Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
MODIFICATION

Y -- Dyess Waste To Energy Plant

Notice Date
11/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
DYESS_WTE
 
Archive Date
12/24/2011
 
Point of Contact
Carrie Wilks, Phone: 3256963863, Anthony D. Rogiano, Phone: 3256961454
 
E-Mail Address
carrie.wilks@dyess.af.mil, anthony.rogiano@dyess.af.mil
(carrie.wilks@dyess.af.mil, anthony.rogiano@dyess.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The 7th Contracting Squadron has been tasked to request information for a project for a Waste-To-Energy Electric Power Generating Facility (WTE) at Dyess Air Force Base, Taylor County, Texas. The Proposed project will be a utility (Power Purchase Agreement) Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Business and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Power Purchase Agreement (PPA) Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive offerors. Project is for a utility contract (Power Purchase Agreement) for renewable energy (electricity) with a vendor who will design, build, own, and operate a Waste-To-Energy (WTE) electric power generating facility on property the vendor will lease from Dyess AFB, TX. This plant will be contractor funded, designed, constructed, operated, and maintained on Dyess AFB, TX (DAFB) under contract pursuant to FAR Part 41. The lease will be for a maximum of 30 years and the Government will purchase the entire output of the array. Plant size of 4-6 MW considered most likely. The facility will be fueled from municipal solid waste and or/biomass that meet the requirements of The Energy Policy Act of 2005, section 203 (b) (1). The objective of Dyess AFB is to procure the renewable energy generated from such a plant at a life cycle cost over an anticipated 20-25 year period, at a lower than what Dyess AFB would pay under their current pricing structure. The contractor may sell the Renewable Energy Credits (RECs) to a third party. The contract type contemplated for this requirement is a Utility (Power Purchase Agreement) Firm Fixed Price contract that will run concurrent with the ground lease. Contract award would be based on Lowest Price, Technically Acceptable source selection procedures. Price in this context refers to the present value total estimated electricity costs over the life of the lease. The Air Force reserves the right to not make an award. North American Industrial Classification System (NAICS) Code applicable to this acquisition is changed from 237310- Power and Communication Line and Related Structures Construction to 221119- Other Electric Power Generation. Small Business Size Standard for this acquisition is changed from $33.5 Million to "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 proceeding fiscal year did not exceed 4 million megawatt hours." Offerors response to this Synopsis shall include the following information: • Offerors name, address, point of contact, phone number, and e-mail address. • Offerors interest in bidding on the solicitation when it is issued • Offerors anticipated WTE technology • Offerors anticipated WTE plant size • Offerors anticipated waste fuel (feed) stock and anticipated waste fuel tons per day • Offerors anticipated capital cost range • Offerors Financial and Bonding Capability • Number of years the WTE plant would need to be in operation to make this endeavor economical and feasible • Offerors capability to perform a contract of this magnitude and complexity (include Offerors experience in similar construction with brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. • Offerors type of small business and Business Size (HUB Zone, Woman-Owned Business, Service Disabled Veteran Owned Small Business, 8(a) • Offerors Joint Venture information if applicable existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than 30 Nov 2011, Close of Business (COB). All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Ms. Carrie Wilks, Contract Specialist 7th Contracting Squadron 381 Third St., Bldg 7238 Dyess AFB, Texas 79607 FAX No. 325-696-3863 carrie.wilks@dyess.af.mil or Mr. Anthony Rogiano, Contract Specialist 7th Contracting Squadron 381 Third St, Bldg 7238 Dyess AFB, TX 79607 anthony.rogiano@dyess.af.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/DYESS_WTE/listing.html)
 
Place of Performance
Address: Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02630900-W 20111202/111130234502-0d6c32692bcee968e6d1813e52525842 (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.