Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
MODIFICATION

59 -- Existing Photovoltaic Systems Need To Be Expanded

Notice Date
7/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCNM7100-11-03039srg
 
Archive Date
7/30/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1 - ADDITIONAL INFORMATION The bids submitted will be all inclusive labor, Materials, permits etc. For the photovoltaic contract we are trying to achieve the highest kW/dollar value. This would include keeping the existing system and supplementing it with the new addition to hopefully achieve close to 100% of the facilities power requirements. COMBINED SYNOPSIS/SOLICITATION Existing Photovoltaic Systems Need To Be Expanded (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCNM7100-11-03039srg. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541990. The business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Existing Photovoltaic Systems Need To Be Expanded (VI) Description of requirement is as follows: This survey will be for implementing an economic valuation survey to collect information regarding the public's preferences for protection and recovery of the Cook Inlet population of beluga whales. (VII) Period of performance shall be from date of award through January 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the Lowest Priced Technically Acceptable quote which meets all the Government specifications in the Statement of Work. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (37)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.204-9, Personal Identity Verification of Contractor Personnel. (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (AUG 1989) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on July 25, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or fax number which is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 4:30 p.m. MST, July 18, 2011. STATEMENT OF WORK Expansion of Photovoltaic Systems Requisition: NCNM7100-11-03039 SPECIFICATIONS INCLUDING THE ABILITY TO RESPOND TO MAINTENANCE AND REPAIR WITHIN 24 HOURS OF NOTICE. SUMMARY NOAA requires the expansion of its 1) 16.2kW photovoltaic (PV) system and 2) 4.3kW PV system. Both systems are 3-phase, 208, 4 wire, net-metered and located at the NOAA Hawaiian Islands Humpback Whale National Marine Sanctuary facility in Maui. BACKGROUND The following existing photovoltaic systems need to be expanded in order to increase the capacity to generate electricity from solar energy. The goal is to produce enough electricity from the PV system in order to fully power the Kihei facilities. There are three buildings on site and all can be used for PV. Currently, the Sanctuary Learning Center and masonry building have PV systems installed on their roofs. The 2-story building currently does not have any PV installed on it. 1. 16.2 kW PV system Located atop of the Sanctuary Learning Center and is comprised of: (72) SunPower 225 Watt modules (3) Sunny Boy 7000US Inverters (1) Sunny WebBox w/ weather elements The meter is located on the east side of the building 2. 4.3kW PV system Located atop the masonry building and is comprised of: (24) SOLAREX MSX60 modules (24) SOLAREX MSX120 modules (1) Sunny Boy 4000US Inverter (1) Sunny WebBox The meter is located on the west side of the 2-story building but will be relocated later this year to the north side. Meter measures the combination of energy usage on both the masonry building and the 2-story building. REQUIREMENTS The existing PV systems should be expanded so that the Kihei facility can achieve 100% (as practical) generation of power from solar energy. 1. Expansion of Existing 16.2kW System • The 16.2 kW system shall be expanded to maximize the use of the roof space of all south-facing slopes except the center 8:12 slope face. • Modules shall be SunPower 240 W panels. • Inverters shall be Sunny Boy SMA brand, sized accordingly. • All components of the system shall interface with existing system to include the WebBox and Sunny Portal online monitoring system. 2. Expansion of Existing 4.3kW System • The 4.3kW system shall be expanded to maximize the use of the roof space of the south slope of the Masonry building and south slope of the 2-story building. • Modules shall be SunPower 240 W panels. • Inverters shall be Sunny Boy SMA brand, sized accordingly. • All components of the system shall interface with existing system to include the WebBox and Sunny Portal online monitoring system. Permitting Contractor is responsible for all permits, applications, equipment and work. Contractor shall be responsible for all cost associated with permitting, application, and fees with the county, city, and MECO. Both systems are net-metered with the local utility company. Warranty Contractor shall warranty all installation and work for at least five years. Contractor shall be a SunPower authorized installer. Manufacturer warranties shall be provided for all equipment (25 years for Panels / 10 years for Inverters). Contractor shall install all equipment in accordance with manufacturer's recommendations. Safety The contractor is responsible for ensuring the work is carried out in a safe manner that is in compliance with all local and federal codes. This includes applying for any required permits and ensuring all equipment meets required standards. The contractor is also responsible for marking off work area to keep public traffic away and safe. IT Security Requirements The C&A requirements of clause 73 do not apply, and that a Security Accreditation Package is not required. The contractor will not have access to any government owned equipment or be furnished government privileged information. Site Coordination The contractor will work closely with the NOAA Facilities Coordinator and will deal with him, or his representative, only for all issues related to the job. At no time shall other staff be authorized to dictate the scope of work or make changes to the work plan, schedule, or access in or around the work area. The contractor shall meet daily with the coordinator to inform him of the job schedule, what areas are off limits to staff and public traffic, and any problems related to the job. LOCATION: NOAA 726 S. Kihei Rd Kihei, HI 96753 CONTACT: Paul Wong Operations Coordinator (Honolulu) Office 808-397-2651 x251, Fax 808-397-2650 Bids All bids shall be itemized to list associated costs for: Materials Labor End of Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCNM7100-11-03039srg/listing.html)
 
Place of Performance
Address: NOAA, 726 S. Kihei Rd, KIHEI, Hawaii, 96753, United States
Zip Code: 96753
 
Record
SN02511365-W 20110728/110726235837-daf9ccf5606b162c2c93a0da0364d272 (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.