Construction of Microgrid Facility at Ft. Campbell, KY

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR22R0008

Basic Details

started - 15 Nov, 2021 (about 2 years ago)

Start Date

15 Nov, 2021 (about 2 years ago)
due - 01 Dec, 2021 (about 2 years ago)

Due Date

01 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912QR22R0008

Identifier

W912QR22R0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707436)DEPT OF THE ARMY (132903)USACE (38044)LRD (5551)US ARMY ENGINEER DISTRICT LOUISVILL (2089)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR21R0064 for a Design- Build project to construct a complete and usable generation plant capable of operation in both continuous (peak shaving) and standby (islanded) modes in accordance with UFC 3-540-01. The 12,470 volt, 3-phase, 4-wire generation plant shall consist of containerized packaged generators with a combined minimum output capacity of six mega-watts, fueled by a natural gas pipeline. The generators shall be rated to satisfy the 'continuous Power' (peak shaving) and 'Limited Time Running' and 'Emergency Standby Power'(islanded) characteristics prescribed by both UFC 3-540-01 and the Electrical Generating Systems Association (EGSA) 101P for DOD facilities, as applicable.The generators shall have capability and functionality to operate in both continuous (peak shaving) and standby (islanded) modes. Continuous (peak shaving) mode requires that the
generator set be able to provide power to a non-varying load for an unlimited number of hours per year. The average power output of the generator set should be 70 -100% of the rating but shall be capable of providing 100% of the rating for 100% of the operating hours. Standby (islanded) mode requires that the generator set be capable of running at an average varying load of up to 70% of the nameplate rating for up to 500 hours per year. The gensets shall be capable of meeting the Army's intent for resiliency in islanded mode, which is a sustained operation per Army Directive 2017-7 for 14 consecutive days, 24 hours per day (368 hours of continuous operations).In standby mode operation, the generators shall be capable of starting and shedding block loads up to 1.1 MW in a single step under the worst-case conditions expected at the site. Transient performance must meet ISO 8528-5:2018 requirements for G3 class with a 1.07 MW block load and each additional load up to 100% of the generator rating. The generator controls shall have remote start, stop, and emergency shutoff capabilities. The generator control system shall be digital and equipped with Ethernet communication ports supporting DNP 3.0 protocols for interfacing with Government Privatized Electrical partner, City Light and Power (CLP) SCADA and control systems. Provide provisions for termination of the fiber optic cable that CLP will provide from the existing CAAF substation to the paralleling switchgear controls. Coordinate fiber connector type with CLP.TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237130 Power and Communication Line and Related Structures Construction.TYPE OF SET-ASIDE: This is a Full and open procurement.CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.SELECTION PROCESS: This will be a two-phase Design/Build procurement process. The proposals will be evaluated using a Best Value Tradeoff source selection process. Potential offerors are invited to submit their performance, technical, and capability information as will be described in section 00 22 16 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Past Performance and Management Plan. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 00 22 18 of the Solicitation, for review andevaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design/Technical, Small Business Participation Plan, and Price. Pro Forma Information such as Standard Form 1442, Joint Venture Agreements, bonding and financial capability, Pre-Award Information, and Subcontracting Plan will also be required to meet the minimum requirements of the solicitation.All evaluation factors, other than cost or price, are considered approximately equal to cost or price.DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.REGISTRATIONS: Offerors shall have and shall maintain an active registration in the followingdatabase: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.POINT-OF-CONTACT: The point-of-contact for this procurement is the Contract Specialist, Josh Westgate, at Joshua.K.Westgate@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Fort Campbell ,
 KY  42223  USALocation

Place Of Performance : N/A

Country : United StatesState : KentuckyCity : Fort Campbell

Classification

naicsCode 237130Power and Communication Line and Related Structures Construction
pscCode Z2NZREPAIR OR ALTERATION OF OTHER UTILITIES