Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

Y -- Electric Power, Photovoltaic, 1MW Solar Micro Grid at Ft. Hunter Liggett, CA.

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-S-0527
 
Response Due
6/15/2011
 
Archive Date
8/14/2011
 
Point of Contact
Christopher Swendsen, 916-557-6992
 
E-Mail Address
USACE District, Sacramento
(christopher.a.swendsen@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W91238-11-S-0527 (05/27/2011) This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Swendsen at Christopher.A.Swendsen@usace.army.mil and Ms. Dones at Carol.A.Dones@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include but not limited to, small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build for a one mega watt solar power field to support a micro grid. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in June 2011. The estimated cost range according to the FAR 36.204 is between $ 5,000,000 and $ 10,000,000. The NAICS Code is 237130, the size standard is $33.5 million, and the Federal Supply Code is Y199, Miscellaneous Buildings. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Provide design and construction for a one mega watt solar power field to support a micro grid. Power connection and meter to reroute excess energy back to the main grid. Project includes compliance with the following processes: Renewable Energy Rebate Program, Renewable Energy Certifiacte Green Tag Program, Western Power Region/Utility Power Pool Coordination, EA, LEED Certification with Renewable Energy Rebate Compliance, Renew Energy Certificate/Green Tag Compliance Metering, and 18 foot support structure. Solar lighting and security fencing will be required. This is a design/build project. The offeror chosen will complete the design and construct the facility. The acquisition method is a Two Phase negotiated procurement. A technical proposal will be required for Phase One. A price proposal will be required for Phase Two. Evaluation by the Government will result in the selection of a firm that represents the best value to the Government. The Contractor shall develop and complete the designs and construct the facilities. Following award, the contract will proceed as follows: This project will follow a normal "completed design before construction begins" process. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your 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. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on June 15, 2011. Submit response and information: via EMAIL to: Christopher.A.Swendsen@usace.army.mil and Carol.A.Dones@usace.army.mil or via Mail to: Christopher Swendsen, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0527/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02458941-W 20110529/110527234111-ff0c6f68abfd591612aec39d7abd96d5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.