DOCUMENT
99 -- The purpose of this solicitation is a Request For Information for renewable power generating renewable power source at NAVSTA Great Lakes, NSA Crane and/or NSA Mid South. - Attachment
- Notice Date
- 2/14/2013
- Notice Type
- Attachment
- NAICS
- 221118
— Other Electric Power Generation
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247013RFI01
- Response Due
- 4/19/2013
- Archive Date
- 5/19/2013
- Point of Contact
- Sharan Lind, Contract Specialist, email: sharan.lind@navy.mil, phone 757.322.4150
- E-Mail Address
-
ail,
- Small Business Set-Aside
- N/A
- Description
- Market Research/Request for Information Renewable Energy Generation/Production US Navy Midwest Region IMPORTANT NOTICE: THIS REQUEST FOR INFORMATION IS A MARKET RESEARCH TOOL AND WILL BE UTILIZED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND NO SOLICITATION WILL BE ISSUED AT THIS TIME. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISTION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR S OWN EXPENSE. Purpose The Naval Facilities Engineering Command (NAVFAC) Atlantic intends to issue a Request for Proposal (RFP) for renewable energy generation opportunities on three (3) Navy installations: Naval Station Great Lakes Great Lakes, Illinois Naval Support Activity Crane - Crane, Indiana Naval Support Activity Mid South Millington, Tennessee As permitted by FAR Part 10, we are requesting responses, comments, recommendations and suggestions as Market Research and Request for Information to assist in the development of our acquisition strategy. The intent is to identify potential proposers and collect information on renewable energy opportunities and risks associated with renewable energy projects on these installations. NAVFAC Atlantic desires to solicit maximum industry participation, which will allow NAVFAC Atlantic to formulate an acquisition process in a concise and timely manner. This Request for Information shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information obtained via this RFI. Scope & Objectives Renewable Energy Generation Projects NAVFAC Atlantic will provide federal land for renewable energy generation system(s) that would be developed, constructed, owned, operated and maintained by a private entity. Specific objectives for such a project include: Maximize the land opportunity for the development of a renewable generation asset on the specific installations. Enhance energy security for the installations. Reduce the construction waste, biomass, and municipal solid waste (MSW) going to landfills. Reduce NAVFAC s and the overall DoN s carbon footprint. Maximize the financial benefits. Purchase electricity and/or thermal energy at a lower cost than current cost. The current blended rates for electricity and natural gas at the installations are: InstallationElectricityNatural Gas Great Lakes$0.058/kWh$5.26/MMBTU Crane$0.063/kWh$6.43/MMBTU Mid South$0.083/kWh$7.83/MMBTU In order to meet these objectives, NAVFAC Atlantic will consider the following opportunities: On-site and offsite energy generated from renewable sources. Production of a synthetic gas to displace other fossil fuel purchases. Production of liquid biofuels and/or refuse-derived fuel (RDF). Medium- to long-term arrangements for the purchase of electricity and/or thermal energy. Distributed generation, including net metering or feed-in tariff arrangements. A combination of the above. Requested Information The information NAVFAC Atlantic seeks via this RFI includes: 1.Name and brief description of the responding firm, to include information as to whether or not the firm is a small business. If a small business concern, please also provide information on which, if any; of the sub-categories of small business (certified by SBA as a HUBZoneSB, self-certify as either an SDB, WOSB, VOSB, and/or SDVOSB) you qualify. 2.The renewable resource and/or technologies that present the best opportunity for development at each site, with a brief rationale. Indicate if there are economies of scale in pursuing more than one installation, and what if any contractual arrangements would be beneficial. 3.The size and capacity of the project that maximizes the opportunities at each site. 4.The arrangement that maximizes the opportunity, i.e. wholesale generation, Power Purchase Agreement (PPA), distributed generation or a combination. If a combination, describe size and capacity of each. 5.Evaluation of the following factors, as applicable, for each opportunity considered: a.Risks of and opportunities for transmission access and capacity for each installation b.Incentives (state, utility, etc.) c.Other costs (standby charges, departing load, application fees, etc.) d.Utility Renewable Portfolio Standards (RPS) process and Market Price Referent (MPR), or other utility processes and market benchmarks, as applicable e.Sales or purchases of Renewable Energy Credits (RECs) or Portfolio Credits (PCs) as applicable. Include the effects of REC trading under the following: Government procurement and ownership of RECs Contractor procurement and ownership of RECs f.Land opportunity, e.g. cost of lease for similar Government or privately owned land g.Other risks and opportunities. 6.Rough order of magnitude cost of potential projects, for NAVFAC Atlantic conceptual planning purposes only. Detailed cost estimates are not required or desired. 7.Three projects of similar scope and size completed by the responding company within the last three years. 8. Innovative concepts, if any, for the sale of energy generated by the proposed project(s). 9.Additional information, if any, that the responder believes is relevant. Additional Information and Submittal Instructions The response to this RFI is due 19 April 2013. The response to this RFI is not to exceed 15 pages, using 12 pt Times New Roman font with 1 inch margins on standard 8-1/2 by 11-inch paper. The Contracting Office for this action will be through NAVFAC Atlantic, Norfolk, VA. The point of contact for NAVFAC Atlantic is Sharan Lind, e mail: sharan.lind@navy.mil NAVFAC Atlantic will provide relevant site information for each of the three installations to interested responders. Submit requests for site specific information to Sharan Lind at the e-mail address provided above. Responders should clearly label any company-proprietary and confidential information. NAVFAC Atlantic will handle accordingly with respect to future contract actions taken by the Navy. Answers to questions about this RFI will be made available to all responders. Response to this RFI is not required in order to respond to any future RFP that may follow. However, information gathered through this RFI may significantly influence RFP development. We appreciate your interest and thank you in advance for responding to the this Market Research/Request for Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013RFI01/listing.html)
- Document(s)
- Attachment
- File Name: N6247013RFI01_NSA_MIDSOUTH_MAP.pdf (https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_MIDSOUTH_MAP.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_MIDSOUTH_MAP.pdf
- File Name: N6247013RFI01_NSA_CRANE_MAP.pdf (https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_CRANE_MAP.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_CRANE_MAP.pdf
- File Name: N6247013RFI01_NSA_MIDSOUTH_MAP.pdf (https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_MIDSOUTH_MAP.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_MIDSOUTH_MAP.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247013RFI01_NSA_MIDSOUTH_MAP.pdf (https://www.neco.navy.mil/synopsis_file/N6247013RFI01_NSA_MIDSOUTH_MAP.pdf)
- Record
- SN02988375-W 20130216/130214234805-4f26fdcf57668b4c9ed76e39877897d5 (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 |