DOCUMENT
S -- N62470-14-R-6014 Solar Photovoltaic Systems Joint Base Anacostia-Bolling, Washington DC - Attachment
- Notice Date
- 5/6/2014
- Notice Type
- Attachment
- NAICS
- 221114
— Solar Electric Power Generation
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247014R6014
- Response Due
- 6/3/2014
- Archive Date
- 7/3/2014
- Point of Contact
- Katie Fogle, katie.fogle@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Market Research/Request for Information Solar Photovoltaic Systems “ Joint Base Anacostia-Bolling, Washington DC IMPORTANT NOTICE: THIS SYNOPSIS AND MARKET RESEARCH/REQUEST FOR INFORMATION ARE INFORMATIONAL AND FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND A SOLICITATION WILL NOT 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. As permitted by FAR Part 10, NAVFAC is 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 that will help to develop a possible request for proposals. NAVFAC Atlantic desires to solicit maximum industry participation, which will allow NAVFAC Atlantic to formulate an acquisition process in a concise and timely manner. The Navy is considering contractual vehicles such as a third party power purchase agreement where the photovoltaic system will be privately owned, operated and maintained. The Naval Facilities Engineering Command (NAVFAC) Atlantic anticipates the issuance of a Request for Proposals (RFP) for the production of electricity by photovoltaic (PV) systems at Joint Base Anacostia-Bolling (JBAB), Washington DC. JBAB is a joint base under Naval District Washington (NDW). A single award Firm Fixed Price (FFP) Power Purchase Agreement (PPA) is anticipated. The contract will be executed under the authority of 10 U.S.C. 2922a for a twenty-five (25) year contract term. This Request for Information shall not be construed as a Request for Proposals 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. The North American Industry Classification Standard (NAICS) code for this procurement is 221114 - Solar Electric Power Generation with a size standard of 250 employees. SYNOPSIS OF RELEVANT CONDITIONS AT JOINT BASE ANACOSTIA-BOLLING (JBAB) JBAB currently operates with a total average hourly electrical load of approximately 10 MW and a peak load of roughly 17 MW. The installation is fed by two separate electrical services and has two separate accounts with Potomac Electric Power Company (PEPCO), one for Anacostia and one for Bolling. Specifically, Anacostia consumes an average of 39,500 MWh per year with an average load of 4.5 MW and Bolling consumes an average of 48,300 MWh per year with an average load of 5.5 MW. These two accounts are significant due to the Washington DC Public Service Commission 5 MW Solar Renewable Energy Certificate (SREC) Cap. JBAB currently purchases electricity on the spot market through Constellation Energy. It is anticipated that both the energy and distribution costs will be offset by PV arrays located on the installation. Additionally, JBAB has established a very aggressive energy efficiency (EE) goal of 46% reduction by 2020. This EE goal and minimum load profiles for various EE reduction scenarios (e.g. 10%, 20%, and 30%), during solar production hours will need to be considered when sizing the PV arrays for both Anacostia and Bolling. Historically large scale PV projects on DoD installations have taken several years to develop from initial concept to energy production. The Navy ™s goal is to greatly improve upon this timeline so developers can monetize the Washington DC incentives and the Navy can begin reducing energy costs sooner. SITE DATA FOR BOLLING: Bolling has large rooftops, parking lots and land area that can be utilized for photovoltaic installations. As of April 2014, seven buildings have been identified for potential roof mounted PV installation. Additional buildings may be identified during subsequent analysis. For the initially identified seven buildings, the combined usable area is approximately 200,000 SF. The list of buildings can be found in Appendix 1. Additionally, there appears to be ample parking lot and open space to reach the maximum 5 MW incentive cap on the Bolling account. Appendix 1 provides a summary of presently identified carport opportunities. A base map is included as Appendix 2 that shows the potential open space locations for ground mount PV opportunities. Additional parking lot and open space locations may be identified during subsequent analysis. Therefore, the final available locations of PV may change from those listed on these maps. A combination of ground mounted, rooftop, and carport locations may be made available to install up to or above the 5 MWdc photovoltaic system. All areas for development are subject to the Site Approval Process in accordance to NAVFACINST 11010.45 “ Site Approval and the JBAB Site Approval Process. The site approval process will be completed before an RFP is issued. SITE DATA FOR ANACOSTIA: Anacostia side has more available open space than the Bolling side of the installation. The available land appears to be enough land area to support at least 5 MWdc of photovoltaic arrays. The available land is located in two potential locations; ballparks and the area next to a helicopter landing strip. See Appendix 4 for a site map of land areas. The helicopter landing area has a potential security concern which may be resolved by installing the PV in a low profile manner similar to how it is installed for low profile ballasted roof top installations. In addition to the open area for ground mount photovoltaic arrays, the Anacostia side has several buildings that may be considered for rooftop installation. These buildings are listed in Appendix 3. Additional rooftop, parking lot, and ground mount locations may be identified during subsequent analysis. All areas for development are subject to the Site Approval Process in accordance to NAVFACINST 11010.45 “ Site Approval and the JBAB Site Approval Process. The site approval process will be completed before an RFP is issued. There is some indication that the ground is settling on Anacostia side and will require some additional evaluation prior to siting any ground-mount PV systems. Solutions could be improved PV array foundation design, use roof mounted ballast solutions for ground mount installations or alternatively place more PV on rooftops. This RFI is currently focused on photovoltaics. Other renewable generation technologies may be considered in future RFI ™s. SCOPE & OBJECTIVES “ SOLAR ENERGY GENERATION PROJECTS: The Navy will provide access to parking lots, rooftops, and land at JBAB for photovoltaic generation systems that will be developed, constructed, owned, operated and maintained by a private entity. The actual cover area for development may increase or decrease and the areas may be developed in multiple stages. Objectives for such a project include: Installation of PV systems for electricity production on the order of magnitude of approximately 5 MW for both Anacostia and Bolling for a total of 10MW for JBAB. Maximize the energy production while minimizing open space and rooftop area used for the energy production by taking advantage of advancements in PV technology. Maintaining the existing power quality on the installation electrical distribution grid. Purchasing electricity from the solar PV systems at a lower lifecycle cost than current cost. The Navy will not retain nor purchase the SRECs from the project. The developer may sell these SRECs. REQUESTED INFORMATION: NAVFAC seeks responses to the following questions via this RFI: A.COMPANY PROFILE: to include 1.Company Name; 2.Address; 3.Point of Contact/Title (including telephone number & email address); 4.DUNS & Cage Code; 5.Small Business designation/status (Small Business (SB), Small Business Administration (SBA) certified 8(a) participant, Historically Underutilized Business Zone (HUBZoneSB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), and/or Service-Disabled Veteran Owned Small Business (SDVOSB). B.RELEVANT EXPERIENCE: to include 1.A description of three projects of similar scope and size completed within the last three years by the responding firm. 2.Provide indicative, non-binding pricing (cents/kWh) based on rough cost estimates and a 20-30 year contract length. Detailed cost estimates are not required or desired. 3.What are characteristics of the site that would increase pricing compared to a typical project of this size? How could these impacts be mitigated? 4.Identify what actions the Navy could take to reduce risk and cost for this project. 5.In addition to the Federal Investment Tax Credit and Washington DC SREC market, identify potential financial incentives that may be applied to this project. 6.Suggestions to accelerate the project development timeline and external non-Navy Washington DC site approval process. 7.Information needed to appropriately evaluate the potential ground settlement and impacts on PV development at Anacostia. 8.What information should the Navy provide to prospective bidders in the request for proposal? 9.What additional specific questions do prospective bidders have that could be addressed in a request for proposals? 10.Additional information, if any, that the responder believes is relevant. ADDITIONAL INFORMATION AND SUBMITTAL INSTRUCTIONS: The response to this RFI is due by the COB on 3 June 2014. 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 Katie Fogle, e mail: katie.fogle@navy.mil 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 Market Research/RFI may significantly influence RFP development. We appreciate your interest and thank you in advance for responding to this Market Research/Request for Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247014R6014/listing.html)
- Document(s)
- Attachment
- File Name: N6247014R6014_Appendix_1_-_4.docx (https://www.neco.navy.mil/synopsis_file/N6247014R6014_Appendix_1_-_4.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6247014R6014_Appendix_1_-_4.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247014R6014_Appendix_1_-_4.docx (https://www.neco.navy.mil/synopsis_file/N6247014R6014_Appendix_1_-_4.docx)
- Record
- SN03358296-W 20140508/140506234809-10c0e74c7729996349ea7911ed991844 (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 |