Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

S -- Solar Power Generation Multiple Award Contract

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274210R1190
 
Response Due
6/15/2010
 
Archive Date
6/30/2010
 
Point of Contact
Annette Chun (808) 471-4178
 
E-Mail Address
Solar Power Generation
(JointPV@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is for a Solar Power Generation Systems (SPGS) Multiple Award Contract (MAC) and is being advertised as a 100% small business set-aside. The NAICS Code for this procurement is 221119. 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. Multiple awards will be made to approximately five (5) contractors The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for the purchase of solar generated electric power through Power Purchase Agreements. The locations include, but are not limited to, the following Installations: Joint Base Pearl Harbor-Hickam, Marine Corps Base Hawaii, Schofield Barracks, Wheeler Army Air Field, Tripler Army Medical Center, Fort DeRussy, the Asia Pacific Center for Strategic Studies, Naval Computer and Telecommunications Area Master Station (NCTAMS), Naval Magazine, West Loch (NAVMAG WL), as well as the Pacific Missile Range Facility (PMRF) on Kauai and the Army Reserve Center on Maui. The contracts will be awarded using a best value competitive source selection process. Successful contract awardees will be given a fair opportunity to compete on all task orders. The actual work to be performed will be described in written task orders to be issued as needed by the Contracting Officer. The Government intends to purchase solar generated electric power only and not to acquire any generation assets. The SPGS will be financed, constructed, owned, operated, maintained, and repaired by the successful offeror(s) on Government property located within the Installation boundaries. The Government is not seeking to purchase or retain any Renewable Energy Credits (RECs) or ownership of the SPGS at the end of the contract term. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. Task Orders issued under the contract are contemplated to be for a period of up to 30 years pursuant to approval of the statutory authority 10 United States Code (USC) 2922a, the Federal Acquisition Regulation (FAR), and its supplements. The estimated maximum dollar value, including the base year and all options, for all contracts combined is up to $500,000,000. The only work authorized under this contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. The Government intends to evaluate proposals and award contract(s) without discussions. However, the Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The principal evaluation factors for this procurement are technical and price. The anticipated technical evaluation factors are as follows: Volume II - Overall MAC Evaluation: Factor 1 - Past Performance, Factor 2 - Experience, Factor 3 - Overall Management Plan/Approach. Volume III Task Order Evaluation: Factor 1- Technical Viability, Factor 2 - Task Order Execution Plan. A Seed Project is anticipated to be awarded as Task Order #1 Source Selection procedures from FAR Part 15 will be used and award may be made to the offerors whose proposals are the most advantageous and offer the best value to the Government, price and other factors considered. A Pre-Proposal Conference is scheduled for Tuesday, April 6, 2010 from 8:00 a.m. to 12:30 p.m. and will be held at Marine Corps Base Hawaii. The venue will be announced later. ATTENDEES MUST PRE-REGISTER BY EMAIL TO: JointPV@navy.mil. A site visit for the areas listed in Task Order #1 will commence following the Pre-proposal Conference and continue through April 9, 2010. A tentative schedule of the site visit will be provided later. Please submit your company name, the personnel (including their name, title, email address, phone number, and driver's license or state I.D. number) of those anticipated to attend and the following vehicle information (make, model, type, color, and license number) by Wednesday, March 24, 2010 to JointPV@navy.mil. If there are any foreign nationals needing access, please ensure that you provide their passport identification number and their date of birth. Failure to submit the required information on time may preclude you from attending the Pre-Proposal Conference and/or site visit. Please submit your information on the attached spreadsheet. If the attendance list for the Pre-Proposal Conference exceeds the maximum capacity of the venue, the Government may limit the number of attendees per company. Please list the attendees on the spreadsheet in the order of importance to attend the conference. To the maximum extend possible, the Government will not limit the number of attendees for the site visit. Site visit attendees will be required to provide their own Personal Protective Equipment (PPE). At a minimum, PPE should include hard hats, steel toe shoes and harnesses. No PPE will be provided during the site site. This is a new procurement which does not replace an existing contract. No information exists on prior contracts. The solicitation will be issued on or about 15 days from the date of this notice. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil on or about March 31, 2010. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. The Plan holders lists will be available only at the website listed above. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Section K) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R1190/listing.html)
 
Record
SN02093068-W 20100318/100316234702-cc7509836c2af386e712485cc673c9cc (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.