SOLAR TURBINE
THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Genera... THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration Central Heating & Refrigeration Plant (GSA CHRP), Heating Operations and Transmissions District (HOTD) currently supplies steam to over 84 federal buildings in the District of Columbia and chilled water service to buildings in three agencies, the Department of Energy (DOE), Department of Agriculture (DOA), and Smithsonian Institute (SI). These services are a critical part of the customers’ daily operation. In order to guarantee that these customers receive steam and chilled water services without interruption, HOTD must continually maintain the plant’s critical equipment. HOTD operates 24 hours a day, 365 days a year, and the reliability of the plant is important as it supports an operation of Federal and Quasi-Federal customers. HOTD uses natural gas to produce steam for the space comforts at the customer buildings and it operates two chillers to produce chilled water for the building year aroundThis is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.2198, Utilization of Small Business Concerns General Description of Scope of Services: HOTD desires to purchase from Contractor extended service and maintenance for certain turbo-machinery manufactured by Solar Turbines Inc. (Solar). SOLAR Turbines Taurus 60 Version HOTD uses natural gas in a combine cycle mode, which first operates the gas turbines/electric generators and the turbine waste heat is then used in a boiler to produce steam. This combine cycle or Co-Generation also produces electricity for HOTD to avoid purchase high priced electricity from the utility company. The waste heat also increases boiler efficiency to result into additional saving. HOTD has invested in the CO-GENERATION system to realize substantial savings and reduce pollution. The maintenance and operational support to operate this equipment was being performed for several years under the installation contractor, the Washington Gas Company, which has the Solar Company as the subcontractor. Solar is the manufacturer, installer and service provider of this equipment. The original maintenance contract is set to expire September 30th 2019. The contractor shall furnish all the necessary, management, equipment, labor, mobilizations, supplies and supervision to perform extended warranty to the co-generation system, mainly consisting of two Taurus 60 Version T7301S gas turbines generators and associated equipment. The contractor shall manage, be responsible and monitor the efforts of the sub-contractors, if used, that may be maintaining the COGEN turbines. The contractor shall provide detailed reports of his/her and sub-contractor activities and recommendations for the maintenance of the equipment. Contractor shall hold a bi-annual meeting, between maintenance inspections, with the GSA’s designated official (CO, COTR, Project Engineers, etc.,) sub-contractors, if any, at the CHRP site. Contractor shall provide HOTD’s operational goals to operate these systems with 99% reliability/availability, best possible fuel efficiency and planned downtime. The agreement shall be procured as a firm fixed price multiyear i.e., base year plus four (4) option years. The expected deliverables and acceptable standards will also be outlined. The equipment covered by this Agreement (herein referred to as the “Covered Equipment’) shall be all of the equipment originally supplied by Solar Turbines Inc. contained on the package skid within the enclosure and the turbine package control panel. During the term of this agreement, Contractor will repair or substitute with equal repaired or new the Turbines, Generators, Reduction Gearboxes and other associated equipment, as or when required as per the original manufacturer Solar Turbine’s requirements. Size Standard: The NAICS Code for this project is 221114 - Solar Electric Power Generation. The estimated cost range of the project is $3,500,000.00 to $4,000,000.00. Selection Procedures The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.101-2 Lowest Price Technically Acceptable (LPTA) source selection process. To select the firms offering the Lowest Price Technically Acceptable the Government will use the evaluation factors and significant sub-factors the solicitation will specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Contractors should submit a narrative demonstrating their experience in the specified work, as well as, their technical capabilities. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. (3) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm’s particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms. Jamie L Morton, Contracting Officer. Please email your response to jamie.morton@gsa.gov by April 30, 2019 2:00pm, Eastern Standard Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »