Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SPECIAL NOTICE

99 -- ECM Development & Execution

Notice Date
5/27/2011
 
Notice Type
Special Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008011RXXXY
 
Archive Date
7/15/2011
 
Small Business Set-Aside
N/A
 
Description
THE 2007 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE APPLICABLE TO THIS PROCUREMENT: 221 UTILITIES THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Facilities Engineering Command, Washington (NAVFAC-W) intends to award a sole source contract under the authority of 10 U.S.C 2913 which allows the Navy to enter into agreements with a gas or electric utility companies to design and implement cost-effective demand and conservation incentive programs (including energy management services, facilities alterations, and the installation and maintenance of energy savings devices and technologies by the utilities) in order to address the requirements and circumstances of the installation. This contract is referred to as a Utility Energy Savings Contract (UESC). For purposes of qualifying under this notice, an entity must meet the definition of a Utility before an agreement can be initiated. UESCs are contracts that allow utilities to provide their federal customer agencies with comprehensive energy and water efficiency improvements and demand reduction services. In this contract NAVFAC-W requests that the utility: 1.Provide Utility Energy and Water Surveys, 2.Provide Financing for Energy and Water Conservation Measures, 3.Provide the Feasibility Study for the proposed measures, 4.Provide complete detailed Engineering & Design Package, 5.Provide all Construction & Installation, 6.Provide Project Management, 7.Provide proof of performance, 8.Provide commissioning, 9.Provide Measurement & Verification, 10.Provide Training if necessary for any installed equipment, and 11.Provide possible O&M Services for installed equipment. Proposed energy and water conservation measures may include improvements and additions to: 1.Building envelope, 2.HVAC controls, HVAC equipment, distribution and water heating systems, 3.Lighting, lighting controls and power systems, 4.Energy management and control systems, 5.Heat reclaim systems, 6.Renewable energy systems, 7.Compressed Air Equipment and Systems, 8.Combined heat and power, distributed energy resources, 9.Large scale ground source heat pump systems, 10.Data Centers included servers, etc, and 11.Metering and sub-metering when they are an acceptable ECM. The proposed procurement is for Energy Conservation Measures, as well as Compressed Air and Steam System Overhauls in accordance with supplied surveys, via a no-cost preliminary energy audit. This project provides for energy efficiency upgrades at various locations at NSA South Potomac, Indian Head, Indian Head, MD. The primary goal of the project is to reduce energy and water consumption by implementing life-cycle cost effective energy conservation methods and increased energy efficiency equipment as well as and provide more sustainable building infrastructure at NSA Indian Head. These improvements will be accomplished by proposing, installing and testing, new energy saving technologies to be installed, The preliminary audit will require on-site building investigation and evaluation to determine if any significant energy conservation opportunities exist and whether further detail energy analysis is warranted. The Government may elect to proceed with further phases under the UESC which include but are not limited to the feasibility study phase; the engineering and design phase; the implementation phase. The process requires that the responsible Utility must have the ability to provide or obtain financing on terms at least as good as those available to customers in a comparable service class, or with a comparable risk profile. Therefore, contractor will not receive compensation until completion of the implementation project, and payments will be based on a long-term (15 year) amortization schedule. Interested utilities may identify their interest and ability to meet the requirements stated herein and may submit their corporate capabilities for consideration. The submission must include the NAICS code and Cage Code. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Contracting Officer. Responses to this posting must be submitted to peter.kho@navy.mil in PDF format no later than June 15, 2010. All narratives shall be no longer than twenty-five (25) pages in length. Any pages after page twenty will not be evaluated. Point of Contact: Peter Kho, Contract Specialist, Phone (202) 685-3134.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008011RXXXY/listing.html)
 
Record
SN02459029-W 20110529/110527234202-4cbf27a43327cf0fc77c9622f362395c (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.