photovoltaic array to be installed onsite adjacent to GE Wind Turbine at Toole Army Depot, UTAH.� The Project is located east of the existing Stirling Array and GE Wind Turbine within the Tooele Army Depot north area. The main objective of this requirement is to design and build a 2 MW solar photovoltaic (PV) array that offsets Tooele Army Depots (TEAD) energy consumption from the local utility by generating electrical power, while allowing excess power generated to be sent to the local utilities electrical grid via the existing net metering station. Exterior lighting shall also be provided along the main aisle of the array from the fenced entrance to the furthest inverter building area. Lighting shall be selected and designed as to not affect the airfield adjacent to the area of scope. All FAA, local and base requirements shall be adhered to.� Photovoltaic system design and material quality shall be achieved through selection of new solar panels with appropriate mounting systems resulting in low-cost maintenance and operation, and an overall balance of increased efficiency within the parameters provided herein. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 10:00am on Monday, March 22, 2021. Submit response and information through email to: Roxana.C.Ahola@usace.army.mil. Please include the Sources Sought No. W9123821S0019 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42adadba17234075b3c302a0cf5a9f33/view)
 
Place of Performance
Address: Tooele, UT 84074, USA
Zip Code: 84074
Country: USA
 
Record
SN05930060-F 20210303/210301230127 (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.