Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

Y -- Wind Turbine Energy Building 311A at the Naval Support Activity, Mechanicsburg Pa.

Notice Date
1/25/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008512B5016
 
Response Due
3/13/2012
 
Archive Date
4/30/2012
 
Point of Contact
Betty Ann Staab 215-897-2613 David Rhoads at 215-897-4345
 
Small Business Set-Aside
N/A
 
Description
The WTGS shall include a 5 KW AWEA-rated HAWT or larger, ground mounted on a 90 ™ steel monopole and a VAWT with a minimum 1.2 KW AWEA-rating, ground mounted on a steel monopole with final installed system height not to exceed 50 feet above finished grade. Final installed height shall not exceed 120 feet above finished grade for any component of the WTGS. Both turbines shall include a separate fuse protected disconnect switch within 3 feet of the base of the tower foundation to quickly de-energize the WTGS system. Any controls necessary to physically stop the wind turbine from spinning shall be located within 3 feet of the base of the tower foundation. Any controls that must be installed outside shall be installed in a NEMA 4X enclosure. The WTGS shall include all power conversion and control components necessary for a fully functioning system to produce 208Y/120 volts, 60 Hz, AC power. The WTGS shall include an energy monitoring kiosk in the lobby of Building 311A that shall display wind speed, direction, current power produced, and keep a 12 month history of all metrics. The energy monitoring kiosk shall be capable of receiving inputs from both wind turbines and from 5 separate solar projects to be awarded separately. The energy kiosk shall be capable of providing data to the internet through either Navy Marine Corps Internet or an installed 3G Cellular-enabled device. All WTGS components shall be Buy-American Compliant in accordance with Section 10 (a-d) of Title 41 of the United States Code. Provide a pier-type reinforced concrete foundation for each wind turbine, designed by a registered structural engineer, hired by the pole manufacturer, assuming 1500 psf allowable soil bearing pressure. The contractor shall hire a registered professional geotechnical engineer to evaluate the soil bearing stratum at the proposed wind turbine location to verify the assumed allowable soil stresses. The approximate solicitation release date is 9 February 2012. The estimated cost range is between $250,000.00 and $500,000.00. The North American Industry Classification System (NAICS) Code is 238210 and the size standard is $14 million. Bidders shall submit with their bid, a 20% bid bond. The solicitation is issued as Unrestricted. This will be a firm fixed price contract and the performance period will be One Hundred Sixty Five (165) days after notice of award. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the internet and the address is http://www.neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the Navy Electronic Commerce Online (NECO)( website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. All technical inquiries may be addressed to Betty Ann Staab at e-mail address Elizabeth.staab@navy.mil or via fax to (215) 897-6932. In accordance with the provisions of DFARS 252,204-7004, REQUIRED CENTRAL REGISTRATION, bidders must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the bidder will make a bidder ineligible for award. Bidders and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via internet at http://www.ccr.gov The contractor shall have the following experience: a) Design and installation of at least three renewable energy system installations to include at least one 5 KW WTGS installation. b) Demonstrated experience working in an occupied facility. c) Submit evidence that key personnel have successfully completed the minimum tasks. List information by project and include the following: Resume of contractor team member in leadership position (i.e. Project Manager, Construction Manager, Lead Engineer or Construction Superintendent). Name of Facility owner. Mailing address, telephone number, and telex number (if non-US) of facility owner. Name of individual in facility owner ™s organization who can be contacted as a reference. Location, size and description of installed renewable energy system. Dates work was carried out.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008512B5016/listing.html)
 
Place of Performance
Address: Naval Support Activity, Mechanicsburg, Pa
Zip Code: 17050
 
Record
SN02660966-W 20120127/120125234651-4ff3756d7b9676f6343f3ff14a3fa69e (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.