Similar Projects
SR 38 Bypass From SR 38 / US 84 to SR 119
Infrastructure
Design
$20,000,000 CJ est. value
Walthourville, GA 31313

SR 38 Bypass From SR 38 / US 84 to SR 119
Infrastructure
Design
$20,000,000 CJ est. value
Walthourville, GA 31313

Build A Duplex House
New Construction, Infrastructure
Bidding
$1,000,000 CJ est. value
Hinesville, GA 31313

Lake Gale Road Improvements
Infrastructure
Bidding
$825,000 CJ est. value
Midway, GA 31320

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

South Main Street Widening Rebid
Infrastructure
Post-Bid
$12,000,000 CJ est. value
Hinesville, GA 31313

2021 LMIG Resurfacing
Infrastructure
Results
Hinesville, GA

Water System Improvements
Infrastructure
Results
$818,263 CJ est. value
Walthourville, GA 31313

Hunters Haven
New Construction, Infrastructure - 86,442 SF
Construction
$10,000,000 CJ est. value
Hinesville, GA 31313

Hunters Haven
New Construction, Infrastructure - 86,442 SF
Construction
$10,000,000 CJ est. value
Hinesville, GA 31313

Hyundai Mobis PE Systems / Richmond Hill
New Construction, Infrastructure - 500,000 SF
Pending Verification
$54,000,000 CJ est. value
Midway, GA 31320

Tradeport East - Southeast Parcel Drainage Improvements
Infrastructure
Post-Bid
$500,000 CJ est. value
Hinesville, GA 31310

Water System Improvements
Infrastructure
Results
$1,478,531 CJ est. value
Walthourville, GA 31313

JET Foods #98 / Hinesville
New Construction, Infrastructure - 6,680 SF
Post-Bid
$1,600,000 CJ est. value
Hinesville, GA 31313

Kelly Drive Sidewalk and Roadway Improvements
Infrastructure
Results
$1,039,814 CJ est. value
Hinesville, GA 31313

Last Updated 09/29/2023 03:33 AM
Project Title

RFQ Contractor- Construction Natural Gas Generation Plant / Microgrid System - Fort Stewart

Physical Address View project details and contacts
City, State (County) Fort Stewart, GA 31314   (Liberty County)
Category(s) Heavy and Highway, Industrial/Manufacturing, Sewer and Water
Sub-Category(s) Paving/Reconstruction, Power Plant, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2024
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to this future project for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Build (DBB) Construction 8.3-megawatt (MW) natural gas (NG) generation plant connected to the installation's distribution switching station, owned by Canoochee Electric Membership Cooperative (CEMC), and to the installation's natural gas infrastructure. The microgrid control system will provide smart switching capabilities at the feeder level providing power to meet the needs of the entire installation. This project will support 100% of critical missions and critical facilities at Hunter Army Airfield (HAAF), including the 3 MW of critical loads. Critical missions and facilities at HAAF are spread throughout the installation, with mission owned identified facilities on all active feeders. The generation asset is sized to meet the average load of the installation, approximately 8.1MW. Primary project facilities include a total of 8.3 MW NG Reciprocating Internal Combustion Engines (RICE) generators together with pumps and radiators. In addition, the project will install unit transformers, switchgear, and microgrid control systems, along with fire protection and detection systems. The microgrid control system includes transfer switches, automated circuit breakers, interface and protection relays, generation transformer, microgrid controller, and fiber optic communication connections. Supporting facilities and infrastructure include water utility connections, sewer utility connections, natural gas utility connections, site preparation, security lighting, paving, walkways, curbs, storm drainage, site clearing and grading, fencing, landscaping, and signage. Contract duration is estimated at 730 calendar . The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 237130. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business contractors should respond to this survey by on Thursday 12 October 2023 by 2:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current and aggregate and payment limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example with either greater than 95 percent completion or completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar , percentages, and quality of . Example must be of similar size and scope. a. similar in scope to this project include: Construction of a new natural gas generation system which includes the following elements: 1. Natural gas (NG) centralized generators 2. Peak shaving 3. Installation of natural gas lines 4. Information and Communication Systems 5. Installation and Commissioning of Microgrid systems 6. Installation of necessary breakers and switchgear b. similar in size to this project include: Construction of a new natural gas generation system which meets or exceeds the following size elements: 1. Installation & construction of Natural Gas fired generators able to handle loads of 0.5 MW - 9.0MW c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar of the construction contract and whether it was - build or . 5. The percentage of work that was self-performed as project and/or construction management or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. responses to Mr. Scott Ferguson at scott.ferguson@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. _________________________________________________________________________________________________________ NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources . All contractors must be registered in the System for Management (www.SAM.gov) prior to of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after . Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link at the top of the SAM homepage (www.sam.gov). The Method of Contractor Selection has not been determined at this Time. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Reinforcing, Cast-in-Place Concrete, Structural Concrete, High-Performance Structural Concrete, Concrete Finishing, Specialty Placed Concrete, Precast Structural Concrete, Precast Concrete Specialties.
Division 04 - Masonry, Unit Masonry, Concrete Form Masonry Units.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Access Doors and Panels, Coiling Doors and Grilles, Windows, Hardware, Glazing.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Flooring, Painting and Coating.
Division 10 - Specialties, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Safety Specialties, Emergency Aid Specialties, Fire Protection Specialties, Exterior Specialties, Security Mirrors and Domes.
Division 11 - Equipment, Parking Control Equipment, Loading Dock Equipment, Security Equipment.
Division 13 - Special Construction, Radiation Protection, Special Instrumentation, Seismic Instrumentation.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Video Surveillance, Electronic Personal Protection Systems, Electronic Detection and Alarm, Fire Detection and Alarm, Radiation Detection and Alarm, Fuel-Oil Detection and Alarm.
Division 31 - Earthwork, Grading, Earthwork Methods, Soil Treatment, Soil Stabilization.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities, Fuel Distribution Utilities, Electrical Utilities, Electrical Utility Transmission and Distribution, Utility Substations, Utility Transformers, High-Voltage Switchgear and Protection Devices, Medium-Voltage Utility Switchgear and Protection Devices, Communications Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors, Cranes and Hoists.
Division 46 - Water and Wastewater Equipment.
Division 48 - Electrical Power Generation, Common Work Results for Electrical Power Generation, Instrumentation and Control for Electrical Power Generation, Electrical Power Generation Equipment, Electrical Power Generation Testing.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents