Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

B -- Technical Support Services for Solar Photovoltaic Project

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RP-0071
 
Response Due
9/7/2007
 
Archive Date
9/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number SB1341-07-RP-0071 is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 541690. The National Institute of Standards and Technology has a requirement for technical support services for the Solar Photovoltaic Project. A. Background Information NIST is in the process of characterizing a new solar flash simulator and then using it to evaluate different methods for testing and rating photovoltaic products. A qualified contractor is sought with prior hands-on photovoltaic testing and rating experience. The need for this project was identified as part of the NIST United States Measurement Services (USMS) investigation. B. Purpose and Objectives of the Procurement The purpose of this procurement is to obtain the services of someone who has considerable hands-on experience and can immediately contribute to characterizing the NIST solar flash simulator and take the lead on conducting tests that explore the effect of using progressively different testing and rating procedures. Within the contract period, the objectives are to explore the limits and quantify the spectral and total irradiance performance of the solar simulator for Standard Rating Conditions testing, qualifying reference modules based on infrared imaging, conducting a series of preliminary tests that lead to the development of a first-generation protocol for using a reference module to calibrate the simulator (limited to single-junction modules having silicon crystalline solar cells), and then applying that protocol on a group of test specimens. C. Tasks 1 ? Solar simulator spectral measurements: Contractor shall assist with deploying a high-speed spectroradiometer to measure the spectral distribution of the NIST long-pulse solar simulator. Contractor shall evaluate and document spectral characteristics of the NIST solar simulator: from flash to flash, center of test plane versus edge of test plane, impact of two levels of the capacitive stored charge setting, impact of two interference gratings, impact of separation distance between lamp and test plane (center and edge), impact of the EADS Astrium adjustable filter when fully deployed and when halfway deployed, effect of masking the test sensor with a large-area module, and variation of spectrum for one set-up configuration over multiple weeks. 2 ? Solar simulator total irradiance measurements: The Contractor shall evaluate and document the spatial variation of the total irradiance within the solar simulator test plane: evaluate for two different separation distances between the lamp and the test plane, two different charge settings, with and with and without one of the interference gratings deployed. For one configuration, the Contractor shall also evaluate the impact of the EADS Astrium filter when fully deployed. 3 ? Deployment of module and monitor cell/reference cell temperature measurement system: The Contractor shall assist with deployment of separate data acquisition system for measuring the backside temperatures of the photovoltaic module (reference or test specimen) and the simultaneously deployed monitor or reference cell. The Contractor shall investigate the temperature distribution observed over the backside of two selected test modules using a minimum of 10 temperature sensors. The Contractor shall consider both the single-flash case and a multi-flash case using 5 flashes. The Contractor shall make recommendation for the maximum number of sensors needed and guidelines for the placement of those sensors on future test specimens. The Contractor shall report the range of temperature rise observed. Initially, the Contractor shall make recommendation based on applications to single-junction modules using crystalline silicon cells. 4 ? Solar simulator test table enhancements: The Contractor shall assist with modifications to the test table used to create the test plane. Planned modifications include: (1) add support elements to accommodate flexible photovoltaic panels, (2) create a test plane that is ?marked? using a LED/light pointer, (3) table ?feet? jacks to permit a mechanism for varying the height of the table top by as much as 5 inches so that test specimens of different thicknesses can be more readily positioned with their photovoltaic cells in the designated test plane, (4) stable mounting mechanism for the reference/monitor cell so that it can be positioned anywhere in the test plane, and (5) devising and implementing a mechanism for consistently positioning test specimens within the test plane. 5 ? Develop a first generation test protocol when using a reference module for single-junction modules having silicon crystalline cells: The Contractor shall assist with a design of experiment (something less than a full factorial design) and then conduct testing to help develop a protocol for testing PV modules using a reference module: (1) number of flashes before repeatable lamp performance, (2) minimum time interval between successive flashes, (3) placement of reference module and test module, (4) trace IV curve from open circuit to short circuit or vice versa, (5) separation distance between lamp and test plane, (6) conducting the calibration step based on matching Isc or Pmpp, (7) amount of data points and number of sections of load curve, (8) maximum allowed deviation of total irradiance from target irradiance of 1000 W/m2 for a valid test, (9) maximum deviation of panel temperature from a target temperature of 25??C for a valid test, (10) start reference (based on a certain light intensity level or with initiation of flash) and the duration of the delay thereafter before initiation of IV curve trigger, and (11) duration of IV data collection interval. For now, address items (4) to (11) based on testing single-junction modules using crystalline silicon cells and operating the solar simulator in a single flash mode and with the EADS Astrium filter fully retracted. 