Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

61 -- AMENDED ANNOUNCEMENT:Replace & install Inverter battery system

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - MORA Mount Rainier NP 55210 238th Avenue East Ashford WA 98304
 
ZIP Code
98304
 
Solicitation Number
P11PS8162A
 
Response Due
9/19/2011
 
Archive Date
9/7/2012
 
Point of Contact
Hal T. Hoversten Contract Specialist 3605696542 Hal_hoversten@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT TO THIS COMBINED SYNOPSIS/SOLICITATION:This amendment removes the small business set aside and makes this an unrestricted request for quotes. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is P11PS81622, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 423610 with a small business size standard of 100 employees. This solicitation will result in a single firm, fixed-price contract. Mount Rainier National Park has a requirement for the supply and installation as follows: replacement of the battery bank associated with the Photovoltaic/Hybrid electrical system at the White River Entrance of Mount Rainier National Park. Work consists of the disconnection, removal and disposal of the existing forty batteries, and the furnishing, installation and wiring of the new batteries. White River Entrance is located off State Route 410 on the eastside of Mount Rainier. Delivery of all materials & equipment shall be arranged by the vendor and shall be FOB Destination to the installation site located approximately 30 miles north of Packwood, Washington on Highway 410. This can be accessed along the route to the Mount Rainier National Park's Ohanapecosh Visitor Center. Design Requirements:Description The White River Entrance Photovoltaic/Hybrid system has four basic components: 20 kilowatt propane AC generator 20 kilowatt inverter (Advanced Energy Systems Static Power Park) 15.5 kilowatt solar array 3332 amp hour industrial flooded battery bank The Advanced Energy System three phase Static Power Pack inverts 120V DC to provide filtered 208/120 volt 3 phase AC power to the utility panel. The battery bank consists of two strings of 20 batteries, each battery consisting of three 2 volt cells, 6 volts total per battery. Each string of twenty batteries is wired in series for a total of 120 Volts DC. Each string is connected to a disconnect in the inverter room. Current hybrid system information: Nominal Battery Voltage 120V, Total Battery Capacity 3332 Amp Hours, Solar Array Size 15.5 KW White River Power Usage 60 kWh/day; DC Operating Voltage 1.75 volts/cell to 2.75 volt/cell Inverter 20 Kilowatt; Existing Battery Model # IBE 85N-29; Existing Battery Manufacturer Industrial Battery Engineering Additional information: The Battery bank room size is 11'X23' See attached wire diagram for existing system wiring information. Specifications: - Contractor shall regularly engage in this type of work and be an authorized representative of the manufacturer whose products are being proposed for this project. - The battery bank must be equal or equivalent to the existing battery bank. - The amp- hour capacity for the new battery bank must be 3330 amp-hours or greater at a 50 hour rate. - The battery bank must be wired in a series/parallel configuration to obtain 120 volt, 3330 amp-hour bank and connected to the existing battery disconnects. - All battery jumpers must be installed and tightened to manufacturer specifications. - All batteries must be enclosed in containment sufficient to retain battery acid leakage - All Washington State and Federal safety and electrical codes must be followed; all work will comply with the 2011 National Electric Code. - All electrical work shall be undertaken by a Washington State qualified, licensed electrician. - The removal and disposal of the existing battery bank must meet all Washington State and Federal regulations. A site visit is recommended prior to submission of quotes and can be scheduled by contacting Jim Fuller, Utility Supervisor, (360) 569-6720 or email at: jim_fuller@nps.gov. Special Requirements: Removal and replacement of the battery bank may begin after Monday October 17, 2011. Work schedule is between 6:00AM to 6:30 PM, Monday to Friday. Holiday Work Restrictions: No on-site work shall be performed on federal holidays unless otherwise directed by the Contracting Officer. Fire and Hazard Protection: The Contractor shall: Provide and maintain appropriate fire protective equipment at all times. Be responsible for all necessary precautions to prevent fire during construction. Not store flammable or combustible liquids in non-approved containers. Provide adequate ventilation during use of volatile or noxious substances. Prohibit smoking within buildings or temporary storage sheds. Disposal: Used equipment and debris generated from this project will be the Contractor's responsibility to dispose of in an approved manner. Recycling is strongly encouraged. Upon completion of contract, submit copy of waste management log showing quantities of wastes and amount of recycled materials with name and phone number of recycling facility. Contractor and its employees shall use NPS facilities with care. Contractor shall repair any damage due to its employees'negligence. Warranty and Payment: Furnish a written one-year guarantee against defective materials, workmanship. During the warranty period, the Contractor shall make repairs without cost to the government. Payment shall be on a lump sum basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 04 August 2011. This IS AN UNRESTRICTED solicitation. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) price, and (2) technical capability of the item offered to meet the Government requirement. The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All offerors must be registered in the Central Contractor Registration database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than September 19, 2011, 12:00 p.m., Pacific Daylight Time. The point of contact for this solicitation is: Hal T. Hoversten, Contract Specialist, Mount Rainier National Park, telephone: 360-569-6542, email: hal_hoversten@nps.gov, fax: 360-569-6549. COMPLETE & SUBMIT THE FOLLOWING:Provide and install batteries for photovoltaic system in accordance with the attached specifications: BRAND NAME OF BATTERY PROPOSED: _________________________________________ TOTAL FIRM FIXED PRICE: 1 JOB $________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS8162A/listing.html)
 
Place of Performance
Address: Mount Rainier National ParkWhite River Entrance
Zip Code: 98397
 
Record
SN02567939-W 20110910/110909000903-9d7542f99c1496b10511e8f8bc790164 (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.