Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

A -- Molten Carbonate Fuel Cell System

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
93555-6100
 
Solicitation Number
N6893605R0046
 
Response Due
8/30/2005
 
Archive Date
10/30/2005
 
Point of Contact
Sue Casey (760)939-4115 Theodore W. Fiske (760)939-8182
 
E-Mail Address
Sue Casey
(sue.casey@navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division China Lake Ca intend to procure up to 1 megawatt molten carbonate fuel system, as a 100% small business set aside, firm-fixed price contract. The Government intends procure for test purposes 500 kw with option to purchase an additional 500 kw, for a total of 1 megawatt. The Request for Proposal will be issued in accordance with FAR Part 12. This turnkey project is to test and evaluate the operation and performance of a molten carbonate fuel cell power system integrated with the system at a location to be defined in the solicitation. The system will provide combined heat and power to support base load requirements while also providing environmental and energy security benefits. Demonstration of reliability and interoperability with existing facility electrical and mechanical systems is a key objective. Selected operational parameters will be monitored, recorded, and analyzed and reported over a time period of 36 month! s. The work will be done in phases. Phase I will be the siting. The contractor shall be responsible for obtaining all permits, environmental requirements and utilities to prepare site, install and operate system. The site will be set up for 1 megawatt, even if the Government only procure 250 - 500kw as the base requirement. Phase II will be the MCFC Power system installation. The MCFC power system shall meet the following technical requirements: 1) The MCFC power system shall operate directly from natural gas by reforming the fuel internally to the fuel cell to produce hydrogen. 2) The MCFC power system shall utilize both heat and electrical output (CHP) to maximize power output efficiency. 3) The system shall have a net power output as follows - (i) Power plant rating - 250KW minimum (each fuel cell) (ii) 375 KVA (iii) voltage 480 VAC. The MCFC power system shall operate directly from (natural gas) by reforming the fuel internally to the fuel cell to produce hydrog! en. The MCFC power system shall utilize both heat and electrical output to maximize power output efficiency. The contractor shall install the following instrumentation/data logging devices on the MCFC power system, including, but not limited to 1) total operating hours, 2) outages with duration, dates, and times, 3) fuel consumption, 4) water consumption, 5) power output including KW and Mbtu, instantaneous and cumulative 6) total Kwh, 7) load profile and 8) total load hours. The contractor shall commission the MCFC power system by demonstrating start up and steady state performance of the system. The contractor shall demonstrate that the MCFC power system meets all factory performance requirements. Phase III System test and evaluation. The contractor shall operate and maintain the MCFC system for a period of 36 months or until the fuel stack fails. The contractor shall be responsible for all maintenance. The contractor shall provide 1) interrogation of the power s! ystem once daily to record it operating status, 2) display data on a Web based project site, 3) collect data on an hourly basis, and 4) store data on a monthly basis before overwriting. Upon completion of the test and evaluation period, the contractor shall remove all the MCFC power system equipment that was installed under this contract and restore the site to its original condition. All responsible sources may submit a response, which will be considered by the agency. A Statement of Work will be included with the RFP which will be issued on or about 30 Aug 05 and will close 15 Sep 05. The RFP will be available for downloading at http://www.neco.navy.mil/. All correspondences shall be address to Sue Casey and reference the RFP number N68936-05-R-0046. You may submit correspondences via email to sue.casey@navy.mil, fax 760-939-3095 or US mail to Commander, Code 220000D, Attn Sue Casey, 429 E Bowen Rd Mail Stop 4015, Naval Air Warfare Center Weapons Division China La! ke CA 93555-6108. See note 1. NAICS Code = 335312 Place of Performance = To be determined and identified in RFP Set Aside Default is N/A = 100% SB NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/dept2/N6893605R0046/listing.html)
 
Record
SN00871035-F 20050817/050815212849 (fbodaily.com)
 
Source
FedBizOpps.gov 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.