Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SOLICITATION NOTICE

B -- Mobile Microgrid Development & Feasibility Analysis Services

Notice Date
2/12/2024 2:42:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E524Q0007
 
Response Due
2/21/2024 10:00:00 AM
 
Archive Date
03/07/2024
 
Point of Contact
Kim D Roberson, Phone: 2173733478, ERDC-CRREL Quotes
 
E-Mail Address
kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil
(kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E524Q0007 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The associated North American Industry Classification System (NAICS) code is 541330� Engineering Services was determined to best represent this requirement. The small business size standard is $25M. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL)�s Engineering Resources Branch (ERB) in Hanover, New Hampshire requires a Contractor to provide for experts in electric vehicle (EV) charging, fleet electrification, and solar photovoltaic microgrid systems to provide development and feasibility analysis of a mobile microgrid system for EV charging. Specifications:� The design and development of the microgrid is the first critical step in realizing the research goals. The basic components of the microgrid shall include: level 1 (or level 2) EV charging station, 5 kW PV array, 5 kW diesel generator, battery bank of at least 40 kWh, FM80-150VDC Outback controller or equivalent, inverter, power cords, and housing. The system must be designed to fit in an enclosed trailer of 14ft long, 11 ft high. The Contractor must possess specialized knowledge in electric vehicle charging, solar powered microgrids, and fleet electrification and shall provide the following: Design Plans: The design plans should include: the specifications of the charging station for electric vehicle battery, the solar panels, controller, inverter, power cords, etc. The design plans will be used to assemble the mobile microgrid. Expert Guidance:� The contractor shall provide guidance on the experimental procedures and assist in interpreting the results. The guidance will be anchored in ensuring the experimentation reflects what is needed for Army fleet electrification. Based on the results, the contractor will also provide recommendations for steps forward. The experimental procedure will outline the set-up, data collection, and documentation protocols. Evaluation: The evaluation of the mobile microgrid is based on performance in a range of temperatures from 20 to -30 degrees Celsius and the seasonal solar angle. The charging and discharging of the mobile microgrid is set to mimic the electric vehicle load. The Contractors shall provide their expertise knowledge on the requirements for fleet electrification. Based on the results, the contractor shall provide recommendations for steps forward. The experimental procedure shall outline the set-up, data collection, and documentation protocols. Please reference the attached RFQ W913E524Q0007 for full details of the requirement as well as all applicable provisions and clauses.� Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The following factors will be used to determine the most advantageous offeror to the Government: 1) technical capability to provide the requested services outlined in Section C, Performance Work Statement (PWS) and 2) price. A technically acceptable quote is one that clearly represents the ability to satisfy the minimum specified requirements outlined in Section C, Description of Requirement (DOR). The basis for award will be an acceptable offer, the price of which may not be the lowest. FOB Destination: CRREL, Hanover, NH 03755-1920. Payment Terms: Net 30 Please provide responses to this notice, no later than Wednesday, 21 February 2024, 12:00 PM, Central Standard Time (CST) to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d7402535b22486592fa45acbd7566f1/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN06962757-F 20240214/240212230045 (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.