BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Bridgeport, California. Conceptual plans call for the renovation of a military facility; and power facility.

As of April 6, 2023, this is a sources-sought notice that is used by the owner for market research survey information. At this time, it is not known when a request for proposals will be issued or when an award will be made. Closed sources-sought notice has been included below for reference. ................... . Action Code: Sources Sought 2. Date: May 24, 2022 3. Year: 2023 4. Contracting Office Zip Code: 92132-5190 5. Classification Code: Y-Construction of Structures/Facilities 6. Contracting Office Address: 750 Pacific Highway, San Diego, California, 92132-5190 7. Proposed Action: Sources Sought Notice for Design-Build MILCON Project P-480 Energy Resilience Phase 1 & 2 and MILCON Project P-481 Energy Resilience Phases 3 & 4, Various Locations at Mountain Warfare Training Center (MWTC), Bridgeport, California 8. Solicitation Number: N62473-22-R-1205 9. Response Closing Date: June 07, 2022 (2:00PM PT) 10. Contact Point: Phyllis Orman, Contract Specialist, email Phyllis.m.orman.civ@us.navy.mil Responses to items 1 through 4 above shall be submitted via the "Sources Sought Information Form." The minimum font size is 10 point. Interested parties should provide submissions no later than 2:00 PM Pacific Time on June 07, 2022. The package can be emailed to Phyllis.m.orman.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Phyllis Orman via email to Phyllis.m.orman.civ@us.navy.mil. 12. Place of Performance: MWTC Bridgeport, California Sources Sought Notice: This Notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Systems Command (NAVFAC) Southwest to facilitate the decision-making process. This is a survey of the market of potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and SBA certified WomenOwned Small Businesses (WOSB). Based upon this survey, a decision will be made whether to issue the proposed solicitation to the types of firms indicated above, or to issue as full and open competition (unrestricted). This Notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular 2 acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The North American Industry Classification System (NAICS) Code is 237130 (Power and Communication Line and Related Structures Construction) with a Small Business Size Standard of $39.5 million. The estimated total contract price range, in accordance with DFARS 236.204 is between $10,000,000 and $25,000,000. All Small Businesses, Service-Disabled Veteran-Owned Small Businesses, SBA certified HUBZone Small Businesses, SBA certified Women-Owned Small Businesses, and SBA certified 8(a) Businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Large business concerns will be required to submit a Subcontracting Plan prior to award of the contract. The Marine Corps Mountain Warfare Training Center Bridgeport (MWTC) is a mountain warfare training center whose mission is to conduct Marine Air Ground Task Force exercises, develop warfighting doctrine, and support research, development, testing, and evaluation (RDT&E) of equipment for use in mountain warfare operations. Readiness is dependent on having a reliable and resilient energy infrastructure. Achieving energy readiness in Bridgeport is challenging for two primary reasons. First, the installation is the last customer on the Southern California Edison (SCE) utility feed. Second, the base is located in an unforgiving, remote, and arduous area of the Sierra Mountains in California. Every year, the base experiences power outages due to extreme snowfall, sub-zero temperatures, forest fires, heat waves, power quality issues, and other planned and unplanned utility grid events. The base regularly operates for minutes up to weeks, off a single generator with aged infrastructure and inadequate controls. This is a significant vulnerability. Bridgeport is addressing these issues with two (2) projects P-480 and P-481. The projects focus on enhancing the reliability and redundancy of the electrical distribution system and enhancing resiliency. The end state of this project is a reliable, resilient, efficient, and cybersecure microgrid that will provide the base the ability to operate critical installation services and mission essential functions off the grid for several weeks with N+1 redundancy. These projects are to be awarded together. The intent is to have a Design-Build contractor develop one design containing both projects and construct the projects with one timeline for maximum efficiency. Below are the two (2) projects. P-480 Project P-480 must provide a 750kW Battery Energy Storage System (BESS) with a minimum of 500kWh storage capacity and must provide required documentation and fees for the interconnection agreement with SCE. The project must replace the generator switchgear and generator controls in Building 2003. The project enhances resiliency at the 480/277V and 208/120V distribution levels. Eight (8) exterior switchboards must be replaced. To provide power to ten (10) switchboards, equipment including an exterior disconnect will be provided to allow transfer from utility power to a mobile generator. This project extends the Industrial Control Systems fiber network at MWTC. Fiber optic cable must be provided, in order to extend the AMI network to include Building 2003 and Building 4046. The AMI network server must be replaced and be relocated to Building 4046, and a new AMI program must be installed to current versions. This project will disconnect the existing copper DDC building controllers and re-establish communication to Building 1036 via existing dark fiber in the AMI fiber optic cabling throughout the base. For buildings which are not connected to the AMI fiber optic cabling, fiber optic cable must be provided to connect these buildings into the network. Buildings which require a fiber optic cable connection include Building 1035,Building 1999, Building 2000, and Building 2002. All DDC building controllers must be networked to Building 1036 and Building 4046. Building controllers and all associated objects must also be integrated to and defined on a new FRCS server to be provided in Building 4046. New operator workstation must be provided in Building 1036. Operator workstation shall be integrated and network to the new Facility Related Control System (FRCS) server to be provided in building 4046. Server shall be capable of supporting a site of at least 150 buildings. P-481 The project must Provide Battery Energy Storage System (BESS) to augment the BESS from P480. Provide an additional 3 MWh of energy. Expand grid-facing energy storage system, which will work in conjunction with distributed energy resources (DERs), to allow the continuous flow of clean power to the MWTC grid. The BESS must allow the MWTC to be entirely powered by renewable energy during most daylight hours, making MWTC a model of resilience in a cold weather environment. During a multi-day winter outage, the storage will balance load and generation between the PV and the new 550 kW generator. While grid connected, the storage will be used to manage peak demand and support the SCE grid by responding to frequency and voltage transients. Furthermore, stabilizing the grid locally might reduce the likelihood of an outage. The system will disconnect if an unstable grid is detected. If both the 1 MW and 550 kW generator are down, the PV and BESS components (described below) can power the installation, although load would be reduced significantly by the EMIS system to provide power throughout the night. The project must provide a 550 kW generator to increase resilience of base-wide backup system. This generator will augment the renewable energy system, meet the complete power needs of the installation, and provide N+1 redundancy to the existing 1 MW generator. This 550 kW generator will primarily run during times of extended island mode, and in support of the DERs, to maximize renewable production and extend available fuel supply. This level of redundancy is crucial to ensure continuity of operations during sub-zero temperature events and during fires when SCE has grid outages. The project must provide 2 MW of solar photovoltaics. The PV systems must connect to the microgrid. The PV must work in conjunction with the BESS to maximize the use of renewable power. In addition, the configuration will allow the base to continue producing, consuming, and charging the BESS with PV-generated electricity, even when MWTC is disconnected from the SCE grid. The project must supply additional electrical infrastructure to accommodate the additional distributed sources throughout the installation. This includes providing conductors, coordinating with SCE, installing disconnects and other requirements to successfully interconnect the additional sources to the grid. These upgrades are required for the installation of the additional PV assets described above to connect to the grid and offset utility costs or extend duration while islanded. The project must provide microgrid control functions and equipment required to perform these functions. Advanced controls on all DERs must be provided to expand the microgrid and increase system telemetry throughout buildings to increase efficiency and control loads during grid-tied and islanded operations. The controls will provide capabilities including, but not limited to, the following: (a) "Smart" controls capable of taking input from the upstream sensors and automatically engaging the necessary DERs to detect, signal and automatically engage the necessary controls and equipment to ensure a continuous flow of "clean" electric power to the installation, preventing outages and power fluctuations that can be damaging to electrical and electronic equipment, thereby reducing maintenance and repair costs. (b) providing grid-interactive economic opportunities to produce savings by taking advantage of varying utility rates throughout the day and year. (c) Implement programmed operation modes to optimize base operations based on conditions such as maximum duration, mission-support or normal day-to-day operations. (d) Communications capabilities to promptly and automatically notify personnel if the control system changes system operations, such as when responding to an incoming power fluctuation and engaging installation DERs. The project is to provide and Energy Management Information System (EMIS). The energy management information system (EMIS) must integrate the DDC, AMI, and, microgrid monitoring and control in a single historian, with access to a single software suite for visualization, analytics, and fault detection. This will allow operators to view data in a customized way and be alerted to maintenance needs, energy savings opportunities, and understand interactions between systems that would be otherwise unknown. The project must provide a building to house all of the associated microgrid, building, AMI and any other related utility controls, control/monitoring stations, databases/servers and support personnel. This building is to provide central monitoring/control area for all facility related control systems and equipment including servers, communication nodes and operator interfaces. This project includes engineering calculations and studies as required by FC1-300-09N. However, the coordination, load flow and arc flash studies must determine the best scheme and protection of the entire microgrid for both grid-tied and islanded operations during the design. These studies inform the required electrical upgrades, generate required arc-flash labels, and provide documentation for SCE. This project must provide training, simulation, and documentation. This includes a complete package of standard operating procedures (SOPs) and emergency operating procedures (EOPs) and in-depth training on the system capabilities, operations, functions, etc. Electronic operation, maintenance, and sustainment instruction (eOMSI) manuals for the EMIS and microgrid system, detailing the operation, commissioning, and maintenance of the system must be proviced. The contractor will also provide a simulated environment for the system for training operators, testing upgrades and performing what-if scenarios. The contractors will prepare maintenance schemes, providing maintenance cost, energy cost, manpower and expected equipment reliability data for all developed maintenance schemes. MWTC facilities leadership will determine which scheme to implement, but all developed schemes will be detailed and delivered to MWTC facilities leadership. The manuals will detail system modes from fully automatic to manual, describe how to perform outage drills, and provide detailed information on efficiency when operating in a prescribed mode. A complete mirrored system, "sandbox" environment will be provided to assist with training and to ensure that system changes (such as patching) will not affect system operation. These documents will help ensure the installation maintains the best possible technologically-advanced maintenance plan at the lowest possible cost while maintaining equipment and system reliability and energy conservation. Cybersecurity is critical to implementing this project. Certification and Accreditation is required for all FRCSs included in this project. The control systems (including systems separate from an energy management control system) will be designed, acquired and executed in accordance with DoDI 8500.01, DoDI 8510.01, Department of Defense Risk Management Framework (RMF) per UFC 4-010-06, Cybersecurity of Facility-Related Control systems, and UFC 1-200-01, General Building Requirements Section 3-6.5, and other relevant FRCS cybersecurity requirements. All equipment installed (hardware and software) will be open protocol, have the ability to connect to existing and future systems, and will include the proper firewalls. Upon project completion, the MWTC will have an authority to operate (ATO), and a functional and cybersecure FRCSs. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Military

$25,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
28
Active Projects
13
Bidding Soon
273
All Active Projects
99
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 7, 2023

img_map_placeholder

MWTC HC83, Bridgeport, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.