Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOURCES SOUGHT

10 -- This RFI is to solicit information from qualified electrical suppliers to ascertain availability of capacity and interest in supplying FLW's electrical needs.

Notice Date
11/9/2011
 
Notice Type
Sources Sought
 
NAICS
221121 — Electric Bulk Power Transmission and Control
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-12-RFI-01
 
Response Due
12/9/2011
 
Archive Date
2/7/2012
 
Point of Contact
Raymond Gilbreath, 573-596-0265
 
E-Mail Address
MICC - Fort Leonard Wood
(raymond.gilbreath@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INTEREST RFI: W911S7-12-RFI-01 _______ Electrical Supplier for Fort Leonard Wood, Missouri Issued: _9 November 2011_______________ Responses due by __9 December 2011___________________ PLEASE NOTE THAT THIS IS A REQUEST FOR INTEREST AND DOES NOT COMMIT EITHER THE RESPONDER OR FORT LEONARD WOOD NOR DOES THIS IMPLY THAT A REQUEST FOR PROPOSAL WILL BE ISSUED Contact information for questions and responses shown on page 4 of this RFI 1. INTRODUCTION Fort Leonard Wood (FLW), a U.S. Army garrison, located in South Central Missouri is requesting, via this Request for Interest (RFI), responses from suppliers of electricity interested in submitting a proposal for full requirements power supply to FLW. The purpose of the RFI is to solicit information from qualified electrical suppliers to ascertain availability of capacity and interest in supplying FLW's electrical needs. Please note that an expression of interest in providing this energy product is neither binding nor promissory. Responses will be used for planning purposes in determining available resources for firming Fort Leonard Wood's electrical needs. Additionally, failure to respond to this RFI does not preclude the ability to respond to any future Request for Proposals (RFPs) for the purchase of energy products if issued at a later date. This RFI is issued solely for information and planning purposes; it does not constitute an RFP or a promise to issue an RFP at a later date. This RFI does not commit FLW to contract for any supply or service, nor is FLW seeking contract proposals at this time. Responders are advised that FLW will not pay any cost incurred in response to this RFI and that all costs associated with responding to this RFI will be solely at the interested responder's expense. In light of the amount of time required for respondents to provide such information and for FLW to evaluate it, a decision as to whether to proceed with an RFP cannot be expected prior to January 2012. 2. DESCRIPTION OF REQUEST: FLW is issuing this RFI in an effort to solicit interest in the provision of wholesale, firm full-requirements energy supply, and corresponding capacity and ancillary services. The requested power will be delivered to an interconnection or interface on the Associated Electric Cooperative, Inc. (AECI) system border. AECI is a consumer-owned rural electric generation and transmission cooperative that provides transmission service over facilities located in the States of Missouri, Iowa and Oklahoma. A copy of the Transmission Service Agreement between AECI and FLW is attached as Attachment 1. AECI will provide transmission service from the AECI border to Sho-Me Power Electric Cooperative (Sho-Me). Sho-Me will deliver the electric power from its interface with AECI to FLW. FLW has a transmission service agreement with Sho-Me for the delivery of power. AECI will provide to FLW, through their Open Access Transmission Tariff, two ancillary services (Scheduling, System Control and Dispatch Service and Reactive Supply, and Voltage Control from Generation or Other Sources Service). Suppliers responding to this RFI must document how they intend to provide the other ancillary services (Regulation and Frequency Response Service, Energy Imbalance Service, Operating Reserve-Spinning Service, Operation Reserve-Supplemental Service, and Generator Imbalance Service). Responders must have the capability, and should identify how they intend to forecast and schedule FLW's load, whether dynamically or in hourly blocks, and provide associated ancillary services. All projected costs for providing these services must be broken out and included in your response. Supply will begin January 1, 2013. However, for planning purposes it is necessary to have an agreement in place no later than June 30, 2012. FLW is targeting a contract term between 1 and 5 years in length. Over the most recent 12-months, FLW had a peak demand of 55 MW and consumed approximately 244,000 MWh. Attachment 2 shows the monthly demands (kW), energy consumption (kWh) and load factors for the 12 month period ending September 30, 2011. The expected demand in 2013 is 65 MW with a 5% annual load growth for each year through 2017. FLW, as a U.S. government entity, is subject to certain policy mandates governing its purchase and use of electricity, specifically renewable energy. Therefore, respondents to this RFI should identify how they intend to assist FLW in meeting the target of sourcing at least 7.5% of its annual electricity needs from renewable resources, per the Federal Energy Policy Act-2005. 