Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2006 FBO #1788
SOLICITATION NOTICE

D -- SOLE SOURCE - UTILITIES MANAGEMENT CORPORATION - SYSTEM TO CAPTURE ENERGY CONSUMPTION DATA

Notice Date
10/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Dept of the Interior - National Business Center Washington DC Acquisition Branch MS1324 1849 C Street NW Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
NBCQ07023
 
Response Due
10/31/2006
 
Archive Date
10/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Department of the Interior, National Business Center (NBC), intends to award a sole source contract to Utilities Management Corporation in accordance with FAR Part 6.302-1: only one responsible source and no other supplies or services will satisfy agency requirements. This acquisition is a small business set-aside. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The associated NAICS code for this procurement is 511210. The United States Department of the Interior/National Business Center/Office of the Secretary, pursuant to the requirements at FAR 12.603, hereby issues this combined synopsis and solicitation. The closing date for this combined synopsis/solicitation is October 31, 2006, 12:00 pm ET. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-13. Federal Acquisition REgulation (FAR) Clauses incorporated by reference 52.212-1 52.212-2 52.212-3 52.212-4 52.212-5 Full text of the above referenced FAR clauses can be found via http://farsite.hill.af.mil/vffara.htm Evaluation In accordance with FAR 52.212-2, Evaluation - Commerical Items, proposals will be reviewed and evaluated in order to find the overall best value for the Government (FAR 15.101-1 - Tradeoff Process). The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objective, with a realistic and reasonable cost. The tradeoff process will be used to determine best value. The Government is not required to list evaluation factors in order of importance or to assign percentage values; however, when combined, technical capabilities and past performance are more important than price alone. The Government will not; however, pay a significantly higher price to obtain only slightly greater technical capabilities. This is NOT a request for competitive quotes, however, interested parties may identify their interest and capability to respond to the requirement or submit proposals. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. If not affirmative written response is received, the contract will be awarded without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Evaluation of offers shall not obligate the Government to compete the requirement. Commercial Items clauses will be incorporated into the award Purchase Order. Notification of changes shall be made only via FedBizOpps. OFFERORS ARE REQUIRED TO SUPPLY A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS--COMMERICAL ITEMS OR INDICATE THAT THEY ARE REGISTERED IN ORCA--refer to: orca.bpn.gov SCOPE OF WORK: Provide the U.S. Department of the Interior (DOI) with a plan and implement a software-based system to capture the current and historical energy-consumption data of the Main Interior Building, South Interior Building, and Ely S. Parker Building for electric, natural gas, and steam accounts, analyze the resulting information, and organize the results into meaningful reports for management. On a monthly basis, provide integrated bill verification, energy accounting, operations evaluation, load profiling, utility-bill scanning, and ongoing analysis for the duration of the contract. At the end of the contract, provide the U.S. DOI with a CD-ROM containing all data obtained throughout the term of the contract. Specifically, the system must provide the following important capabilities: 1. A feature that will provide for each energy account included in the system, pre-aggregated, simultaneous views of charts and graphs depicting key indicators such as energy use, price, cost, and average energy use per day on a month-to-month basis over a three-year period for instant recognition of trends and anomalies and an instantaneous feel of the information. 2. The tracking of cash-flow transactions on a month-to-month basis to identify billing overcharges included in financial transactions. 3. Reconciliation of "Distribution" and "Commodity" charges on electric and gas accounts to ensure accurate billing by the utilities. 4. Subject to the availability of required information from the local utility provider, provide a graphical illustration of the electric operations of the facilities on a day-to-day basis and on an hour-by-hour basis over a 36-month period to include the ability to display and analyze usage history (e.g., peak demand and energy use), load profiles (e.g., monthly peak load profile, average weekdays load profile, and average weekend load profile), and facilities load-duration curves. 5. Identification of the nature and cost of possible operating errors, equipment problems, and billing errors from studying the usage history and load profile of the facilities with electric pulse meters. 6. Monthly and year-to-date overviews of the cost, consumption, and price of all energy accounts, and provide the monthly differences between the current-year data and the data from previous years and the various percentages that these differences represent. 7. Summaries of the quarterly and annual energy use and cost at each facility by type of energy (i.e., electricity, natural gas, and steam, as applicable) both graphically and numerically. 8. Tracking of the monthly and yearly electricity, natural gas, steam-consumption, and cost data for each account dating back to 1985, subject to the availability of data. 9. Quarterly and yearly comparisons of the overall BTU/GSF consumption from the use of electricity, natural gas, and steam to an established baseline dating back to 1985. 10. Graphs and tables comparing weather trends to energy use (electricity vs. cooling-degree days, and steam vesus heating-degree days) for the current and two most-recent fiscal years. 11. Monthly update of the monthly and year-to-date consumption, cost, and price of all energy accounts included in the system and monthly differences between the current and prior year data and the various percentages that these differences represent. 12. Monthly documentation of all items that require special attention by the Building Manager. Whenever errors or problems occur, identify them with the date of occurrence and the estimated costs associated with these problems. 13. Pursue the utilities until the full recovery of all identified billing overpayments and overcharges has been achieved. 14. As directed by the Building Manager, obtain all missing utility bills to ensure the completeness and accuracy of all utility data. 15. Scan and/or download all utility bills pertaining to the contract period and make them available over the Internet. 16. Access to information via Internet on 24-hour basis, seven days each week. In addition, the system will have the following capabilities: 1. Must be able to make unlimited modifications, enhancements, and additions to add functional and new capabilities to the system at any time (for an additional mutually-agreed upon fee). 2. A turn-key system; no programming or data entry must be necessary by the user. 3. Will be hosted on the Contractor's web server. 4. Will be password protected for confidential access. A. IMPLEMENTATION: Providing monthly updates and analyses of the energy data as it becomes available, as specified above in Paragraph 11. B. ACCOUNTS COVERED: Two large electric accounts with electric pulse meters, two steam accounts, one gas account for Main Interior Building and South Interior Building, and one electric account related to the Ely S. Parker Building in Reston. C. PERIOD COVERED: October 1, 2006, to September 30, 2007, plus four one-year options. D.DELIVERY SCHEDULE: Monthly, not less than the 28th calendar day following the end of the billing cycle. Closing Date/Time The closing date for this combined synopsis/solicitation is October 31, 2006, 12:00 pm ET. Any information received on or before the above date will be considered by Contracting Officer before award is made. Point of Contact Questions related to this requirement shall be addressed to Alexis Williams via email at alexis_n_williams@nbc.gov. Telephonic questions or requests will not be accepted or acknowledged.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=198794)
 
Place of Performance
Address: RESTON, VA 20191 & WASHINGTON, DC 20240
Zip Code: 20240
Country: US
 
Record
SN01166710-W 20061019/061017220628 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.