Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2025 SAM #8549
SOURCES SOUGHT

61 -- Mobile / Portable PV BESS Unit

Notice Date
4/21/2025 12:26:37 PM
 
Notice Type
Sources Sought
 
NAICS
221114 — Solar Electric Power Generation
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-SS-00025
 
Response Due
5/12/2025 12:00:00 PM
 
Archive Date
05/30/2025
 
Point of Contact
Stefanie Wiles
 
E-Mail Address
stefanie.wiles@faa.gov
(stefanie.wiles@faa.gov)
 
Description
This announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. This Market Survey announcement is not a Request for Proposal (RFP) of any kind. This survey is for informational and planning purposes only. No solicitation exists currently; the FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not to take any action. Since this is a Market Survey, no evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information that is appropriately marked will be protected in accordance with the FOIA. This announcement does not guarantee that a solicitation or procurement of any kind will be issued, and this announcement will not be construed as a commitment by the Government to enter into a contract. The FAA's Air Traffic Organization (ATO), Power Services Group (PSG) is conducting a Market Survey to ascertain current market conditions and vendor capabilities for delivery of a portable/mobile microgrid, integrated with a photovoltaic (PV) generation system and a backup power system utilizing a battery energy storage system (BESS) that provides immediate backup power for all connected loads. The system must be easy to deploy in remote areas with rugged terrain and limited space. The FAA requires a system structure configured in a trailer or container with the following integrated features, suitable for critical infrastructure: PV dc power array system, with a minimum of 15 kW to 50 kW. BESS Lithium Iron Phosphate (LiFePO4) energy capacity minimum of 250 kWh to 350 kWh. Easy point of connection to facility entrance switchboard/ panelboard. Three phase output to support 120/ 208 Vac connected loads. Single phase output to support 120/ 240 Vac connected loads. System must have capability to �no back-feed� into utility grid. Engine generator input plug to provide auxiliary charging power for BESS. RS485 Modbus capability and capable of 3rd party connectivity. Emergency safety shutoff mechanism. Maintenance parts, replacements, and warranties: PV modules used must be available in the industry PV modules. The inverter controller used must be compatible with the available industry LiFePO4 systems. Provide user training for the system which includes system diagnosis and part replacement. Provide supplier maintenance warranty for the system. Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). Please contact the Contracting Officer, Stefanie Wiles, at stefanie.wiles@faa.gov and Sheryl Gregory, at Sheryl.Y.Gregory@faa.gov for any questions related to this RFI. I. Capability Statement: The FAA requires the following information from interested vendors: Confirmation that your company can comply with the Buy American Act for materials. Provide a detail description of the type of service provided by your company that demonstrates its ability to perform the requirements as described in the announcement. Provide a detailed description of previous contracts, including size and type that are of similar size, scope, and complexity to the requirements as described in the announcement. Provide a detailed description of current contracts, including size and type, that are of similar size, scope, and complexity to the requirements as described in the announcement. State the number of years your company has been in business providing the same or similar services described in the announcement. State whether your company has previously performed work at more than one location simultaneously for the same or similar services as outlined in the announcement. Information must include the title, value, and period of performance for the work. II. Responses: Responses to this Market Survey should include the following: Capability Statement (minimum of five (5) and not to exceed ten (10) pages). Name and Address of Company, Point of Contact (name, title, telephone number, and email address); Large or Small Business Designation and any Minority/Disadvantaged/Veteran Status; Commercial and Government Entity (CAGE) code; and Unique Entity ID. III. Submission Format: Email responses to Stefanie.wiles@faa.gov and Sheryl.Y.Gregory@faa.gov no later than May 12, 2025 at 2:00PM CST. Responses received after this deadline may not be considered. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6742d48553c4785ac0fdf1cf1e0add9/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN07416240-F 20250423/250421230050 (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.