SOURCES SOUGHT
99 -- DTFANM-12-R-00193 - Notice of Opportunity, FAA Western Service Area Energy Savings Performance Contract (ESPC), Multiple Locations
- Notice Date
- 8/30/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-530 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-12-R-00193
- Response Due
- 8/30/2013
- Archive Date
- 9/14/2013
- Point of Contact
- Gary Yount, 425-227-1177
- E-Mail Address
-
gary.yount@faa.gov
(gary.yount@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This solicitation is restricted to energy service companies who are current Department of Energy ESPC indefinite delivery/indefinite quantity (IDIQ) contract holders. The purpose of this web-posting is to give advance notice of a pending Notice of Opportunity (NOO). This web-posting currently includes draft text from a mature version of the NOO, including tentative scope, solicitation dates, and vendor selection criteria. The FAA intends to post an official, final version of this NOO to this website by about September 14, 2012. DRAFT TEXT FROM PENDING NOO Subject: Notice of Opportunity - FAA Western Service Area Energy Savings Performance Contract (ESPC), Multiple Locations - DTFANM-12-R-00193 1.The Federal Aviation Administration (FAA) seeks an energy and water conservation project. The FAA owns and operates over 10,000 facilities nationwide that provide the infrastructure for mission critical staff and equipment. The FAA invites energy service companies (ESCO) who are current Department of Energy ESPC indefinite delivery/indefinite quantity (IDIQ) contract holders to submit a written response (Expression of Interest) to this Notice of Opportunity (NOO) to be considered for this project. Upon consideration of all responses received, the FAA intends to select one or more Energy Service Companies (ESCO) to determine the most advantageous bundle of facilities, probably in the form of a preliminary assessment, with the expectation of performing an ESPC on those facilities, as ultimately determined by the FAA. The FAA seeks to implement projects to improve energy and water efficiency, increase on-site renewable energy generation, reduce greenhouse gas emissions, and achieve components of the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings, using the Department of Energy's ESPC contract vehicle. The FAA anticipates a two-phased scope. a.Phase 1. An energy and water conservation project including facilities in the states of Alaska, California, Hawaii, Idaho, Montana, Oregon, Utah and Washington. Reference the attached site information packages, the FAA is currently considering approximately forty-eight facilities in these locations for evaluation by selected ESCOs, and will establish a final number based upon these evaluations, which will likely take the form of one or more preliminary assessments. The actual project may take the form of one or more notices-of-intent-to-award and/or task-order awards. b.Phase 2. Energy and water conservation projects with a potential for as many as four separate notices-of-intent-to-award and/or task-order awards over approximately a five year period to possibly include facilities in Neveda, Arizona, Guam and America Samoa. 2.The facilities under consideration are manned, unmanned and of varying sizes up to 100,000 square feet. These facilities primarily house Air Traffic Control operations including but are not limited to: a.Air Route Traffic Control Centers (ARTCC), Combined Radar Approach Control (CERAP), Terminal Radar Approach Control Facilities (TRACON): Large, staffed facilities that provide air traffic control service to aircraft operating within controlled airspace. b.Airport Traffic Control Towers (ATCT): Large, staffed terminal facilities that provide air traffic control services to aircraft operating in the vicinity of an airport using air/ground communications, visual signaling, and other mission essential devices. c.Smaller, staffed or unstaffed NAS operations support - buildings or structures associated with Airport Surveillance Radar (ASR), Air Route Surveillance Radar (ARSR), Approach Lighting Systems (ALS), Remote Center Air/Ground (RCAG), Remote Communication Link Repeater (RCLR), Next Generation Radar (NXRAD), Non-Directional Beacon (NDB), Remote Transmitter Receiver (RTR), and Very High Frequency Omni-Directional Range (VOR) systems. 3.It is important that interested ESCOs have specific qualifications in addressing, mitigating, and working within the unique challenges of operational environments, and have the ability or can obtain and manage subcontracts with the capability to do energy and water efficiency upgrade installation in such facilities. Interested ESCOs will be required to arrange for themselves and their subcontractors facility access which meets both FAA and federal security requirements. 4.Work Scope - Energy Conservation Opportunities. The FAA is interested in pursuing energy and water conservation opportunities including renewable energy systems and technologies. The selected contractor will be asked to explore and recommend technologies for possible inclusion in a task order award. The ESCO selected to submit a proposal should confirm this and any other data as required. To facilitate management between the FAA and the ESCO, the FAA also seeks to include a Resource Energy Manager stationed in Seattle, Washington, for the term of the contract. 5.Site visits. ESCOs may request a site visit taking place anytime between October 1, 2012 and February 28, 2013, by contacting the FAA POCs below at least three weeks prior to their desired site visit date. Limit of three attendees per ESCO. Primary POC:David J Powers david.j.powers@faa.gov(425) 203-4762 Secondary POC:Nick Mirhaydarinick.mirhaydari@faa.gov(425) 203-4665 6.Questions. All contractors proposing this project desiring an interpretation or clarification of the specifications, drawings, contract terms and conditions must make the request by e-mail to FAA Contracting Officer Gary Yount at gary.yount@faa.gov. Alternately, you may fax your written questions to (425) 227-1055. Telephone questions will not be accepted. The requestor shall provide a company name, point-of-contact name, address and telephone number; as well as a return e-mail address or fax number. The Contracting Officer is the only person authorized to make clarifications, interpretations, or changes to this solicitation. Questions are due not-later-than 4:00 PM Pacific Time on March 15, 2013. 