SPECIAL NOTICE
99 -- UESC Newport, Rhode Island Notice of Intent
- Notice Date
- 12/10/2024 11:33:53 AM
- Notice Type
- Special Notice
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Response Due
- 12/26/2024 1:30:00 PM
- Archive Date
- 01/10/2025
- Point of Contact
- Michael Brice, Phone: 7573410695
- E-Mail Address
-
michael.brice@navy.mil
(michael.brice@navy.mil)
- Description
- NOTICE OF INTENT Newport, Rhode Island Naval Facilities Engineering Command, Mid-Atlantic intends to award a sole source contract to Rhode Island Energy, under the authority of 10 U.S.C. 2913, which allows agencies to enter into agreements with gas or electric utilities to design and implement cost-effective demand and conservation incentive programs (including energy management services, facilities alterations, installation and maintenance of energy savings devices and technologies by the utilities) in order to address the requirements and circumstances of the installation. This contract is referred to as a Utility Energy Service Contract (UESC). For purposes of qualifying under this notice, an entity must meet the definition of a Utility before an agreement can be initiated. The proposed procurement is for the evaluation of various Energy Conservation Measures (ECMs) across five (5) installation geographic zones, located within Naval Station Newport, Rhode Island. The primary goal of the subject effort shall be to reduce energy consumption, increase efficiency and to provide more sustainable and resilient facility infrastructure. The Preliminary Audit (PA) shall require on-site survey(s) and investigation of facilities and structures, resulting in energy conservation opportunity findings, and high-level energy analysis recommendations for additional exploration and engineering. Under the UESC, the Utility will examine facilities for opportunities across all or part(s) of the following installation Zones: ZONE DESCRIPTION BLDGS. SQ FT PARKING LOTS GEN SETS 1 Naval Underseas Warfare Center (NUWC) 74 1,736,164 35 15 2 Coastal Harbors Island (CHI) 86 1,894,021 25 12 3 Coddington Cove (CC) 85 2,042,746 25 12 4 Coddington Point (CP) 73 1,857,046 35 15 7 Naval Hospital / Clinic 72 652,729 17 9 10 SUBSTATIONS 5 1500 1 0 Within and in addition to the above zones, approximately 143 parking lot areas shall be evaluated for constructability of photovoltaic (PV) carports, coupled with facility-scale and utility-scale Long-Duration Energy Storage (LDES) components and Battery Energy Storage Solutions (BESS). All Distributed Energy Resources (DERs) shall be selected and designed for compatibility with installation SCADA systems. Any/all additional renewable electrical generation solution(s) (fuel cells, micro-wind turbines, geothermal, hydrogen, bioenergy, thermal storage, etc.); all available and feasible efficiency measures shall be considered. Renewable generation and storage assets shall be integrated to installation SCADA system under the Naval Station Newport NanoGrid Zone Concept, whereas five (5) small microgrid zones (Zones 1, 2, 3, 4 & 7) shall operate both independently and collectively in a hybrid-mesh architecture. Additional base-wide ECMs shall be also considered and accepted by the Government for inclusion to scope, such as smart grid (communications, hardware/software and electrical distribution solutions), micro-grid, industrial control systems, SCADA, AMI, energy & water management control infrastructure, equipment and systems, HVAC, boilers, lighting, water, and building envelope improvements. Two large elements shall be available for consideration: Item 1) CHP / electrification under Executive Order 14057 / repair(s) and/or decentralization of prime boiler #4, located in bldg. 7CC (district steam plant). Item 2) Decentralization of Navy Hospital/Clinic A6 boiler plant and renewable microgrid for electrical islanding of NanoGrid Zone 7. The Government may elect to proceed with future phases under the subject UESC request, to include, but not be limited to, A) the feasibility study; B) the engineering and design phase; and C) the implementation phase. The Preliminary Audit (PA) should be presented as five (5) independent proposals; whereas each proposal shall address facilities, structures and equipment located within corresponding five (5) NanoGrid Zones 1, 2, 3, 4 & 7. The Government and Utility may agree to select all and/or part of each proposal(s) to proceed to engineering and design phase, towards implementation. The process requires that the responsible Utility have the ability to provide or obtain financing on terms at least as good as those available to customers in a comparable service class or with a comparable risk profile. This contract will not be awarded until the implementation phase. Contractors will not receive compensation until completion of the implementation phase and payments will be based on a long term amortization schedule. This project will be financed in accordance with 10 U.S.C. 2913. No other type of entity is able to offer financing and the agency is unable to accept financing from any other type of entity. The total amount to be financed for this project is anticipated to be between $25,000,000.00 and $115,000,000.00. Energy savings will be determined on the basis of methods, agreed to by both parties, prior to ECM implementation. Consumption fluctuations may occur due to factors such as weather variations and changes in energy load due to the addition or removal of ancillary equipment. The contractor shall measure and document ECM performance following installation in accordance with an agreed upon performance assurance plan or measurement and verification plan. The contractor should include in its proposal an option to guarantee savings should to government choose to do so. Interested parties may identify their interest and ability to meet the requirements stated herein and may submit their corporate capabilities for consideration. The submission must include the DUNs Number and Cage Code. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Contracting Officer. Responses to this posting must be submitted to Aaliyah Fortson, NAVFAC Mid-Atlantic Contracting Specialist at aaliyah.a.fortson.civ@us.navy.mil no later than 26 December 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/429a29591fea4106a27ed54ca9f70dfb/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07286817-F 20241212/241210230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |