SOLICITATION NOTICE
36 -- Cell Flow Battery Energy Storage System
- Notice Date
- 5/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- N00244 FISC SAN DIEGO PORT HUENEME DETACHMENT 3350 PATTERSON ROAD, Bldg 801 PORT HUENEME, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0126
- Response Due
- 6/28/2011
- Archive Date
- 7/13/2011
- Point of Contact
- Lenette Santana 805-982-2193
- E-Mail Address
-
POC email
(lenette.santana@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-51 and DFARS DPN 20110518. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339999 and the Small Business Standard is 500 employees. The Fleet Industrial Supply Center San Diego, Port Hueneme Office, requests responses from qualified sources capable of providing: CLIN 0001 “1.0 MWH Regenerative Fuel Cell Flow Battery based Energy Storage System (ESS) for the Naval Outlying Landing Field San Nicholas Island (SNI), 1 Each The ESS system must meet the following specifications: 1. The Regenerative Fuel Cell Flow Battery shall be modular with an energy capacity not less than one mega watt-hour (1.0 MWH) of delivered electricity at the system point of connection. Modular shall be defined as the being composed of standalone units sized no less than 50 kWH. 2. The flow battery shall be capable of being discharged at 250 kW from any state of charge (SOC) excepting 0%. The flow battery shall also be capable of being charged at 250 kW from any SOC excepting %100. The flow battery shall not suffer any loss of performance for charge/discharge at any SOC. 3. The flow battery shall operate normally in ambient temperatures from 0 to 50 degrees C. 4. The ESS controller shall be bi-directional and have the capacity to provide various control modes for the flow battery, as well as, integrate other forms of generation (specifically, but not exclusively, Wind and Solar Photovoltaic). Standard features shall include, but not be limited to, the following: Grid-connect Reactive Power (kVar) Grid-connect Inverter Power (kW) Off-grid Inverter Voltage & Frequency DC Voltage Control (Load & Battery) Renewable Generation Source Inputs Conventional Generation Source Inputs Remote / Onsite Communications & Alarms 5. The controller/system shall include a transformer for grid connection at 4160 volts. 6. The Contractor shall provide an enclosure that can withstand the harsh, corrosive environment of SNI (ref. MIL-HDBK-1110). 7. The entire system shall be delivered assembled and housed in the enclosure. The ESS/enclosure shall fit on a 30 ™ x 50 ™ standard concrete pad. 8. The contractor shall offer an 18 month warranty for all work and equipment. 9. The contractor shall provide a comprehensive documentation package including, but not limited to, drawings and manuals. Delivery is required no later than 140 days after contract award. Delivery is Port Hueneme, CA. System delivery shall be in at most two (2) pieces with only minor assembly tasks remaining (i.e., connecting two halves of enclosure/system together, minor wiring, filling with electrolyte, etc.). Approximately 30 days after delivery to Port Hueneme the contractor shall be required to prepare the system for grid connection on SNI. The Government will provide transportation for the contractor to and from SNI. Contractor shall provide all necessary materials, equipment and labor to set-up, assemble, test, check out, troubleshoot and prepare system for grid connection on site at SNI (i.e., remove packaging, torque fasteners, add electrolyte, adjust settings, make adjustments, etc.). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items (JUN 2008), Subparagraph (c) of the referenced provision is changed to 90 days; 52.212-2, Evaluation - Commercial Items (JAN 1999), the fill-in for Subparagraph (a) is: The factors are listed in order of importance. Non-price evaluation factors, when combined, would be significantly more important than Price. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (II) PAST PERFORMANCE (III) PRICE The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. Offerors ™ proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate past performance as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures, drawings or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. In addition, each offer shall address each of the system requirements. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. Offerors ™ PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(10), will be used to make a determination of whether the offeror has an acceptable record of past performance. A proposal that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of quality of the product, timely delivery, and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years. The evaluation may take into account past performance information regarding predecessor companies and subcontractors that will perform major or critical aspects of the requirement. Offers that lack relevant past performance history will receive a neutral rating for this factor. Any Offeror ™s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government. Thus, the Contracting Officer may determine it is an unsuccessful proposal when compared to the proposals of other offerors. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. 52.212-3, Contractor Representations and Certifications (AUG 2009) ALT I (APR 2002); 52.212-4, Contract Terms and Conditions - Commercial Items; Addendum to FAR 52.212-4 “ The following clauses are hereby incorporated by reference or full text as appropriate:252.204-7004, Central Contractor Registration (52.204-7) ALT A; 52.247-34, F.O.B. Destination; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses are applicable to Subparagraph(b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concers 52.219-9, Small Business Subcontracting Plan 52.219-16, Liquidated Damages--Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Rports on Veterans 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications “ Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items and the following applicable clauses for Subparagraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea All responsible sources may submit an offer which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors are reminded to include a completed copy of 52.212-3 and its Alt. I with the offer. All quotes shall include price(s), FOB point, a point of contact, name and phone number, CAGE code, tax identification number, GSA contract number, if applicable, business size, and payment terms. Quotes will be accepted via email submitted to: lenette.santana@navy.mil. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. This announcement will close at 12:00 PM PST on 28 June 2011. Contact Lenette Santana who can be reached at 805-982-2193 or email lenette.santana@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0126/listing.html)
- Record
- SN02458922-W 20110529/110527234100-927bcda396bf75a00bebd2f1f8f4496f (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 |