Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
MODIFICATION

61 -- RECOVERY--61--RECOVERY- - 1MW Ruggedized Micro Grid Power Distribution System

Notice Date
8/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0046
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Edward A. Boddie, Phone: 2156566786
 
E-Mail Address
edward.a.boddie@usace.army.mil
(edward.a.boddie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY-- ACTUAL SITE: National Training Center (NTC), Ft Irwin, California. Description: The Philadelphia District, Corps of Engineers, is issuing a negotiated, best value RFP (Request for Proposal) acquisition under Part 15 of the Federal Acquisition Regulations to acquire a microgrid to replace spot generators with prime power generators, with some utility-like controls, set up as a power plant. This will require the successful offeror to first grid FOB Denver (located 1.0 hour from main NTC post, terrain-rough, with specific location to be determined, and establish the infrastructure. The power plant or microgrid will be configured for power to be delivered based on actual demand, not peak demand for the overall system. Design will allow for the future addition of renewable energy (solar, wind, and/or battery storage). The selected offeror will be required to provide all necessary tools, materials, and equipment and qualified labor to install a 1MW power generation system connected to the grid, inclusive of underground cabling, step down and step up transformers, panel boxes as necessary as well as paralleling gear with load sequencing capabilities (turning on/off generators). The power distribution system or microgrid will provide 480vac, 208vac, and 110/120vac to meet all power requirements. In order to be eligible for award, prices must be submitted on for all major components to each line item. Failure to submit pricing detail for all major components/categories may cause rejection of the offer. Proposals will be evaluated for completeness in satisfying the requirements of the RFP. The proposals will be ranked on the basis of the following factors: (a) past performance and experience, (b) technical ability (comprised of contractor submitted proprietary drawings, contractor furnished equipment/product listings/catalogs), (c) management plan, with locations of the offerors primary place of business and field offices, (d) mobilization/ set up schedule, (e) extent of subcontracting, and (f) price. Technical ability is slightly more important than past performance and experience, mobilization/set-up schedules, both of which are of equal weight and more important than the extent of subcontracting. The technical factors when combined are more important that price; however, price remains a significant factor. This is an unrestricted procurement. The applicable NAICS code is 221119, with a size standard of 4 million megawatt hours, (a firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours). The solicitation will be issued on, or about, 11 AUG 2009 with proposals due by 3:00 p.m., local time, 24 August 2009. Hard copy quotes are to be delivered to the Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Mr. Edward A. Boddie. [POC EMail - edward.a.boddie@usace.army.mil] Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Offerors may view and/or download the solicitation and all amendments from the Internet on (or after) the issue date. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available and no written or fax requests will be accepted. If any offeror information changes during the advertisement period, offerors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and any amendments. Offerors are responsible for printing paper copies of the solicitation. Bonding is not required. All offerors must be registered in the DoDs Central Contract Register before award, as required by DFARS 204.7300 and, for US firms, must comply with VETS-100 annual reporting as required by FAR 22.1310(b).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-R-0046/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01905579-W 20090812/090811000812-14f1c35bff9f50435b83e4c184fc69ca (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.