Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

A -- HYDROGEN-FUELED MATERIAL HANDLING EQUIPMENT AND HYDROGEN VEHICLE FUELING STATION PILOT PROJECTS

Notice Date
1/23/2007
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016407R6685
 
Response Due
2/7/2007
 
Point of Contact
Contracting: J.D. Martin, NSWC Crane, Code 0564, e-mail LogR&D@navy.mil, 812-854-3723. Technical: Ken Burt, NSWC CRANE, Code 609, email LogR&D@navy.mil , 812-854-2139.
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. POINT(S) OF CONTACT: Contracting: J.D. Martin, NSWC Crane, Code 0564, e-mail LogR&D@navy.mil, 812-854-3723. Technical: Ken Burt, NSWC CRANE, Code 609, email LogR&D@navy.mil , 812-854-2139. The Energy Policy Act of 2005 (EPACT 2005) requires aggressive actions throughout the Department of Defense (DOD) and Department of Energy (DOE) to reduce the existing dependency on fossil fuels and to initiate the transition toward alternative fuels and alternative fuel power sources. EPACT 2005 goals require the DOD to reduce existing oil consumption rates 20% between 2006 and 2015, increase the use of renewable energy sources more than 7.5% by 2013, and explore unconventional fuel alternatives (synfuels and biofuels) to initiate the transition towards a future hydrogen economy. Naval Surface Warfare Center, Crane Division (NSWC Crane) and the Defense Logistics Agency (DLA) are conducting research and development (R&D) and experimentation to advance the state of the art in manufacturing technologies and processes to increase the knowledge of and to help DOD meet EPACT 2005 goals and to complement the President?s hydrogen initiative. DOD can contribute to the President? s initiative by being a ?first adopter? of hydrogen fuel cell technology when a strong case can be made that the technology benefits DOD militarily. The funding allocated to this program is approximately $10 million. Each program award is anticipated to be between $750,000 and $1.5 million excluding any proposed industry cost sharing. The goal of this program is to conduct a DOD hydrogen (H2) fuel cell Materiel Handling Equipment (MHE) pilot program. NSWC Crane is interested in receiving R&D proposals for scientific study and experimentation in the form of pilot projects directed toward advancing the state of the art or increasing knowledge or understanding in H2 powered MHE, Hydrogen vehicle fueling stations and the associated infrastructure. While this BAA will involve delivery of equipment and technology pilot testing for the purpose of data collection, the focus of this BAA is on the collection of operational data. Successful proposals will include installation, maintenance and training associated with all equipment and hydrogen infrastructure needed to produce the required data for increasing DOD?s knowledge and understanding of the maturity of the technology. 1. Conduct a DOD hydrogen (H2) fuel cell MHE pilot program ? 1.1. Background: DLA is DOD?s largest combat support agency, providing worldwide logistics support in both peacetime and wartime to the military services, civilian agencies and foreign countries. If America?s forces eat it, wear it, maintain equipment with it, or burn it as fuel?DLA probably provides it. The Defense Distribution Center (DDC), a field organization of DLA, operates warehousing and cross-docking facilities for DOD. The DDC?s 26 Distribution Depots, located throughout the United States and around the world, store items having 4 million different stock numbers in 327 million square feet of storage space and process more than 26 million transactions annually. In total, DLA operates over 3,000 forklifts, of which approximately half are electric-powered. DLA has identified select DOD target site locations with electric-powered forklifts to host pilot programs for this BAA. Proposers are expected to offer at a minimum a complete power unit that is equivalent in form, fit, and function and equal or superior in performance to the lead acid or nickel metal hydride (NiMH) battery system currently used in these forklifts. Other new and innovative approaches, including new forklifts designed for H2 fuel cell power, will be considered based on their contribution to the overall goals of this BAA. This BAA will be amended as additional DOD site locations are selected to host a pilot program. Site-specific information and requirements applicable to each new BAA amendment (Proposal Due Date, Site Visit Date, Site Location and Points of Contact, Operating Equipment Targeted for the Pilot Program, Equipment Duty Cycles, Host Site Procedures/Regulations/Utilities/Infrastructures, etc.) are provided at http://www.crane.navy.mil/acquisition/synopbaa.htm for the latest BAA amendment. For informational purposes the initial BAA and previous BAA amendments are also posted at the link above. 1.2. Goal Objectives: The overarching objectives of this goal are to significantly increase the Technology Readiness Levels (TRLs) and Manufacturing Readiness Levels (MRLs) associated with the fuel cell systems and components and to produce business case data for future retrofitting or replacement of the existing forklift fleet with H2 fuel cell powered forklifts. For definitions of TRLs see http://akss.dau.mil/dag/GuideBook/IG_c10.5.2.asp and for MRLs see https://acc.dau.mil/CommunityBrowser.aspx?id=18231. 1.2.1. Any award made at any phase must demonstrate a number of contributions to the maturation of H2 fuel cell or H2 infrastructure technology. The contractor should describe in detail how this project will advance the TRL and MRL of fuel cell system or hydrogen fueling station and infrastructure technology. H2 Fuel cell technology includes fuel cell sub-systems and components (e.g., Membrane Exchange Assembly, power electronics, thermal management sub-system), and on-board H2 storage. H2 infrastructure includes hydrogen delivery or onsite production, onsite storage, and dispensing technology or off-board H2 generation systems. Use of solid hydrogen storage medium is one specific area of interest for technology maturation efforts. The improvements must be associated with the deployment and use schedule at the site of the proposed business data collection. 