Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

Z -- Replace Cottonwood 20 kW PV System Inverter at Joshua Tree National Park, CA

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - LAME Lake Mead NRA 101 Katzenbach Drive Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
Q8335090016
 
Archive Date
2/24/2010
 
Point of Contact
Jill S. Clayton Supv. Contracting Officer 7022938909 jill_clayton@nps.gov;<br />
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8335090016 and is issued as a Request for Quotes (RFQ). NAICS code: 221119. Price Range: $25,000-$100,000. No paper copies will be sent. Notifications of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at www.ccr.gov. The National Park Service, Joshua Tree National Park, has identified a need to replace the 20 kW PV System Inverter at Cottonwood. Statement of Work Background:The PV hybrid power system at Joshua Tree National Park consists of a 20kW (nominal) PV array, 20 kW three phase inverter, 35 kW propane-fueled generator and 2,500 Ah battery. Requirement:Demo and replace the Cottonwood PV System Trace Hybrid 20 - 3 phase off grid inverter with a compatible single or multiple inverters in series. Retrofit or replace existing conduits and wiring to accommodate new inverter or inverters. The new inverter or inverters must be compatible with an existing Generac 35 kW 3 phase generator that is the back up power and also is used to charge and equalize the battery bank. Existing Equipment:1. PV Array: The array is comprised of 266 frameless Siemens SP75 modules mounted to galvanized steel supports with industrial adhesive. The array field rating taken in July 1999 (normalized to Standard Test Conditions: 1000 W/m2 irradiance, 250 C module temperature) was 17,794 kW dc. The array is wired for nominal 238 Vdc operation. 2. Battery Bank: The battery bank contains 132 C&D CPV2500 batteries for renewable Energy storage. Individual battery = 2 VDC, 2000 amp hour to 1.7 VPC @ 6 hour rate. The batteries are flooded, lead-acid cells, all in series. Nominal battery voltage and capacity are: 264 Vdc, 2496 Ah at the 100 hour rate. There are 11 plastic non-conductive trays, each containing 12 cells. Battery charging is temperature compensated utilizing an Type-T thermocouple affixed to the bus bar of the first battery (Tray 1). 3. Generator: The generator is a propane fueled Generac model 98A 04635S 43.7 kVA/35 kW three phase unit. 4. Inverter: The inverter is a Trace Technologies HY-20-1, 20 Kw 3 phase, 60 Hz unit. The inverter acts as system controller conducting battery charging and equalizing, inverting, array peak power tracking, and generator start, as required. The 3 phase inverter ac output of 208 delta runs through a delta-wye transformer and is distributed throughout the site as 120/208 wye service. Award will be made based on best value to the government. The Government will award the contract to the responsible Offeror whose quote will be most advantageous to the Government, price and other factors considered. Technical is equal to price. Technical: 1) Demonstrated experience working on similar size and complex PV systems 2) Experience working with government agencies 3) Experience working in remote areas QUOTES: Provide a proposal which gives clear evidence that you meet the requirements of the above three factors with acceptable performance levels. Also provide complete information as to the type of inverter you propose to use. Your price should be broken down as follows: 1) Inverters Number of inverters_____________ Unit Price __________ Total $ ____________________ 2) Additional items, including controllers, wiring, overhead, profit, etc. 1 Lump Sum $ ____________________ Quotes are due March 24, 2009, by 2 PM (PDT). Quotes and additional proposal information may be faxed to Jill Clayton at 702-293-8626 or e:mailed to Jill_Clayton@nps.gov. The FAR provisions at 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items and any applicable addenda to these five provisions, apply to this acquisition. FAR provisions may be found at http://www.arnet.gov/far
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7b1d9e4091bf488dd0a7b1c54ccca0a&tab=core&_cview=1)
 
Record
SN01755386-W 20090226/090224215617-e7b1d9e4091bf488dd0a7b1c54ccca0a (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.