SOURCES SOUGHT
S -- Provide Prime Power, Soto Cano Air Base (AB), Honduras
- Notice Date
- 8/15/2024 5:04:59 AM
- Notice Type
- Sources Sought
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127824L0033
- Response Due
- 9/5/2024 12:00:00 PM
- Archive Date
- 09/20/2024
- Point of Contact
- Sophia M. Chin, Phone: 2516903349, Benjamin Neely, Phone: 2516903253
- E-Mail Address
-
sophia.m.chin@usace.army.mil, benjamin.m.neely@usace.army.mil
(sophia.m.chin@usace.army.mil, benjamin.m.neely@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm Fixed Price Contract to provide prime power to Soto Cano Air Base (AB), Honduras. The contract will be for a total of five (5) years, one base year and four (4) one year option periods. The Statement of Work includes the following: The Contractor shall furnish, install, and operate a minimum of four (4) utility-grade, electric power generation modules, fuel excluded. Three (3) of the modules shall be capable of supplying the entire base peak demand of 6500 kVA @ 0.8 pf continuously with the fourth unit available as a backup to the others. A fifth generator will be required as currently configured to enable re-build of the existing generator sets and remain in compliance with the minimum of three (3) main generators and one spare. The power generation modules shall be housed in ISO-listed, modified shipping containers. The units shall be completely self-contained (with the exception of the external fuel supply) and shall be supplied with all the necessary electrical controls and switchgear so as to operate in parallel. The work consists of supplying and supporting all generator set activities for prime power operations in support of ASA Soto Cano, Honduras. Generator set activities are defined as preparation, transport, installation, preventive maintenance, scheduled maintenance, emergency maintenance, service, maintenance of associated fuel systems, oil water separator and all distribution system maintenance including the underground and overhead systems within the switchyard. In addition, the Contractor shall be responsible for the Operations and Maintenance (O&M) of all installed primary distribution from the high side of the transformers, all switchyard primary, pole top switches, primary metering units including VT�s & CT�s, primary metal-clad switchgear, and the overhead primary ahead of the four reclosers, including the reclosers themselves and all their associated parts, located outside of the switchyard fence. The work also consists of the operation, monitoring, and maintenance of an existing two (2) MW photovoltaic (PV) farm.� The PV farm operates in parallel with the generators as a fuel saving/peak shaving measure.� The PV farm will not be used to reduce the overall capacity requirements of the generators. This is a Market Research and Sources Sought Notice only.� No award will result from this Sources Sought Notice.� There is no solicitation available at this time; therefore, do not request a copy of the solicitation.� If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements.� It is the contractor�s responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract.� Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice.� This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each.� The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 221112, the small business size standard for which is 950 employees. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service-Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on first page of submission. 3. Contractor shall identify the percentage of services provided in the commercial marketplace and the percentage of services provided to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience to provide prime power similar to, or the same as, the requirements and the criteria listed above. b. Provide no more than three (3) examples of similar projects completed or ongoing within the past five (5) years. The above requested information shall not exceed a total of five (5) pages in 8.5"" x 11"" format (Times New Roman, 12-point, single-spaced, 1� margins).� Please do not provide standard marketing brochures or catalogs.� Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 05 September 2024, 2:00 p.m. CDT.� Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Ms. Sophia Chin, Contract Specialist, at sophia.m.chin@usace.army.mil.� In the subject line of your email state: Response to Prime Power, Soto Cano AB, Honduras.� No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/52a475bb75204ba1821080e5a7f5130b/view)
- Place of Performance
- Address: Soto Cano Air Base, HND
- Country: HND
- Country: HND
- Record
- SN07173021-F 20240817/240815230128 (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 |