The RFP Database
New business relationships start here

High Latitude Power Supply System (HLPSS)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT ANNOUNCEMENT

NOTICE:


This is a SOURCES SOUGHT ANNOUNCEMENT to determine any potential sources for information and acquisition planning purposes only. AMIC DET 2 OL/PKA and the Air Force Technical Applications Center (AFTAC) Systems Development Directorate (SD) are seeking information from potential sources for the High Latitude Power Supply System (HLPSS) for Antarctica and Alaska to support the subsurface mission area.
This non-personal service requirement will provide engineering services to identify and provide equipment/materials and possibly installation services for a hybrid power system to include wind and solar renewable sources, battery storage, diesel generator backup, climate control, remote monitoring and control capability, and utilizing existing insulated structures.


DISCLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OB LIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISITION APPROACH.


The purpose of this sources sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 541330 with a size standard of $15M. The Government will use information received in response to this notice to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses but has an increased interest of 8(a) small business concerns since the requirement is currently an SBA 8(a) program. The Government requests that all interested parties respond to this notice if capable and to identify your business status for the identified NAICS code. Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Any response involving teaming agreements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s).


The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this Sources Sought Synopsis are cautioned that this is not a Request for Proposal (RFP).


In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this Sources Sought Synopsis. Responses to this notice will not be returned or replied to. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued.


Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


REQUIRED CAPABILITIES


(HLPSS) is a non-personal services requirement providing engineering and possibly installation services for the new power system upgrade. The contractor must be able to effectively and efficiently engineer a complete power system for extreme cold weather/high wind environments. Performance is in various remote areas of Antarctica (Bull Pass and Mt. Newell) as well as in Burnt Mountain, Alaska. Contractor personnel may be required to travel to these stations on an as-needed basis. In order to successfully perform the required tasks, the contractor must be able to provide and install a hybrid power system that meets the following performance specifications:


1. Continuous, uninterrupted power availability
2. <80W average load
3. 24 VDC system voltage
4. Wind speed gusting in excess of 100 miles per hour
5. Autonomous operation for extended periods (in between annual maintenance intervals)
6. Decoupling of power generation noise sources from installation site surroundings
7. 20 year design life
8. Fuel storage tanks, if applicable, shall be of double wall construction and include provision to contain and prevent fuel from spilling into the surrounding area should a leak occur.
9. Modular construction for sling-load transport by helicopter (Bell 212 equivalent)
10. Lightning protection option (not needed at Antarctic locations)
11. Monitoring and control/SCADA with historical trending capability
12. Fire suppression capability
13. Environmental monitoring/reporting (inside temp, outside temp, wind speed)
14. Space for communications equipment


OMBUDSMAN - AFFARS 5352.201-9101 (APR 2014):
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, E-mail address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05).


(d) The ombudsman has no authority to render a decision that binds the agency.


(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of Clause)



SUBMISSION DETAILS:


Companies interested in responding to this announcement should submit unclassified technical capabilities statement via email NLT, 12:00PM, Eastern Standard Time (EST), on 21 January 2019, to Contract Specialist Ms. Lori Greene at lori.greene.2@us.af.mil AND Contracting Officer Ms. Joyce Hongell at joyce.hongell.1@us.af.mil. NO PHONE CALLS OR FAXES WILL BE ACCEPTED. In the event of CLASSIFIED information needing to be provided as part of the response, interested vendors MUST contact the POC above for submission instructions. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter's sole responsibility to verify the e-file was received and can be viewed.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


RESPONSES SHALL INCLUDE:
a) Business name and address;
b) Name of company representative and their business title;
c) Business Size and Type of Small Business (if applicable);
d) CAGE Code;
e) DUNS Number;
f) Capabilities statement package (no more than ten pages) demonstrating ability to perform in accordance with paragraph requirements above.
g) Recent and relevant company experience and capabilities related to the requirements outlined above.
h) Contract vehicles that would be available to the Government for the procurement of the product and service to include General Service Administration (GSA), GSA OASIS, NIH, NASA SEWP, Federal Supply Schedules, or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
i) Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards above.
j) Identify any major performance, schedule, or cost risk anticipated at this time.
k) Provide all available repair and failure data on proposed equipment.


QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POCs identified under the paragraph, SUBMISSION DETAILS. Verbal, phone or fax questions will NOT be accepted. Answers to questions will be posted on the FedBizOpps website. Questions shall NOT contain proprietary or classified information.


Lori A Greene, Contracting Specialist, Phone 3214949911, Email lori.greene.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP