Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

S -- Utilities

Notice Date
3/13/2008
 
Notice Type
Modification
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274208R1150
 
Response Due
4/3/2008
 
Point of Contact
Mark Asato, Contract Specialist, Phone: 808-471-5691, E-mail: mark.asato@navy.mil
 
Description
U.S. Department of Defense (DOD) acting through the Department of the Navy is issuing this request for information (RFI) seeking information from entities with experience in developing, constructing, operating and maintaining power plants, that would be interested in developing facilities on Naval Station Pearl Harbor, to provide power to Naval Station Pearl Harbor (includes Pacific Command; Commander, Pacific Fleet; Commander, Navy Region Hawaii; Commander, Submarine Force, U.S. Pacific Fleet; Fleet Industrial Supply Center, Pearl Harbor; Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility; Naval Inactive Ship Maintenance Facility; Naval Facilities Engineering Command, Pacific and Hawaii; and Navy Exchange); 15th Air Lift Wing, Hickam Air Force Base; and Marine Corps Base Hawaii, Kaneohe Bay (MCBH), all on the island of Oahu. The combined baseload of all these bases is approximately 113 MW (100 MW for Naval Station Pearl Harbor and immediately adjacent Hickam Air Force Base; 13 MW for MCBH). It is the desire of DOD that the generation plants will be developed, constructed, owned, operated and maintained by a non-federal entity or entities to provide baseload power to both locations (Naval Station Pearl Harbor/Hickam Air Force Base and MCBH). Ideally, the plant(s) would allow islanding of the distribution network serving these facilities and continuing power supply to them in case of a potential power outage by the utility company to provide energy security to both bases. There is also interest in reducing our current electricity costs. The 2007 National Defense Authorization Act requires DOD to obtain not less than 25 percent of the total quantity of electric energy it consumes during fiscal year 2025 and each fiscal year thereafter from renewable energy sources. Specifically, DOD desires to acquire electric power generated from alternative and renewable fuel sources and renewable energy sources, as defined in Executive Order 13423. The current requirement is for all generation to be produced on the military installation. DOD?s desire is to purchase power without acquiring or retaining ownership interest or responsibility for the operation or maintenance of the generation assets (other than in the underlying land). DOD may consider several procurement authorities and contract formats to accommodate this acquisition; for example, a Power Purchase Agreement (PPA) or other contract vehicles. DOD may also consider other alternatives if deemed beneficial to the government. Finally, it is the DOD?s intent to purchase power at rates lower than rates it is currently being charged for power purchased for the bases involved and at comparable levels of power quality and reliability. DOD is also interested in identifying risks and advantages associated with awarding a contract(s) for the procurement of power, including, but not limited to, awarding a contract within a timeframe where current Federal and State tax credits can be applied. Unless extended by Congress, the current deadline for receiving the Federal Renewable Tax Credit is December 2008. Perceived risks are supply of material, construction timelines, Renewable Energy Certificates (RECs, also known as green tags, renewable energy credits, or tradable renewable certificates) sales and pricing, and capital financing availability. Responses to this RFI should address these and other issues that the responder believes should be brought to the attention of DOD. Respondents are also encouraged to comment about potential cost implications if the RECs from a project are not retained by DOD but sold by the developer. DOD would also like to ascertain whether the sale of power from such plant(s) to parties other than DOD is desirable and/or feasible consistent with current and pending Federal and State utility laws, regulations, and procedures. In that regard, responses should address specifically what capacity or size of generation and other assets would be envisioned, and what acreage of land or rights-of-way would need to be developed. Responses should include considerations of site and location, limitations of site and location, market demand for power, power transmission and distribution costs, and any other pertinent information the responder believes should be brought to the attention of DOD. DOD requests that interested parties submit a Statement of Interest and as a minimum provide the following information: (1) Name and location of company, type of business; (2) capability and relevant experience; (3) financial capacity to develop, construct, own, operate and maintain a distributed generation system of desired magnitude; and (4) points of contact. It is the DOD?s intent with this RFI to receive industry input as indicated in the attached Statement of Interest Questionnaire. Marketing brochures or elaborate descriptions of the company are neither necessary nor desired. FAR ? 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ?proposal? and ?offeror? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of gathering information and planning future solicitations. All information submitted will be considered proprietary and for official government use only. Interested parties are encouraged to mark their submissions accordingly. The maximum length of the Statement of Interest is seven (7) pages. The Questionnaire should be submitted either via e-mail to mark.asato@navy.mil or to the following address: NAVFAC Pacific, ACQ22 258 Makalapa Drive Suite 100 Pearl Harbor, HI, 96860-3134
 
Record
SN01532143-W 20080315/080313224749 (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.