3. ADDITIONAL CONSIDERATIONS: As indicated above, AECI and Sho-Me Power will provide transmission service from the AECI border to FLW. AECI and Sho-Me will bill FLW for said transmission service. Thus these services should not be included as part of your submission. Alternative proposals to meet the installations energy requirements are welcomed. However, any alternative proposals must fully explain the rationale and include a cause & effect (pros/cons) statement associated with applying the alternative. 4. RFI SUBMISSION REQUIREMENTS: In addition to being able to successfully provide the above-mentioned power supply attributes, all responses to this RFI must meet the following requirements to be considered: 1.Please provide a description of your company, specifically identifying the legal entity that would be contracting under a potential agreement. 2.Please indicate the long-term debt rating (S&P, Moody and/or Fitch) of the legal entity that would be acting as the contracting party in this transaction. If such information is not available, please provide other financial information, including D&B number or audited financials, which would be sufficient to evaluate the financial standing of the contracting party. 3.Please include a description of the types of products that will be offered to meet FLW's energy requirements, such as on-peak/off-peak energy blocks, index pricing and fixed pricing. Also, provide a description of the flexibility that will be available under the pricing options, such as required notice for purchasing blocks, sell back of excess block energy purchased and the index that will be used for pricing for market purchases. 4.Please provide sample contracts for all product types offered, specifying standard terms and conditions. 5.Please include contact name, address, phone number, fax number and e-mail address for communications regarding this RFI. 6.Please provide indicative pricing for each term and product offered, including the effect on pricing of meeting FLW's renewable energy goals. As discussed above pricing for terms from one to five years is desireable. 5. PROCESS AND TIMING: 1. Timing: Interest packages submitted in response to this RFI must be received by FLW on or before December 9, 2011. 2. Submission: Please mail your responses to the following address: Ms. Judy I. Mathis and Mr. Raymond Gilbreath Contracting Officer Contract Specialist Mission and Installation Contracting Command Mission and Installation Contracting Command 581 Iowa Avenue, Building 606 581 Iowa Avenue, Building 606 P. O. Box 140 P. O. Box 140 Fort Leonard Wood, Missouri 64573-0140 Fort Leonard Wood, Missouri 64573-0140 Phone: 573-596-0259 Phone: 573-596-0265 judy,mathis@us.army.mil raymond.gilbreath@us.army.mil 3. Questions: Questions regarding this RFI will be accepted via e-mail or telephone to: Ms. Judy I. Mathis and Mr. Raymond Gilbreath Contracting Officer Contract Specialist Mission and Installation Contracting Command Mission and Installation Contracting Command 561 Iowa Avenue, Building 606 561 Iowa Avenue, Building 606 P. O. Box 140 P. O. Box 140 Fort Leonard Wood, Missouri 64573-0140 Fort Leonard Wood, Missouri 64573-0140 Phone: 573-596-0259 Phone: 573-596-0265 judy,mathis@us.army.mil raymond.gilbreath@us.army.mil 4. Notification of Receipt: An acknowledgement of receipt of your interest letter will not be provided. Those interested are requested to ensure that adequate tracking measures are taken with respect to their mailed offer. 6. CONFIDENTIALITY AND USE OF INFORMATION: FLW will share the information contained in responses with Government staff and contracted utility marketing consultants. Those wishing to have part or their entire response protected from disclosure pursuant to the Freedom of Information Act should so indicate by marking the applicable portions of their responses "Confidential."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b657c8605c01a5b311b33cfe0995a22)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02621054-W 20111111/111109235033-8b657c8605c01a5b311b33cfe0995a22 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.