Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOURCES SOUGHT

61 -- Install Solar Power Systems

Notice Date
3/5/2010
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
F1UT600032A001-InstallPowerSystems
 
Archive Date
3/25/2010
 
Point of Contact
Justin T. Baker, Phone: 9073773326, Vance W. Farrell, Phone: 9073770108
 
E-Mail Address
justin.baker@eielson.af.mil, vance.farrell@eielson.af.mil
(justin.baker@eielson.af.mil, vance.farrell@eielson.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
STATEMENT OF WORK SOLAR POWER SYSTEM INSTALLATION Detachment 460 - Eielson AFB Alaska 12 February 2010 1.0 GENERAL INFORMATION Contractor shall furnish all plant, transportation, personnel, equipment, and materials necessary to perform all operations in connection with installing a solar power system at the Alaskan Long Period Array (ALPA) Site E. 1.1 INTRODUCTION The purpose of this Statement of Work (SOW) is to obtain, in a timely manner, the installation of a solar power system. This requirement will be installed at the following location: a. Site coordinatess: 65o 56' 41" N 147o 51' 34" W * Directions: ALPA E is located north of Fairbanks off of Goldstream Road on Pandora Road. Follow the winding road to the top of the hill. The road to this site begins at the corner of Green Leaf Rd. and September Ct. 1.2 SITE VISIT Interested Contractors are requested to attend a site visit on 19 March 2010 at 10:00 AM, Local. No other site visit will be offered for this solicaitation. Government representatives will escort interested parties from 2226 Old Steese Highway (Fox General Store) to ALPA Site E. The Government suggests that a four-wheel drive vehicle is necessary to get to the site. The Government may have a limited number of seats available for transportation to the site for Contractors who do not have 4-wheel drive vehicles at the time of the site visit. The Government Point of Contact for the site visit is A1C Justin Baker, whom can be contact at (907) 377-3326. Interested parties to this solicitation wishing to attend the site visit shall notify the Government Point of Contact a minimum of 24 hours prior to the site visit. 1.3 BACKGROUND As part of the Government's ongoing Green Initiatives along with providing alternate power sources, the Government intends to procure a solar power system for ALPA Site E. 2.0 SCOPE OF WORK Under the provisions of this SOW, the Contractor will accomplish the following tasks for Solar Power System Insallation. 2.1 SOLAR POWER SYSTEM INSTALLATION a. 48 ea Concorde PVX-12150HT batteries, Brand Name or Equal, rack mounted within 60" x 78" room; b. 6 ea Kyocera KC-130TM 130w solar panel, Brand Name or Equal; c. 1 ea Outback FlexMax 60 controller (No substitute will be accepted) ; d. 1 ea Delta LA-302DC lightning arrestor, Brand Name or Equal; e. 1 ea Adjustable roof-mount solar array; Brand Name or Equal; f. 1 ea MNPV-3 combiner with 10A breakers; g. 1 ea MNPV-6 combiner with 20A breakers; h. 1 ea Battery rack i. Provide all necessary wiring, connectors and other minor parts needed. j. The terminals will be protected in weatherproof junction boxes. k. All external wiring will be enclosed in liquid-tight flex conduit. l. The solar panels will consist of two 36VDC strings. Each string will be protected by 10A circuit breakers. m. The battery bank will consist of four 24VDC circuits. Each 24V circuit will be protected by 20A breakers. n. All primary interior cable runs will be enclosed in raceway. * Please note that any deviation from the following configuration/requirement requires approval from the Air Force Technical Applications Center Directorate of Treaty Monitoring (AFTAC/TT). Identify any item being that is being offered as an "equal", other than the the brank name described above, with specification sheets with your proposal. 2.1.1 Placement of Installed Equipment Solar system installation is to be installed on and within the building at the site. a. Solar panels will be installed on the building roof at the site. Installation of solar array may not impinge upon the two (2) exhaust pipes presently mounted on the roof. Solar panels will be orientated to face True South and at an 80 degree pitch. b. Batteries and controller will be installed inside the building. (1). Space within the building for installed components is limited to 78" L x 60" W x 72" H [Existing generator power source will remain inside the building] 2.1.2 Building Specifications Concrete footing, wood framed floor, walls and ceiling/roof, metal sided structure a. Exterior measurements; approximately 10'9" L x 7'2 W" x 8'5" H b. Interior measurements; approximately 9'0" L x 6'0" W x 7'0" H c. 2" x 4", 16" OC Floor and 2" x 6", 16" OC Wall Framing (½" Plywood Sheathing) d. 2" x 6" Ceiling/Roof, Joists 16" OC; Standing Seam Corrugated Metal Flat Roof e. Exterior door dimensions: 32"W x 72" H f. Interior door dimensions: 24" W x 60" H g. Walls and roof filled with expanding foam insulation h. Roof Load is 620 Pounds per Square Foot (Live Load Allowance = 520 PSF) i. No asbestos; survey of roof, walls and floors was conducted on 17 June 2009. • There are no As-Built drawings available for the building structure. 2.2 CONTRACTOR PROVIDED TRAINING The Contractor is required to provide training to a minimum of four (4) Det 460 personnel on the proper installation of all equipment and on maintenance requirements for all equipment installed. 3.0 DELIVERABLES 3.1 SOLAR POWER SYSTEM The Contractor shall provide a fully operational solar power system to the Government for inspection and acceptance by the date accepted in the Contractor's schedule. 3.2 SUPPORTING DOCUMENTATION The Contractor will provide at least 2 copies of all installation, operation, and maintenance manuals. 3.3 CONTRACTOR PROVIDED TRAINING The Contractor will provide adequate training to Det 460 personnel on the proper installation and care of the installed equipment. 3.4 DELIVERABLE SCHEDULE Submit a schedule with your proposal. All requirements of this SOW shall be completed by the Contractor between the dates of 15 May to 15 June 2010, or from 1 July to 30 September 2010. A one week notice to Det 460 is required or any work to be accomplished between these dates. 4.0 GOVERNMENT SPECIAL INSTRUCTIONS, TERMS AND CONDITIONS 4.1 No modifications to the facility without the prior approval of Det 460 personnel. 4.2 The Contractor will be responsible to repair any damages to the ALPA site as a result of the Contractor's actions. 4.3 Det 460 will not be held responsible for any damage to the Contractor's equipment or vehicles, which is not the fault of the Government.   APPENDIXES APPENDIX 1 - ALPA Site E Photograph NOTE: Guide wires from antenna do not cross any part of roof of the facility   APPENDIX 2 - ALPA Site E Facility Drawing APPENDIX 3 - Solar Information   APPENDIX 4 - Power Requirements EQUIPMENT MAXIMUM MINIMAL V A W V A W Radio 12 2.5 30.00 12 0.25 3.00 Digitizer 12 0.35 4.20 12 0.35 4.20 Authenticator 12 0.22 2.60 12 0.22 2.60 GPS 12 0.11 1.32 12 0.11 1.32 Seismometer 24 0.125 3.00 24 0.10 2.40 SUBTOTAL (W) 41.12 W 13.52 W DC-DC (%Eff) 93% 44.00 W 93% 14.47 W Current Draw (24Vdc) 24V 1.83A 44.00 W 24V 0.60A 14.47 W Nominal Total (A) 1.22A @ 24VDC 29.23 30% Conservative (A) 1.52A @ 24VDC 36.43 W 36.43 A-h/day @ 24VDC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1UT600032A001-InstallPowerSystems/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02084684-W 20100307/100305235859-557ffe7f10c49efec28a997c26155225 (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.