Skip to main content

An official website of the United States government

You have 2 new alerts

Military Ocean Terminal Concord (MOTCO) Wharf 2 Generator Site Work

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 (Original)
  • Original Published Date: Dec 23, 2021 01:40 pm EST
  • Original Response Date: Jan 24, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6120 - TRANSFORMERS: DISTRIBUTION AND POWER STATION
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Concord , CA
    USA

Description

This Sources Sought Notice is for Market Research ONLY to determine the availability, capability, and interest of small business firms for a potential small business category type set-aside.   

NO AWARD will be made from this Sources Sought Notice.   

NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.  Requests for any of this information will go unanswered.   

If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.  All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.   

The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform MOTCO Wharf 2 Generator Site Work.  Other than small businesses are encouraged to express interest and submit capability statements as well.    

Contractors’ capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.   Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors.  

The Government estimates issuing a solicitation in June 2022. 

The Government intends to award a Firm-Fixed Price contract and the period of performance is 365 calendar days.  

In accordance with FAR 36.204(f) the estimated magnitude of construction is expected to be between $1,000,000 and $5,000,000.

The NAICS Code is 237130 – Power and Communication Line and Related Structures Construction. The size standard is $39,500,000.  Product Service Code is 6115 Generators and Generator Sets, Electrical. 

GENERAL SCOPE: 

The project’s scope consists of the civil site work necessary to support a complete stand-by power plant to power the Military Ocean Terminal Concord (MOTCO) Pier. The power plant will consist of day tanks, main fuel storage tanks, fuel transfer pump (s), paralleling switchgears, generator management relays, switchgear management relay (which will be placed in the Substation switchgear), load bank, automatic transfer switch, transformer, and other electrical / mechanical equipment deemed necessary for the successful installation and operation of the generators. The civil site work includes site preparation, concrete pads for the equipment, electrical grounding, site lighting, fencing and bollards, and any required site demolition.

CAPABILITY STATEMENT 

The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.  The submission is limited to 10 pages. 

1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 

2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime’s 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.  

3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 

4) Offeror's Bonding Capability in the form of a letter from Surety. 

The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.   

This notice is for information and planning purposes only.  The respondents will not be notified of the results of any review conducted of the capability statements received.  

Please notify this office in writing via email by 24 January 2022 at 3:00 p.m. PST. Submit response and information through email to: Mary.M.Noonan@usace.army.mil. Please include the Sources Sought No. W9123822S0014 in the subject line.   

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA

Primary Point of Contact

Secondary Point of Contact

History