Texas Bids > Bid Detail

Ft. Bliss ERCIP Microgrid Improvement A/E Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159430103240299
Posted Date: Jan 27, 2023
Due Date: Feb 27, 2023
Solicitation No: W912QR23R0021
Source: https://sam.gov/opp/0e5d8a1b8c...
Follow
Ft. Bliss ERCIP Microgrid Improvement A/E Services
Active
Contract Opportunity
Notice ID
W912QR23R0021
Related Notice
FtBlissERCIPMicrogridAEServices
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 27, 2023 01:11 pm EST
  • Original Response Date: Feb 27, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Fort Bliss , TX
    USA
Description

Notice Type:



Pre-solicitation



Posted Date:



Response Date:



Archiving Policy:



Automatic, 15 days after response date



Archive Date:





Base Notice: Architect/Engineer (A/E) Services For a Firm Fixed Price Contract to Support Multiple Power Generation, Distribution, and Control Projects at Fort Bliss, TX





Classification Code:



C219 -- Architect and engineering services





NAICS Code:



541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services





NOTICE INFORMATION





Agency/Office:



U.S. Army Corps of Engineers





Location:



USACE District, Louisville





Title:



Architect/Engineer (A/E) Services for a Fixed Price Contract to Support Multiple Power Generation, Distribution, and Control Projects at Fort Bliss, TX





Description(s):





1.) SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for the development of comprehensive design/bid/build (D/B/B) documents to include plans, specifications, environmental reports, equipment lists, commissioning plans (including Owner’s Project Requirements), design analyses, draft permit applications, and other documents for multiple microgrid projects at Fort Bliss, TX. This contract is also anticipated to include services during the advertisement and construction phases of these projects.



It is expected that this A/E contract will result in the concurrent production of three to four separate D/B/B packages. Each of the projects to be designed as part of this task order will provide on-site power generation, distribution, and microgrid control systems capable of supplying the critical loads in their respective areas of the Fort Bliss installation for a minimum of 14 days.





One firm will be selected. If necessary, secondary selection criteria will be used as a tiebreaker between Offerors considered as technically equal. Notice to Proceed is expected to occur in May 2023.





In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, this contract will receive a performance evaluation. Interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services.







Total contract duration is 1050 calendar days (Design of 330 calendar days and Construction duration of 720 calendar days.





The anticipated value of this A-E contract requirement is between $1,000,000 and $5,000,000.





Construction Options are anticipated will include Construction Phase Services.





2.) PROJECT INFORMATION: The selected offeror will be solely responsible for the designs that they produce and will become the designer of record for each individual project on their contract.





Projects consist of on-site power generation, distribution, and microgrid control systems capable of supplying the critical loads in their respective areas of the Fort Bliss installation for a minimum of 14 days. Combined, these projects are expected to provide approximately 20MW of prime-rated, natural gas-powered electricity generation, as well as undetermined capacities of PV solar electrical generation and battery energy storage system (BESS). These projects have varying requirements for interconnection with existing power systems, including communicating with the private utility provider’s control systems to allow automated switching between grid and generator power, peak shaving, and other features. The only new buildings expected to be required are ancillary features such as small control houses. Projects will include advanced metering, SCADA, antiterrorism and cybersecurity measures, site improvements, extensions of utilities including natural gas lines, metering of natural gas, and integration into the existing Enterprise Energy Data Reporting System (EEDRS).







A/E services will consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation.





Additional A/E support services may include: civil site design; geotechnical studies; design for the renovation of existing facilities; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement; and utility investigations. Other A/E services beyond traditional design may include: site selection; DD form 1391 development; facility assessments; and value engineering workshops. Construction cost estimating will be accomplished for all design projects using the current generation and version of Micro-Computer Aided Cost Estimating System (MII) software (software and database is available from the Government for a nominal fee).





This project is not expected to require design using BIM technology, which utilizes computer aided design (CAD) technology with information loaded within three dimensional models. However, if any BIM design is required by the scope of work, the A/E firm is responsible for the training and associated training costs for both primary and back-up BIM team members. BIM products will be produced in the current version of either the AECOSIM or Revit as specified in each task order. Traditional CAD deliverables, if required by this contract’s scope of work, shall include Microstation (.dgn) or AutoCAD (.dwg) files as specified by the scope of work.





The estimated cost range for each associated construction contract is between $1,000,000 and $5,000,000 and between $5,000,000 and $10,000,000.





3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. "a" through "d" are primary criteria; "e" is a secondary criteria.





a. Professional Qualifications:



The government's evaluation of professional qualifications will consider overall experience, education, training, certifications, registrations, relevant experience, and longevity with the firm. Offerors that propose team members who have worked, in the same role, on successful power generation projects will be rated more favorably.





b. Specialized Experience and Technical Competence:



The government's evaluation of Specialized Experience and Technical Competency will consider the degree to which each of the proposed team members in SF330 Section E, and the example projects in SF330 Section F, demonstrate the Specialized Experience and Technical Competencies below. The team members and projects to be evaluated for each competency are shown below in square brackets. Non-designers will be evaluated on their experience working in the role for which they are being proposed (i.e., for subfactor 1 below, the proposed project manager will be evaluated on his or her experience as a project manager on a design of paralleled, multi-megawatt, fossil fuel powered generators.)





1. Design of paralleled, multi-megawatt, fossil fuel powered generators [Roles 1 through 8; projects]



2. Design of a microgrid control system [Roles 1,2,3, and 8; projects]



3. Design of a solar power generation plant of at least one Megawatt. [Roles 1,2,3, and 8; projects]



3. Design of a Battery Electric Storage System of at least one megawatt-hour [Roles 1,2,3, and 8; projects]



5. Design or modification of a medium-voltage substation [Roles 1,2,3,6,7, and 8; projects]



6. Construction cost estimating using MCACES MII [Role 8]



7. Facilitation of design charrettes [Role 1]



8. Use of Specs Intact [Roles 2, 4, 6]





Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy.





c. Capacity:



The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract will require the production of at least three designs simultaneously.





d. Past Performance:



The government's evaluation of past performance will consider the offeror's ability to design projects within funding limitations, comply with performance schedules, provide high quality design products, and minimize cost and time growth of the project during construction.





e. Small Business Participation:



Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.





4.) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit 1 digital copy of SF 330 Part I and 1 digital copy of SF 330 Part II for the prime firm and all consultants to the above address not later than the response date indicated above. Solicitation packages are not provided. This is not a request for proposal.

SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT MUST BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army’s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil). The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email.





Anyone has access to DOD SAFE and the application is available for use by anyone. The SAFE “Getting Started Guide” has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows:





1. Send an email to the Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to the proposal due date.





a. Alexa Dukes, Contract Specialist at Alexa.L.Dukes@usace.army.mil





2. You will receive an email with the link to submit your drop off. The link will be provided no later than two (2) business days prior to the proposal due date.





3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR23R0021-FIRMNAME.





4. Click Upload button to send documents.





5. Guest Users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required).





File Size Limitations: offerors are advised to follow the DOD SAFE instruction for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Offerors are advised to break the files down to smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.





File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention:






  • W912QR23R0021- FIRMNAME- VOLUME I

  • W912QR23R0021- FIRMNAME- VOLUME II





Each file name shall begin with the solicitation number followed by the firm’s name and a brief file description. Please see examples above.





File Organization: Although hard copies are not accepted, each file shall be clearly indexed and logically assembled. Font size shall be 10 point font or larger. Pages shall be letter sized (larger page sizes such as 11x17 foldouts, etc. will be counted as two pages). Proposals shall be in narrative format, organized, and titled so that each section of the proposal follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor.





Upload Completion and Deadline: Interested offerors shall submit proposals no later than the date and time specified on the solicitation document. The time and date of the proposal receipt will be upload completion/delivery time and date recorded within DOD SAFE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes- this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208.





Electronic Files: Files shall be in their native format (i.e .doc, .xls, .ppt, etc), or if in .pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulars shall be unlocked).





Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision “FAR 52.215-1, Instruction to Offerors- Competitive Acquisition (Jan 2017), “subparagraph (e). The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.





Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the SAM Unique Entity ID number of the office(s) performing the work in Block 5 of the SF 330, Part I. SAM Unique Entity ID may be obtained by through SAM.gov.





The proposal shall be submitted as one file. Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page.



Do not furnish portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.





Additional instructions and clarifications for SF330:





SF330 Section D:



The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11” x 17” organizational chart as part of their submission. This will be considered only one page of their submission.





SF330 Section E:





The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-



hatted."



Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 8. Individuals included in SF330 Section E must possess the degrees, certifications, and registrations listed below and must have performed in their respective role (e.g. project manager, electrical engineer lead designer, electrical engineer checker) for the amount of time listed below. Any additional resumes beyond the numbers identified in the below listing will not be evaluated.





Role



Required Registration/Certification; Minimum Education



Required years of experience in this role



1. Project Manager



Registered Professional Engineer; B.S. electrical or mechanical engineering



15



2. Electrical Engineer Lead Designer



Registered Professional Engineer; B.S. electrical engineering



15



3. Electrical Engineer Checker



Registered Professional Engineer; B.S. electrical engineering



15



4. Mechanical Engineer Lead Designer



Registered Professional Engineer, B.S. mechanical engineering



15



5. Mechanical Engineer Checker



Registered Professional Engineer, B.S. mechanical engineering



15



6. Registered Communication Distribution Designer (RCDD)



BICSI-certified RCDD; B.S. electrical, communications, or computer Engineering



10



7. Registered Communication Distribution Design (RCDD) Checker



BICSI-certified RCDD; B.S. electrical, communications, or computer engineering



10



8. Lead Cost Estimator



Certified Cost Professional or equivalent; no degree requirement



15





SF330 Section F:



For all example projects included in SF330 Section F, project design must have been completed within the last 5 years. Completion is defined as when the project can be advertised for construction. Of the up to five projects included in SF330 Section F, a minimum three of the projects must have been design/bid/build projects, fully designed by the offeror, each of which included a minimum of 3 MW of medium-voltage fossil fuel power generation, utilizing multiple paralleled generators, which tied into an existing power grid at the substation level. A minimum of two of the projects must have been design/bid/build projects, fully designed by the offeror, each of which included solar power generation of at least 1MW and battery electric storage systems (BESS) of at least 1MW-hour.





SF330 Section H:



In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. If desired, performance evaluations may also be included for additional projects listed in the resumes provided in Section E. Performance evaluations will not be counted against the 20-page limit of SF330 Section H or the 60-page limit for the entire SF330.





In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); confirmation that the proposed team members are not over-committed; an organizational chart showing the inter-relationship of management and various team components (including sub-consultants); and a matrix showing which team members listed in Section E worked, in the same roles as they are being offered for this solicitation, on which example projects listed in Section F.





In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a table with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation').





Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. Eastern Time on 27 February 2023. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period.





To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov.







OFFEROR'S QUESTIONS AND COMMENTS



Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.





To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.





The Solicitation Number is: W912QR23R0021



The Bidder Inquiry Key is: AD398B-96PRUU





Specific Instructions for ProjNet Bid Inquiry Access:



1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.



2. Identify the Agency. This should be marked as USACE.



3. Key. Enter the Bidder Inquiry Key listed above.



4. Email. Enter the email address you would like to use for communication.



5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.



6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.



7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.





Specific Instructions for Future ProjNet Bid Inquiry Access:



1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.



2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.



3. Identify the Agency. This should be marked as USACE.



4. Key. Enter the Bidder Inquiry Key listed above.



5. Email. Enter the email address you used to register previously in ProjNet.



6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.



7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.



From this page you may view all bidder inquiries or add an inquiry.





Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.





Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.





The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.





Information concerning the status of the evaluation and/or award will NOT be available after receipt of



bids/proposals.





NOTES:



1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.



2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary.





The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation.


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 >