South Carolina Bids > Bid Detail

Request for Information - DOE Cleanup to Clean Energy Power Generation at the Department of Energy Savannah River Site

Agency:
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159949169914893
Posted Date: Nov 15, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/070248e001...
Follow
Request for Information - DOE Cleanup to Clean Energy Power Generation at the Department of Energy Savannah River Site
Active
Contract Opportunity
Notice ID
RFI8900FY24001
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
SAVANNAH RIVER OPERATIONS OFFICE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 15, 2023 03:42 pm EST
  • Original Published Date: Oct 17, 2023 09:13 am EDT
  • Updated Response Date: Jan 02, 2024 12:00 pm EST
  • Original Response Date: Nov 17, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 17, 2024
  • Original Inactive Date: Dec 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6117 - SOLAR ELECTRIC POWER SYSTEMS
  • NAICS Code:
    • 221114 - Solar Electric Power Generation
  • Place of Performance:
    Aiken , SC 29802
    USA
Description View Changes

Introduction:



THIS IS A REQUEST FOR INFORMATION (RFI). This RFI is issued solely for information and planning



purposes and does not constitute a solicitation.





The Department of Energy (DOE) is working toward the goal of using 100% carbon-free energy (CFE) at



all DOE sites by the year 2030. The Savannah River Site (SRS) is one of the largest consumers of



electricity within the DOE complex. The Site is located on 310 square miles (approximately 200,000



acres) of DOE owned and largely forested land in western South Carolina along the Savannah River



near the town of Jackson, SC.





SRS will focus on offsetting the annual electricity consumption by generating an equivalent amount



of electricity using any CFE technology, e.g., solar, small modular reactors, geothermal, and wind,



that can deliver carbon-free energy in the form of electricity to the electric grid. To fully



offset the typical amount of electricity consumed, it is estimated that SRS would need to offset



approximately 180,000 MWh annually by 2030 and 360,000 MWh annually by 2032.





Savannah River Site would also like to consider opportunities for energy storage in addition to CFE



generation. Ultimately, SRS would like to generate as much of carbon-free energy as SRS resources



can support without impacting the site’s primary mission. The Federal Acquisition Regulation (FAR)



and Department of Energy Acquisition Regulation (DEAR) will be used for this acquisition along with



NAICS code 221114 Solar Electric Power Generation.





Due Date for Responses: 12:00pm on Friday, November 17, 2023





Point of Contact: Jeff Hynds (jeff.hynds@srs.gov)







Project Description:





Four tracts of land have been initially identified as potential locations for CFE power generation.



These four tracts are indicated on the included map. Each tract is 2000+ acres of reasonably flat



ground. Each tract could be developed with access to the site from a public road. The four tracts



that have been identified may not necessarily be the optimum locations for some CFE technologies.



Other tracts of land more suitable to different CFE technologies can be considered as required.



DOE may decide to lease part or all the available land, or award leases to one or multiple entities.





In exchange for favorable lease terms and a waiver of property taxes, the selected firm would



provide the U. S. Government with the number of Energy Attribute Certificates (EACs) commonly referred to as Renewable Energy Certificates (RECs) required to fully offset the typical annual power consumption of approximately 360,000 MWh, to the extent permitted by law. Disposition of any additional Renewable energy credits created by CFE generation at SRS beyond the number required to offset SRS consumption would be solely at the discretion of the CFE installation owner.





A long-term lease agreement is anticipated. The Department of Energy is anticipating a turnkey



agreement with the selected firm managing and financing all tasks related siting, designing,



environmental permitting, including NEPA, construction, interconnection, licensing, operation, and



maintenance of the CFE facility or facilities on land leased from DOE. At the end of its useful



life, the selected firm shall be responsible for removal and proper dispositioning of all equipment



and restoration of the site. The selected firm will be required to set aside funding during the



period of the lease, such that there are sufficient funds available to restore the land at the end



of the lease period.





It is anticipated that the selected firm will own and operate the finished CFE facility upon



completion of construction. The selected firm will produce EACs by operating the CFE facility and



will provide the required number of EACs to SRS each year of the lease agreement between SRS and



the firm.





It is the responsibility of the selected firm to negotiate and establish agreements with the off-



taking utility. Interconnection to the off-taking utility’s power grid and any associated costs



are the responsibility of the selected firm. The CFE facility will not supply power directly to



the SRS onsite grid. If the CFE facility power generation is not isolated from the SRS onsite



power grid, then the selected firm may be responsible for the additional maintenance and operations



to ensure the CFE facility does not interfere with the SRS mission.





All the currently identified tracts of land can be accessed directly from an existing State or



Federal highway without passing through an SRS barricade. The selected firm will construct a fence



around the entire CFE facility and maintain controlled access to the facility.





The facility will be located within the state of South Carolina and must meet all applicable state



and federal regulations. It is anticipated that the selected firm will have experience in



compliance with state and federal regulatory reviews and permitting projects on federal land, the



National Environmental Policy Act, National Historic Preservation Act, and Endangered Species Act.





The electricity market in South Carolina is a “regulated monopoly” managed by the South Carolina



Public Service Commission (https://www.psc.sc.gov). The region where SRS is located is assigned to



Dominion Energy South Carolina (https://www.dominionenergy.com/south-carolina), formerly South



Carolina Electric and Gas Company. The Southeast Energy Exchange Market (https://southeastenergymarket.com) provides



opportunities for 15-minute energy trading in this area.





Capability Statement:





The following request is designed to provide information to the Department of Energy of any



prospective developer of CFE power generation facilities with capabilities to execute the



requirements as described above.







Please provide in your response to the following:



1. Offeror's Name, Address, Point of Contact, Phone Number, and E-Mail Address.



2. Offeror's interest in bidding on the solicitation when it is issued.



3. Offeror's business size certified status, number of years in business, and your DUNS number.



4. Offeror's capability statement demonstrating the Offeror's ability to perform comparable work.





The statement should include a brief description of the three (3) most recently completed and



comparable projects. For each project include the customer’s name, offeror’s scope within the



project, project duration, size of the CFE facility, location of the facility and whether the



offeror retained ownership of the operating CFE facility.



5. Offeror’s experience in compliance with state and federal regulatory reviews and permitting



projects on federal land, the National Environmental Policy Act, National Historic Preservation



Act, and Endangered Species Act, to address such elements as ecological, environmental, and



cultural considerations associated with ground-disturbing and visual-affecting activities.



Information in this item can be consolidated with item #4 above if applicable.



6. What is the preferred contract/lease length for this type of contractual arrangement?



7. Do you have any other suggestions or comments to improve future solicitations?





Disclaimer:



This RFI is issued solely for information and planning purposes and does not constitute a



solicitation. Responses to this notice are not offers and cannot be accepted by the Government to



form a binding contract. SRS is not seeking proposals through this RFI and will not accept



unsolicited proposals. Respondents are solely responsible for all expenses associated with



responding to this RFI. Not responding to this RFI does not preclude participation in any future



procurement, if conducted. No proprietary information should be included in any submittal.







How to Respond:



ALL interested Offerors should notify in writing via e-mail by 12:00pm EST on Tuesday, January 2,



2024. Submit your response and information by e-mail to: Jeff.Hynds@srs.gov with the subject line



“SRS CFE RFI Response”. Responses are limited to 10 pages (11-point font, 1-inch margins). Please



include contact name(s), address, phone, and e-mail. Any questions regarding the RFI should be



included in the RFI response. These questions will be addressed after the



RFI response due date with a FAQ document to everyone submitting a response.


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX A
  • AIKEN , SC 29802
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >