Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2015 FBO #5020
SOLICITATION NOTICE

Z -- Photovoltaic System Upgrade for Hakalau Forest NWR

Notice Date
8/20/2015
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F15PS00921
 
Response Due
9/10/2015
 
Archive Date
9/25/2015
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service has a requirement to design and install an upgrade to an existing hybrid electric power system that supplies electricity to several buildings on the Hakalau Forest National Wildlife Refuge (Hawaii County). Performance period for construction is 90 days from issuance of the notice to proceed. Project is a small business set-aside. Applicable NAICS code is 238210. Small business size is defined as $15 million or less annually when averaged over a three year period. Site Visit: Firms interested in attending a site visit will meet on Monday, August, 31, 2015 at 9:30AM local time. If attending the site visit please contact Cashell Villa at office phone (808) 443-2300, ext 229. A map of the location is provided as an attachment and further instructions can be provided as needed. Work is identified as follows: 1.GENERAL: The US Fish and Wildlife Service, Hakalau Forest National Wildlife Refuge, has a request for services to design and install an upgrade to an existing hybrid electric power system that supplies electricity to several buildings on the Hakalau Forest National Wildlife Refuge. 2.BACKGROUND: The Work Compound on the Hakalau Forest National Wildlife Refuge is powered by a stand-alone photovoltaic system with a standby diesel generator. The system was installed in 2003. Since then additional buildings and other facilities have been constructed on the compound with no increase in PV capability. 3.SCOPE: Provide services to design and install an upgrade to an existing hybrid electric power system that supplies electricity to several buildings on the Hakalau Forest National Wildlife Refuge. More specifically the contractor shall provide all labor, equipment and materials necessary to perform the following tasks: a)Design the upgrade to a complete stand-alone electric power system which includes a bank of deep cycle storage batteries; photovoltaic modules, 10 kw diesel generator set; DC/AC inverters; charge controller; and other components that supply a complete operable working system. Originally installed in 2003, this system was the only power source for a 14-person Staff Residence Building, an 8-person Cabin, a 4-person Research Residence Building and a small shop/garage. Since then an equipment storage building, greenhouse and pumps associated with water catchment tanks have been added to the system. The site is used on a year-round basis. The contractor shall evaluate the existing system and design an upgrade that can meet the demands of the current facilities. The system shall also be designed to allow for future expansion of 25%. The contractor shall have design reviews at the 35% and 95% design stage. b)Install the approved electric power system. This shall include installation of all designed components; electrical components and installation; and any other component and installation needed to provide a complete and operable working system. Provide and supply any and all Operation and Maintenance Manuals, as-built drawings and hands-on training needed for on-site staff to operate and maintain the system in a safe and efficient manner. 4.PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All construction related work is located on the Work Compound of the Hakalau Forest National Wildlife Refuge. Construction work on the project can begin after Notice to Proceed is given. The Period of Performance shall be 90 days. 5.INSPECTION AND ACCEPTANCE: The work shall be done in accordance with the requirements of the minimum requirements of the current edition of the International Building Code and the National Electric Code. The work shall be accepted when all the work is completed as described here within and in accordance with any design specifications. Work will be inspected to assure compliance with the contract documents. But quality control and adherence to all contract requirements is still the responsibility of the contractor. 6.GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: Any historical reports and construction related documents that are in the possession of the US Fish and Wildlife Service associated with the existing facilities shall be made available upon request. Use of restroom facilities shall be made available to the contractor during the period of performance as long as such use is not deemed excessive and does not negatively impact hatchery operations. No other government equipment or materials shall be provided during the contract. 7.SPECIAL NOTICE: A pre-bid site visit shall be scheduled to allow perspective bidders an opportunity to visit the site and talk to station personnel. The visit is not mandatory but it is highly recommended as this will be the only time FWS contract staff and station personnel will be on-site at the same time to answer questions before the contract is awarded. 8.AVAILABILITY: Normal duty hours are Monday through Friday 8:00 am to 4:30 pm. Work shall be performed during these hours unless prearranged with the Refuge Manager. Federal holidays not included. Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on September 2, 2015. Questions will be consolidated and answers provided by issuance of an amendment the following week. Source selection process will be ¿Trade Off ¿ to determine best value based upon the following evaluation criteria: a)Technical capability of item offered to meet the Government requirement spec and based upon the following factors: 1.Worked on 2 solar projects within the last 10 years of similar size and complexity in a remote area that required periods of overnight stays (page limit is one page per project). 2.Worked on 2 projects within the last 10 years on state or federal lands that were part of a wildlife conservation area (page limit is one page per project). 3.Certified licensed electrical/solar energy contractor for the last 10 years in the state of Hawaii (no page limit) b)Past performance (not-to-exceed 4 pages); and c)Price (submit completed bid schedule for design and installation costs) Technical and past performance, when combined, are significantly more important that price. Solicitation Number F15PS00921 with attachments is being posted with this synopsis notice with quotes due by 3 PM PDT on Thursday, September 10, 2015. Quotes must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov or sent be facsimile to (503) 231-6259. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For site visit questions, please contact Cashell Villa at (808) 443-2300, ext 229 or email to Cashell_Villa@fws.gov. For technical questions, please contact Mark Harris at (503) 231-2209 or Mark_Harris@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00921/listing.html)
 
Record
SN03848020-W 20150822/150821000004-2c743918ef5536def37c96f30d80ecdc (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.