Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

28 -- RECOVERY TAS::14 1035::TAS Project Number 135346 - Replace Fire Alarm System at Historic Museum, TAS Project Number 92689 - Install Combined Power and Heat Generation System, and TAS Project Number 136608 - Install Photovoltaic Panels.

Notice Date
7/7/2010
 
Notice Type
Sources Sought
 
Contracting Office
Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
 
ZIP Code
22203
 
Solicitation Number
98210RY007cr
 
Response Due
7/21/2010
 
Archive Date
7/7/2011
 
Point of Contact
Christina Carter-Kurant Contract Specialist 7033582147 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Section 1605 of the ARRA requires that none of the appropriated funds may be used for the construction, alteration, maintenance, or repair of a public building or a public works project unless all of the iron, steel, and manufactured goods used in the project is produced in the United States, or unless a waiver is provided to the recipient by the head of the appropriate agency, here at FWS. A waiver may be provided if FWS determines that (1) applying these requirements would be inconsistent with the public interest; (2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron, steel, and the relevant manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. Massachusetts is one of several Northeast states that has a climate change action plan which calls for significant CO2 emission reductions by 2020. Integral to that plan is a wider adoption of non-emitting renewable sources of electricity. Wind power is currently the most practical source of renewable energy to meet that goal. The Massachusetts' Renewable Portfolio Standard (RPS) requires an increasing amount of the electricity sold in the Commonwealth to come from renewable electricity, including wind power. RPS is also one of the major policy tools put in place to meet the CO2 reduction goals under the climate change plan. This project, while small, would contribute towards achieving those goals. The proposed wind turbine is expected to generate an average of 3,000 kW hours of electricity annually. Lowell National Historic Park, Massachusetts (MA) is proposing to construct a foreign manufactured wind turbine system which consists of two (2) turbines manufactured by Kestrel Wind Turbines, a subsidiary of Eveready LTD and manufactured in South Africa. The turbines include one (1) Kestrel 1kW HWT and one (1) Kestrel 600W HWT, rated at a peak total power of 16kW DC. The turbine is approximately 25ft. above the roof of the building, with 20 ft. being the minimum height the turbine can be above any obstruction. The output from the two turbines will be combined in a DC load center and routed to a battery bank as well as an optional grid tied inverter. The interconnection point will be inside the main switchgear at the end of the buss and will be connected per the 2008 National Electrical Code 690.64B. The horizontal wind turbine (HWT) system will use a monopole tower system to secure the turbines 40 ft. from the ground level. An inverter/charger will convert the DC electricity produced by the wind turbine systems to AC power compatible with the utility grid. It is a 2.5kWac, 120Vac, one-phase unit that controls the batteries and allows them to be charged by the grid when there are times of little to no wind. The inverter has been approved by the California Energy Commission (CEC). Interconnection to the existing building's electrical distribution system will be on the load side of the main service per 2008 NEC 690.64(A), unless otherwise determined. U.S Fish & Wildlife Service, Contracting and Facilities Management seeks sources which are in compliance with Section 1605 of the ARRA and can provide the wind units specified below: PERFORMANCE AND DESIGN REQUIREMENTS:The photovoltaic system will be 12.0 KW capable of producing rated power and include the related electrical system components and grid connected equipment to make a complete installation. The wind power system will be a stand alone system and charge a battery backup system that will power new LED exterior lights. The new utility vehicle will be an electric Mortrec E-266 or an approved equal. The new utility lift electric vehicle will be a 12 Volt "Patriot" aerial arm-lift by TG Industries with a working height of 23 feet and a dump box accessory or an approved equal. INTERFACE REQUIREMENTS:The photovoltaic system will be a 12.0 KW system designed and built to interface with the existing electrical system at the Maintenance Shop. It will be a grid-connected system that will turn the meter at the shop backwards; the contractor will be responsible for securing a grid interconnect agreement with National Grid. The photovoltaic system will be mounted on a portion of the roof which will modification per the existing structural drawings. The new 1.5 KW wind power system will be a stand alone system that will provide power for exterior DC LED lighting on the east wall of the Maintenance Shop and have a battery backup capability of 880Ah with ventilated area for the battery system. The contractor will also submit an application to the Commonwealth Solar (CS) program administered by the Massachusetts Technology Collaborative for rebates under the CS program. Rebates will be in the name of the Park. MODIFICATIONS REQUIRED: 1. The Work includes designing, purchasing and installing the Photovoltaic System on the roof of the Maintenance Shop located at 220 Aiken Street in the location shown in the attached pictures. The new wind units will be located at the rear of the Maintenance Shop and off the north-facing wall. 2. The new photovoltaic system will be installed on the roof of the maintenance shop with new connections and conduit into the facility. The roof will need additional structural work per existing drawings. The new wind power system will be installed at the north-facing side of the shop on separately footed poles that are strutted to the exterior wall of the shop. The new vehicles will be delivered FOB to the maintenance facility at 220 Aiken Street, Lowell, MA with all the requisite warranty information. 3. The electrical connections and all required accessories to interconnect the solar panels to the meter (and grid) in the Shop and to feed the standalone exterior DC lights. COMPONENTS REQUIRED:a. New 12KW Evergreen Solar 170 watt solar panels or an approved equal.b. New 1.5 KW wind turbines - one (1) 500 watt and one (1) 1 IKW Bergey turbines or an approved equal.c. New electric utility cart vehicle and electric lift cart vehicle as specified above including warranty information.d. Two (2) new charging stations to charge the new 12 Volt electric vehicles wired off the existing shop electrical panels.e. All required equipment, connections, hardware, etc. to make a complete and functional installations. PERFORMANCE REQUIREMENTSAll work and component items shall be manufactured, tested and installed in accordance with the latest editions of applicable publications and standards of the following organizations: 1. International Society of Electrical Engineers (ISEE)2. Standards American Society of Testing and Material (ASTM).3. Underwriters' Laboratories, Inc. (UL)4. Insulated Power Cable Engineers Associates (IPCEA).5. National Electrical Manufacturers Associates (NEMA).6. lnstitute of Electrical and Electronic Engineers (IEEE).7. American National Standards lnstitute (ANSI). 8. National Fire Protection Association (NFPA).9. National Electrical Code (NEC)10. Massachusetts Electrical Code (MEC)11. Commonwealth of Massachusetts State Building Code (SBC)12. Insulated Cable Engineers Association (ICEA) DESIGN REQUIREMENTS:1. The items shall have a design life of 25 years minimum.2. The items shall be readily accessible for ease of maintenance and require minimal maintenance with proven performance track records.3. The items shall interface with the existing electrical system at the shop.4. The lighting controls will be stand-alone for the exterior lights.5. The panels will be secured to the roof with a non-invasive flat roof mounted system such as Schott's Sunroof FS System or an approved equal that provides a minimum of 23 pounds per square foot resistance to wind uplift and 40 pounds per square foot for snow loads. All elements to be installed in accordance with the manufacturer's recommended instructions.6. The items, under normal use, shall have a minimum warranty of one (1) year from project acceptance or be replaced by the contractor. All interested parties shall submit or email responses to the following: Christina Carter-Kurant, Contract SpecialistU.S. Fish & Wildlife ServiceContracting and Facilities Management - R94401 N. Fairfax Drive, Suite 7118-43Arlington, VA 22203 Email: christina_carter-kurant@fws.gov Response must be received by Close of Business June 22, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/98210RY007cr/listing.html)
 
Place of Performance
Address: Lowell National Historic Park, MA
Zip Code: 018521029
 
Record
SN02197979-W 20100709/100707234741-ebfa36a052de2c18be0c3d49eeb5f583 (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.