1 / 17

Liquefied Natural Gas Vehicle Infrastructure Improvement R&D

California Energy Commission Request for Proposals RFP #500-11-503 Pre-Bid Conference Date: January 23, 2012. Liquefied Natural Gas Vehicle Infrastructure Improvement R&D. Proposal Requirements. REQUIRED FORMAT FOR PROPOSAL RESPONSE Consists of Two Sections

osmond
Download Presentation

Liquefied Natural Gas Vehicle Infrastructure Improvement R&D

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. California Energy Commission Request for Proposals RFP #500-11-503 Pre-Bid Conference Date: January 23, 2012 Liquefied Natural Gas Vehicle Infrastructure Improvement R&D

  2. Proposal Requirements REQUIRED FORMAT FOR PROPOSAL RESPONSE • Consists of Two Sections • Section 1 – Administrative Response • Section 2 – Technical and Cost Proposal http://www.energy.ca.gov/contracts/index.html

  3. Section 1, Administrative Response Every Proposer must complete and include the following in Section 1, Administrative Response: • Cover Letter • Table of Contents • Contractor Status Form • Darfur Contracting Act Form • Small Business Preference Certification (if applicable) (Or Non-Small Business Preference) • Completed DVBE forms • Bidder Declaration Form GSPD-05-105

  4. Section 1, Administrative Response • Signed Contractor Certification Clauses • Target Area Contract Preference Act Forms (if applicable) • Enterprise Zone Act Forms (if applicable) • Local Agency Military Base Recovery Act Forms (if applicable)

  5. Section 2, Technical Proposal Every Proposer must complete and include the following in Section 2. • Technical Merits and Approach – Project Goals and Scope of Work • Project Need - Advances Science or Technology not Adequately Addressed by Competitive or Regulated Markets • Team Organizational Structure • Project Team Experience and Qualifications • Labor Hours by Personnel and Task

  6. Section 2, Technical Proposal • Client References • Budget Forms

  7. Section 2, Cost Proposal Every Proposer must complete and include the budget forms found in Attachment 7of the solicitation. • Task Summary - Att B-1 • Category Summary - Att B-2 • Prime Labor Rates - Att B-3 • Labor Rates for each Subcontractor - Att B-3a-z • Prime Non-Labor Rates - Att B-4 • Non-Labor Rates for each Subcontractor - Att B-4a-z • Direct Operating Expenses - Att B-5 • Match Funding -Att B-6 • Loaded Hourly Rate Calculation - Att B-7 (for evaluation purposes)

  8. Small/Non-Small Business Preference • Small Business Preference – Certified Small Businesses or microbusinesses can claim the five percent preference when submitting a proposal. See RFP, page 20 and Attachment 3.1 for more information. • Non-Small Business Preference – Bidder commits to small or micro business subcontractor participation of 25% of net bid price. See RFP, page 21 and Attachment 3.1 for more information.

  9. Disabled Veteran Business Enterprise (DVBE) Requirements Full DVBE participation (3% of total Agreement amount) Proposer commits to meet or exceed the DVBE participation requirements by either of the following methods: Method A1 – Proposer is a Certified DVBE Method A2 – Subcontractor is a certified DVBE and will receive at least 3% of the Agreement amount

  10. DVBE Incentive Program The DVBE Incentive Program gives a contractor an opportunity to improve their bid status based on the efforts attained from the DVBE Participation Program. See RFP, page24 and Attachment 3.1 for more information. • The incentive computation is only applied during the evaluation process and only to responsible Bidders. • The incentive points for awards based on high score are as follows: • Participation of 3.01% - 4.99% = 1 • Participation of 5% or more = 2

  11. Tentative Key Activities and Dates Deadline for Written Questions – January 25, 2012 Distribute Questions/Answers and Addenda (if any) to RFP – February 3, 2012 Deadline to Submit Proposals by 3:00 p.m. – February 17, 2012 Notice of Proposed Award – May 2, 2012 Commission Business Meeting – June 2012

  12. Program Overview • Public Interest Energy Research (PIER) Transportation • Uses public purpose funds from natural gas • Transportation research must benefit natural gas ratepayers • Natural gas investments must be coordinated with ARB and approved by CPUC • Completed the Natural Gas Vehicles Research Roadmaphttp://www.energy.ca.gov/2008publications/CEC-500-2008-044/CEC-500-2008-044-F.PDF • Transportation research will fill a technology pipeline to ARFVT

  13. Research Roadmaps Define Opportunities, Direction, Priorities Roadmap Objectives: • Relative to selected initiative or issue, identify gaps in ongoing research • Facilitate collaborations with other research institutions, state agencies, and utilities • Define short-, mid-, and long-term goals, timeframes, budgets, and activities

  14. Scope of Work (SOW) • The purpose of this solicitation is to advance R&D that reduces or removes the barriers associated with expanding LNG vehicle fueling infrastructure. This solicitation seeks projects that address one or more of the following subjects: • Improving the handling of LNG dispensing; • Improving the reliability of LNG dispensing; • Improving the durability of LNG dispensing; • Minimizing the likelihood of vapor release; and/or • Improving station-vehicle interface issues that affect station design or operation.

  15. Example of Eligible Projects: • Improved technologies for providing LNG at the different fuel pressures required by different types of heavy-duty natural gas engines are sought. • Improved LNG refueling nozzle-receptacle coupling systems are needed. • Improved technologies and procedures to eliminate vapor venting at all stages of the LNG fuel infrastructure (fuel transfer from the tank truck to the station, LNG storage at the station, vehicle refueling, and vehicle operation) are sought. • Equipment and procedures to economically facilitate automatic and accurate LNG fuel metering and billing are sought. • Improved L/CNG station technologies and designs are sought in cases where such technologies and designs will support the increased use of natural gas as a transportation fuel. • Technologies that will enhance the safety and/or expedite the permitting of LNG and L/CNG fueling stations are sought.

  16. Questions and Answers • QUESTION AND ANSWER SESSION • WRITTEN QUESTIONS ARE DUE BY – January 25, 2012, 5:00 p.m. via email to Michael Poe, mpoe@energy.state.ca.us

  17. Whom to Contact? Michael Poe California Energy Commission 1516 Ninth Street, MS-18 Sacramento, CA 95814 (916) 654-4809 (916) 654-4423 (fax) mpoe@energy.state.ca.us

More Related