Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOURCES SOUGHT

H -- Sources Sought Notice for an Energy Savings Performance Contract (ESPC) to perform a site investigation for use of wind power generation/energy saving opportunities for existing facilities at Letterkenny Army Depot (LEAD), Chambersburg, PA.

Notice Date
4/16/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-07-R-0034
 
Response Due
5/4/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
N/A
 
Description
This sources sought request is posted for the purposes of determining if interested sources are capable of satisfying the Governments requirements for a National Energy Savings Performance Contract (ESPC) as synopsized through the Federal Business Op portunities website. To be considered qualified for this acquisition, potential sources must be a current Energy Service Company (ESC) of an Army ESPC Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The anticipated ESPC acquisition is to provide energy saving performance contract (ESPC) services at to Letterkenny Army Depot (LEAD). The selected contractor will implement guaranteed energy savings at LEAD. Performance contracting work will initially in clude wind power generation/energy saving opportunities for existing facilities. Basic requirement for the Site Survey Report: The project shall include field investigation, evaluation and design, permitting, regulatory compliance, construction, and inspection of the Wind Powered Electrical Generator. Site Investigation shall be subm itted in accordance with the requirements of the ESPC contract. Site Investigation shall include, but not be limited to, a narrative of the project, sketches or drawings of the proposed system, data taken to support design effort, evaluation of risks, and a description or cut sheets of the equipment to be supplied. An economic analysis shall be conducted to determine if further pursuit of the project is economically justifiable. All relevant data shall be obtained in order to document the concept and econ omic analysis to justify continuance of the project. Contractor shall coordinate with the depot, local, state, federal, utility, FAA, and other entities in order to determine the impact on the design, economics, and construction of the project. Contractor shall specifically coordinate with and address all concerns of the DPW and the environmental group located at Letterkenny. Site Investigation shall specifically address the following: 1. Best location for installation. 2. 2Impact of radar units located on the premise and the surrounding area. 3. Impact on other radio signals and measures to be taken to mitigate installation impact. 4. All permitting issues. 5. Electrical rate change alternatives and their impacts. 6. Potential for sell back over produced power and amount of compensation received. 7. Government Credits 8. Electrical demand impacts when not generating power. 9. Any other hidden costs. 10. Maintenance and operation costs and expected useful life. 11. Other federal installations utilizing wind power with wind conditions similar to those at Letterkenny. 12. Any impacts on the mission or workload at Letterkenny All supporting data shall be collected and presented to substantiate the installation of the proposed system. Contractor shall prepare sizing alternatives to demonstrate the impact on Letterkennys electrical consumption and substantiate the contractors optimum size recommendation. An AAPP will be required prior to initiation of the Site Investigation. Response Format and Preparation Instructions: Submit responses in the below format. Provide the requested information. Provide three (3) paper copies, 3 electronic media copies, and/or email an electronic copy of your responses. Provide any electronic copi es in a Microsoft Office or Adobe file format. A. Executive Summary: Include an abstract of no more than one page on the information presented. Address your companys unique qualifications and services. B. Background and Firm Profile: Provide general information about your firm and its key partners. Include name, business address, telephone number, and point of contact information of a representative (name, title, phone number, and email address) for this project having the knowledge to discuss the information presented. Also include NAICS Code, Business Type (i.e. small business, 8a, large business, etc). C. Project Te am: List the members of the project team. Provide a list of the personnel to be used on this project, their education, experience, project responsibilities, and location. D. References: Include references that indicate prior relevant work experience of the prime contractor and any key partners. References shall be of the type and format described below: 1. Performance Contracting  Provide five references that indicate completion date of installation, services and equipment provided, energy savings performance, project cost, simple payback, financing terms, and other benefits to the owner. Provide the own er's name, address, telephone number, and contact person for each reference. LEAD is particularly interested in performance contracting references from within the Department of the Army and/or the Pennsylvania area. 2. Mechanical Service and Repair - Two references shall indicate the service quality of the responding firm. Indicate the scope of work and dates of service. Provide the owner's name, address, telephone number, and contact person for each firm. LEAD is par ticularly interested in wind related projects in or near the Pennsylvania area. E. Performance Contracting Approach: Summarize your performance contracting process. Explain what you consider unique about your process that will help streamline and improve the value this performance contract. Indicate your approach to performing audits, and recommending improvement measures. F. Management Strategy: Describe your management strategy. What decisions will be made and work will be done at the local, regional, and/or corporate level? Describe the flexibility of the workforce to support changing workloads. What work will be subcontr acted and how will sub-contractors be selected? Indicate your firms approach to managing the project(s) to include dedicated on-site supervision during construction, types of reports, etc. Describe your Quality Control and project commissioning strategy. G. Project Savings and Costs: Indicate your firms approach to projecting the savings associated with the project. Describe the methodology, formulas, and reporting of energy savings. Describe the processes and tools used to effectively project energy savin gs. Describe your firms approach to maximizing savings and controlling costs. Provide examples of your typical overhead and profit associated with energy conservation opportunities. Provide your anticipated overhead and profit for this specific project. H. Financing Source: Describe the sources and types of financing the respondent will use to implement this project. Indicate the prior use and experience with this method of financing. I. Site Survey: Some of the requirements for the Site Survey have been included below. Describe in your response your previous experience and anticipated approach to address these types of issues specifically as related to Wind Turbine Projects. J. Cut Sheet: Please include a cut sheet of Wind Turbines with which your company has previous installation experience. K. Other Information: Provide any other information that you feel would further demonstrate your capability to provide energy saving performance contracting services at LEAD. L. Length: There is no page limit associated with this response, however please try to limit the length to 10 pages plus appropriate attachments. References and Proprietary Information: Submission of a response deems permission to make inquiries concerning the respondent, its officers, and any persons or firms deemed appropriate by LEAD. Data or information will be used by LEAD solely for the purpos e of evaluation and contract negotiations. LEAD will not disclose the information to the general public or other contractors. Inquiries/Questions that arise from respondents prior to response submission and response submission shall be submitted to Huntsville via email or mail. The point of contact for this project is Earl Johnson, Emai l: earl.w.johnson@hnd01.usace.army.mil, phone: (256) 895-1789 or mail: Department of The Army U.S. Army Corps of Engineers Engineering & Support Center, Huntsville, ATTN: CEHNC-CT-S (Earl W. Johnson), 4820 University Square, Huntsville, AL 35816. Response submission shall be no later than May 4, 2007. Late responses will not be considered.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01274369-W 20070418/070416220800 (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.