SOURCES SOUGHT
Y -- W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
- Notice Date
- 11/21/2025 6:35:52 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22602-0000 USA
- ZIP Code
- 22602-0000
- Solicitation Number
- W912ER26BA001
- Response Due
- 12/19/2025 12:00:00 AM
- Archive Date
- 12/20/2025
- Point of Contact
- CHRISTOPHER Hunt, Phone: 5406673185, Millicent Kaczmarzewski
- E-Mail Address
-
christopher.hunt@usace.army.mil, millicent.kaczmarzewski@usace.army.mil
(christopher.hunt@usace.army.mil, millicent.kaczmarzewski@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Middle East District is seeking interest and capabilities of experienced construction contractors capable of performing the following work. The work includes installing a renewable energy system at Isa Air Base and incidental related work. Provides a 1000-kilowatt renewable energy solar ground mounted array on undeveloped dirt land located at north-east side of Logistic Support Area (LSA), Isa Air Base Bahrain. The project includes construction of renewable energy solar panels, invertors, wiring of protective devices, grounding conductors, lightning protection, automatic metering system and battery storage. The energy storage system shall be connected to the installation's primary electrical distribution grid and shall be capable of functioning as a component of a microgrid subsystem which is connected with other distributed generation and critical loads within LSA site. The project will include (2) 500Kwh storage battery system and microgrid infrastructure to work as a backup generator for reverse osmosis (RO) plant and utility services building. Site preparations include excavation, trenching, utilities, paving, site improvements, grading, leveling and compaction of existing undeveloped dirt land. Paving and site improvements include asphalt and gravel paving existing asphalt pavement replacement and (fire department access), and security fencing. Special foundation features include reinforced concrete foundations for the BESS, Inverter, and PV Disconnect. P-181 is the Base Bid, while P-183 is optional. Electrical utilities include utility trenches, direct current (DC) and alternating current (AC) cabling, underground ducts and manholes, conduit, step-up transformers with primary and secondary over-current protection and lighting. Also includes construction of reinforced concrete pad for battery storage and other utility accessories. Communication utilities include utility trenches, ducts and manholes, conduit, and fiber optic cabling. Water utilities include non-potable fire water distribution system including fire hydrants, connections, fittings, and valves. The new water system will also be extended and provide service connections for maintenance. A total of 40 quick release yard hydrants are needed, two for each solar array group. 20 Hydrants for the base bid, with 20 additional hydrants as part of the option. The period of performance is estimated to be ~617 days. The magnitude of this project is between $10,000,000.00 and $25,000,000.00 Interested PRIME CONTRACTORS should submit a capabilities package to BOTH Ms. Millicent Kaczmarzewski at Millicent.Kaczmarzewski@usace.army.mil and Mr. Christopher L. Hunt at christopher.hunt@usace.army.mil. The package should include the following: 1. Your intent to submit a proposal for this project when/if it is formally advertised. 2. Name of firm with address, phone, email address and point(s) of contact. 3. DUNS/CAGE/UEI code, registered in System for Award Management (SAM) at www.sam.gov 4. Size of Firm (Large or Small). 5. Bonding capability for single contract action in the magnitude of this project. 6. Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length. 7. In addition to Statement of Capability, provide answers specifically to the following questions: a. Has your company performed construction of similar scope, size and nature as the above? i. As a prime contractor? ii. As a subcontractor? iii. For a military base? Name of base(s)? b. Has your company ever: i. Performed construction in remote location, such as Bahrain? ii. Performed any projects with the US Army Corps of Engineers? If so, provide Contract Numbers and brief description of project. Place the words �Market Research for W912ER26BA001 and ""Your Company Name� on the subject line of your message. Upon review of industry response to this sources sought notice, the Government will determine what acquisition strategy is in the Government's best interest. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/678e688aa7314d6ca2cca55a81084a4c/view)
- Place of Performance
- Address: Isa Air Base, BHR
- Country: BHR
- Country: BHR
- Record
- SN07649428-F 20251123/251121230039 (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 |