1.2.2. The general nature of the improvements and the associated results obtained from the program will be documented and shared with selected industry and government personnel, subject to appropriate protections for proprietary information and other intellectual property. 1.2.3. Business Case. Additional sites may be included in the pilot program to generate business case data. The business case will be built on data collected during the use of the H2-powered equipment and hydrogen infrastructure during daily operations by in-place government personnel. The data collected should include sufficient detail to enable the following determinations: ? Fuel cell system continuous and peak power capabilities through pilot. ? Operational efficiency of the pilot systems (fuel cells) under various loading conditions and their degradation through the period of performance. ? Overall lifecycle efficiency (well-to-tank) of pilot program hydrogen production, compression, and dispensing. ? Mean time between failure and specific pilot program equipment/infrastructure failure modes. Downtime associated with failure mode. ? Safety incidents encountered through the pilot program and cause of incidents. ? Number hydrogen filling operations throughout the pilot. ? Refueling rate (kg/min) and average fill time (sec) ? Purity of hydrogen generater/consumed throughout pilot program including specific description of impurities (type and concentrations). ? Total KWH energy produced by the pilot system ? Total KWH energy consumed by the pilot system ? Pilot fuel cell run time Business case data will be collected by contractor personnel or their representatives using, to the extent practical, automated capabilities provided by the company or companies supplying the fuel cells or the hydrogen fuel equipment for the pilot program (for example, using built-in test data collection capability for the H2 fuel cell). This data will be provided to the procuring contract officer and the technical point of contact. This data will be used by the Government to decide the timing and extent of later phases of this project, and to what extent H2-powered MHE will be used in DDC operations. The data will also be made available to other researchers and businesses, subject to appropriate protections for proprietary information and other intellectual property. 1.2.4. This BAA solicits proposals for the site specific pilot program identified at the link provided in the Background section of this BAA. It is expected that pilot program host site personnel will, after appropriate training, operate the MHE and contractor-provided equipment, including fueling from a local H2 storage facility using a hydrogen dispenser. Proposals must address how the equipment will be provided and maintained and how the H2 will be provided, stored, and dispensed. The contractor or contractor team will also need to obtain the necessary approvals and permits for all aspects of the infrastructure and associated applications. Proposals must also provide a plan for operator training for equipment operation and refueling and for initial emergency response training for operators and local firefighting personnel related to proposal and infrastructure equipment. 1.2.5. Planning, scheduling and delivery. The contactor shall provide a detailed plan that includes pilot program equipment specifications and a delivery and operation schedule. The contractor is responsible for all aspects of the pilot program infrastructure installation and operation including, but not limited to, site preparation, construction, permitting, commissioning and decommissioning (at end of project). The contractor?s detailed schedule shall address all aspects of the pilot program. The contractor shall clearly define the variable costs of hydrogen production in whichever form it is proposed. The contractor shall identify any and all utilities and the daily and peak utility usage that the Pilot host will need to provide. 1.2.6. Training. Proposals shall include a plan to provide operator training for the pilot program (equipment operation and refueling), emergency response training of the operators and local firefighting personnel as related to proposed equipment and support infrastructure. 1.2.7. Operation and Maintenance. The proposal shall describe the maintenance and repair strategy for the pilot program throughout the full project period. The proposal shall also include a description of any operational responsibilities of the site host. 1.2.8. Subsequent phases of the effort will seek to establish a similar capability at additional DOD locations. Additional pieces of H2-powered equipment and/or hydrogen infrastructure will be retrofitted or supplied. 1.2.9. Generation (either on- or off-site) of the H2 from renewable, non-hydrocarbon based sources is a topic of interest and may be encouraged at specific sites. DLA?s interest in on-site hydrogen generation will be addressed at a link provided in the Background section of this BAA. Awards will be made in accordance with paragraph 2. below. 