7.Proposal Content. Interested ESCOs shall submit a proposal which includes: a.A narrative description on how your organization will help the aforementioned ATC operation support facilities to optimize its energy and water savings and on-site power generation potential in a cost effective manner. The on-site power generation is envisioned to be via a Photovoltaic (PV) up to 3.0 MW capacity system which utilizes the unimproved and/or partially improved land (and potentially parking lot and walkway covers) at the facility. b.A one page capability statement summary. c.A specific response to the technical evaluation criteria (details below). d.Price factors (details below). 8. Technical Evaluation Criteria. Proposals will be evaluated as either "acceptable" or "not acceptable" on the basis of the three technical criteria below. The FAA is seeking the best combination of technical attributes and price, and will consider strengths and weaknesses of the various "acceptable" technical proposals. Thus, within the pool of technically acceptable contractors competing for this contract, a contractor with a stronger technical proposal and higher price may be awarded the contract over a contractor with a weaker technical proposal and lower price. Technical Criteria 1: Technical Capability to Perform Energy-Savings Project. Please include the following: a.Identify your company's strengths, and why these qualifications should provide the FAA with superior results over other ESCOs. b.Design and implementation team members and your approach towards interfacing with the FAA Team throughout the ESPC process. Identify key personnel assigned to this project: Provide resume information including pertinent data related to years of experience, employment history, education, training, accomplishments, licenses, certificates, etc. c.Company strategy on the inclusion of renewable energy systems, and when these measures are not economically or technically feasible for a project. d.Your company's energy related contract experience; knowledge of rebates/incentives available in subject; approach to include rebates/incentives in ESPC financial package; demonstrated ability to obtain energy rebates/incentives. e.Skills in allocating and directing personnel and resources, and management of subcontracts. f.Compliance with applicable regulations, obtaining required permits, and responsiveness to clients inquires. g.Experience in design and installation of energy conservation measures, including renewables. h.Ability to maintain accurate estimation, meeting cost savings targets. i.Experience and special considerations of work completed by your company at an occupied, 24 hours-a-day, 7 days-a-week facility that is executing a real-time, operational mission. Provide related experience, with an emphasis on construction experience at occupied, operational facilities such as hospitals, airports, and/or schools, where construction operations took place while normal facility operations continued, and high security areas dependent upon the uninterrupted, 24/7 use of energy consuming equipment, such as air traffic control (ATC) data processing, communications and radar. j.Problems and solutions utilized to mitigate difficulties you have encountered on previous projects and how you managed them. k.Risks involved with these projects and how you propose to manage them (the appropriate balance of risks between the contractor and the FAA). l.The impact of this project, if awarded to your company, would have on your company in terms of the ability to accomplish the work without exceeding fiscal or manpower resources. Technical Criteria 2: Capability to Perform Solar Photovoltaic (PV) System Project. Please provide answers to the following: a.What experience do you have in design and installation of ground based and covered parking and walkway PVsystems? b.Provide a list of solar PV projects that are comparably sized to the proposed 1.0 to 3.0 MW PV system. Include the following information for EACH project: 1)Duration of installation 2)Date of system completion 3)Location of installation 4)Technical challenges 5)Payback term 6)Financial vehicles used and challenges 7)Point of Contact at customer's location 8)Include size of systems designed and installed c.What are the top design and installation challenges for PV systems in various states and how do you plan to mitigate them? d.In the event that a new structure / building is erected and overshadows all or a part of a PV system what would your proposed remedy be to this issue? e.Provide any PV covered parking and walkway area safety concerns. For example, have you experienced any traffic accidents? If so, provide in detail the cause of the accident, impact to the canopies, precautions taken to prevent future occurrences etc. f.Identify the subcontractors to whom your firm will issue RFPs (including selection criteria to be used) for site design, interconnection engineering, environmental issues, project management, and operations and maintenance. g.FAA will not provide or maintain any "all-risk" property insurance covering the PV system installed on FAA property. Nor will FAA name the Provider as the loss payee. Please indicate how your firm will address risks/responsibilities associated with the above. h.On a 1MW or larger PV project, identify possible opportunities to buy down the rate e.g. rebates, tax incentives, etc. Please indicate whether there are transaction costs associated with the above, and please quantify them. i.How will you beneficially share with FAA the power production tax credits, accelerated deprecation, various Clean Energy Initiative rebates and other applicable incentives? j.How will this project be financed, internally or externally? 1)Explain your financing strategy and advantages. How will it benefit FAA? 2)Are you capable/willing to bring forth 3rd party equity financing? 