Construction of FY25 Joint Base Louis-McCord GAAF Microgrid

Agency:
State: Washington
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159771641220059
Posted Date: Feb 27, 2024
Due Date: Mar 12, 2024
Source: Members Only
Follow
Construction of FY25 Joint Base Louis-McCord GAAF Microgrid
Active
Contract Opportunity
Notice ID
W912QR-24-JBLM_GAAF_Microgrid
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 27, 2024 02:51 pm EST
  • Original Published Date: Feb 27, 2024 02:01 pm EST
  • Updated Response Date: Mar 12, 2024 02:00 pm EDT
  • Original Response Date: Mar 12, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 27, 2024
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Joint Base Lewis McChord , WA
    USA
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Disabled Veteran Owned Business and you are interested in this project please respond appropriately.





Construct a microgrid system at Joint Base Lewis-McChord (JBLM) Gray Army Airfield (GAAF) powered by natural gas-fired (NG) Reciprocating Internal Combustion Engine(RICE) generators totaling approximately 3.2 Mega Watt (MW) of generation and



approximately 4 MW / 4 MWh Energy Storage System (BESS). Generator(s) will include sound reducing enclosure(s). In addition to the generating equipment and the BESS, the system will consist of automated isolating switchgear to form the microgrid and paralleling switchgear for the generators, as well as other microgrid controls. The microgrid control system will provide automated switching that will be transmitted thru radio signals for the microgrid generators and isolation



points. Installation of smart grid control technology will also be required. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs, and gutters, storm drainage, landscaping, and signage. The ESS will provide continuous power to critical flight operation for up to an hour during microgrid start-up and/or when generators need maintenance or repair. The information system infrastructure for this microgrid is a stand-alone internal control system with no connection to NEC managed Installation Campus Area Network (iCAN). The information system will ensure that the isolation switches are activated and that the generators can provide power to the microgrid, all internally to the microgrid system itself.





Contract duration is estimated at 730 calendar days. The estimated cost range is between $25,000,000 to $100,000,000. NAICS code is 237130. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 12 March 2024 by 2:00 PM Eastern Time.



Responses should include:





1. Identification and verification of the company’s small business status.



2. Contractor’s Unique Identifier Number and CAGE Code(s).



3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.



4. Descriptions of Experience – Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.







a. Projects similar in scope to this project include:



Construction of a new microgrid system which involves following elements:



1. Natural Gas (NG) centralized generators



2. Battery energy storage systems (BESS)



3. Microgrid with automated islanding option



4. Successful Black Start of microgrid systems



5. Installation of natural gas lines



6. Installation of smart grid control technology









b. Projects similar in size to this project include:



1. Installation and commissioning of multiple Reverse Internal Combustion Engine (RICE)generator(s) totaling 2 MW or greater output



2. 2.0 MW/MWh or greater battery energy storage system (BESS) with microgrid







c. Based on the information above, for each project submitted, include:






    1. Current percentage of construction complete and the date when it was or will be completed.

    2. Scope of the project.

    3. Size of the project.

    4. The dollar value of the construction contract and whether it was design-bid build or design-build.

    5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.

    6. Identify the number of subcontractors by construction trade utilized for each project.







5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses or questions to Zack Finn at Zachary.D.Finn@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >