Similar Projects
Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

RFQ - 12KV Triennial Preventative Maintenance Inspection (PMI)
Term Contract
Bidding
Long Beach, CA 90822

Replace Roof Drain Stormwater Piping Deficiencies, West
Renovation, Infrastructure
Bidding
$20,000,000 CJ est. value
San Diego, CA 92161

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Z--Operations and Maintenance
Renovation
Results
Richmond, CA

Building 21 Renovation - Joint Forces Training Base
Renovation
Results
$550,000 est. value
Los Alamitos, CA 90720

West LA Veterans South Campus - Critical Care Center
LEED Certification, New Construction, Infrastructure - 450,000 SF
Pending Verification
$500,000,000 CJ est. value
Los Angeles, CA 90073

NSWC Corona Multiple Award Construction Contract
Term Contract
Design
$43,000,000 CJ est. value
Norco, CA 92860

Replacement of Guard Shacks and Drop Arms at Naval Weapons Station
Demolition, New Construction, Infrastructure
Bidding
$5,000,000 CJ est. value
Seal Beach, CA 90740

Repair and Reconfigure Aircraft Simulator Rooms
New Construction
Post-Bid
Less than $6,970,000 est. value
CA

Munitions Igloos West, Edwards Air Force Base
New Construction, Infrastructure
Results
$5,330,000 CJ est. value
Edwards, CA 93523

Energy Management Controls Integration 1
Renovation
Design
$20,000,000 CJ est. value
San Diego, CA 92161

NOSC Various Repairs
Renovation
Bidding
$10,000,000 CJ est. value
Sacramento, CA 95829

Last Updated 05/03/2023 05:06 PM
Project Title

RFP D/B - Project P-1238 Construction of Grid Stability and Resiliency 10 MW Battery Energy Storage, Various Buildings at Marine Corps Air Ground Combat

Physical Address View project details and contacts
City, State (County) Twentynine Palms MCB, CA 92278   (San Bernardino County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected January 2024 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $9,807,960 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The work to be acquired under this solicitation is for the Design-Build Construction Contract to install 10 MW of battery energy storage systems (BESSs) that will enhance energy security at various locations at Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. The BESSs shall be capable of powering numerous mission critical and support facilities at the distribution level during a utility grid outage. There are approximately 54 BESSs (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 BESSs 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 BESSs 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 BESSs into an electrical distribution microgrid on MCAGCC. The project installs and fully permits new BESSs capable of parallel operation, each located in proximity to existing PV systems. DESIGN-BUILD MILCON PROJECT P-1238 CONSTRUCTION OF GRID STABILITY & RESILIENCY 10 MW BATTERY ENERGY STORAGE, VARIOUS BUILDINGS AT MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA North American Industrial Code System (NAICS) is 237130, Commercial and Institutional Building Construction, w ith a Small Business Size Standard of $39.5 Million. The Construction Cost Limitation (CCL) for this project is $9,807,960. Proposals exceeding the CCL may be rejected. This is an unrestricted procurement. Price evaluation preference w ill be given to HUBZone Small Business firms, in accordance w ith FAR 52.219-4. Construction Contract - Net 14 days for payment (FAR 52.232-27).INSTRUCTIONS TO OFFERORS 1. Inquiries All inquiries concerning any part of this solicitation shall be submitted electronically as a Request for Information (RFI). The Point of Contract (POC) for inquiries is Vincent Nazzal at email vincent.p.nazzal.civ@us.navy.mil. The Government does not intend to respond to inquiries submitted less than 10 days before the proposal receipt date. 2. Proposal Submittal Requirements In addition to the submittal requirements under each Factor, proposals submitted in response to this solicitation shall be formatted as follows and furnished in the number of copies stated herein. A cover letter shall accompany the proposal. The cover letter shall include-- (a) The solicitation number; (b) The name, address, telephone and facsimile numbers, and email address of the Offeror; (c) The UEI Number, CAGE Code, and Tax Identification Number (TIN) of the Offeror; (d) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (e) Names, titles, phone and facsimile numbers, and email addresses of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation and; (f) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. Page limits, if stipulated, must be adhered to. The format for the proposal is as follows: Phase One (Qualification Phase): Cover Letter First two pages of SF 1442 - with blocks 14 through 20c completed Section 004500 - Representations and Certifications VETS-4212 Report Submission Confirmation (or Statement of Non-applicability) Tab 1 - Factor 1 - Technical Approach Tab 2 - Factor 2 - Experience Tab 3 - Factor 3 - Past Performance Tab 4 - Factor 4 - Safety THE FOLLOWING EVALUATION FACTORS ARE APPLICABLE ONLY TO THOSE OFFERORS WHO ARE SELECTED TO PROCEED TO PHASE TWO OF THE SOURCE SELECTION PROCESS. DO NOT SUBMIT TABS 5 THROUGH 7 IN THE PHASE 1 (QUALIFICATION PHASE) PROPOSALS. Instructions for submission of Phase One proposals using the DoD SAFE "Drop-off" feature are provided below: 1. There are no user accounts for DoD SAFE. In order to submit a proposal in response to this solicitation, Offerors shall submit their point of contact (POC) name and email address via email to both the Contract Specialist and Contracting Officer identified below to obtain a "Request Code" for DoD SAFE "Drop-off" of the Phase One proposal. Contract Specialist: Vincent Nazzal Email: vincent.p.nazzal.civ@us.navy.mil Contracting Officer: Eley DeCuba Email: eley.a.decuba.civ@us.navy.mil Note: The Government does not intend to respond to emails for drop-off request codes submitted less than 10 calendar days before the proposal due date of 12 October 2022 shown in the solicitation. 2. No later than 4 calendar days prior to the proposal due date, the Contract Specialist or Contracting Officer will send a "Request Code" to the Offeror's specified POC via the email address provided. Only the Offeror's identified POC will be able to drop off the proposal or proposal revisions in DoD SAFE. Failure to provide accurate POC information will preclude the Offeror from using DoD SAFE. 3. To submit the proposal, the Offeror will go to the DoD SAFE website at https://safe.apps.mil, accept the user agreement, click "Drop-off," and enter the 12-digit "Request Code" that was provided by the Contract Specialist or Contracting Officer. The system will allow for inclusion of a short note to the Government recipient. The Offeror will then click to add their proposal file, or drag and drop the file. Click "Drop-off Files" to send the file to the Government recipient. Confirm that the file does not contain classified information and click "OK." Once the file is uploaded, an email will be sent to the Government recipient notifying them of the "drop-off." [Additional details can be viewed in the DoD SAFE User Guide available at https://safe.apps.mil/about.php]. The DoD SAFE system will record the date and time of proposal submission. The date and time of proposal submission recorded in DoD SAFE shall govern the timeliness of any proposal submission.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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