Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

F -- Energy-Savings Technology Validation (TECH VAL)

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N68711-05-R-2706
 
Response Due
1/31/2005
 
Archive Date
2/15/2005
 
Small Business Set-Aside
8a Competitive
 
Description
Previous reference numbers: N47408-04-R-2503 and N68711-05-R-MRM1 The Naval Facilities Engineering Service Center (NFESC), in Port Hueneme, CA 93043, manages the Energy-Savings Technology Validation (TechVal) program. The purpose of this contract is to install and evaluate newer, commercially available, cutting edge energy saving technologies for the U.S. Navy. The work associated with this contract is for the planning, design-and-development, installation or construction, commissioning, monitoring and operational and maintenance support for energy saving hardware, equipment, and systems specified by the Government. The awarded contract shall provide operation and maintenance support for the hardware, equipment, and systems for the first year of performance after commissioning has been completed. It is anticipated that there will be a minimum of two (2) installations of six (6) different technologies per year for a minimum of twelve (12) total demonstration projects per year at twelve (12) separate facilities. Simultaneous support at a minimum of four (4) separate sites involving four (4) different technologies is necessary The scope of this contract will include the planning, design-and-development, construction or installation, commissioning, monitoring, operational-and-maintenance support, and removal-and-disposal of the following technologies, systems, hardware, and equipment: - Heating, Ventilating, and Air Conditioning (HVAC) systems, Direct Digital Controls (DDC) ? facilities management systems, Supervisory Control and Data Acquisition (SCADA) systems, Domestic Hot Water Heating Systems, Lighting Systems, Steam Condensate Systems, Boiler Plant Modifications, Weatherization (improving the thermal envelope of a building), Energy Recovery Systems, Electrical Energy Systems (increasing the energy efficiency of an electrical device or system or reducing cost by reducing peak demand), Renewable Energy Systems, Other Energy Consuming Systems utilized by the Navy, - The Government may order demonstrations of other energy-savings technologies not cited here The work involves determining the parameters to monitor for each technology to ensure that the equipment meets operational requirements and design a monitoring system that monitors those parameters. This will include but not be limited to performance, energy savings and system availability. The work includes the ability to design and install a monitoring system for each installation. The ability to perform detailed scientific monitoring and analysis of the installed technology in order to prove whether or not the installed technology does in fact save energy and does not have any other negative attributes such as increased maintenance or environmental considerations is tantamount to the success of subject work. Prior experience with data collection, analysis, conclusion gathering and report writing is mandatory. The monitoring system shall be designed such that risk of failure of any part of the monitoring system during the data acquisition period is minimal. In order to eliminate the consequences of individual parts of the monitoring system failing, redundant parts may be required. Commercial grade trending and control systems generally will not be acceptable. The monitoring period may be up to one year in duration. The monitoring system must have the capability to automatically download data from a remote location. Monitoring may include baseline monitoring of the existing system. The work will consist of initially analyzing the recorded data a minimum of once per day until it is verified the system is operating properly. After the system is operating properly, a minimum of weekly monitoring during the monitoring period is necessary to ensure both the technology being monitored and the monitoring system continue to operate properly. If any part of the monitoring system fails, the monitoring system shall be repaired (at no additional cost to the government) and operating within three days of detection of a failure. Parameters to be monitored may include but not be limited to: Electrical power, Electrical energy, Steam flow, Condensate flow, Cooling load, Temperatures, Flow rates, Humidity, Solar heat gain, Heat flux, Albedo, Electrical harmonics, Electrical power factor, Pressure, Differential pressure, RPM, Exhaust emissions Final reports are required and shall include all monitored data along with helpful graphs, conclusions with data to back those conclusions, and a final evaluation of whether or not this technology meets the Navy operational requirements as far as performance, energy savings and system availability Installations will be on U.S. Navy sites, or at other U.S. Department of Defense Sites, located world-wide. This requirement is open nationwide. Competition will be limited to those Section 8(a) firms, certified for participation in the U.S. Small Business Administration?s 8(a) Business Development Program. NAICS Code 541330 Engineering Services. All other firms are deemed ineligible to submit offers. A Firm Fixed Price, Indefinite Delivery Indefinite Quantity, Delivery Order type contract will be awarded for a base year and three one-year options. Size Standard is $23,000,000. This Size Standard does not indicate the anticipated volume of work to be ordered on the prospective contract. The solicitation (Request for Proposal) will state all requirements for submittals of proposal data. This solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and solicitation amendments will be posted on the NAVFAC E-Solicitation Website at http://www.esol.navfac.navy.mil/. The solicitation (Request for Proposal) will be posed on the E-SOL website on or about 29 December 2004. Proposals will be due 30 days later. It is each offeror?s responsibility to check the website for any amendments. Interested parties are required to register for the solicitation at the NAVFAC E-Solicitation Website. EACH CONTRACTOR MUST BE REGISTER OR IN THE PROCESS OF REGISTERING ON THE DEPARTMENT OF DEFENSE (DOD) CONTRAL CONTRACTOR REGISTRATION (CCR). NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED.
 
Place of Performance
Address: At. U.S. Navy Sites, or at other U.S. Department of Defense sites, located in the U.S. or worldwide
 
Record
SN00718716-W 20041210/041208212114 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.