6 ? Reference module baseline tests: The Contractor shall conduct baseline IR imaging tests on three polycrystalline and one single-crystalline reference modules and document the results. 7 ? Measure full range of in-house photovoltaic test specimens in accordance with IEC Standard 60904-6: In accordance with IEC Standard 60904-6 and otherwise using the test protocol develop in above Task #5, the Contractor shall conduct testing on a minimum of 40 test specimens to determine their rated performance at Standard Rating Conditions (1000 W/m2, Air Mass 1.5, 25??C panel temperature). The Contractor shall conduct multiple flash tests on each specimen once installed in the solar simulator. The Contractor shall repeat the entire testing process on the entire test specimen population a minimum of 4 times. Time consuming elements will be the careful uncrating and re-crating of test specimens (some of which are very large and heavy) and the initial set-up of each test specimen. 8 ? Progress reports: The Contractor shall prepare a progress report that summarizes the results from each of the above Tasks, 1-7, except Task 4. The Contractor shall submit each progress report in electronic format (MS Word and MS Excel) to the NIST Technical Information Contact (TIC) for review and approval. D. Government Responsibilities The Government shall furnish both the solar simulator and the diagnostic tools and hardware elements needed to conduct the above described tasks. Except for the progress reports, all the work shall be conducted on the NIST Gaithersburg campus as the NIST solar simulator is a large apparatus that cannot be moved now that it has been integrated into a NIST laboratory. The contractor may choose to work on the progress reports at his home office. E. Reporting Requirements and Deliverables See the ?Tasks? section above. F. Program Management and Control Requirements The contractor shall not be allowed out-of-hours access to the NIST campus. All work on the NIST campus must be conducted during normal business hours: 7:00 am to 7:00 pm every weekday, excluding any site-wide closures due to holidays, weather-related closures, or other special circumstances. G. Inspection and Acceptance Criteria The NIST Technical Information Contact (TIC) shall inspect and approve or disapprove all measurement test result submissions as well as each progress report to determine their acceptability and conformance to the contract requirements within two weeks after receipt of each deliverable. Contractor invoices shall be approved for payment based upon the acceptance of said progress reports. H. Contractor Qualifications * Minimum of three (3) years experience (since January 1, 2000) in the area of solar photovoltaic module testing and rating. Experience must include both outdoor and indoor testing; the latter by experience with using a solar flash simulator. * Minimum of three (3) years of experience (since January 1, 2000) working for a solar photovoltaic manufacturer or an industry-recognized photovoltaic module testing laboratory. * Experience (since January 1, 2000) with module testing in accordance with IEC Standard 60904-6. Must have knowledge of the development and application of primary and secondary reference modules. * Experience (since January 1, 2000) operating an infrared camera for the purpose of identifying defects within a solar photovoltaic module. * Experience (since January 1, 2000) working in an environment where quality control measures were implemented and followed. I. Period of Performance Ten (10) months. Performance is expected to begin on or about September 17, 2007. J. Place of Performance Building and Fire Research Laboratory (BFRL) at the National Institute of Standards and Technology in Gaithersburg, MD. Price Quote ? A firm-fixed-price for the ten (10) month effort required to complete the Statement of Work requirements with an estimated level of effort of 900 hours. The resulting purchase order shall be negotiated on a firm-fixed price basis. The award shall be made on a best value basis. Best value evaluation factors, while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-19. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data ? General; FAR 1352.201-70, Contracting Officer?s Authority; FAR 1352.209-72, Restrictions Against Disclosure; FAR 1352.233-70, Harmless from Liability; CAR 1352.239-73, Security Requirements for Information Technology Resources; CAR 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts). All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Statement of Work and provide a written and electronic response to be received no later than 5:00PM on Friday, September 7, 2007 addressed to January Magyar, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640, Gaithersburg, Maryland 20899-1640, January.magyar@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twelve (12) single sided pages. Submit quotes arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01390341-W 20070901/070830220519 (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.