SOLICITATION NOTICE
R -- ELECTRIC CAR FEASIBILITY STUDY
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK07198223Q
- Response Due
- 5/30/2007
- Archive Date
- 5/15/2008
- Small Business Set-Aside
- N/A
- Description
- NASA/Kennedy Space Center (KSC) has a requirement for an ELECTRIC CAR FEASIBILITY STUDY detailed in the Statement of Work (SOW) below: STATEMENT OF WORK (SOW) Electric Car Feasibility Study A. BACKGROUND The Kennedy Space Center (KSC) leases approximately 1300 vehicles from General Services Administration (GSA). These consist of both general purpose and special purpose vehicles including sedans, pickup trucks, vans, buses, tractor trailer rigs, ambulances, and law enforcement vehicles. These vehicles are primarily used in the Launch Complex 39 area, Industrial area, and the Cape Canaveral Air Force Station (CCAFS) to support payload, Shuttle, and expendable launch vehicle operations. KSC is currently exploring ways to reduce the fleet as well as respond to Executive Order 13423 that requires the Agency to reduce the consumption of petroleum. One option is to integrate the use of battery powered electric vehicles (BPEV) into the overall transportation strategy. The geographic considerations and the variety in use are major factors in determining the appropriate size and placement of the electric cars. Recognizing that electric cars have limited range and require strategically placed recharge stations, it is important that these factors be analyzed and applied to KSC?s situation. In addition, KSC does not currently have an infrastructure that readily supports the technology or maintenance requirements associated with electric cars. Therefore, KSC is considering ways to cost effectively optimize the use of electric vehicles in replacement of gasoline vehicles in the KSC vehicle fleet. This will help the center to move closer to meeting the Executive Order. B. OBJECTIVES The contractor shall: 1. Develop a short term strategy to incorporate a small fleet of battery powered electric vehicles (BPEV) into the KSC vehicle fleet as a demonstration project. Include recommendation for fleet size. 2. Develop a long term strategy that optimizes (number and type) the use of electric cars in the KSC fleet. 3. Recommend a Center-wide infrastructure for charging stations, to include photovoltaic charging. 4. Recommend car maintenance and support infrastructure. C. SCOPE OF WORK The study contractor shall include the following in their analysis: 1. Determine the types of cars required, their manufacturer(s) and availability a. Compare reliability considering type and manufacturer b. Determine manufacturer?s ability to provide vehicles and long-term sustained technical and logistics support 2. Define maintenance options and associated cost a. Compare major maintenance locations (or a combination) i. On-site - maintenance contractor comes on site vs. on site contractor ii. Off-site ? commercial sites outside boundaries of KSC b. Consider turn around times for each car type and impact to service c. Define the type and frequency of routine and major maintenance actions 3. Determine the KSC infrastructure needed to support the recommended options and the placement strategy 4. Perform a comparative analysis considering manufacture claims and actual vehicle range between charges (KWH/mile) 5. Establish a utilization strategy, considering: a. Operational requirements of vehicles and organizations b. Vehicle range (distances) c. Recharging stations d. Optimum distance per charge per vehicle type e. Maximum speed f. Passenger capacity g. Strategic placement of cars in certain locations h. Recommended short term and long term start up fleet size 6. Compare vehicle safety ratings 7. Identify environmental benefits such as reduction in emissions per mile when compared to a similar gasoline powered car. 8. Perform a business analysis to address capital investment, life cycle costs, and payback projections compared to using gasoline powered vehicles 9. Calculate the cost per mile 10.Calculate the yearly operating cost for electric vehicle (cost per year, based on a five year period) 11.Compare the yearly operating cost of an electric vehicle to a similar gasoline vehicle (based on a five year period) D. CHANGE MANAGEMENT Any changes to the scope of work or deliverables of the contract must be submitted in writing by the study contractor and approved by the Contracting Officer. E. DELIVERABLES AND SCHEDULE The contractor shall document and provide the Contracting Officer Technical Representative (COTR) the following deliverables: 1. Mid- term ? narrative and presentation report to include: a. Study status b. Issues and concerns c. Cost, budget, and schedule updates 2. Final report ? narrative and presentation report to include: a. Overall study results and conclusions b. Recommendations for short term and long term implementation c. Recommendations for potential future study All deliverables shall be submitted on a Microsoft Office format CD. The deliverables identified in this effort shall be clear, concise, accurate, and submitted in accordance with the established timeline. This study contract is short in duration, therefore frequent and clear email and phone communication is imperative and encouraged. F. APPROACH AND METHODOLOGY The contractor shall determine the data requirements and the methodology to successfully execute this SOW. The contractor shall interface with the COTR to address interface issues beyond the contractor?s control. G. PERIOD OF PERFORMANCE Work will commence at contract award and conclude after the duration of six (6) months. ----------------------------------------------------------------------------------------- ------------------- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than 05/22/2007. (Prospective quoters shall notify this office of their intent to submit a quotation). It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). An ombudsman has been appointed - See NASA Specific Note "B".
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#124800)
- Record
- SN01295398-W 20070517/070515221747 (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 |