P-1238, CONSTRUCTION OF GRID STABILITY AND RESILIENCY 10 MW, BATTERY ENERGY STORAGE SYSTEMS, MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Feb 15, 2024 07:50 pm EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Dec 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
- NAICS Code:
- 237130 - Power and Communication Line and Related Structures Construction
- Place of Performance: Twentynine Palms , CA 92277USA
Description
THIS IS AN UNRESTRICTED COMPETITIVE PROCUREMENT IN ACCORDANCE WITH FAR SUBPART 6.1 FULL AND OPEN COMPETITION. THIS PROJECT IS BEING RE-SOLICITED. This procurement will use the two-phase design-build selection procedures and consists of one (1) solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government.
The work to be acquired under this solicitation is for the Design-Build Construction Contract to install 10 megawatts (MW) of battery energy storage systems (BESS) that will enhance energy security at various locations at Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. The BESS shall be capable of powering numerous mission critical and support facilities at the distribution level during a utility grid outage. There are approximately 54 BESS (each of which will include high energy density batteries, bidirectional inverters, and the associated controls) that will be standalone modular packaged units connected to one or more solar photovoltaic (PV) arrays. The BESS will be connected to the solar PV systems for clean energy charging as well as to the Project P-1238 Construction of Grid Stability & Resiliency 10 MW Battery Energy Storage, Various Buildings at Marine Corps Air Ground Combat Center, Twentynine Palms, California Apr 15, 2022 12:03:02 AM GMT 1 installation's electric distribution system for utility power or on-site cogeneration system charging. The BESS will be tied into the installation's microgrid (being built via project P-1232) so the battery energy can be discharged to level solar PV variability and stabilize the grid (electrical distribution system reliability), provide power to support black-start and islanding events (energy resilience), and reduce energy costs during peak demand/energy pricing periods (energy management/efficiency). Also, the BESS controls will be accredited to ensure the energy systems remain cyber secure. The goal for this project is to integrate BESS into an electrical distribution microgrid on MCAGCC. The project installs and fully permits new BESS capable of parallel operation, each located in proximity to existing PV systems. The Base Proposal Item includes all bonds, management, labor, materials, incidental engineering, equipment, transportation, supervision, and incidental related work to provide design, construction, procurement, and installation services for 10 megawatts (MW) of battery energy storage systems at various locations at Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California.
The North American Industry Classification System (NAICS) code is 237130, and the annual size standard is $45 million. The estimated price range for design and construction is between $25,000,000 and $100,000,000.
The Government intends to evaluate proposals without discussions. Selection for award will be based on evaluation of the following: Phase I: Factor 1 – Technical Approach, Factor 2 – Experience, Factor 3 – Past Performance; Factor 4 –Safety, Phase II: Factor 5 – Technical Solution, Factor 6 – Small Business Participation, Factor 7 – Price
The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five (5) Offerors will be selected to submit a Phase II proposal.
THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase I RFP will be posted on the System for Award Management (SAM) website at https://sam.gov/on or around 06 March 2024. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION.
Prospective Offerors MUST register themselves on the website. Plan holders lists will not be e-mailed and will be available only at the website listed above.
A pre-proposal conference for Phase I is planned but no site visit will occur until Phase II.
Attachments/Links
Contact Information
Contracting Office Address
- 750 PACIFIC HIGHWAY
- SAN DIEGO , CA 92132-0001
- USA
Primary Point of Contact
- Sheena F. Hess
- sheena.f.hess.civ@us.navy.mil
- Phone Number 6197054643
Secondary Point of Contact
History
- Dec 30, 2024 11:55 pm ESTPresolicitation (Updated)
- Apr 03, 2024 11:22 am EDTPresolicitation (Updated)
- Mar 22, 2024 02:01 pm EDTPresolicitation (Updated)
- Mar 11, 2024 03:43 pm EDTPresolicitation (Updated)
- Feb 15, 2024 08:03 pm ESTPresolicitation (Updated)
- Feb 15, 2024 07:59 pm ESTPresolicitation (Updated)
- Feb 15, 2024 07:50 pm ESTPresolicitation (Original)