SOURCES SOUGHT
Y -- Pruchase and Install two separate renewable energy projects to power existing groundwater treatment systems
- Notice Date
- 11/6/2008
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U. S. Army Engineer District, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-09-X-0001
- Response Due
- 11/20/2008
- Archive Date
- 1/19/2009
- Point of Contact
- Rachael Raposa, 978-318-8249<br />
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest and availability of firms (any size) to include: HUBZone, Service-Disabled Veteran-Owned, Small Business, Large Business concerns, etc. for the installation of two separate renewable energy projects to power existing groundwater treatment systems. Each project will consist of one wind turbine generator (WTG) of approximately 600 kilowatts (kW) faceplate capacity. Both projects will be located within the boundaries of the Massachusetts Military Reservation (MMR). The NAICS code for this procurement is 237130 with a size standard of $33.5M. PROJECT DESCRIPTION The contractor shall provide all labor and materials, equipment, means, and operations necessary to purchase and install the designated wind turbines and related features. Although the conceptual design specifies use of 600 kW turbines, the government will accept an equal turbine that meets the physical, functional, and performance characteristics. Any turbine make and model proposed must be able to produce, at a minimum, 900,000 kWh per year at an average wind speed of 6.0 m/s at 65 meters as demonstrated by the manufacturers energy production curve. Turbine height at the highest point of the blade shall not exceed a total height above ground of 290 feet. Only one turbine per project will be considered, and both projects must utilize identical turbines of the same make and model. Only new turbines will be considered. The Government has a preference for a domestic product (turbine). Interested parties who can provide either a domestic or non-domestic product (turbine) should submit. The resultant contract will include the Buy American Act. Turbine installation shall include installation of all grounding/bonding equipment and materials necessary to protect the turbines from lightning and other hazards and must meet the manufacturers requirements and any applicable codes. Soil at MMR is typically very sandy leading to relatively high electrical resistance. More subsurface equipment might be needed at MMR than is usually required elsewhere to disperse lightning energy. One year warranty against all defects shall be included in the construction cost. An additional 4 year warranty shall be provided for both turbines starting at the end of the first year of operation. Operation and maintenance of the turbines for five years shall be included. This includes all preventative mechanical maintenance and trouble shooting as the need arises to keep the turbine operable no less than 95 % of the available time. The contractor shall coordinate with the local utility and ensure that all permits and codes are followed. Utility interconnection equipment for both projects must be in accordance with NSTAR requirements and include local shutoff/restart capability and metering. Turbines will be metered to provide instantaneous kW and totalized kWh for each system appropriate for net metering applications. Obtaining interconnection agreements is the contractors responsibility Otis Air National Guard Base is, in part, an active airfield. As such FAA requirements for lighting the towers must be met. It shall be the contractors responsibility to provide and maintain the required lighting. The contractor shall provide training to at least six people of the Armys choosing in the operation and maintenance of the system. This training may be recorded by the Army for later use. Training should include simple operations features and troubleshooting as well as emergency procedures. Trained on-site personnel employed by the Army or its contractors will supplement the contractors routine monitoring of the turbines including stopping and restarting as needed. On-site personnel will not conduct mechanical maintenance. As part of Operations and Maintenance, the contractor shall equip each system with radio based remote monitoring equipment including all equipment and software necessary for web based monitoring of each turbine. Reception equipment shall be installed at a location on MMR. Monitoring parameters must include current wind speed and direction, current energy production, and hourly, weekly, monthly, yearly, and lifetime energy production for both projects. Also, the output shall include a calculation of emissions avoided and pollution/greenhouse gas equivalencies. The Army will obtain approvals from the various on-base military commands and other base occupants as necessary, including the FAA, for construction of the turbines. All turbine locations will be cleared of unexploded ordinance prior to mobilization. PRIOR PROJECT EXPERIENCE The contractor should demonstrate their experience/capabilities in the following areas: "Must have installed at least 2 free standing wind turbines of at least 100 kW faceplate capacity. "Must be trained and certified by the manufacturer of the specified wind turbine in the operation and maintenance of said turbine. "Must have staff on the team experienced in and responsible for operation and maintenance. "The turbine manufacturer selected must have at least 2 of the same make and model turbine successfully operating in North America "Must demonstrate the financial capability necessary to procure the two wind turbines. "Must be able to complete construction (wind turbine projects are generating electricity in routine operating mode) in nine calendar months from the notice to proceed. Interested firms should submit a capabilities package as required above. The package should also include the following: business classification size (e.g. HUBZone, small business, large business, etc.), demonstrated expertise and qualifications in performing the work requirements stated above. Specifically include in the package documentation of prior project experience to include points of contact including telephone nos. (customer) for each project, resumes of key personnel, prior working relationship with turbine manufacturer and/or manufactures experience operating in North America using at least 2 of the same make and model turbines as proposed and financial capability ( 2006/2007 financial statements), etc. Submission should not exceed 20 pages. Responses are due November 19, 2008. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Ms. Rachael Raposa. All questions regarding this sources sought announcement should be directed to the identified point of contact. The Government will not pay for any material provided in response to this market survey nor return the data provided. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5049a4a2af51558f5f562397d7479d13&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, New England 696 Virginia Road, Concord MA<br />
- Zip Code: 01742-2751<br />
- Zip Code: 01742-2751<br />
- Record
- SN01701589-W 20081108/081106214749-5049a4a2af51558f5f562397d7479d13 (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 |