Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION(RFI) for Renewable Energy Generation/Production at Naval Station Newport, RI

Notice Date
3/23/2010
 
Notice Type
Sources Sought
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010RFI01
 
Response Due
4/22/2010
 
Archive Date
4/23/2010
 
Point of Contact
Danyiele Peterson (757)322-8365
 
Small Business Set-Aside
N/A
 
Description
The Department of Navy (DoN) intends to issue a Request for Proposal (RFP) at some future time for renewable energy generation opportunities on Naval Station Newport, RI and associated US Navy properties. DoN is particularly interested in wind generation,but other technically and economically feasible technologies may also be included. DoN will provide Government land for wind generation system, or systems, to be developed, constructed, owned, operated and maintained by a private entity. Attached to this RFI, are four maps of the specific location(s)at Naval Station Newport, RI. Attachment 1- Tank Farm Wind TurbineAttachment 2- Main Base Wind TurbineAttachment 3- Tank Farm Wind Turbine Close UpAttachment 4- Main Base Wind Turbine Close Up NOTE: DoN is considering wind turbines as a viable option; however, it is interested in determining whether there are other viable renewable energy alternatives at this location(s). Firms are encouraged to submit information for other renewable energy options at this location(s). In order for the DoN to develop a succinct RFP, we seek to identify responsible sources and obtain information regarding specific renewable opportunities and risks associated with this specific installation. The results of this RFI will assist in developing a RFP to be issued at a later date. Specific DoN objectives are: -Maximize the land opportunity for the development of renewable generation assets on the specific installation.-Provide energy security for the installation. -Reduce the DoN carbon footprint.-Maximize the financial benefits of the opportunity. -Purchase power and/or energy at a lower cost than current cost, as applicable. In order to meet these objectives, the DoN is considering the installation of utility scale wind generation equipment with: -Wholesale generation to the utility grid, with revenue sharing considerations. -Medium to long term arrangements for the purchase of power. -Distributed generation, including net metering or feed-in tariff arrangements. -A combination of the above. The specific information the DoN seeks at this time: (1) Name and brief description of company. (2) The renewable resource and technology that maximizes the opportunity at NAVSTA Newport.(3) The size and capacity of the project that maximizes the opportunity, and describe what type of contractual arrangement maximizes that opportunity, i.e. wholesale generation, power purchase agreement, distributed generation or a combination. If a combination, describe size and capacity of each. Provide discussion on how each opportunity was considered with respect to the following: (a) Risks and opportunities of transmission access and capacity. (b) Incentives (state, utility, etc.).(c) Other costs (standby charges, departing load, application fees, etc.). (d) Utility Renewable Portfolio Standards (RPS) process and Market Price Referent (MPR), or other utility processes and market benchmarks, as applicable.(e) Sales or purchases of Renewable Energy Credits (REC's) or Portfolio Credits (PC's) as applicable. Include the potential effects of Renewable Energy Credit trading under the following regimes: 1. Government procurement and ownership of RECs;2. Contractor procurement and ownership of RECs.(f) Other real or potential risks and opportunities. (4) Indicate which technologies present the best opportunity for development with a brief discussion why. Indicate if there are economies of scale in pursuing more than one installation, and what if any contractual arrangements would be beneficial. (5) Any innovative and/or new conceptual ideas and recommendations for alternatives for the sale of power and/or arrangement for the taking of power. (6)Indicate any additional information that you feel may be required. Answers to questions, if any, will be made available to all responders.(7) The Government is interested in obtaining the financial scale and scope required to implement these projects for planning purposes only. It is NOT necessary or required for respondents to provide its proprietary detailed cost information. All information submitted will be reviewed and analyzed by the DoN, and will be considered proprietary and confidential with respect to other responders and to future contract actions taken by the DoN. It is not mandatory to submit a response to this RFI to participate in a formal request for proposal process that may take place in the future. However, it should be noted that information gathered through this RFI may significantly influence how the DoN proceeds in such a process. The desired goal for the DoN for this RFI is to solicit maximum industry participation, which will allow the DoN to formulate an acquisition process in a concise and timely manner. This Request for Information shall NOT be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does NOT intend to award a contract on the basis of this request or otherwise pay for the requested information. Responses must be complete and sufficiently detailed to address the specific information DoN is seeking. Responses must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and are limited to 15 single sided pages (including all attachments). Responses to this RFI are due on Thursday, 22 April 2010, by 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Packages shall be sent by mail to the following address: Commander Naval Facilities, Atlantic, ACQ3 (ATTN: Mrs. Danyiele Peterson), 6506 Hampton Blvd., Bldg. A - Room 1200, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010RFI01/listing.html)
 
Record
SN02099370-W 20100325/100323234832-ffc09c0fc58e5b062334ace877e4cf82 (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.