3)Are you willing to self finance? If so, explain how you would structure the ownership of the project under ESPC to comply with Federal Contracting Regulations, while allowing the federal incentives enacted under the ARRA to enhance the project's value to the FAA? 4)Describe what advantages self-financing would provide to FAA. k.Provide an estimated simple payback term under an ESPC for this project based on similar sized solar PV projects that you have completed. l.Provide an estimated cost of energy ($/KWh) under a Power Purchase Agreement (PPA) / Energy Services Agreement (ESA) based on a similar sized PV project that you have completed. Please specify whether any incentives were utilized to achieve the economics, indicate which incentives were applied, and how they were leveraged in the proforma. Technical Criteria 3: Past Performance. Provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The FAA may contact additional past performance references, at the agency's discretion, in addition to those provided by an ESCO in response to this notice. 9.Price Factors. Please include pricing information related to your last three awarded ESPC or energy savings related contracts. a. Percent of Profit. b. Percent of Indirect Expenses (Overhead). c. Percent of Project DES Expense. d. Percent of Rebates/Incentives Guaranteed. e. Hourly Rate (including fringe benefits) of Project Manager (Developer). f. Hourly Rate (including fringe benefits) of Senior Project Engineer. g. Hourly Rate (including fringe benefits) of Construction Manager. h. Current Company Credit Rating. 10.Submission Date and Place. The due date for receipt of offers is 4:00 PM Pacific Time on April 30, 2013. Two hard-copies of your submission should be mailed to the Contracting Officer at the following address. Interested vendors are asked to limit the volume of the material submitted to only the pertinent information requested. The FAA desires a maximum of 40 pages, not including resumes. However, the FAA requests that ESCOs strictly limit their submission to the number of pages they require to address the proposal content. a. ESCOs wishing to submit an offer, modification or withdrawal through the U.S. Postal Service, Certified and Registered mail, Special Delivery, or U.S. Postal Express Mail shall be addressed to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH ATTN: GARY YOUNT, ANM-52 1601 LIND AVENUE S.W. RENTON, WA 98057 b. Hand Carried Offers, Modifications, And Withdrawals: HAND-CARRIED offers, modifications or withdrawals of offers, and modifications or withdrawals of bids, HAND DELIVERED by other types of express mail services (Commercial Carrier, e.g. Federal Express, United Parcel Service, Airborne Express, etc.) SHALL be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRATION CUSTOMER SERVICE CENTER (FIRST FLOOR) ACQUISITION MANAGEMENT BRANCH ATTN: GARY YOUNT, ANM-52 1601 LIND AVENUE S.W. RENTON, WA 98057 11.ESCO Evaluation/Selection. Following the review of the above requested material, the FAA will select one or more ESCOs intends to select one or more Energy Service Companies (ESCO) to determine the most advantageous bundle of facilities, probably in the form of a preliminary assessment, in accordance with terms and conditions set forth in the IDIQ contract. The FAA will select the contractor that best meets the needs of the FAA considering technical capability, price factors, and past performance. a.Based upon responses to this notice, the FAA will select the responsible offeror whose proposal conforms to the solicitation terms and conditions, and represents the best value to the FAA. The FAA reserves the right to award on initial offers without discussions or to conduct one-on-one discussions, at the option of the FAA, with one or more offerors, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. The FAA may reject any and all proposals and waive informalities or irregularities in proposals. The FAA is seeking the best combination of technical attributes and price, and will consider strengths and weaknesses of the various "acceptable" technical proposals, based upon responses to this notice. Thus, a contractor with a stronger technical proposal and higher price may be awarded the contract over a contractor with a weaker technical proposal and lower price. b.A prospective offeror must submit a complete proposal response as described above. All proposal areas must be fully addressed. The offeror should ensure that the submissions required are complete and accurate. A negative response is required in the event of no experience for a particular area, or for any item that is not applicable. Any omission or partial and vague responses may lead to the rejection of the offeror's proposal without discussions with the offeror. The FAA reserves the right to use and evaluate any and all available information pertinent to any offeror and its subcontractors, in addition to the data incorporated in the proposal. c.Offerors shall participate in this solicitation with the express understanding that the FAA shall not pay any proposal preparation or other costs related to the submission of proposals or otherwise incurred by offerors in anticipation of a contract or subcontract pursuant to this notice. Offerors shall participate in this notice solely at their own risk and expense. The FAA reserves the right to cancel this notice at any time prior to execution of a contract, and to reject any or all proposals received. 12.Applicable FAA Clauses and Provisions. 3.1-1 Clauses and Provisions Incorporated by reference (July 2011) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://conwrite.faa.gov. (End of clause) 3.2.2.3-1 False Statements in Offers 3.2.2.3-6 Submittals In The English Language 3.2.2.3-11 Unnecessarily Elaborate Submittals 3.2.2.3-12 Amendments to Screening Information Requests (SIR) 3.2.2.3-13 Submission of Information/Documentation/Offers 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals 3.2.2.3-16 Restricting Disclosing and Using Data 3.2.2.3-17 Preparing Offers 3.2.2.3-18 Prospective Offeror's Requests for Explanations 3.2.2.3-19 Contract Award 3.9.1-2 Protest After Award 3.9.1-3 Protest
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-12-R-00193/listing.html)
- Record
- SN02862166-W 20120901/120831000308-205b75b81b641c5a418686fdb1036a86 (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 |