SOURCES SOUGHT
35 -- Wind Technology Development
- Notice Date
- 6/13/2011
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of Energy, Washington TRU Solutions LLC, WIPP, P. O. Box 2078, MS-971-01, Carlsbad, New Mexico, 88221, United States
- ZIP Code
- 88221
- Solicitation Number
- 06012011
- Archive Date
- 7/26/2011
- Point of Contact
- Roberta Bruce, Phone: 5752348207
- E-Mail Address
-
roberta.bruce@wipp.ws
(roberta.bruce@wipp.ws)
- Small Business Set-Aside
- N/A
- Description
- New Mexico and Texas Energy Initiative: Wind Technology Development Solicitation Number: 06012011 Agency Department of Energy Office: Washington TRU Solutions, LLC (DOE Contractor) Location: Waste Isolation Pilot Plant (WIPP) Notice Type Sources Sought Posted Date June 9, 2011 Response Date July 11, 2011 4:00 pm Original Set Aside N/A Set Aside N/A Classification Code Y --Construction of structures and facilities NAICS Code 236 - Construction of Buildings/ 236210 - Industrial Building Construction 221119 - Electric power generation, wind / Power generation, wind electric 237130 - Alternative energy (e.g., geothermal, ocean wave, solar, wind) structure construction / Wind power structure construction SUBJECT: SOURCES SOUGHT NOTICE Project New Mexico and Texas Energy Initiative: Wind Technology Development in a Less-Than-Optimal Setting, at the Waste Isolation Pilot Plant (WIPP), Carlsbad, New Mexico. Washington TRU Solutions, LLC (WTS), is seeking interested parties for the competitive procurement of a renewable energy facility, to be located on US Department of Energy (DOE) property at the Waste Isolation Pilot Plant (WIPP), near Carlsbad, New Mexico. Background The WIPP is located in Eddy County in the Chihuahuan Desert of southeastern New Mexico, 26 miles east of Carlsbad. The WIPP safely disposes of the nation's defense-related transuranic radioactive waste 2,150 feet underground in a stable salt formation. The WIPP is a DOE facility that is managed and operated by WTS. General Scope Description Electricity is a required utility as the WIPP relies on electrical power to perform the functions of the Plant. The objective of the New Mexico and Texas Energy Initiative's wind technology development is to augment the current source of electric power at a DOE facility (using existing federally withdrawn land) with a renewable source such as wind energy. WTS is seeking a private entity to design, construct, and operate a wind facility on Government property, and in parallel, to provide research and development of the wind technology in a less-than-optimal wind setting. This project shall provide turnkey Contractor services for WTS and be financed by the selected source. These services shall be for the design, equipment & material procurements, construction, start-up testing, plant personnel training, operation, and completion of project closeout documentation (such as submittal of as-built drawing "mark-ups"). The project may also provide a research and development opportunity for the National Wind Resource Center (NWRC) to perform research and educational opportunities to further the use of new wind energy technologies, with a specific focus on development of technologies that are effective in a less-than-optimal wind setting. The NWRC or an associated research entity shall have use of the data collected from the wind technology to promote energy technology development, performance, reliability and effectiveness as part of the research effort. Wind Requirements •1. Design-Construct-Operate a 3 MW name plate (NP) generating capacity wind technology on Government property to include: •1.1. Design/Purchase/Installation of new wind turbine generators (WTGs). WTGs shall utilize current technology and have a generating capacity between 1.5 - 3.0 MW. •1.1.1. Design/Construction/Installation of electrical distribution lines and transformers for connection of the WTGs. •1.1.2. Design/Construction/Installation of electrical distribution lines connecting the WTGs to WIPP distribution substation(s). •2. WTGs to be Constructed/Installed on Government owned property. •3. Wind Developer and Subcontractors shall comply with WIPP Security and site access requirements and the Wind Technology Development will be located within designated area of 16 mi 2 (41.4 km 2 ) tract of federally withdrawn land. •4. WTGs to supply power for WIPP use. •5. If project includes research and development, the WTG's will be available for research capabilities: •5.1. Turbine operations to be interrupted as needed for equipment change out and instrumentation purposes. •5.2. Turbine operations to be interrupted as needed for testing, instrumentation, maintenance, or training purposes. •6. Final location of WTGs (including height), size, and design of wind technology to be approved by WTS, DOE, and Federal Aviation Administration (FAA). The FAA application will be submitted for approval by the DOE. •7. WTGs construction shall include installation of roads, supervisory control and data acquisition (SCADA) system, signage, fences, and other needed infrastructure for access and maintenance. •8. WIPP is located in a Class 2 Wind Power area. Meteorological data are available for the proposed site. •9. The Developer shall be responsible for warranty and maintenance for the determined warranty period and maintenance for the useful life of the WTG's. •10. Any future expansion of the Wind Technology Development project shall be on Government owned or Government controlled property up to 20 MW Average Generating Capacity (AGC). •11. Any future expansion on Government owned property will require coordination with DOE. •12. Power generated from future expansion above the 3 MWs NP shall be the property of the developer. The successful contractor will be required to submit a cutover strategy plan that identifies how electrical power will be provided to facilities during construction activities and how electrical power will be cutover from the existing system to the new. The new wind technology development shall be installed such that both systems (new & existing) can remain operational independently and/or connected together. The maximum duration for facility outage to perform the actual cutover is limited and will require coordination with WIPP. We are seeking firms that would be interested in performing as the prime contractor. If you are interested, please send your responds no later than July 11, 2011 to the primary point of contract listed below. Estimated Cost Range $3 million to $7 million Place of Performance Waste Isolation Pilot Plant New Mexico, United States Primary Point of Contact Roberta Bruce, CPPB, CPPO Procurement Specialist Washington TRU Solutions LLC Contractor for the U. S. Department of Energy P. O. Box 2078 - MS-971-01 Carlsbad, New Mexico 88221 PH: 575-234-8207 FAX 575-234-6034 E-MAIL: roberta.bruce@wipp.ws
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a2f2c46d6220285d6bd0006275396c01)
- Place of Performance
- Address: WIPP Site, Carlsbad, New Mexico, 88221, United States
- Zip Code: 88221
- Zip Code: 88221
- Record
- SN02471295-W 20110615/110613234614-a2f2c46d6220285d6bd0006275396c01 (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 |