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
N6274208R1151
 
Response Due
4/3/2008
 
Point of Contact
Mark Asato, Contract Specialist, Phone: 808-471-5691, E-mail: mark.asato@navy.mil
 
Description
The U.S. Department of Defense (DOD) acting through the Department of the Navy is issuing this request for information (RFI) requesting information from entities with experience in developing wind power farms, regarding the potential for developing a wind power farm (or farms) and transmitting the power to DOD installations in the State of Hawaii. The possible DOD installations at which such power might be used include, but are not limited to: Naval Station Pearl Harbor (includes to Pacific Command; Commander, Pacific Fleet; Commander, Navy Region Hawaii; Commander, Submarine Force, U.S. Pacific Fleet; Fleet Industrial Supply Center, Pearl Harbor; Naval Computer and Telecommunications Area Master Station, Pacific; Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility; Naval Security Group Department, Kunia; Naval Inactive Ship Maintenance Facility; Space and Naval Warfare Systems Command Activity Pacific; Naval Facilities Engineering Command, Pacific and Haw aii; and Navy Exchange); Pacific Missile Range Facility, Kauai; 15th Air Lift Wing, Hickam AFB; Schofield Barracks; Fort Shafter; and Marine Corps Base Hawaii (includes MCBH Kaneohe Bay; and Camp Smith). The list of DOD installations is not all inclusive; there may be other sites not listed. The combined baseloads of all DOD installations on the island of Oahu is approximately 200 MW; on the island of Kauai, approximately 1.5 MW. DOD is interested in the prospect of a non-federal entity owning, operating, and maintaining the wind power farm(s), as well as the transmission and distribution system to all installations served consistent with applicable State and Federal utility laws, regulations, and procedures. DOD is also interested in reducing its 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. 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. The desire of DOD is to purchase power without any direct interest in the ownership or responsibility for the operation or maintenance of the generation assets. DOD may consider several procurement authorities and contract formats to accommodate this acquisition; for example, a Power Purchase Agreement (PPA) or other contract vehicle. DOD may 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 for power of comparable power quality and reliability. DOD is currently 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. DOD is also interested in the potential economic advantages it may receive in the form of reduced power costs if the RECs are not retained by DOD but sold by the project developer. Responses to this RFI should address these and other issues that the responder feels should be brought to the attention of DOD. DOD would also like to ascertain whether the sale of power to other parties other than DOD is either desirable and/or feasible given current and any pending Federal and State utility laws, regulations, and procedures and available capacity on current transmission lines or in current transmission corridors. In that regard, responses should address specifically what capacity or size of generation and other assets would be envisioned, and what acreage of land and rights-of-way would 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 deems 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 wind farm or distributed wind generation system of desired magnitude; and (4) points of contact. It is the Government?s intent with this RFI to receive Industry?s Input as stated in the 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
SN01532145-W 20080315/080313224751 (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.