SOURCES SOUGHT
Y -- Manufacturers of Stirling-Cycle Engine Technology
- Notice Date
- 6/20/2012
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-S-0171
- Response Due
- 7/12/2012
- Archive Date
- 9/10/2012
- Point of Contact
- Connie L Newell, 916-557-5229
- E-Mail Address
-
USACE District, Sacramento
(connie.l.newell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Sacramento District has been tasked to solicit for and award a Design and Install a 1.5 MW Stirling Solar Array at Tooele Army Depot located in Tooele, Utah. Proposed project will be a firm-fixed price, design-build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" Trade-off or "Lowest Price, Technically Acceptable" which will be determined as the procurement activity processes further. The type of set-aside decisions to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business community: Small Business, Section 8a, Historically Underutilized Business zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing: Manufacturers of Stirling-Cycle Engine Technology. A Stirling engine creates work from heat energy using the expansion of contraction of a fixed quantity of gas. The expanding gas moves a piston, which in turn generates mechanical work which may be harvested by rotating a crankshaft or employing inducting coils to generate current. One of the benefits of the Stirling engine is that it can create work from practically any heat source. The heat source in the case of our project will be solar radiation, which will be collected and concentrated using a sun-tracking parabolic mirrored dish. The Stirling engine employs a closed regenerative cycle using a gaseous working fluid (see Figure 2). Essentially, a fixed mass of gas is expanded using a heat source, which displaces a piston (the "power piston"). The gas is then moved into a heat exchanger using a second piston (the "displacement piston") where it cools and contracts. It is then moved by the displacement piston back to the heat source, where the cycle begins again. There are many benefits of the Stirling engine design, several of which are evident when compared to photovoltaic (PV) solar power systems of similar scale. The Stirling engine, for example, has a very high efficiency which is theoretically capable of reaching Carnot efficiency (the theoretical thermodynamic limit for energy transfer). Generally, commercial Stirling concentrated photovoltaic (CPV) systems. Because a Stirling engine uses thermal energy to create work, there are no losses due to electrical resistance, as in PV systems. In addition, the engine has few moving parts, and requires little maintenance. Finally, Stirling engines utilize inexpensive, readily available materials in their construction, which keep system costs down. "Infinia" PowerDishTM or Equal. In accordance with FAR 36.204, the estimated construction price range for this project is: between $5,000,000 and $10,000,000. Estimated duration of the project is 365 days. The North American Industry Classification System (NAICS) code for this procurement is 237130 which has a small business standard of $33.5 million, and the Federal Supply Code is Y237. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction type procurement. Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent (Utah) of the total amount of work to be performed under the contract. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about August/September 2012, and the estimated proposal due date will be on or about 30 days after solicitation issuance date. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5:00 PM Pacific Time on July 12, 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response and information to: Ms. Connie Newell, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Connie.L.Newell@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0171/listing.html)
- Place of Performance
- Address: U.S. Army Tooele Army Depot Tooele UT
- Zip Code: 84074
- Zip Code: 84074
- Record
- SN02780876-W 20120622/120620235458-6084ab2bf9d12be10239a54f06373c50 (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 |