Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOURCES SOUGHT

R -- Sources Sought for Energy Savings Performance Contract (ESPC) III

Notice Date
8/7/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY12R0046
 
Response Due
8/27/2012
 
Archive Date
10/26/2012
 
Point of Contact
Sarah M. Tierney, 256-895-1219
 
E-Mail Address
USACE HNC, Huntsville
(sarah.m.tierney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Contract Information: The Federal Government is the nation's single largest energy consumer. According to the Alliance to Saving Energy, the Federal Government consumes approximately $10,000,000,000 of energy every year. Due to the magnitude of funds spent on energy in support of the U.S. Government operations and the steady inflation of such costs, the Government has been forced to reevaluate its operations and reduce consumption of its current energy requirements. Executive Order 13423 of January 24, 2007 states the head of each agency shall improve energy efficiency by 3 percent annually or 30 percent in total by the end of fiscal year 2015 relative to the baseline of the agency's use in fiscal year 2003. The primary purpose of the proposed acquisition is to acquire the design, implementation, and operation of Energy Savings Performance Contract (ESPC) projects for Government installations or facilities throughout the Continental United States, Alaska, Hawaii, District of Columbia, and U.S. Territories and possessions and throughout other OCONUS locations. 2. Description of the Requirement: An ESPC is a contracting vehicle that allows agencies to accomplish energy savings projects for their facilities without up-front capital costs and without special Congressional appropriations to pay for the improvements. In ESPCs, contractors provide their own funding for projects and are paid back from savings resulting from the contractor's actions. An ESPC project is a partnership between the customer and a contractor, also referred to as an energy services company (ESCO). The ESCO conducts a comprehensive energy audit and identifies improvements that will save energy at the facility. With the coordination and approval of the Government, the ESCO designs an energy savings project with a guarantee that the improvements will generate savings sufficient to pay for the project over the term of the contract. Additionally, the ESCO develops a measurement and verification (M&V) plan in order to monitor the savings resulting from the energy savings project and arranges financing to pay for the project. The Government approves the contractor's M & V plan for the energy savings project. The contractor then finalizes and constructs a project that meets the agency's needs. The project and its resulting energy savings is then measured and verified. The cost of the project is repaid over the term of the contract through savings realized from lower energy costs. Savings over the term of the ESPC must cover the cost of the ESCO's debt service and its contractual fee payments. 3. Project Information: The requirement includes various energy improvements including, but not limited to: Boiler and Chiller upgrades, HVAC upgrades, Controls System enhancements, lighting improvements, water and water controls systems (including plumbing fixtures), renewable power generation, micro grid, process improvements, distributed generation, and building envelope improvements. The basic contracts will establish a pool of pre-qualified offerors to compete for ESPC selections. The geographic scope of these projects will be the 50 U.S. States, District of Columbia, U.S. Territories, and OCONUS U.S. held installations. 4. Submission Requirements: The Government does not intend to rank submittals or provide any reply to interested firms. This synopsis is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Your response is requested no later than 1600 central time on 27 Aug 12. Send responses by email to Sarah.M.Tierney@usace.army.mil and Tonju.L.Butler@usace.army.mil. Responses should be limited to 10 pages or less (10 pages single sided or five pages double sided). No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. Sources Sought Questionnaire: 1. What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and email address. 4. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (Specify all that apply) 5. Would you be proposing on this contract as a sole contractor, prime contractor with partner(s), prime contractor with team member subcontractor(s), and/or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team will likely be composed. See FAR subpart 9.6 for Government policy on teaming arrangements. See 13 CFR 124.513 for information about circumstances under which a joint venture can be awarded an 8(a) contract.) 6. Provide your company's project annual and maximum financing capability over a 10 year period in dollars that could be utilized for this contract for projects taking approximately 9-16 months to develop and award and an additional 12-18 months to complete construction assuming no advance payment or financial assistance from the Government prior to or during the construction phase. 7. Provide at least three examples of Energy Savings Performance Contract (ESPC) projects for which you were the prime contractor, joint venture partner, or first tier subcontractor responsible for the development, financing, and/or management of the design, construction and/or post construction operation. Identify the scope of your contractual responsibilities, location, client, and size of the project in terms of construction cost and total financed amount. 8. Identify the financier, the amount financed, and the interest rate for the above listed projects. Provide financing source reference(s) including point of contact for telephonic confirmation of the dollar amount claimed for project financing capability. 9. Does your company have the capability to identify and obtain all permits required by Federal, state, local and installation agencies, including the capability of complying with environmental laws and regulations? 10. Does your company have the ability to work in 1) only a specific regional area, 2) throughout the entire United States, 3) in the United States, all its territories, or 4) throughout the entire world? 11. Does your company have experience in performing investment grade feasibility studies, economic analysis, such as Life Cycle Cost, Risk, Return on Investment (ROI), etc., which may be required in order to determine/demonstrate the financial viability of a proposed project? 12. Does your company have experience in working on military installations? 13. Does your company have experience working with Utility companies and coordinating rebates, other incentives, and any potential interconnect/transmission discussions/agreements that may be necessary as part of a proposed project? 14. Is your company capable and qualified to search out energy and ancillary cost savings potentials at U.S. Government installations? 15. Is your company capable and qualified to develop procedures, courses of action, steps, repairs, or changes in equipment which lower energy costs (Energy Cost Saving Measure ECSM)? 16. Is your company capable and qualified to provide work plans/designs? 17. Does your company have the capability to perform the construction efforts to include site security (fencing, lighting, and/or guard service) as required by the energy cost saving project? 18. Is your company capable and qualified to provide maintenance and repair services for any energy related equipment including computer software systems? 19. Is your company capable and qualified to provide, at a minimum, yearly equipment inspections to assure that the equipment is being operated properly and maintenance is being performed? 20. Does your company have the capability to provide all personnel (to include dedicated project manager), tools, equipment, transportation, material, and supervision needed to safely and efficiently perform the energy cost saving projects? 21. Does your company have the capability to implement, maintain, and control a system for identification, preparation, reproduction, distribution, and maintenance of all documentation needed for its management of this contract? 22. Does your company have the capability to provide and maintain an effective quality control program? 23. Does your company have the capability to provide, maintain, and execute an approved site safety and health plan? 24. Does your company have the capability to provide any new metering, monitoring, measuring, or testing needed to verify savings to include equipment, software, labor, and installation? 25. Does your company have the capability to coordinate all work from all trades to include subcontractors and suppliers relative to the awarded contract? 26. Does your company have the capability to provide all required facilities to house its field operations? (Note: the Government will provide sites on post for construction trailers and outdoor-construction material storage) 27. Identify with a "yes" or "no" as to your company's demonstrated expertise/experience in each of the following: a. Boiler Improvements b. Chiller Improvements c. Utility Monitoring and Controls Systems d. Heating, Ventilating, and Air Conditioning (not including Boilers, Chillers, and UMCS) e. Lighting Improvements f. Building Envelope Improvements g. Water and Steam Distribution Systems h. Electric Motors and Drives i. Distributed Generation j. Renewable Energy Systems k. Energy/Utility Distribution Systems l. Water and Sewer Conservation Systems m. Electrical/Peak Shaving/Load Shifting n. Commissioning/Retro-Commissioning o. Production/Manufacturing/Industrial Process Improvements p. Recycling and other Waste Stream Reductions q. Data Center Improvements r. Ancillary Construction Requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0046/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02829674-W 20120809/120808000305-ae1fc1e1a720731847d4de3b85511beb (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.