SOURCES SOUGHT
Y -- Idaho National Laboratory Renewable Energy Project at Scoville, ID
- Notice Date
- 3/1/2012
- Notice Type
- Sources Sought
- NAICS
- 221119
— Other Electric Power Generation
- Contracting Office
- Department of Energy, Idaho National Laboratory (DOE Contractor), Idaho National Laboratory, 2525 Fremont, P.O. Box 1625, Idaho Falls, Idaho, 83415-3920
- ZIP Code
- 83415-3920
- Solicitation Number
- 12-200
- Archive Date
- 4/12/2012
- Point of Contact
- Troy Lark, Phone: 208 526-7709
- E-Mail Address
-
Troy.Lark@inl.gov
(Troy.Lark@inl.gov)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: Expression of Interest (EOI) PROJECT: Idaho National Laboratory Renewable Energy Project at Scoville, ID Battelle Energy Alliance, LLC (BEA), Management & Operating Contractor for the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking interested parties for the competitive procurement of a renewable energy facility, to be located on US Department of Energy property at the INL Scoville Site, approximately 50 miles west of Idaho Falls, Idaho. We are seeking firms that would be interested in performing as the prime subcontractor to BEA. Estimated cost range $30 million to $55 million Background The INL Industrial Complex is located approximately 50 miles west of Idaho Falls. It is a Department of Energy (DOE) research and development complex managed and operated by Battelle Energy Alliance, LLC. General Scope Description This EOI is issued with the intention of awarding a Managed Service Contract for wind power. The Managed Service provider would be responsible for providing all equipment, infrastructure, and service/maintenance. As such, any resultant awarded Subcontract will be funded at the service start date and not in advance as required in capital purchases or construction projects. INL relies on electrical power to perform various operations of the federal facility. The objective of the INL Wind Farm Project (IWFP) is to have a private entity design, build, and operate a wind farm on Government-owned property. The IWFP will also provide a potential research opportunity for the Center for Advanced Energy Studies (CAES) to perform research and educational opportunities to further the use of renewable energy. This project shall provide turnkey Subcontractor services for INL. These services shall be for the delivery of a managed service for wind power. Specific requirements (subject to change) include the following: Wind Farm Requirements •1. Design-Build-Operate starting with a range of capability from 15MW to a maximum capability of 25MW name plate (NP-value of the power produced) generating capacity Wind Farm on Government-owned property to include; •a. Design/Purchase/Installation of wind turbines generators (WTGs). WTG size shall be between 1.5 - 3.0 MW generating capacities. WTGs shall be new and use current technology. •b. Design/Construction/Installation of electrical distribution lines and transformers for connection of the WTGs. •c. Design/Construction/Installation of electrical distribution lines connecting wind farm to existing INL distribution substation(s). •2. Wind Farm Developer and Subcontractors shall comply with INL Security and site access requirements and the Wind Farm will be located in INL's lowest Security Area. •3. Wind Farm WTGs shall be available for research capabilities with reduced generating capacity pricing negotiated ahead of time; •a. Turbine operations to be interrupted as needed for equipment change out and instrumentation purposes. •b. Turbine operations to be interrupted as needed for testing, instrumentation, maintenance, or training purposes. •c. Turbine operations to be interrupted as needed for higher priority INL missions. •4. Final location of WTGs (including height), size and design of wind farm to be approved by INL and Federal Aviation Administration (FAA). Preliminary wind data and siting information is available. •5. All environmental permitting with federal, state, local, and tribal entities is the responsibility of the subcontractor. •6. Wind Farm construction shall include installation of roads, supervisory control and data acquisition (SCADA) system, signage, fences, and other needed infrastructure for access and maintenance. •7. The subcontractor shall be responsible for warranty and maintenance for the determined warranty period. Submittal Please provide your expression of interest to the undersigned by close-of business on March 28, 2012. Included should be sufficient written information confirming the responder's qualifications as a potential offeror under the solicitation. Additionally, a Rough Order of Magnitude (ROM) should be provided for monthly service rate and per KwH. Note that responses must be no more than five (5) pages in length. Only potentially qualified offerors will receive the RFP for the IWFP project. If you have questions, need additional information, or need to talk with a BEA subject matter expert for clarification, please contact Troy Lark at (208) 526-7709 or email Troy.Lark@inl.gov. Technical questions must be submitted in writing via email. Troy Lark - Subcontract Administrator Email pdf file to: Troy.Lark@inl.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/INEEL/ID/12-200/listing.html)
- Record
- SN02687455-W 20120303/120301235817-127c353c9ebe4f0ae04cb400ae300203 (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 |