W912PM24B0008 - PN97470 - Construct Microgrid at Fort Liberty, NC
ID: W912PM24B0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is planning to procure construction services for the installation of an electric microgrid system at Fort Liberty, North Carolina. The microgrid system will provide emergency power to the Joint Special Operations Command (JSOC) compound and will be capable of operating independently from the Fort Liberty distribution system. The system will include a master microgrid controller, diesel generation, switchgear, transformers, and automatic transfer switches. The procurement will also include utility upgrades, erosion control measures, utility relocations, site improvement, and demolition. The project has a magnitude of construction between $20,000,000 and $50,000,000. The solicitation will be available on or about December 20, 2023, and will be offered as an unrestricted solicitation. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for an award. For more information, contact Robert N. Law at robert.n.law@usace.army.mil or John T. Hill at john.t.hill@usace.army.mil.

    Files
    Title
    Posted
    Similar Opportunities
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build project of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. The project involves designing and constructing a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced features such as cybersecurity systems. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated contract value ranging from $10 million to $25 million. Proposals are due by 1:00 PM Eastern Time on September 17, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil, with a requirement for bonding and insurance as outlined in the solicitation documents.
    Update Drawings and Specs and shift bid opening to 9/12/24 at 1PM - MB-00009-20, Repair Building E-1650
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Building E-1650 at Fort Liberty, North Carolina, with a bid opening scheduled for September 12, 2024, at 1 PM. The project entails comprehensive renovations, including upgrades to fire detection and suppression systems, interior layout modifications, and enhancements to meet security requirements, such as ICD 705 and AR 380.5 standards, while also improving energy efficiency through better insulation and moisture protection. Interested small businesses are encouraged to contact Jason Smith at jason.s.smith2@usace.army.mil or 910-251-4424, or Karri Mares at Karri.L.Mares@usace.army.mil or 910-251-4863 for further details regarding this total small business set-aside opportunity.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.