Microgrid System

Bidders ID: NBD14855367772148100
Due Date: Apr 25, 2025
Posted Date: Apr 14, 2025
Level of Government: State & Local
State: Kentucky
Agency: University of Louisville
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Solicitation Number: RP-022-25
Source: Members Only

Bid Detail: Microgrid System

Bid Number:
RP-022-25

Issue Date: 3/18/2025

Closing Date and Time: 4/25/2025 @ 12:00 PM EST

Contact:
Evan Riddell
Contract Administrator
University of Louisville
Email: evan.riddell@louisville.edu


RELATED DOCUMENTS

Bid Document

Pre-Proposal Sign-In

Addendum 1

Addendum 2

Attachment Preview

PROCUREMENT SERVICES
Request for Proposal (RFP)
RP-022-25
Speed School of Engineering
Student Success Building
BC-42 Microgrid System
Proposal Due Date
04/14/2025 12:00PM, EST
Page 1 of 22
PROCUREMENT SERVICES
Request for Proposal (RFP)
Proposal Number: RP-022-25
EMAIL ORIGINAL COPY OF PROPOSAL TO:
Speed type:
evan.riddell@louisville.edu
Issue Date: 03/18/2025
RFP Title: BC-42 Microgrid System
Contract Specialist:Evan Riddell
Contact Email: evan.riddell@louisville.edu
Method of Award: Competitive Negotiation per KRS 45A.085
IMPORTANT: PROPOSALS MUST BE RECEIVED BY 04/14/2025 at 12:00PM, EST
NOTICE OF REQUIREMENT
1. The University’s General Terms and Conditions, viewable at Procurement Terms and Conditions apply to this RFP, as do the terms and conditions
set forth in Section 5 of this RFP. No other terms should be included.
2. Contracts resulting from this RFP must be governed by and in accordance with the laws of the Commonwealth of Kentucky.
3. Any agreement or collusion among offerors or prospective offerors, which restrains, tends to restrain, or is reasonably calculated to restrain
competition by agreement to bid at a fixed price or to refrain from offering, otherwise, is prohibited.
4. Any person who violates any provision of KRS 45A.325 shall be guilty of a felony and shall be punished by a fine of not less than five thousand
dollars, nor more than ten thousand dollars or be imprisoned not less than one year nor more than five years, or both such fine and imprisonment.
Any firm, corporation, or association who violates any of the provisions of KRS 45A.325 shall, upon conviction, be fined not less than ten thousand
dollars or more than twenty thousand dollars.
AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST
I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 523.040:
1. That I am the offeror (if the offeror is an individual), a partner, (if the offeror is a partnership), or an officer or employee of the bidding corporation having
authority to sign on its behalf (if the offeror is a corporation).
2. That the attached proposal has been arrived at by the offeror independently and has been submitted without collusion with, and without any agreement,
understanding or planned common course of action with, any other contractor of materials, supplies, equipment, or services described in the RFP,
designed to limit independent bidding or competition.
3. That the contents of the proposal have not been communicated by the offeror or its employees or agents to any person not an employee or agent of the
offeror or its surety on any bond furnished with the proposal and will not be communicated to any such person prior to the official closing of the RFP.
4. That the offeror is legally entitles to enter into contracts with the University of Louisville and is not in violation of any prohibited conflict of interest,
including, but not limited to, those prohibited by the provisions of KRS 45A.330, KRS 45A.335, KRS 45A.340, and KRS 164.390;
5. That the offeror, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS
Chapter 139 to the extent required by Kentucky law and will remain registered for the duration of any contract award;
6. That I have fully informed myself regarding the subject of the statements made above and all such statements are true and accurate.
SWORN STATEMENT OF COMPLIANCE WITH CAMPAIGN FINANCE LAWS
In accordance with KRS 45A.110 (2), the undersigned hereby swears under penalty of perjury that he/she has not knowingly violated any provision of the
campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to an offeror will not violate any provision of the campaign finance
laws of the Commonwealth of Kentucky.
CONTRACTOR REPORT OF PRIOR VILATIONS OF KRS CHAPTERS 136, 139, 141, 337, 338, 341 & 342
The Contractor, by signing and submitting a proposal, agrees as required by KRS 45A.485 to submit final determination of any violations of the provisions of KRS
Chapters 139, 139, 141, 337, 338, 341 and 342 that have occurred in the previous five (5) years prior to the award of a contract and agrees to remain in
continuous compliance with the provisions of the statutes during the duration of any contract that may be established. Final determinations of violations of
these statutes must be provided to the University by the successful Contractor prior to the award of a contract.
CERTIFICATION OF NON-SEGREGATED FACILITIES
The Contractor, by submitting a proposal, certifies that he/she is in compliance with the Code of Federal Regulations Title 41 CFR 60-1.8(b) that prohibits the
maintaining of segregated facilities.
SIGNATURE REQUIRED: This proposal may not be considered valid unless signed and dated below by an authorized agent of the offeror. Offers signed by an
agent are to be accompanied by evidence of his/her authority unless such evidence has previously been furnished to the issuing office.
NAME OF COMPANY:
FEDERAL EMPLOYER ID NO:
DUNS#:
ADDRESS:
CITY, STATE & ZIP CODE:
PHONE#:
PAYMENT TERMS: NET 30
SHIPPING TERMS: FOB DESTINATION
E-MAIL:
SIGNATURE:
PRINTED NAME & TITLE:
DATE:
Page 2 of 22
1. GENERAL OVERVIEW
1.1. Project Scope
On behalf of the University of Louisville Planning, Design, and Construction, the Procurement Services Department is accepting
proposals for a complete, turn-key, microgrid system designed (delegated design) and constructed by the contractor to safely generate,
store and deliver energy to the new University of Louisville, Speed School of Engineering – Student Success Building in parallel with and
occasionally off the power grid. The scope of work includes but is not limited to a Microgrid Control System (equipment and software),
PV Array, Fuel Cell and Battery Storage system.
The design intent is described within the specifications and drawings (Exhibits A and B). While the construction documents identify all
equipment and construction required, the final design will be delegated to the contractor. The contractor’s design will be a complete
system, in compliance with applicable codes including start up and final commissioning for safe operation.
As described in “Exhibit J – Form of Proposal”, the Base Bid should include all equipment, labor and materials required to complete the
work described within the construction documents including the Basis of Design Equipment. The bidding contractor may substitute an
alternative turnkey microgrid system different than the Basis of Design provided the alternate includes capacity and performance equal
to or better than the Basis of design.
Construction of the building is underway, and the awarded contractor will fully integrate into the construction process, working with the
Construction Manager-General Contractor (CM-GC), Whittenberg Construction Co. and all the awarded subcontractors who are a part of
this project.
The awarded contractor will provide all labor, supervision, materials, equipment, permitting, and inspections (unless otherwise
specified) to complete the work in accordance with the specifications and drawings (see below exhibits link) as prepared by University
consultants.
1.2. University Information
The University is a state-supported research university located in Kentucky’s largest metropolitan area. It was a municipally supported
public institution for many decades prior to joining the university system in 1970. The University has three (3) campuses. The 287-acre
Belknap Campus is three (3) miles from downtown Louisville and houses eight (8) of the university’s twelve (12) colleges and schools.
The Health Sciences Center (HSC) is situated in downtown Louisville’s medical complex and houses the university’s health-related
programs and the University Hospital. The 243-acre Shelby-Hurst Campus located in eastern Jefferson County.
1.3. Mission Statement
The University pursues excellence and inclusiveness in its work to educate and serve its community through:
Teaching diverse undergraduate, graduate, and professional students to develop engaged citizens, leaders, and scholars.
Practicing and applying research, scholarship, and creative activity.
Providing engaged service and outreach that improve the quality of life for local and global communities.
The University is committed to achieving preeminence as a premier metropolitan research university.
1.4. Vision Statement
The University will be recognized as a great place to learn, a great place to work, and a great place in which to invest because we
celebrate diversity, foster equity, and strive for inclusion.
2. PROPOSAL FORMAT AND REQUIREMENTS
2.1. Key Event Dates*
Release of RFP
Pre-Proposal Conference
Deadline for Written Questions
Addendum Issued
RFP Proposals Due
Short List Announcement
Offeror Presentations
Letter of Intent to Negotiate Contract
Desired Contract Effective Date
03/18/2025
03/25/2025 at 10AM, EST.
04/01/2025 at 12PM, EST.
04/04/2025
04/14/2025 at 12PM, EST.
Week of 04/14/2025
Week of 04/14/2025 – 04/21/2025
Week of 04/21/2025
Week of 04/28/2025
*All dates are subject to change
Page 3 of 22
EXHIBITS
o Exhibit A – Specifications
o Exhibit B – Drawings
o Exhibit C – Trade Package Summary
o Exhibit D – General and Special Conditions
o Exhibit E – Owner Supplied Equipment and Materials Sales Tax Procedures
o Exhibit F – Whittenberg Construction Company Safety Policy
o Exhibit G – Site Logistics Plan
o Exhibit H – Construction Schedule
o Exhibit I – Current Project Drawings
o Exhibit J – Form of Proposal
o Exhibit K – Proposer Qualifications
Exhibits Link: https://louisville.box.com/s/y4k172w1xbv70u8d5z4tx0y25r5llbyt
The above exhibits are considered a part of any future contract and must be reviewed by all proposers.
2.2. Required Submittals
The following list specifies the items to be addressed in the proposal. Offerors should read it carefully and address it completely, and in
the order listed below, to facilitate the University’s review of the proposal. Proposals shall be organized into the sections identified
below.
Signed Authentication of Proposal and Statement of Non-Collusion and Non-Conflict of Interest Form
Executive Summary and Proposal Overview
Transmittal Letter
Offeror Qualifications – Criteria 1
Services Defined – Criteria 2
Financial Proposal – Criteria 3
Responsiveness to Academic Goals
Proposer Qualifications (see Exhibit K)
Form of Proposal (see Exhibit J)
2.3.1 Signed Authentication of Proposal and Statements of Non-Collusion and Non-Conflict of Interest Form
The Offeror shall sign, completely and accurately, and return the Authentication of Proposal and Statements of Non-Collusion and
Non-Conflict of Interest Form found on Page 2 of this solicitation. The person signing the offer must initial erasures or other
changes. An offer signed by an agent is to be accompanied by evidence of their authority unless such evidence has been previously
furnished to the purchasing authority. The signer shall further certify that the proposal is made without collusion with any other
person, person, company, or parties submitting a proposal; that it is in all respects fair and in good faith without collusion or fraud;
and that the signer is authorized to bind the principal Offeror.
