Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
DOCUMENT

A -- FY 17 Research and Development (R and D) for Facility Systems - Attachment

Notice Date
7/24/2017
 
Notice Type
Attachment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
Solicitation Number
N3943017R1977
 
Response Due
8/23/2018
 
Archive Date
9/7/2018
 
Point of Contact
Bruce Caldwell 805-982-3520 David Cook
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) under FAR 6.102(d) (2) and 35.106. A formal Request for Proposals (RFP), other solicitation, or additional information regarding this announcement will not be issued. This announcement is open for 365 days from the date of publication. Proposals may be submitted at any time date during this period: FAR Part 35 restricts the use of Broad Agency Announcements (BAAs), such as this, to the acquisition of basic and applied research and that portion of advance technology development not related to the development of a specific system or hardware procurement. Contracts made under BAAs are for scientific study and experimentation directed towards advancing the state of the art and increasing knowledge or understanding. This announcement seeks out technologies and methodologies that are new, innovative, advance the state-of-the-art, or increase knowledge or understanding to support NAVFAC EXWC/Public Works (PW) Business Line. NAVFAC EXWC/PW reduces total facility ownership costs by standardizing best technical practices, solutions, material, and processes to support the lifecycle of Navy and Marine Corps facilities while meeting operational and readiness requirements. The Energy and Public Works department is comprised of 6 divisions: Facilities Management, Energy Management and Engineering, Utilities Management and Engineering, Geothermal Program Office, Mobile Utilities Support Equipment, and Base Support Vehicles and Equipment. These divisions support the PW Business Line through NAVFAC Subject Matter Experts who provide technical solutions for naval facilities, reducing costs with emphasis on Secretary of the Navy (SECNAV) goals of reducing energy consumption, increased renewable energy use, and increased energy resiliency. Energy related functions within the PW Business Line include: testing and evaluation of energy storage technologies, micro-grids, critical power, fuel cells, local generation, alternative fueled vehicles, energy savings performance contracting, renewable energy, building efficiency, water conservation, and utility infrastructure studies and improvements. NAVFAC EXWC/PW provides specialized services including: 1) Utility and Energy program management, financing, planning, and engineering development; 2) Operation, maintenance and sustainment of Navy facilities; 3) Development and implementation of policies and guidance to deliver energy and utility related products and services; 4) Strategic liaison with military services, federal agencies, professional and technical organizations, and academia. Technologies and methodology shall address one of the following topic areas: TOPIC NO 1: RENEWABLE ENERGY. RDT and E of technologies related to the generation of energy and power from renewable resources to include but not limited to: a) wind energy; b) solar energy; c) wave energy; d) waste energy; e) geothermal energy; and f) biomass. TOPIC NO 2: ENERGY STORAGE. RDT and E of technologies related to energy storage to include but not limited to: a) electro-chemical batteries; b) mechanical systems; c) thermal storage; e) hydrogen and other chemical gases; and f) liquid fuel. TOPIC NO 3: BUILDING EFFICIENCY AND COST SAVINGS. RDT and E of technologies related to building energy efficiency, water conservation, and cost savings. Technologies of interest include but are not limited to: a) HVAC systems; b) building insulation; c) lighting; d) windows; e) building digital data control and SCADA systems; and f) water conservation and filtration. TOPIC NO 4: MICROGRIDS AND SMART GRIDS. RDT and E of technologies related to micro-grids, smart grids, and power management to include but not limited to: a) cybersecurity; b) utility grid power quality improvement; c) power grid resiliency and UPS; d) power distribution and transmission; and e) grid simulation, modeling and characterization. TOPIC NO 5: ALTERNATIVE FUEL VEHICLES. RDT and E of technologies related to the advancement or alternative uses of a) electric vehicles; b) hydrogen fuel cell vehicles; c) hybrid electric vehicles; d) natural gas powered vehicles; and e) biofuel vehicles. TOPIC NO 6: DISTRIBUTED POWER GENERATION. RDT and E of technologies that would advance and facilitate the implementation of local distributed power generation devices, to include but not limited to: a) fuel cells; b) micro-turbines; c) Alternative and green energy combustion power plants including flex-fuel and biofuel technologies; and d) combined heat and power. ABSTRACT SUBMITTALS TO THIS BAA CAN BE MADE USING THE ABSTRACT FORM. Submissions should be made via the NAVFAC EXWC/PW BAA e-mail: navfac_exwc_PW_BAA@navy.mil. Submission process: This announcement is for abstracts/white papers only. Abstracts shall identify the specific topic area that the submission addresses with relevant Product Service Code (PSC) code located at http://support.outreachsystems.com/resources/tables/pscs/. Each abstract must be specific to one of the topic areas. Multiple submissions are acceptable. Abstracts will be evaluated on relevance and merit. The abstract may be supplemented by resumes and lists of relevant publications and prior experience with the technology and methodology. Abstracts will be evaluated thoroughly by a Government Technical Evaluation Board (TEB) to select technologies and methodologies with potential benefits to the Navy. The TEB will consist of engineers, scientists, environmental specialists, and regulatory personnel with experience in specific energy technology areas. Abstracts will not be evaluated against each other since each possesses a unique technology with no common work statement. When an abstract aligns with customer need and funding, the NAVFAC contracting office may request a full proposal. Additional guidance will be provided at that time, including cost and pricing submittals in addition to a more comprehensive technical submission. Technical Evaluation: Unsuccessful abstracts will not receive a detailed description of reasons for rejection due to anticipated volume of submissions. Unsuccessful full proposals will receive a debriefing in accordance with FAR Part 15. Awards will be in the form of contracts. Average contract duration is one (1) to three (3) years. The government may choose to fund a base period with options. The abstracts will be evaluated based on the following CRITERIA, of approximately equal weight: 1). TECHNICAL APPROACH: The scientific/technical merits and objectives of the abstract, in terms of Naval relevance. All proposals must demonstrate an approach that will achieve a DOD Technology Readiness Level (TRL) of 5/6, and successfully manage risk while achieving technological advancement. Provide an explicit, detailed description of the approach. If options are included, describe appropriate research activities which would commence with subsequent options. The abstract should indicate what tasks are planned, how and where the work will be conducted, a schedule of major events, and the final product(s) delivered. Offeror ™s effort should attempt to determine the technical feasibility of the proposed concept. Methods planned to achieve each objective or task should be discussed in detail. This section should be a substantial portion of the abstract. 2). PRINCIPAL INVESTIGATOR ™S and KEY MEMBER ™S RELATED EXPERIENCE: The qualifications, capabilities, and experience of the principal investigator, team leader, and/or key personnel who are critical in achieving objectives. Principal investigators and key personnel should be identified in the proposal as such. 3). SAFETY: NAVFAC requires the offeror to provide their Experience Modifier Rate (EMR) and Days-Away-Restrictions-Transfers (DART) ratings. Safety is an integral and important part of NAVFAC contracting. If the offeror does not have an EMR/DART rating, they should state this and provide rationale. See NAVFAC Acquisition Supplement (NFAS) 15.304. Any work on Naval installations must comply with US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1. 4). OFFEROR ™S EXPERIENCE: Related experience, techniques, or unique combination of these that are integral factors in achieving the offeror ™s proposed objectives. Experience will be assessed based on both relevance and confidence. 5). COST/PRICE: Cost relative to the proposed scientific/technical approach and deliverables. 6). NAVY BENEFIT AND IMPACT: Expected benefits of reduced total ownership cost, projections of the number of Navy sites or facilities where the proposed technology could be deployed, and life cycle cost advantages over current approaches. IMPORTANT NOTE: An Offeror is required to register with the System for Award Management (SAM). No award will be made to any offeror that is not registered. Registration may take up to three weeks. SAM may be accessed at https://www.sam.gov. NOTES: 1). An eligible abstract does not guarantee a contract. 2). The preceding data should be sufficient for completing the abstract form. 3). There are no additional solicitation documents applying to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in the BAA program must follow these instructions to submit an abstract. 4). There is no commitment by the Navy either to make any contract awards, or to be responsible for any money expended by the Offeror before a contract award. 5). As no funding for contracts has been reserved in advance, NAVFAC EXWC will be sharing qualified abstract with other Federal Government activities to seek sites and funding. Technical and cost proposals submitted under BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The cognizant Program Officer and other Government scientific experts will perform the evaluation of technical proposals. 6). Eligibility notification will be sent to all contractors, who have submitted an abstract, after the Navy ™s TEB has reviewed all abstracts submitted by an INTERNAL PERIODIC CUT-OFF DATE. The INTERNAL PERIOD CUT-OFF DATE may occur several times within the period from the BAA announcement to the closing date for receipt of abstracts. 7). Awarded contracts containing scopes of work that require construction may require payment or performance bonds in accordance with FAR 52.228-15. 8). For questions regarding this BAA, contact NAVFAC EXWC ACQ71, 1100 23rd Ave., Port Hueneme, CA 93043 or via email: navfac_exwc_PW_BAA@navy.mil. 9). If the Offeror does not receive a notification of abstract receipt, the Offeror should contact or e-mail NAVFAC EXWC using the address or e-mail address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90539593b631ac7746da95b48eb1fb59)
 
Document(s)
Attachment
 
File Name: N3943017R1977_BAA_Abstract_SubmitForm_FY17.docx (https://www.neco.navy.mil/synopsis_file/N3943017R1977_BAA_Abstract_SubmitForm_FY17.docx)
Link: https://www.neco.navy.mil/synopsis_file/N3943017R1977_BAA_Abstract_SubmitForm_FY17.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVFAC EXWC
Zip Code: 1000 23rd Avenue, Port Hueneme, CA
 
Record
SN04593226-W 20170726/170725085738-90539593b631ac7746da95b48eb1fb59 (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.