Request for Proposal U.S. Army Garrison Miami - UESC
ID: W912DY24R0047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Huntsville Center, is issuing a Request for Proposal (RFP) for Utility Energy Services Contract (UESC) aimed at enhancing energy management services for the United States Army Garrison (USAG) Miami in Florida. The primary objective of this procurement is to identify a utility company that will conduct a comprehensive assessment of energy usage, develop energy conservation measures (ECMs), and implement solutions that may include upgrades to lighting, HVAC systems, and the installation of solar panels, with a contract period not exceeding 25 years. This initiative underscores the importance of energy efficiency and sustainability within military operations, contributing to cost savings and improved resilience at the facility. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Tanya N. Brown at tanya.n.brown@usace.army.mil or Christopher M. Andrews at christopher.m.andrews@usace.army.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines a Utility Energy Service Contract (UESC) for USAG Miami. The goal is to implement comprehensive energy and water efficiency improvements, offering flexibility to tailor solutions to the base's needs. The contract encourages a phased approach to expedite projects, focusing on energy conservation measures (ECMs) like solar panels, LED lighting, HVAC upgrades, and water conservation. The government seeks a local utility company to assess energy savings opportunities, propose ECMs, and finance the upfront costs. The contractor will conduct a Preliminary Assessment and Feasibility Study, following Department of Energy guidelines, with mandatory annual performance inspections. Design, implementation, and cybersecurity standards are detailed, and the contractor must comply with safety, environmental, and antiterrorism requirements. Quality control, maintenance, and training protocols are specified, with options for measurement and verification reporting. Weekly and monthly reporting obligations are imposed on the contractor, while the government commits to providing necessary data for savings calculations. This RFP seeks a partner to enhance energy efficiency, reduce costs, and improve resilience at the military installation.
    The government seeks to procure energy-saving measures for its utilities under a performance-based contract. The focus is on reducing energy costs and improving energy efficiency. Contractors will be responsible for implementing energy conservation measures (ECMs), with specific targets for cost savings and payments outlined in Schedule 1. This includes providing detailed implementation expenses and bonded amounts for each ECM. Schedule 2 requires contractors to include direct costs for each ECM, while Schedule 3 outlines cash flow expectations during the post-acceptance performance period, emphasizing annual contractor payments and project expenses. The government intends to award the contract based on the projected first-year cost savings and associated contractor payments, with clarity on energy conversion factors. Key dates include the submission deadlines for proposals and a specified implementation period post-award. The evaluation of proposals will consider the proposed cost savings, with bonus points for additional energy and operational cost savings. Contractors must also adhere to specified cancellation ceilings in the event of early termination. This comprehensive RFP outlines a clear objective for energy efficiency improvements and holds contractors accountable through rigorous financial schedules and performance requirements.
    The government seeks detailed proposals for energy-saving measures (ECMs) and associated services through a series of Data Item Descriptions (DIDs). These DIDs serve as a comprehensive procurement blueprint, outlining requirements for everything from preliminary assessments and investment-grade audits to design packages, safety plans, and work schedules. The primary objective is to implement cost-effective ECMs, encompassing various building systems and equipment. Contractors must provide an in-depth energy savings analysis, along with thorough descriptions and calculations to validate their proposed measures. This includes justifying the selection of ECMs and outlining the methodology for determining baseline and actual energy usage. The scope of work involves conducting site assessments, developing feasibility studies, and submitting detailed design packages, incorporating drawings, specifications, and calculations. Contractors are also responsible for quality control plans, safety management, and the submission of shop drawings and monthly progress reports. Additionally, operators and maintenance personnel requirements and training plans need to be described. Key dates and timelines are mentioned, although specific deadlines are not explicitly stated. Evaluation criteria focus on the technical merit and cost-effectiveness of proposed ECMs, with criteria details to be provided in the Request for Proposal (RFP). Overall, this procurement seeks energy-efficient solutions, comprehensive documentation, and specialized services for government facilities, with evaluation based on both technical and financial factors.
    The file outlines a wage determination for various construction workers in Florida's Miami-Dade County. It specifies minimum hourly wages and classifications for workers across different crafts, ranging from asbestos workers to ironworkers and plumbers, under the Davis-Bacon Act. The rates differ based on the type of work and experience requirements. The file also details the appeals process for challenging or seeking reconsideration of these wage determinations. Notably, there are two applicable Executive Orders, which mandate minimum wage requirements for federal contracts, with rates adjusted annually. Executive Order 14026 requires a minimum hourly rate of $17.20, while Executive Order 13658 sets a rate of $12.90.
    The government aims to procure construction services for heavy projects in Miami-Dade County, Florida. These services include various skilled labor categories like electricians, crane operators, ironworkers, painters, and carpenters, along with corresponding wage rates. The focus is on paying prevailing wages as mandated by Executive Orders 14026 and 13658, with rates adjusted annually. The procurement seems to be divided into multiple classifications with corresponding wage determinations, effective dates, and survey-based calculations. Contractors must adhere to these wage rates for covered workers involved in the construction projects. The process involves a hierarchical appeals system for wage determination issues, culminating in final decisions by the Administrative Review Board. Key dates and other administrative details are not provided in the given information.
    The Department of Labor's Employment Standards Administration issues Wage Determination No. 2015-4543, Revision 27, governing labor rates for various service contracts in Florida's Dade County. It establishes minimum hourly rates, ranging from $13.12 to $48.53, for numerous occupations, with notations on potential higher wages under Executive Orders 14026 and 13658. The occupations span administrative, automotive, food service, healthcare, IT, maintenance, personal needs, plant operations, protective services, recreation, technical, transportation, and miscellaneous categories. The document also outlines benefits like paid time off, holidays, and uniform allowances. Contractors must conform to these rates and benefits for unlisted employee classifications. Key dates and processes are outlined for conformance requests, ensuring compliance with the Service Contract Act. This procurement seeks to enforce fair and specified wage rates for service contracts in the specified location.
    The Letter of Commitment from a Key Subcontractor/Teaming Member outlines the unwavering commitment to fulfill a specific role in a larger project. In the event of an award to the primary offeror, the subcontractor pledges to undertake designated duties, which should be stated in detail within the letter. This is a crucial component when submitting a proposal for a potential contract, as it reinforces the strength and feasibility of the offeror's team. The letter includes the signature of an authorized official, ensuring the authenticity and seriousness of the commitment.
    The Past Performance Questionnaire seeks to evaluate a contractor's performance on previous projects. It requests detailed information from relevant individuals about various aspects of the contractor's work. The primary focus is on assessing the quality of work, cost controls, timeliness of performance, effectiveness of management, and customer satisfaction. The questionnaire rates the contractor's compliance with safety and labor standards, quality control efforts, commitment to customer satisfaction, and cost management. It also examines the timeliness of submissions, responses, and project completion, along with the management of subcontracts and customer relationships. The overall rating of the contractor's past performance is an essential aspect. This information is crucial for understanding the contractor's potential to deliver high-quality services and manage costs effectively.
    The primary objective of this government procurement is to acquire financial services expertise for calculating various markups related to energy conservation measures (ECM). The focus is on determining the Maximum Implementation Markup, Maximum Performance Markup, and Maximum Spread Above Treasury Rate. Offerors are required to provide detailed calculations and narratives explaining their estimated rates. The scope of work involves analyzing and justifying the costs associated with the implementation and performance periods of the ECM project. This includes installation, testing, and initial performance measurement. Indirect labor costs and other indirect expenses that are not directly attributable to specific tasks must be factored into the calculations. The government reserves the right to negotiate a lower markup rate at the award stage. Key personnel categories such as project developers, managers, and specialists are outlined for both the offeror and the government, with associated unburdened rates for each category in the years 2024, 2025, and 2026. The government seeks a comprehensive understanding of the proposed rates and the rationale behind them. No further details on contract type or evaluation criteria are provided in the excerpt. However, the narrative calculations required imply a certain level of complexity in the procurement process and a detailed evaluation of financial capabilities and experience.
    The government agency seeks to promote small business involvement in its acquisitions. Offerors are required to propose a Small Business Participation Plan, outlining the percentage of work awarded to various small business categories such as Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), and Veteran Owned Small Businesses (VOSB). This plan aims to boost participation from these businesses and achieve goals related to diversity and inclusion. Companies other than U.S. small businesses must also submit a separate subcontracting plan to be eligible for award. The agency emphasizes the importance of committing to these goals, with evaluations based on the extent of enforceable small business commitments.
    (Utility Name) is seeking a certification of compliance with the Buy American Act for its contractors. The certification affirms that all installed products, materials, and supplies comply with the Act's requirements for domestic sourcing, except for items with granted waivers. This assurance applies to the main contract and any subsequent subcontractors. The utility undertaking this project commits to upholding these standards and replacing any non-compliant products promptly. This certification also serves as a solicitation, with the utility seeking a signature of agreement from the contractor, who must also consult legal counsel and include their position title and signature date.
    The US Army Engineering and Support Center, Huntsville, is seeking proposals from utility companies currently servicing the USAG Miami to conduct an assessment of its energy usage, with the potential for awarding a separate contract for the implementation of energy-saving solutions. This solicitation, extended to 26 August 2024, seeks a preliminary assessment leading to a Feasibility Study/Investment Grade Audit. The Army intends to award a firm fixed-price contract to the utility company that best meets their requirements. Offerors are encouraged to attend a site visit on 6 August and may submit questions until 9 August. Only the pre-selection requirements must be met by the closing date, with post-selection requirements detailed in the solicitation for the successful offeror.
    The U.S. Army Engineering and Support Center intends to contract a utility company to assess the energy usage of the United States Army Garrison Miami (USAG Miami) and develop a Feasibility Study / Investment Grade Audit. This study aims to identify energy savings and conservation solutions for a potential Utility Energy Service Contract. The contract, if awarded, would require the successful bidder to provide labor, materials, and supervision for the assessment and study, adhering to strict performance standards and a scheduled timeline. Key CLINS include lighting LED upgrades, 2MW floating solar panel installation, HVAC efficiency upgrades, and on-site non-potable water conservation measures. Offerors must submit proposals by COB on August 12, 2024, with inspections and performances scheduled for various locations. The estimated total value of the contract is around $4 million.
    The U.S. Army Engineering and Support Center is issuing an amendment to the solicitation for a utility contract aiming at assessing energy usage at the United States Army Garrison Miami (USAG Miami). The proposal deadline has been extended to September 23, 2024. The intent is to select a utility company to conduct a Feasibility Study/Investment Grade Audit (FS/IGA) that will lead to the development of energy conservation solutions. The selected utility must currently service USAG Miami, and the government anticipates awarding a firm fixed-price contract. Proposals must be emailed to the designated contacts no later than 8:00 AM Central Time on the due date, with the specific subject line mentioned. A virtual site visit is scheduled for August 14 and a physical site visit on August 15, 2024, to clarify the solicitation’s objectives, encouraging participation from eligible utilities. Offerors must adhere to established pre-selection and post-selection requirements outlined in the solicitation. This solicitation exemplifies the focus on energy efficiency initiatives within government projects, emphasizing the need for thorough assessments and practical solutions to optimize energy use in military facilities.
    The U.S. Army Engineering and Support Center is extending the deadline for questions and proposals related to a solicitation for a firm fixed-price contract. The contract involves selecting a utility company to assess the energy usage of the United States Army Garrison Miami and develop a Feasibility Study / Investment Grade Audit. This study will inform energy savings and conservation solutions outlined in a Utility Energy Service Contract. If the study is directly funded, a separate contract will be awarded for implementation and debt servicing. The solicitation seeks responses from utilities currently servicing the USAG Miami, with a new proposal deadline of 9 September 2024. A virtual presentation and physical site visit are scheduled to aid offerors' understanding of the project. Only the preselection requirements must be met by the proposal deadline; post-selection requirements are detailed in the solicitation but are not due at this time.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the Contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Sources Sought for Utility Energy Service Contracts
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking information from potential contractors regarding Utility Energy Service Contracts for electric, natural gas, and water utilities in North Carolina and Virginia. The objective is to assess market capabilities for providing these essential utility services, particularly in relation to various infrastructure projects aimed at enhancing community utility access and park facilities, including those associated with the W. Kerr Scott Reservoir and other significant locations. Interested firms with the appropriate NAICS codes (221122 for Electric Power Distribution and 221310 for Water Supply and Irrigation Systems) must submit their capabilities and relevant documentation by September 11, 2024, at 1500 EST, to Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil, ensuring compliance with socio-economic status verification requirements.
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Meter Data Management System (MDMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for a contract to operate, enhance, and sustain the Meter Data Management System (MDMS) in Huntsville, Alabama. The primary objectives of this procurement include delivering accurate meter data, normalizing energy consumption data across facilities, providing user-friendly tools for energy program managers, and ensuring compliance with applicable regulations and standards. This initiative underscores the Army's commitment to efficient energy management practices and the integration of advanced technologies to optimize operations and reduce costs. The contract is a Firm-Fixed Price Indefinite Delivery Contract with a maximum value of $43 million over five years, including one base year and four option years. Interested parties must submit their proposals by September 17, 2024, and can contact Benjamin Hoell at benjamin.g.hoell@usace.army.mil or by phone at 978-318-8084 for further information.
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    Notice of Intent to Sole Source Utility Energy Service Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Command Northwest, intends to enter into a Utility Energy Service Contract with Puget Sound Energy Inc. This contract aims to implement energy conservation measures through financing terms and rebates provided by the local energy provider, as authorized under 42 U.S. Code § 8256. The project is significant for enhancing energy efficiency within military operations, and the contract is expected to be awarded shortly, with an approved Justification and Approval (J&A) to be published within 14 days of the award. For inquiries, interested parties may contact Kevin Lovett at kevin.r.lovett.civ@us.navy.mil.
    Logistics Management Support Services - U.S. Army Corps of Engineers Stakeholders within the Huntsville, AL Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals for Logistics Management Support Services within the Huntsville, Alabama Area of Responsibility, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing full-time labor and supervision for various logistics tasks across designated buildings, including the USACE Engineering Support Center and Learning Center, with an emphasis on maintaining operational readiness and supporting special events. This contract, valued at approximately $1,118,915.33 over five years, requires proposals to be submitted by September 13, 2024, following a pre-bid conference on August 29, 2024. Interested parties can contact Anna Gaffin at anna.m.gaffin@usace.army.mil or William G. Seelmann at william.g.seelmann@usace.army.mil for further information.
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.
    USACE IWR HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper - Maintenance and Support for HEC Java Software related to Ecosystems
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the maintenance and support of its HEC Java software, specifically the HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper, which are critical tools for ecosystem management. The contract aims to enhance software capabilities that assist in hydrologic analysis and water resource management, requiring the contractor to provide expertise in software development and civil engineering, evaluate software issues, perform bug fixes, and support field activities. This procurement is significant for advancing the government's water management capabilities while ensuring compliance with quality and operational standards. Proposals are due by September 18, 2024, and interested parties must be registered in SAM and adhere to all solicitation requirements; for further inquiries, contact Bart P. Dziadosz or David A. Kaplan via email.
    Notice of Opportunity - Amendment
    Active
    Homeland Security, Department Of
    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.