Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

B -- Tern Island Electrical and Photovoltaic system Evaluations and Repairs

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101816Q463
 
Response Due
7/22/2006
 
Archive Date
7/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK TERN ISLAND ELECTRICAL AND PHOTOVOLTAIC SYSTEM EVALUATIONS AND REPAIRS There are several goals to be tackled with this project. 1. Evaluate efficiency and condition of current photovoltaic system and associated components at Tern Island. 2. Make adjustments to said photovoltaic system to ensure best efficiency. 3. Conduct training of FWS employees on operation and maintenance (verbal and written training) of said photovoltaic system. 4. Evaluate Tern Island electrical wiring and all associated components to see if it is installed according to National Electrical Code Standards. 5. Make recommendations as needed to bring any electrical wiring or associated components up to National Electrical Code Standards. 6. Conduct repairs as needed to bring any electrical wiring or associated components up to National Electrical Code Standards. This is a two-stage approach to the evaluation and maintenance of the photovoltaic and electrical systems at Tern Island. This will require 2 separate trips to Tern Island. FWS would like for bids to be provided accordingly because there is not currently enough substantiated information to be able to accurately upgrade the entire Tern Island electrical system. Therefore, we are proposing to obtain more detailed information during the first phase of the effort, which would enable contractors to intelligently execute the second portion of the work. During the first stage, the contractor will complete the following tasks: 1. Travel to and from a staging point in Honolulu, Hawaii. (Transportation from Hawaii to Tern Island and back is to be provided by the U.S. Fish and Wildlife Service (USFWS)) 2. Evaluate the general condition of the existing PV arrays, batteries, inverters and charge controllers. 3. Perform a complete routine maintenance interval on the Photovoltaic Power system which would cover the following: 1. Maintenance of the flooded battery bank including: Performing an equalize charge, recording specific gravity values, post equalization watering of cells, record cell voltages, battery cleaning, torque terminals document all findings 2. AGM battery maintenance tasks would include: Torque all terminals, battery cleaning as needed record cell voltages, document all findings 3. Array maintenance would consist of: Checking mechanical fasteners, inspect all wiring, torque combiner box terminations measure ISC on various module groups measured VOC on various module groups document all findings 4. Inverter maintenance would be comprised of: Developing operating parameters on current system requirements, program inverters, verify proper inverter operation, print and install program and operational labels, document all findings. 5. Charge Regulator maintenance would entail: Develop set point parameters, calibrate controllers, verify operation, and document all findings 6. Develop a final report, which would summarize all findings and include recommendations for future practices and maintenance upon return home from Tern Island. 4. Identify any electrical system components that require specific tests or enhancements to improve their future reliability or performance. 5. Review, refine and further develop the Standard Operating Procedures for the PV system. 6. Provide training for the island staff on then operation of the PV system and its various components 7. Inventory and document the existing electrical system to develop schematic diagrams for it. 8. Develop a comprehensive list of circuit and component upgrades for the island electrical system. During the second stage, the contractor would implement system upgrades based on information and documentation gathered during the initial stage. This would include the following: 1. Establish the scope of prioritized upgrades based on information gathered during the initial stage, and discussions with the appropriate USFWS staff. 2. Provide 3 days of combined engineering and drafting services to develop drawings and materials lists detailing implementation of specified upgrades 3. Travel to and from a staging point in Honolulu, Hawaii. (Transportation from Hawaii to Tern Island and back is to be provided by the USFWS) 4. Undertake any specific on site testing or electrical equipment enhancements on previously identified components of the electrical system. (Engine Generator generally excluded) 5. Provide labor to implement electrical circuit upgrades at the Tern Island facility. The contractor will provide approximately 2 weeks of electrical crew labor. 6. Train the Tern Island staff on an enhanced set of Standard Operating Procedures 7. Implement a standard documentation plan for data acquisition for the electrical system with the Island staff. 8. Obtain information to complete a set of as-built electrical drawings on the upgraded portion of the electrical system. 9. Provide written recommendations for future upgrades or maintenance actions pertinent to the operation of the electrical system upon return home from Tern Island. All meals and lodging for contractor staff will be provided by the USFWS while working on Tern Island. This will be a "best value" procurement with award based on technical capability of the item offered to meet the government's requirement, past performance/experience with similar requirements and price. Technical capability, past performance/experience, when combined, are significantly more important than price. Solicitation number 101816Q463 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or http://ideasec.nbc.gov". The solicitation response date will be approximately 10 days from posting date. No further notice will be posted on Fedbizopps. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6707. Interested contractors must be registered in the Central Contractor Registration (CCR).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=279399)
 
Place of Performance
Address: Pacific Remote Islands National Wildlife Refuge Complex US Fish and Wildlife Service 300 Ala Moana, Box 50167 Honolulu, HI 96850
Zip Code: 96850
Country: US
 
Record
SN01088510-W 20060715/060713221327 (fbodaily.com)
 
Source
FedBizOpps 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.