Search Contract Opportunities

Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build and Construction Projects Related to Power and Communication Systems and Related Structures within the Boundaries of the USACE Jacksonville District   2

ID: W912EP21R0008 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 16, 2021, 9:28 a.m. EST

Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build and Construction Projects Related to Power and Communication Systems and Related Structures within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District

And, Task Order 0001 for MILCON Energy Resilience and Conservation Investment Program (ERCIP) Puerto Nuevo, Puerto Rico

The acquisition will utilize a Two-Phase Design-Build Selection Procedures (See FAR 36.303). In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as offerors ) submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation.

Pre-Proposal Conference: on 16 February 2021

Time: 9:00am Eastern Standard Time

Location: WebEx Presentation at https://usace1.webex.com/usace1/j.php?MTID=m39cab1da3e68d23be63abf11478b88bf. Meeting number: 199 944 7608, Password: MDsESu82E4*

Attendance: Provide your name, firm you represent, title, and contact information to Ms. Halis Batista at Halis.L.Batista@usace.army.mil and Mr. James Tracy at James.T.Tracy@usace.army.mil by the time of the conference.

PHASE 1 DOES NOT INVOLVE PRICING SUBMISSION. DO NOT SUBMIT PRICING INFORMATION WITH PHASE 1 PROPOSALS.

SCOPE OF WORK: Task Orders placed under this Single-Award Task Order Contract (SATOC) include, but not limited to energy conservation, energy resilience/energy security or demolition, construction, renovation, and repairs related to multiple facility types throughout the United States. Facilities may be commercial, residential (detached or multi-unit), industrial, institutional, training and education, medical, law enforcement, military, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion, and repairs. Facilities may be located within private lands, within federal, state, municipal, territorial or Indian Lands, or within the contiguous coastal zones to a depth of 12 feet. Project sponsors may be military, other government agencies, organizations, or entities for whom the U.S. Army Corps of Engineers is assigned as the Construction Agent. The contract is not only intended to execute new construction and design-build project delivery, but to provide timely response to remediation of real and personal property facilities, e.g. maintenance, repair, and construction related to architectural, structural, roofing, carpentry, masonry, mechanical, heating ventilation and air conditioning (HVAC), plumbing, electrical and electronic, fire protection or life safety systems, solar microgrid systems, typical interior and exterior finishes, as well as, associated site work, utilities, landscaping, security, force protection, petroleum oil and lubricant (POL) systems, instrumentation, or interior design. Tasks may involve renewable energy, energy efficiency, water conservation, industrial process equipment, industrial ventilation systems, building controls, and energy management systems. Incidental tasks may include non-professional services, preliminary assessments or inspections to identify or quantify specific facility concerns such as lead based paint, asbestos containing materials, equipment repair or maintenance deficiencies including systems test and balancing and commissioning (system-specific, or whole building), building systems deficiencies, etc. Task Orders may be issued solely for construction services or solely for design-build services. No Task Orders will be issued for design services only.

CAPACITY: The SATOC will be awarded for a period of one (1) year with four (4) one-year options. The total of all task orders issued under the contract will not be more than $40,000,000.00. The minimum award amount of any individual task order will not be less than $150,000 and the maximum award amount of any individual task order will be not more than $10,000,000.

TASK ORDER 0001, MILCON Energy Resilience and Conservation Investment Program (ERCIP), Puerto Nuevo, Puerto Rico.

SCOPE OF WORK: The project work consists of the design and construction a photovoltaic (PV) microgrid system with full islanding capability and will be divided into a Base, Option A, and Option B. The Base project consists of a new 300 kW ground-mounted PV solar array, a new 375kW/375kWh Battery Energy Storage System (BESS), two (2) 375kW diesel EPA Tier 4 final certified backup generator systems with outdoor rated and sound proof enclosure with a 12,000 gallon above ground fuel tank with concrete spill containment. Include a master microgrid controller and an automated distribution switch to disconnect the Army Reserve Center (ARC) from PREPA during grid outages and incorporate the existing 200 kW PV array that exists at the project site. Option A project consists of increasing the ground-mounted PV solar array to 550 kW (an additional 250 kW). Option B project consists of increasing the new BESS to 750kW/750kWh (an additional 375 kW/375kWh). This project is a turnkey design-build contract. The Contractor shall be responsible for the full design and construction of the solar array, generator systems, design of the Diesel Emission Fluid (DEF) system, commissioning, and the applicable site work. All aspects of the design shall be signed and sealed by a Registered Professional Architect, Registered Professional Engineer, or other Registered Professional for the discipline of work required in the Commonwealth of Puerto Rico.

ESTIMATED TASK ORDER MAGNITUDE OF CONSTRUCTION: $5,000,000 to $10,000,000

ESTIMATED TASK ORDER PERIOD OF PERFORMANCE: 770 calendar days.

Offeror's are responsible for providing a clear, well organized proposal. Each volume shall contain the offeror's Name/Address/Telephone Number/E-mail address and the following (if applicable): Table of Contents, List of Tables, List of Figures and/or List of Appendixes. No information may be incorporated into the proposal by reference.

When completing the information for transmittal at the DOD SAFE website, you will be asked to enter email addresses for the recipients. Use the email addresses below to submit your proposal to both the Contract Specialist and the Contracting Officer. When your proposal is submitted via the DOD SAFE website, the website will provide notification of the submittal to the recipients.

The Contract Specialist is Ms. Halis L. Batista at Halis.L.Batista@usace.army.mil.
The Contracting Officer is Mr. James Tracy at James.T.Tracy@usace.army.mil.

Submit the two electronic files using the DoD Secure Access File Exchange (DoD SAFE)
https://safe.apps.mil/. A help guide can be found at https://dl.dod.cyber.mil/wp-content/uploads/dcs/pdf/unclass-DOD_SAFE_User_Guidev0_2d1.pdf.

Non-CAC card holders: This type of drop-off allows a non-authenticated user (Guest) to upload a file that has been requested by an authenticated user. An authenticated user must first execute the "Request a Drop-Off" procedure to obtain a "Request Code" for external delivery to the non-authenticated user.

You must contact Ms. Halis L. Batista at Halis.L.Batista@usace.army.mil and Mr. James Tracy at James.T.Tracy@usace.army.mil NLT three (3) days before proposal due date to receive your Request Code

Proposals shall be submitted electronically to DOD SAFE website prior to the proposal due date required in the solicitation. It is the offeror's responsibility to ensure that the electronic proposals have been received. The date and time of delivery will be established by the time of receipt of the e-mail notification to the Contract Specialist and Contracting Officer by the DOD SAFE website. Do not assume that electronic communication is instantaneous.

Please make allowances for delays in transmittal, virus scans, etc. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients' email inboxes until after the deadline, the submission will be considered late.

The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the information provided.

Posted: Feb. 10, 2021, 2:12 p.m. EST
Posted: Feb. 10, 2021, 11:40 a.m. EST
Posted: Feb. 5, 2021, 3:14 p.m. EST

Overview

Response Deadline
March 9, 2021, 2:00 p.m. EST Past Due
Posted
Feb. 5, 2021, 3:14 p.m. EST (updated: Feb. 16, 2021, 9:28 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
PR United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
80% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/5/21 USACE Jacksonville District issued Solicitation W912EP21R0008 for Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build and Construction Projects Related to Power and Communication Systems and Related Structures within the Boundaries of the USACE Jacksonville District due 3/9/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237130 (SBA Size Standard $45 Million) and PSC Y1NZ.
Primary Contact
Name
Halis L. Batista   Profile
Phone
None

Secondary Contact

Name
James T. Tracy   Profile
Phone
(904) 232-2107

Documents

Posted documents for Solicitation W912EP21R0008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912EP21R0008

Award Notifications

Agency published notification of awards for Solicitation W912EP21R0008

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912EP21R0008

Contract Awards

Prime contracts awarded through Solicitation W912EP21R0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912EP21R0008

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912EP21R0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT JACKSONVI
FPDS Organization Code
2100-W912EP
Source Organization Code
100221797
Last Updated
March 24, 2021
Last Updated By
halis.l.batista3@usace.army.mil
Archive Date
March 24, 2021