SOLICITATION NOTICE
Z -- UESC Phase 6 Energy Conservation Project for NAS Lemoore, CA
- Notice Date
- 1/23/2014
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, UTILITY/ ENERGY CONTRACT TEAM RAQ1, 1220 PACIFIC HWY, BLDG. 110, San Diego, California, 92132, United States
- ZIP Code
- 92132
- Solicitation Number
- N6247313G1402X002
- Archive Date
- 2/7/2014
- Point of Contact
- Pamela, Phone: (619) 532-1238, Rea Estrella, Phone: (619) 532-1103
- E-Mail Address
-
pamela.frank@navy.mil, rea.estrella@navy.mil
(pamela.frank@navy.mil, rea.estrella@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. The Naval Facilities Engineering Command, Southwest (NAVFACSW) intends to award a Task Order to one source (Southern California Gas Co.) under the authority of 10 U.S.C. 2913, which allows the Navy to enter into agreements with 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 utility companies) to address the requirement and circumstances of the installation. This project will be financed under the Utility Energy Savings Contract (UESC) program as authorized by statute. NOTE: The solicitation will not be made available on this website. This notice is provided for information purposes only therefore FAR 5.203 does not apply. This opportunity is available only to the utility contractor servicing San Nicolas Island under a Utilities Energy Service Contract (UESC) N62473-09-G-5012, Basic Ordering Agreement (BOA), for the installation, replacement, renovation, repair, operation and maintenance of energy conservation measures and consuming equipment. Services shall include, but not be limited to, upgrades to Facilities Management Systems (FMS), installation of energy management systems and direct digital controls, implementation of energy conservation measures, and limited Operation and Maintenance (O&M) services for any energy savings devices and technologies installed under any Delivery Order awarded under this BOA at various navy facilities within the service territory of Southern California Gas Co. Project Description: The proposed procurement is to provide the following: LIGHTING: Retrofit 400W high bay HID lights with 300W T5 fluorescent fixtures with advanced lighting controls at three-bay aircraft hangar B-180. Retrofit T12 fluorescent lamps with T8 lamps across 55 buildings. Retrofit HID exterior wall packs with LED wall packs at 83 buildings. Retrofit 100W incandescents with 13W LEDs at B-43. DDC / EMS (Energy Management System): Upgrade DDC system and replace valves at B-4. Install DDC Controls and gas meter at B-10. Install DDC/EMS supervisory control system in B-43 and B-160. Replace existing pneumatic controls on AHU's and at central plant equipment at B-188. Retrofit controls on six existing DHW heaters and install two new rotary gas meters for 890 and 885. Install individual thermostats in each sleeping room which includes motion and door sensors, maximum and minimum temperature settings, and master control monitoring in barracks 843, 848, 850, 852, 855, 856. The project will also include EMS services for 2 years; these services include the application of energy conservation principles to the operation and upgrade of the building controls and it's connection to base-wide EMS with a focus on EMS commissioning and measurement & verification (M&V) execution. These services shall also include appropriate training and turnover for base personnel. BUILDING ENVELOPE: Install new Exterior Insulating Finishing System (EIFS) on south and west walls (8000 SF of wall space) at B-160. Repair existing EIFS at B-4. HVAC: Retrofit of cooling tower media and chilled water filtration system on existing cooling system at B-43. Retrofit filtration system and replace media on existing evaporative cooling sections of 6 units at B-165. Install new ductwork and VAV boxes at the B-160 clean room in order to utilize new centralized HVAC system and demo existing stand-alone AHU and pumps. Replace existing boiler system with two 750k MBtuh condensing boilers at B-240. Replace existing HHW and DHW boilers with respective condensing boilers and install gas meter at B-860. M&V: A fully detailed M&V plan for each building will be generated during the design phase of the project, and approved before construction begins. Several sets of data will be recorded before and after construction under different building and outside environmental conditions. An M&V report will be provided one year after construction is complete, with guidance for data collection/calculations for follow-on M&V efforts. LIGHTING: The logging of pre-installed hangar bay lighting panel circuits will be utilized for baseline information prior to installation of the new lighting system. Similar sets of data to be taken after construction utilizing lighting control system data. For base-wide lighting installations, energy calculations, spot measurements, and metering will be utilized to verify savings. DDC / EMS: Existing metering, EMS data points, energy calculations, spot measurements, building occupancy rates, and building training hours will be used for base lining efforts. Similar sets of data to be taken after construction utilizing new EMS data points and logging systems in addition to the information sources used for base lining. BUILDING ENVELOPE: Existing metering, EMS data points, energy calculations, spot measurements, building occupancy rates, and building training hours will be used for base lining efforts. Similar sets of data to be taken after construction to verify savings. HVAC: Existing metering, EMS data points, energy calculations, spot measurements, building occupancy rates, building training hours, and public works maintenance records will be used for base lining efforts. Similar sets of data to be taken after construction utilizing new sub-metering in addition to the information sources used for base lining.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247313G1402X002/listing.html)
- Place of Performance
- Address: Naval Air Station Lemoore, 700 Avenger, Lemoore, California, 93246-5001, United States
- Zip Code: 93246-5001
- Zip Code: 93246-5001
- Record
- SN03272518-W 20140125/140123234016-3fe2ee4f0bbfea5c02a4e925e8bd94b3 (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 |