Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) - Royal Air Force Lakenheath, United Kingdom
ID: SP060425R0402Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Engineering Services (541330)

PSC

SPECIAL STUDIES/ANALYSIS- BUILDING TECHNOLOGY (B540)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is initiating a Notice of Opportunity (NOO) for an Energy Savings Performance Contract (ESPC) at the Royal Air Force (RAF) Lakenheath in the United Kingdom. The objective is to engage a qualified Energy Service Company (ESCO) to implement energy conservation measures (ECMs) that enhance energy resilience and reduce energy costs, aligning with federal sustainability goals. This project is significant as it aims to integrate renewable energy solutions and improve energy management systems while ensuring compliance with relevant regulations. Responses to this solicitation are due by November 8, 2024, at 3:00 PM EST, and interested parties should submit their proposals via email to DLAEnergy-ESPC@dla.mil. For further inquiries, contact Jacob H. Vigil at jacob.vigil@dla.mil or MaryLee Huerta at MaryLee.Huerta@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the annual utility consumption and cost for fiscal years 2021 to 2023, emphasizing trends and variations in energy usage across several facilities, primarily at RAF Lakenheath and RAF Feltwell. In FY23, total energy costs reached approximately $24.17 million, with electricity being the highest expense at $16.17 million. The report details energy sources, including electricity, heating oil, propane, and water, along with their consumption measurements in MMBtu or gallons where applicable. Notable cost changes are observed from FY22 to FY23, particularly an increase in electrical consumption and associated costs. The document also includes a comprehensive list of facilities, their square footages, and specifics on energy meters, highlighting the importance of energy efficiency efforts such as LED lighting installations. This information is crucial for understanding energy expenditures and formulating future conservation strategies within the context of federal and local RFPs aiming for sustainable energy management. Overall, the report serves as a foundational analysis for ongoing and future initiatives focused on reducing utility costs and enhancing energy conservation measures across military facilities.
    The document outlines the Agreement between the parties to the North Atlantic Treaty regarding the Status of their Forces, signed in London on June 19, 1951, and ratified by the United States in 1953. This agreement establishes the legal status of military forces from member nations when operating in another member state’s territory. It includes definitions of terms, conditions under which forces operate, and responsibilities regarding legal jurisdiction, law enforcement, and respect for local laws. Key provisions include the obligation for these forces and their dependents to adhere to the laws of the receiving state, exemptions from passport and visa regulations, and the handling of legal jurisdiction over members of the forces. Additionally, the agreement waives claims for damage to property or personnel under specified circumstances and details procedures for claims arising from actions performed by military personnel. The agreement’s intent is to facilitate military cooperation among NATO countries while respecting host nations' sovereignty and legal frameworks. This document is crucial for defining military conduct and responsibilities within NATO operations, aligning with the organizational purpose of support and cooperation across member states.
    The 1973 Cost Sharing Agreement between the United States and the United Kingdom establishes a framework for cooperation regarding the facilities utilized by US Forces in the UK. It recognizes the importance of shared defenses and outlines financial responsibilities related to land use, construction, and maintenance. Key provisions include: 1. **Definitions** that clarify terms like "Departmental Expenses," "Land," and "United States Forces." 2. **Land Provision** stipulations, where Her Majesty’s Government will manage costs associated with land usage for US Forces, either relying on surplus land or specific defense needs. 3. **Use of Labor and Materials**, emphasizing that consultations dictate whether US Forces may employ US labor and resources. 4. **Financial Arrangements**, detailing reimbursement procedures for construction and maintenance, where the US will cover specific costs and 7.5% for departmental expenses. 5. **Ownership of Movable Property**, ensuring that all equipment related to construction remains under US Government’s ownership. 6. **Miscellaneous Provisions and Duration**, establishing administrative roles and longevity of the agreement set for ten years with conditions for termination. The agreement is essential for the operational effectiveness of US Forces in the UK and emphasizes collaborative defense efforts, underscoring shared responsibilities and procedural practices. It serves as a foundational document for future military infrastructure partnerships.
    The Call-Off Schedule 28 Module A - Leaflet AL-07 Form 29 outlines the procedures and requirements for USVF-managed construction works, focusing on the roles of the USVF and DIO during the design, construction, and post-construction stages. It details a checklist of tasks for compliance, including health and safety regulations, risk assessments, and necessary approvals from various authorities, such as the local planning authority and the MOD Fire Officer. Each part of the form requires input regarding costs and responsibilities, aimed at ensuring all aspects of the construction process meet regulatory standards. The document highlights the necessity of maintaining clear communication between the USVF and DIO focal points, outlines the steps for cost recovery, and stipulates the need for various certifications and clearances throughout the project lifecycle. Given its focus on compliance and governance, this document fits within the context of federal grants and RFPs, ensuring that all construction activities adhere to stringent legal and operational frameworks.
    The Defense Logistics Agency (DLA) Energy is initiating an Energy Savings Performance Contract (ESPC) Task Order for the Royal Air Force (RAF) Lakenheath and RAF Feltwell in the UK, aimed at reducing energy intensity and enhancing energy resilience. Only twenty current DOE Fourth-Generation ESPC IDIQ contract holders (ESCOs) are eligible to respond to this Notice of Opportunity (NOO). The project aligns with federal sustainability goals outlined in Executive Order 14057, driving towards a carbon-free electricity future. The selected ESCO will address significant energy conservation measures (ECMs), excluding energy cost reductions through rate adjustments and future ECMs. Emphasis is placed on integrating renewable energy generation, energy management system upgrades, and deep energy retrofits. The selected contractor will conduct a Preliminary Assessment and Investment Grade Audit, ensuring compliance with relevant Air Force and UK regulations. Future collaborations will also involve pursuing grants and incentives to enhance the financial viability of the project. The ESCO's proposals will be evaluated based on their approach, past performance, and cost considerations with one Task Order expected to be awarded. The process aims to further enhance energy assurance and sustainability within the RAF infrastructure.
    Similar Opportunities
    DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and retail electricity to various federal installations within the PJM Interconnection region. The procurement aims to secure approximately 35% of the total electricity needs from new-build CFE resources by 2030, with the remaining 65% sourced from conventional retail electricity, aligning with the sustainability goals outlined in Executive Order 14057. This initiative is crucial for supporting the federal government's transition to cleaner energy sources and achieving its target of 100% CFE by 2030. Interested contractors must submit their proposals by December 20, 2024, and can direct inquiries to Charlene Woods or Felicia Hightower at DLA Energy via email at dlaenergy-cfe@dla.mil.
    SPE605-25-RFI-1000: Direct Delivery Ground Fuels Program - 3.22 Domestic
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified businesses to participate in the Direct Delivery Ground Fuels Program, specifically for the delivery of various fuel products to locations in the Northeastern United States, including states such as Connecticut, Massachusetts, and New York. The procurement aims to identify vendors capable of supplying a range of fuel types, including E85, aviation gasoline, and multiple grades of diesel and heating oil, with estimated quantities totaling millions of gallons. This initiative is crucial for supporting the operational requirements of the Department of Defense and federal civilian agencies in the region. Interested vendors must respond by October 28, 2024, with detailed company information and capabilities, and the anticipated contract period is from April 1, 2026, to March 31, 2031. For inquiries, contact Kandace Wright at kandace.wright@dla.mil or 571-596-2671.
    Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Non-Complex Construction and Design Build Construction services for RAF Lakenheath, Suffolk in GBR. This service is typically used for basic ordering agreement for construction and design build projects at RAF Lakenheath, Suffolk. For more information, please contact Claire Switzer at claire.switzer.gb@us.af.mil.
    REQUEST FOR PROPOSALS FOR THE DEVELOPMENT OF RENEWABLE ENERGY GENERATION AT THE FORMER NAVAL ACADEMY DAIRY FARM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Washington, is soliciting proposals for the development of renewable energy generation at the former Naval Academy Dairy Farm, located in Maryland. The project aims to lease approximately 857 acres for clean energy initiatives, integrating solar energy production with local agricultural practices while ensuring compliance with environmental and historical regulations. This initiative is part of the Navy's broader commitment to achieving net-zero greenhouse gas emissions by 2050 and enhancing climate resilience. Interested parties must submit their proposals by December 2, 2024, and can direct inquiries to Kara Lynn Noya at kara.l.noya.civ@us.navy.mil or Christine Hays at christine.a.hays.civ@us.navy.mil.
    RECs Basic Ordering Agreement RFP
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking commercial items for Renewable Energy Certificates (RECs) to be provided to various Continental United States (CONUS) Department of Defense and Federal Civilian installations. The RECs Basic Ordering Agreement (BOA) will be open continuously for a period of five (5) years. The maximum ordering capacity for all potential orders issued amongst all BOA Holder(s) over the 5-year ordering period cumulatively is $12.5M. DLA Energy is the Administrator of the BOA(s) and is the only Ordering Agency authorized to modify the base terms and clause of BOA Holders. The primary contact for this procurement is Christine George (csteam@dla.mil, 571-767-9796) and the secondary contact is Roderick Estrada (roderick.estrada@dla.mil, 703-223-2842). For all Small Business concerns, please contact dla.energy.osbp@dla.mil.
    SPE60124R0317 LAE, LN2 & ABO Norfolk NSY, VA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy, part of the Department of Defense, is soliciting proposals for a Firm-Fixed Price Requirements contract for the delivery of Liquid Argon, Liquid Nitrogen, and Aviator Breathing Oxygen to Norfolk Naval Shipyard, Virginia. The contract, which spans five years from April 1, 2025, to March 31, 2030, requires the contractor to provide all necessary products, materials, and services, including installation and maintenance of contractor-provided tanks, with specific quantities outlined for each gas type. These aerospace energy products are critical for military operations, necessitating compliance with stringent quality and safety standards. Interested offerors must submit their proposals by October 21, 2024, with a Q&A period open until October 4, 2024, and can direct inquiries to Nelson Vega at nelson.vega@dla.mil or Jessica Negron at jessica.negron@dla.mil.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for environmental services at two facilities in California: DFSP Norwalk and DFSP San Pedro. The procurement aims to secure environmental remediation, compliance, and facility maintenance services to support DLA Energy's objective of achieving site closure while maintaining cost-effectiveness. This opportunity is significant as it addresses critical environmental protection needs, particularly in oil spill response, under NAICS Code 562910. Interested vendors should note that the RFP is expected to be published within the next 60 days, with a contract period spanning from May 1, 2025, to April 30, 2029, and a potential six-month extension. For further inquiries, interested parties can contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    Tri-Base Area Construction Basic Ordering Agreement
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking construction services for the US Government at RAF Lakenheath in GBR. The Basic Ordering Agreement (BOA) will cover a broad range of construction services and work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. The agreement will be fulfilled through the issuance of Task Orders. Applications will be accepted and evaluated throughout the period of the Basic Ordering Agreement. Contact Mr. Roger Morris at roger.morris.7@us.af.mil or 01638 522 394 for more information.
    Renewable Energy Certificates (RECs) - Basic Ordering Agreement
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS). The RECs are used to meet the requirements of 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2). The solicitation will be open for five years from the date of issuance. Contact Christine George at christine.george@dla.mil for more information.
    Hangar 7 Sound System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 48th Maintenance Group at RAF Lakenheath, is seeking qualified contractors for a sound system upgrade in Hangar 7. The project aims to enhance audio quality for high-visibility events, requiring the installation of a new system that supports multiple audio inputs and functions as a Public Address (PA) system, ensuring echo-free sound throughout the facility. This upgrade is crucial for improving facility functionality and audience engagement during critical events. Interested offerors are encouraged to attend a site visit on October 24, 2024, at 11:00 BST, with quotes due by November 15, 2024, at 15:00 GMT. For further inquiries, contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil.