Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

C -- Architectural & Engineering Services in Support of Microgrid and Backup Power Design, Camp Walker, Republic of Korea (ROK)

Notice Date
12/4/2025 1:40:27 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W912DY25FA226-1
 
Response Due
12/12/2025 12:00:00 PM
 
Archive Date
12/27/2025
 
Point of Contact
Antonio L. Mastin, Phone: 256-895-7357, Cole P. Harris, Phone: 256-895-1107
 
E-Mail Address
antonio.mastin@usace.l.army.mil, cole.p.harris@usace.army.mil
(antonio.mastin@usace.l.army.mil, cole.p.harris@usace.army.mil)
 
Description
This is a SOURCES SOUGHT NOTICE that is issued solely for informational and planning purposes and does not constitute a solicitation. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL, nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from Korean Architect-Engineer (A-E) Firms Only and responses will be utilized to determine if this requirement can be set-aside for Korean A-E Firms. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) in Huntsville, Alabama, is conducting market research to identify qualified Korean A-E Firms capable of providing a range of services as part of the Energy Resilience & Conservation Investment Program (ERCIP), to include but not limited to the following: Facility assessment, design development, cost estimation, cost and risk assessment, utility coordination, other associated studies or project support. These services will support all facilities on Camp Walker, ROK. The Government is performing market research to determine if any Korean A-E Firms possess the capability to execute the requirements within this acquisition. Interested Korean A-E Firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, please specify. All Korean A-E Firms must be registered in the System for Award Management (SAM). 2. PROJECT INFORMATION: Contractors (KTRs) must have the capability to develop a 100% Design Bid Build package, to include the development of cost estimates and design and construction schedules, of a smart microgrid system to provide energy resilience for all facilities on Camp Walker, ROK, in support of DoD and other Government agencies and activities. All products must be in English. The project will include 1,650KWdc rooftop and carport Photovoltaic (PV) solar arrays, 4,000KW diesel generator capacity, a 6,000KW/3,000KWh Battery Energy Storage System (BESS), microgrid controls, transformers, and switches. The project includes new carports, and structural upgrades and replacement of building roof systems to support the PV solar arrays. The project will integrate 2.5MW of existing diesel generator capacity into the microgrid. Also included in the project is commissioning and testing, cybersecurity, electric service, site improvements, information systems, and environmental air permitting. KTRs will coordinate interconnection agreements with Korea Electric Power Corporation. KTRs should have familiarity with Unified Facilities Criteria (UFC) and Unified Facility Guide Specifications (UFGS). 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10, one-sided, 8 �"" X 11"" pages. The submission will address all questions in the Capabilities Questionnaire listed below and your ability to perform the services stated in the above notice. Submit responses via email to: Antonio Mastin, antonio.l.mastin@usace.army.mil and Cole Harris, cole.p.harris@usace.army.mil. Submissions shall be received NO LATER THAN 2:00 P.M. Central Time on 12 December 2025 (or sooner). NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. 4. CAPABILITIES QUESTIONNAIRE SECTION I: GENERAL a. Business Name: (Insert Business Name) b. Business Address: (Insert Business Address) c. Cage Code/UEI: d. Responsible Point of Contact: (Insert name, address, phone number, and email address)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/db29c1b1f90344259a65867b00b7c717/view)
 
Place of Performance
Address: Camp Walker, KOR
Country: KOR
 
Record
SN07658150-F 20251206/251204230039 (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.