Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2021 SAM #7245
SPECIAL NOTICE

61 -- Battery Energy Storage System (BESS)

Notice Date
9/30/2021 2:44:47 PM
 
Notice Type
Special Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Response Due
11/9/2021 1:00:00 PM
 
Archive Date
11/24/2021
 
Point of Contact
Stephen Young, Phone: 2022674440
 
E-Mail Address
stephen.young@faa.gov
(stephen.young@faa.gov)
 
Description
Title: Battery Energy Storage System (BESS) Announcement Type: Request for Information / Market Survey Date Posted:�9/30/2021 Date / Time Closed: 11/9/2021 / 4:00 PM (Eastern Time) Solicitation / Contract #: FAA - 30092021�� Name / Organization: Stephen Young / AAQ-310 Region Issuing Office: WA - FAA Headquarters (Washington, DC) Phone / Email: 202-267-4440 / Stephen.young@faa.gov Alternative POC: N/A Set-Aside: N/A NAICS Code: 335311 Product Service:�6120 -�Transformers: Distribution and Power Station Procurement Method: Commercial/Simplified Region(s) of Performance: n/a The Federal Aviation Administration (FAA) has a requirement for a Battery Energy Storage System (BESS). The use of a BESS is an effective approach to improve the National Airspace Systems low voltage power distribution system. The system decouples the generation process from the distribution process and resolves several long-term problems. The FAA believes use of a BESS in certain circumstances will improve the NAS power distribution system for reliability and resiliency. To that end, the FAA is interested in better understanding what BESS systems are offered on the open market. Therefore, the FAA is conducting this Request for Information/Market Survey to seek potential sources capable of meeting the technical and delivery requirements for a BESS. The FAA is seeking responses from vendors with at least ten years of experience providing BESSs in the field. At this time, the nature of a competition for a contract, if any, that may result from this market survey has not been determined. The FAA may decide to conduct a full and open competition, or set aside all or part of any anticipated procurement for the following small businesses types: Socially and Economically Disadvantaged Business (SEDB) vendors that are 8(a) certified, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Historically Underutilized Business Zone (HUBZone) small businesses, Women-Owned Small Business (WOSB) and/or Economically Disadvantaged Women-Owned Small Business (EDWOSB), or a small business if no SEDB 8(a), SDVOSB, HUBZone small businesses, WOSB, and/or EDWOSB firms are eligible. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 335311-Power, Distribution and Specialty Transformer Manufacturing with a size standard in number of employees of 750. PURPOSE:��� This Market Survey is designed to acquire information about commercial BESSs and suppliers thereof. This Market Survey will also allow the FAA to identify large or small businesses capable of providing BESSs to our organization. Based upon the information received, the FAA will be able to determine whether a procurement will be conducted, and if so, whether or not it would be set-aside for small businesses.� REQUIREMENTS FOR EXPRESSION OF INTEREST: All Offerors are to submit a Capability Statement answering all of the questions listed on the Battery Energy Storage System (BESS) - Market Survey Summary. If the Offeror falls in the category of one of the small business types listed above, it must present documented proof of such classification. Socially and economically disadvantaged business can show proof by providing a copy of their SBA 8(a) Certification Form. ATTACHMENTS: a.�� Battery Energy Storage System (BESS) - Market Survey Summary Questions SUBMISSION FORMAT: Format:���������� Electronic Quantity: ������� 1 set Address:��������� Stephen.young@faa.gov Due to telework limitations resulting from the COVID-19 pandemic, electronic submission of Market Survey responses is required.� Capability Statements must be no longer than fifty (50) pages. Submissions should be in either Microsoft Word or portable document format (PDF). The Capability Statement must be numbered sequentially. Font size must be 12, in Times New Roman font, with top and bottom margins equal to 1.0 inch, and left and right margins equal to 1.0 inch. Please note that the FAA e-mail server restricts file size to 10MB per email message; therefore, responses may need to be submitted in more than one e-mail in order to be received. If e-mails must be broken up into multiple parts, please clearly indicate so in the subject line. This Market Survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 4:00 p.m. Eastern Time on November 9, 2021. Submissions must include a company Point of Contact, telephone number, fax number, e-mail address (if available), and mailing address. Questions regarding this posting must be received by 3:00 p.m. Eastern Time on October 25, 2021. For questions, requests for additional information, etc., regarding this Market Survey, contact Stephen Young, Contracting Officer, via e-mail: Stephen.young@faa.gov. This announcement is not intended to guarantee procurement of the services and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation or submittal of inquiries or responses for this announcement, and will not reimburse any firm for costs incurred in responding to this public announcement.� Responses will not be returned. Since this is a sources sought announcement, responses will not be evaluated, and no evaluation letters or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the SAM.GOV website. It is the Offeror�s responsibility to monitor this site for the release of any resulting solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/178b3832bba94e2fa21799795695d74d/view)
 
Place of Performance
Address: Washington, DC 20591, USA
Zip Code: 20591
Country: USA
 
Record
SN06148726-F 20211002/210930230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.