Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOLICITATION NOTICE

R -- GENERATION DISPATCH STUDY

Notice Date
2/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Federal Energy Regulatory Commission, Office of Finance Accounting and Operations, Division of Procurement, 888 1st Street, N.E., Washington, DC, 20426
 
ZIP Code
20426
 
Solicitation Number
FERC04C40034
 
Response Due
3/4/2004
 
Archive Date
3/19/2004
 
Point of Contact
Mary Anne Wright, Contracting Specialist, Phone (202) 502-8129, Fax (202) 208-0987,
 
E-Mail Address
maryanne.wright@ferc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FERC04C40034 is issued as a request for proposal and all provisions/clauses are those in effect through FAC 01-19. This solicitation is unrestricted under NAICS number 514330. Statement of Work: I. OBJECTIVE. The study will simulate and calibrate an hourly security constrained production cost model to accurately ?backcast? historical generation output for a specified period of operation within the study area. Once the model is calibrated to accurately reflect past utility operations, the model will then be used to predict the future year costs of service and to evaluate past years costs. The predictive model will use the model ?backcast? assumptions as well as incorporating any and all planned additions to the system that would affect the cost of providing power within the study area. This will constitute the benchmark for future costs within the study region. The study will then relax the ?backcast? assumptions to examine and compare how the cost of providing service within the study area would deviate from the benchmark under various changes or counterfactuals to the ?backcast? assumptions. Additionally, the study will examine how alternate market rules would affect the cost of service within the study area and will compare these costs to the benchmark costs ? II. SCOPE OF WORK. The data (historical and forecasted) necessary to perform this study will include but is not limited to: ? Electricity loads by transmission off-take node (ideally hour-by-hour). ? Generating unit outputs, net of station use (ideally hour-by-hour). ? Generator outages, full and partial (ideally hour-by-hour). ? Transmission line outages by day (ideally hour-by-hour) Other Generator or data for the benchmark period which typically do not change on a daily basis or hourly, are : 1. Energy Imports and Exports from/to Neighboring Systems (ideally hour-by- hour). 2. Generating unit output (MW) (ideally hour-by-hour). 3. Generating unit commitment status (cold, hot, delivering power) at Start-of-Year. 4. Variable generation fuel cost (i.e., inventory replacement or contract avoidable cost). 5. Generating unit variable O&M cost. 6. Generating unit minimum load, ramp rates, minimum up and down times. 7. Generating unit startup costs. In addition, the following control area security constraint data will be necessary: 1. Spinning reserve requirements. 2. Non-spinning reserve requirements. 3. Transmission line contingency loading constraints. 4. Reliability ?must-run? requirements. In creating the benchmark the successful bidder will be prepared to: 1. Compare the simulated hourly dispatch from the model output with the actual dispatch from the hourly data. 2. Develop a hypothesis explaining the deviations. 3. Reconcile the deviations by adjusting the simulation results consistent with the hypothesis until the actual dispatch is replicated with sufficient precision. Acceptable methods for adjusting the dispatch would include but are not limited to: A. The implementation of hurdle rates to restrict trade and competition. B. The implementation of non-competitive bidding behavior. C. The implementation of physical withholding strategies. D. The implementation of transmission withholding strategies. Once the model is calibrated within an acceptable tolerance, the ?backcast? assumptions will be implemented along with all planned system upgrades to create 5-year and 10-year benchmark production cost forecasts. In addition to production costs, the study should document hourly locational marginal prices, emission costs, fuel transportation costs, and all other costs that would be affected by a change in dispatch, commitment, or market rules. In creating the forward-looking cost comparison forecasts, the study will examine and document various market assumptions to illustrate how the cost of service would change should under each assumption. The impact to rates should be documented as clearly as possible with capacity payments and stranded cost payments estimated for any displaced or replaced generation. As clearly as possible, cost differences should be compared by type: fuel cost savings or increases; fuel transmission cost savings or increases; emission cost savings or increases; transmission upgrade cost savings or increases and locational marginal price reductions or increases, capacity payment savings or increases, stranded cost savings or increases, General and Administration (G&A) cost savings or increases, CAPX savings or increases, etc. III. DELIVERABLES. - The draft and final report (which will include expert testimony on the findings, tables that present all findings and work papers to support the methodology) will provide detailed exposition for all assumptions and conclusions. Final cost savings or increases will be presented in real dollars with the base year to be determined. If expert testimony is required, a qualified witness must be prepared to offer testimony in all proceedings as determined by the Commission. This proposal should not include costs associated with time and materials for trial testimony. Intermediate deadlines for study deliverables will be determined prior to work beginning and all work will be expected to be completed within the timeframe agreed upon by Commission staff and the contract awardees If possible, costs will be attributed to ratepayers to illustrate how rates would be affected under the various assumptions modeled. All requested topics shall be discussed in the report, which shall be considered confidential until released by the FERC. The contractor shall also complete and provide to the FERC staff an electronic copy of the report in Microsoft Word 2002 format. Deliverables shall include a draft report, a briefing of FERC staff on the draft report, and a final report. Throughout the study period, the contractor shall provide immediate notification to FERC staff of significant findings and important revelations. The contractor will also be responsible for conducting weekly briefings with the FERC staff regarding the progress of the study. Finally, the contractor will be available as an expert witness on behalf of the staff of the FERC in any hearings or meetings on the study. IV. SCHEDULE. The contractor shall submit a schedule of deliverables including intermediate milestone dates for the required reports being requested. All offerors and subcontractors will complete and submit with their proposals, either the Organizational Conflicts of Interest (OCI) representation or the OCI disclosure (not both). Complete and submit the OCI Questionnaire. Request the OCI information from Mary Anne Wright. See DOE clauses 952.209-8 OCI-Disclosure and 952.209-72 OCI. Same/similar language will be incorporated into the resultant contract. Period of Performance: From date of award through 6/30/2004. Provision 52.212-1, Instructions to Offerors-Commercial (Jan 2004), applies. Addendum to FAR 52.212-1 SUBPARAGRAPH (b) t.. It is our intent to evaluate based on initial proposals. Offerors shall submit five copies of their price and technical proposal, signed by an official authorized to bind the offeror, at the above address no later than 3:00 p.m., local time, March 4, 2004. Price Proposal: Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(6): The price proposal shall be completely separate from the technical proposal. Offerors must breakout pricing by month and provide (1) labor categories (2) corresponding firm-fixed-price, fully loaded labor rates (3) proposed number of hours estimated for each labor category (4) Other Direct Costs as applicable (subcontractor and travel), if applicable. Supporting details shall also be provided as appropriate (e.g., travel destinations, number of trips, computer time, discounts offered (excluding prompt payment)). Addendum to FAR 52.212-1 SUBPARAGRAPH (c) The offeror agrees to hold the prices in its offer firm for 90 calendar days. V. Provision 52.212-2, Evaluation-Commercial Items (Jan 1999), applies. Addendum to FAR 52.212-2 SUBPARAGRAPH, (a) Technical Proposal: SELECTION CRITERIA. Selection will be based upon: ? Technical Approach ? The proposal must describe the steps that will be taken to prepare a detailed study identifying (1) Contractor must have access to and maintain or purchase a data base for the model, as set forth and described in Statement of Work. (2) Accurate representation of the study area including, but not limited to software to accurately model the electrical system, and data to accurately characterize the study area. (3) Ability to provide litigation quality reports. ? Past Performance - The offeror and each subcontractor proposed must each select three references to submit a Contractor Past-Performance Evaluation. To obtain a copy of the past performance form to be completed by the Offeror?s references request from Mary Anne Wright by email @ MaryAnne.Wright@ferc.gov. The Offeror will submit the completed response and incorporate into this technical proposal. Offerors should also notify the references that FERC may be contacting them regarding the past performance information. Addendum to FAR 52.212-2 SUBGRAPH (a). Technical and past performance, when combined are more important than price. However, award shall be made to the offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors i.e., provides the ?best value.? ?Best value,? for the purposes of the contract is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis between technical and price factors. Include a completed copy of Provision at 52.212.3, Offeror Representations and Certifications ? Commercial Items (JAN 2004) with offer. Go to www.arnet.gov, FAR to download all FAR provisions/clauses. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), applies. Addendum to FAR 52.212-4: 1. 52.252-2 Clauses Incorporated By Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Clauses are as follows: 52.217-8 and 52.217-9. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2004) applies. Addendum to FAR 52.212-5: The following clauses are incorporated by reference: 52.203-6 with A1; 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52-222-36; 52.222-37; 52.225-13; 52.225-15; 52.225-16; 52.232-33; 52.239-1. E-Mail Mary Anne Wright of your intent to submit a proposal no later than February 17, 2004.
 
Place of Performance
Address: FERC/OFFICE OF MARKET OVERSIGHT AND INVESTIGATIONS, 888 FIRST STREET, NE, WASHINGTON, DC
Zip Code: 20426
Country: UNITED STATES OF AMERICA
 
Record
SN00519964-W 20040212/040210212811 (fbodaily.com)
 
Source
FedBizOpps.gov 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.