2. Proposals will be evaluated and selections will be made in phases over the period of time the BAA is open. Proposals for specified sites will be due approximately 30 to 45 days after the issuance of a BAA Amendment identifying the specified site is posted. Specific dates will be identified in the link provided in the Background section of this BAA. Proposal selections are planned to be made during the period this BAA remains open at intervals of approximately 60 days as additional sites are identified and added by amendment to this BAA. Offerors do not need to submit for previous sites to be considered for later sites. Due to the fast pace of H2 technology development, a separate proposal and selection will be conducted for each subsequent location. Any and all awards are subject to availability of funding. 3. There will be a site visit for interested participants at each pilot program site. The site visit date, location, visitor request instructions and point of contact will be provided at the link provided in the Background section of this BAA. Each site visit will explain and clarify the objectives of this program and allow prospective offerors to view the site. Government personnel will also respond to questions, but the information contained within this BAA or amendments to it take precedence over oral responses. Any questions or clarifications that result in material changes to this BAA will be addressed by a written amendment to the BAA. The briefing materials used for the site visit, answers to the questions received and additional information (if required) will be posted on the site specific link approximately three to five working days after the site visit concludes. Interested firms are encouraged to attend. Prospective offerors are requested to submit questions in writing prior to the technical point of contact via email prior to the site visit to allow for inclusion and discussion during the site visit. Questions will be considered at any time prior to or during the site visit. Responses to some questions may be incorporated in an amendment to this BAA. The Government will not be liable for expenses incurred by an offeror prior to contract award. Offerors are cautioned that remarks and explanations provided at the site visit shall not change the terms of this BAA unless the change(s) is amended in writing. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) as contemplated in FAR Part 6.102(d)(2). It is intended that this BAA be open until one year from its initial publication. Proposals may be submitted by any non-governmental entity, including commercial firms, institutions of higher education with degree-granting programs in science or engineering (universities), or by consortia led by such concerns. NSWC Crane encourages participation by small businesses, small disadvantaged businesses, HUBZone small businesses, woman-owned small businesses, veteran-owned small businesses, and historically black colleges and universities and minority institutions. However, no part of this BAA is specifically reserved for these entities. The following guidelines apply to all proposals. Typically each proposal may be funded incrementally for periods up to two years subject to the availability of appropriations. Awards are expected to be between $750,000 and $1,500,000, with the size of each dependent upon the topic(s) (although NSWC Crane reserves the right to entertain larger proposals based on the availability of funds). More than one effort may be funded for an individual topic area, and deliverables should demonstrate the results of scientific study and experimentation. Proposals for non-innovative, marginal improvements are inappropriate under BAA authority and cannot be considered for funding. Additionally, studies and theoretical concepts that do not lead to implementation are specifically excluded. All criteria set forth in FAR Part 35.016 are applicable. Proposals should be submitted in two sections: full technical and cost. Technical and cost sections should be submitted as separate files. Each proposal is limited to 35 pages, including attachments and supplementary material. Proposals will be evaluated by select Government representatives with non-Government (contractor) support used in an advisory role. Contractor support companies used to advise the selection process are identified in the site specific link provided. Proposals will be evaluated using the following evaluation criteria: a. Overall relevance and scientific and technical merits of the proposed effort, including the plan and schedule for implementing the pilot programs, completeness of the data collection and comparison, turnkey solutions, and expected improvements in H2 fuel cell or hydrogen fueling station and infrastructure capability at the pilot program?s completion; b. Degree to which new and creative solutions to technical issues important to the area of interest are proposed and the comprehensiveness of the technical data produced from the proposed effort are to be delivered with unrestricted rights; c. The qualifications, capabilities and experience of the organization or consortia with H2 implementations and the offeror's capabilities, related experience, facilities, techniques or unique combinations of these critical to achieving the BAA objectives; d. The degree to which the proposed costs are reasonable and realistic and the quality, amount and extent of proposed cost share in the pilot programs. These criteria are listed in descending order of importance, and the non-price factors, when taken together, are significantly more important than price, but evaluated prices or costs must be reasonable and realistic to enable the Government to make an award. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR FUNDING ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. Any responsible business may submit a proposal. Please send proposals via e-mail to LogR&D@navy.mil. Please refer to BAA number N00164-07-R-6685 in all correspondence and communications.
 
Web Link
NSWC CRANE WEB PAGE
(http://www.crane.navy.mil/acquisition/synopbaa.htm)
 
Record
SN01217630-W 20070125/070123221035 (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.