2.3.2 Executive Summary and Proposal Overview
The Executive Summary and Proposal Overview shall condense and highlight the contents of the technical proposal in such a way
as to provide the evaluation committee with a broad understanding of the entire proposal. The executive summary should include
the following:
Provide a executive summary and overview of your proposal.
When the organization was established and/or incorporated.
Describe the size of the company in terms of number of employees, gross sales, etc.
2.3.3 Transmittal Letter
The transmittal letter accompanying the RFP shall be in the form of a standard business letter and shall be signed by an individual
authorized to legally bind the Offer. It shall include:
A statement referencing all addenda and written questions, the answers and any clarifications to this RFP issued by the
University were received by the Offeror. If no addenda have been received or none were issued, a statement to that
effect should be included.
A statement that the Offeror’s proposal shall remain valid for six (6) months after the closing date of the receipt of the
proposals.
A statement that the Offeror will accept financial responsibility for all travel expenses incurred for oral presentations (if
required) and/or candidate interviews.
A statement that summarizes any deviations or exceptions to the RFP requirements or the terms and conditions (Section
5) of the RFP. A detailed justification for the deviation or exception, and a list of exceptions or additions to the RFP terms
and conditions should be provided. Any deviations or exceptions not addressed in the transmittal letter may not be
considered in any resulting contract.
Page 4 of 22
A statement that identifies any confidential or proprietary information should be provided.
2.3.4 Criteria for Evaluation
2.3.4.1 Criteria 1 – Offeror Qualifications
The purpose of the Offeror Qualifications section is to determine the ability of the Offeror to respond to this RFP. Offerors
must describe and offer evidence of their ability to meet each of the qualifications listed below:
Provide a brief narrative describing your firm and its ability to meet the requirements as defined in the Scope of
Work in Section 2.2. Offeror shall be experienced and knowledgeable in their industry and be able to determine
and communicate how it will provide the goods and/or services requested in Section 2.2 to best meet the needs
of the University.
Offerors shall provide a minimum of three (3) similar projects, including references, your firm as completed that
are similar in nature to the scope of this RFP. Include projects that demonstrate the Offeror’s ability to
collaborate and coordinate with other trades on a complex construction site.
Provide an organization chart and resumes of the team members who will be working with the University on this
project. The University would like the original team as provided in your proposal who are assigned to this project
remain intact throughout the duration of the project, if possible.
If the Offeror has had a contract terminated for default in the last five (5) years, describe such incident. Submit
full details for the default, including the other parties’ name, address, and telephone number. Present the
Offeror’s position on the matter. The University will evaluate the facts and may, at its sole discretion, reject the
proposal on the grounds of experience. If the Offeror has experienced no such termination for default in the past
five (5) years, so indicate.
Has the Offeror’s company ever filed for bankruptcy, had a receiver appointed, made, or consented to an
assignment for the benefit of creditors, been in loan default, currently have any pending liens, claims, or lawsuits
against the company? If so, please describe.
Describe any additional qualifications your company offers that may be beneficial to the University for evaluation
purposes of this RFP.
2.3.4.2 Criteria 2 - Services Defined
Offerors shall describe and offer evidence of their ability to meet the services as requested below:
Fully describe your firm’s capabilities to perform the services referenced within this RFP including but not limited
to:
o Approach to microgrid and sustainable sources delegated design, particularly for projects with a
microgrid that runs parallel to the grid.
o Experience with the variety of sustainable sources noted in the RFP.
o Approach to owner operations, demonstrations and training.
o Approach to working with other owner’s contractors including but not limited to a construction
manager and electrical subcontractor.
Provide a description of the plan of providing to provide the final delegated design and the implementation
(including schedule) of the services and systems requested.
2.3.4.3 Criteria 3 - Financial Proposal
Provide a lump sum price (see Exhibit J) for all services as specified in the RFP, inclusive of all services and expenses.
LUMP SUM PRICE:
The Base Bid should include all equipment, labor and materials required to complete the work described
within the construction documents including the Basis of Design Equipment.
Substitutions:
The university shall select a qualified bidding contractor based on past experience and qualifications for designing a
complete system. The bidding contractor may substitute an alternative turnkey microgrid system different than the Basis
of Design provided the alternate includes capacity and performance equal to or better than the Basis of design as follows.
Alternative Microgrid component capacity and performance requirements:
1. Microgrid Controller:
5000 amp
2. PV:
120 kW
3. Inverters:
50kW each x2
4. Modules:
540W x 240
5. Battery Storage:
100kW/258kWh LiFePO4 chemistry
6. Fuel Cell:
440kW at 480VAC,
Page 5 of 22
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders 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 >