Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOLICITATION NOTICE

A -- FY18 Research and Development (R and D) for Energy Systems

Notice Date
10/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
 
ZIP Code
00000
 
Solicitation Number
N3943018R2001
 
Response Due
11/27/2017
 
Archive Date
12/12/2017
 
Point of Contact
None Provided 000-000-0000 Note: NAICS 541712 has been replaced effective 1 Oct 2017
 
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. Abstracts may be submitted at any time prior to the response date. 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 the Department of the Navy ™s goals to increase energy efficiency, reliability, and resilience and/or to reduce total facility ownership costs while continuing to meet operational and readiness requirements. In pursuit of these goals, the Department of the Navy seeks innovations with potential for use at multiple locations that improve electrical systems in any of the ways described in topics 1-4 below. On-base systems also include privately-owned assets, to which the Department of the Navy has access rights under certain grid operating conditions. SECNAVINST 4101.3A establishes that the Resilient Energy Program Office (REPO), in close coordination with the Deputy Assistant Secretary of the Navy for Energy, shall execute energy resilience, alternative energy, and renewable energy projects. Naval Facilities Engineering Command (NAVFAC) shall have administrative control of REPO. Together, and through REPO, these organizations provide technical solutions for naval facilities that would reduce facilities O and M costs with emphasis increasing the energy efficiency, reliability, and/or resilience on naval installations. REPO coordinates, as appropriate with other energy-related functions within other NAVFAC Public Works Business Line include: testing and evaluation of energy storage technologies, microgrids, critical power, fuel cells, local self-generation, alternative fueled vehicles, energy savings performance contracting, renewable energy, building efficiency, water conservation, and utility infrastructure studies and improvements. The technologies or methodology shall address one of the following topic areas. NEED TOPIC NO 1: Energy Analytics for Control Systems (CS) RDT and E of technologies related to deep learning energy analytics of utility monitoring and control systems (UMCS) that are compatible with existing Navy systems. The following energy resources should be considered: Industrial Control Systems “ Distributed Power Generation (both conventional and renewable sources) and Energy Storage Systems Building Control Systems “ Advanced Meter Infrastructure, Building Automation System and lighting controls Examples of an Advanced Energy Analytics System could include: Energy Simulator model running in parallel with UMCS using actual data for continuous calibration of model for refinement. Simulator will be used as a predictive model tool to determine optimal UMCS control configurations under different scenarios. System will work in continuous feedback loop between UMCS data and simulator using the results to create a virtual training log. As optimal configurations are reaffirmed with time the UMCS will directly receive instructions from the training log machine. Simulator will continue to be run working to identify even more precise configuration modifications oSystem shall be designed in such a way that it can be easily replicated and run across many different energy assets with only minor adjustments required for the simulator Virtual Energy Audits based on UMCS data points Predicative Analysis using trend data, current and forecasted weather data including radar and satellite, and occupancy sensors Control/Monitor Feedback loops for continuous model improvement Automatic fault detection and diagnosis including predictive fault detection Optimization of energy grid and resources Optimize demand response, peak shaving, and load shifting Identify improvements and make corrective actions to equipment sequence of operation for energy reduction Identify energy waste and make corrective actions Other advanced energy analytics techniques NEED TOPIC NO 2: Cyber Security Integrity for Operational Technology Networks RDT and E of technologies related to advanced cyber security controls measures specific to safeguarding operational technology networks. Examples could include: Cybersecure remote access for Industrial Control Systems Software integrity analysis Firmware integrity analysis Drop packet anomaly detection Protocol filtering and validation Supervisory controller signature validation Intrusion detection and prevention Other cyber security technologies NEED TOPIC NO 3: Energy Storage Systems RDT and E of new or modifications to existing technologies specific to microgrid and utility scale energy storage systems that can reduce the unsubsidized levelized cost and/or improve the performance and resilience of microgrid operation. Examples could include: Superconducting Magnetic Storage Hybrid Supercapacitors - and Electrochemical Improved Electrochemical Battery Storage Material and Design Solid State Storage Flow Batteries NEED TOPIC NO 4: Distributed Generation Technologies related to improvement in the efficiency of distributed power generation resources or a reduction in the unsubsidized leveled cost of energy generation. An example could include: Prototype systems that consolidate conventional dedicated building-level diesel back-up generators. 