Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107, Pittsburgh, PA 15236-0940

K -- ENERGY SAVINGS PERFORMANCE CONTRACTING SERVICES FOR REDUCED ENERGY CONSUMPTION AND/OR ENERGY COSTS BY UTILIZING BIOMASS AND ALTERNATE METHANE FUELS IN FEDERAL FACILITIES SOL DE-RP26-00NT40626 POC John Columbia, Contract Specialist, (412) 386-6144, James W. Huemmrich, Contracting Officer, (412) 386-6597 WEB: Click here to access the NETL Electronic Business Center, http://www.netl.doe.gov/business/. E-MAIL: Click here to contact the Contract Specialist via, columbia@netl.doe.gov. This synopsis is to announce that the Department of Energy's (DOE) National Energy Technology Laboratory (NETL) intends to conduct a competitive procurement to place multiple awards of indefinite delivery, indefinite quantity (IDIQ) contracts, with a performance period of up to twenty-five (25) years, for Energy Savings Performance Contract (ESPC) services. The minimum order amount for a contract is anticipated to be $10,000, with a maximum for all contracts not to exceed $50,000,000. This action supports the Federal Energy Management Program (FEMP) residing within the Office of Energy Efficiency and Renewable Energy. ESPC services are procured by the Department of Energy in accordance with the contract procedures and methods codified in the Department of Energy Regulations at 10 CFR 436, Subpart B. This requirement responds to the direction to all federal agencies provided in the National Energy Conservation Policy Act of 1992, Executive Order 12902 of March 1994, and Executive Order 13123 of June 1999, to improve energy management and operations in federal facilities. ESPC is a federal and private-sector partnership whereby the Energy Service Company (ESCO) pays the up-front costs of purchasing and installing new energy-efficient equipment and the government repays the ESCO over the life of the ESPC contract from the energy cost savings resulting from the project. Only successful contractor(s) will be eligible to compete for or otherwise receive delivery order awards against the contracts. The scope of work is to acquire ESPC services to reduce energy consumption and/or energy costs (including related operations and maintenance costs) at Federal facilities in the United States and its territories by utilizing biomass and alternate methane fuels (BAMF) in a variety of applications such as steam boilers, hot-water heaters, engines, turbines, vehicles, etc. BAMF projects may modify or replace existing equipment so that a Federally-owned facility can supplant or supplement their conventional fuel supply witha biomass or alternate methane fuel. BAMF projects may also install equipment that uses these fuels to accomplish something new at a Federally-owned facility, such as on-site power generation. Biomass fuels include any organic matter that is available on a renewable or recurring basis (excluding old-growth timber), such as dedicated energy crops and trees, agricultural food and feed crop residues, aquatic plants, wood and wood residues, animal wastes, and other waste materials. Alternate methane fuels include landfill methane, wastewater treatment digester gas and coalbed methane. The BAMF resource may be owned by the Federal government, the Contractor, or a third party and may require transport to the end-use equipment, which must be located at a Federally-owned facility. Although the primary component of any project under this ESPC must feature the use of a biomass or alternate methane fuel, all projects are also expected to employ a variety of traditional conservation measures, such as retrofits to lighting, motors and HVACsystems, to reduce energy costs. Contractors must provide full project financing. Project work includes installation, operation, maintenance, repair, inspection, training, and measurement and verification of savings. Some work may be performed by Government personnel as negotiated. Offerors must identify a Federal facility as a basis for their proposal and gather all the necessary information from the proposed site for proposal submission. NETL will not identify sites or intervene with potential sites on the offeror's behalf. The RFP is expected to be released on or about August 18, 2000. The solicitation will be issued on the National Energy Technology Laboratory's World Wide Web Server Internet System at http:www.netl.doe.gov (select Business, then Solicitations) and will not be distributed in paper form. Those who obtain a copy of the solicitation from the aforementioned web site should check the location periodically for any solicitation amendments. To be eligible for a contract award, proposers must be on DOE's Qualified List of Energy Service Companies at the time of award. Instructions for application to the DOE Qualified List of Energy Service Companies are presented in 10 CFR 436, Subpart B, "Methods and Procedures for Energy Savings Performance Contracting," and a qualification request package may be obtained via the internet on the FEMP home page at http:www.eren.doe.gov/femp/financing/escolist.html. The contracts resulting from this solicitation are intended to be awarded by June 2001.***** Posted 07/13/00 (W-SN474522). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0064 20000717\K-0002.SOL)

K - Modification of Equipment Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com