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. Each abstract must be specific to only one of the topic areas. Multiple submissions are acceptable. Abstracts will be evaluated on the stated criteria. The abstract may be supplemented by resumes and lists of relevant publications. The abstracts will be evaluated by a Government Technical Evaluation Board (TEB) to select technologies and methodologies that have potential benefits to the Navy. The TEB will consist of engineers, scientists, environmental specialists, and regulatory agency personnel who have experience in specific energy technology areas. The abstracts will not be evaluated against each other since each possesses a unique technology with no common work statement. When an abstract aligns with a customer need and funding, the NAVFAC contracting office may request a full proposal. Additional guidance will be provided at that time, regarding cost and pricing submittals in addition to a more comprehensive technical submission. Technical Evaluation: Unsuccessful abstracts will not receive a detailed description of the reasons for abstract rejection due to the 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: Describe 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 as the end state, and successfully manage risk while achieving technological advance. Provide an explicit, detailed description of the approach. If options are required describe appropriate research activities and milestones for 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) to be delivered. Offeror ™s effort should demonstrate the approach to prove the technical feasibility of the concept, including the risk reduction strategies. The planned methods 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 the objectives of the abstract. 3). SAFETY: NAVFAC requires the offeror to provide their EMR and 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 the rationale. 4). PAST PERFORMANCE: The offerors corporate capabilities, related experience, techniques, or unique combination of these that are integral factors in achieving the offerors proposed objectives. Experience will be assessed based on both relevance and confidence. 5). COST/PRICE: The cost relative to the proposed scientific/technical approach. Describe here a high level estimate of the cost/price, relative to the proposed technical approach. If work in the technical approach is presented in tasks/milestones/technical phases, cost estimates for each are desired. This can be a single dollar figure for each task/phase at the abstract phase. At a minimum the offeror shall provide a high level estimated cost, and the narrative basis for this estimate. 6). NAVY BENEFIT AND IMPACT: Expected benefits in terms of reduced total facility 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 used by Naval facilities. CRITICAL NOTE: An Offeror is required to register with the system for award management (SAM). No contract 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. Multiple contracts may result. 2) The preceding data should be sufficient for completing the abstract form. 3) There are no solicitation documents applicable to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in the BAA program must follow the instructions to submit an abstract using the abstract form provided. Contractor formats are acceptable, but must contain the same information as the abstract form. 4) There is no commitment by the Navy either to make any contract awards or to be responsible for any money expended by the contractor before a contract award. 5) As no funding for contracts has been reserved in advance, NAVFAC EXWC may 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 Office and other Government scientific experts will perform the evaluation of technical abstracts. 6) Eligibility notification will be sent to all interested parties, after the Navy ™s TEB has reviewed all abstracts submitted by the specified response date. 7) Awarded contracts containing scopes of work that requires construction may require payment or performance bonds in accordance with FAR 52.228-15. If a full proposal is requested, the instructions will clarify the separation of construction cost from other research costs. 8) For questions regarding this BAA, contact NAVFAC EXWC Public Works, 1100 23rd Ave., Port Hueneme, CA 93043 or via this e-mail at navfac_exwc_PW_BAA@navy.mil. 9) If contractor does not receive a notification of abstract receipt within five business days, the contractor should contact or e-mail NAVFAC EXWC by using the mailing or e-mail address provided above. The abstract is not received by the Contracting Office. 10) The Navy manages base access through the Defense Biometric Information System (DBIDS). All personnel required to access a military installation to perform proposed work are required to register and utilize DBIDS, which includes a basic background check. 11) FAR 16.301.3(a) states that a cost-reimbursement contract may be used only when the contractors accounting system is adequate for determining costs applicable to the contract. It also requires Government surveillance during performance to provide reasonable assurance that efficient methods and effective cost controls are used. A cost reimbursement contract will not usually be awarded until a determination can be made that the contractors accounting system is adequate. An operable accounting system that is under general ledger control is of paramount importance when performing Government cost-reimbursement contracts. If assistance is needed in determining the cognizant DCAA office, contractors may call DCAA Headquarters at (703) 767-3274. If the DCAA auditor finds an accounting system unacceptable, the auditor will promptly notify the contractor of the deficiencies and may identify recommendations for correcting the deficiencies. However, DCAA will not develop the new system, as this is the contractors responsibility. A new company may benefit by employing personnel or consultants who understand rules and regulations applicable to accounting for costs incurred on Government contracts in developing their contract cost accounting system. Vouchers for provisional payments under cost-reimbursement contracts are rather complicated and final payment may not be made for a year or more after completion of the contract. Final indirect rates must be proposed and negotiated prior to final payment. Within 120 days after settlement of the final indirect cost rates covering the year in which the contract is completed, the contractor must submit a completion voucher to reflect the settlement amount and
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fd4b0a452b14abeaaea785f5b4e8b26)
 
Record
SN04706408-W 20171006/171004231435-7fd4b0a452b14abeaaea785f5b4e8b26 (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.