ContractSolicitation

SPE60425R0406 - New England 2026 - Solicitation A0004

DEPT OF DEFENSE SPE60425R0406
Response Deadline
Nov 4, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency Energy (DLA Energy), is soliciting proposals for the supply of retail electricity and ancillary services for various federal installations in the New England region. This procurement aims to secure a total estimated quantity of 316,046,518 kWh over a 24-month delivery period, commencing in May 2026 and concluding in May 2028, with specific pricing structures including Firm Fixed-Price and Locational Marginal Price for certain locations. The awarded contracts will support critical operations at installations such as the U.S. Army Reserves and the Coast Guard, emphasizing the importance of reliable energy supply for federal functions. Interested parties must submit their proposals by the specified deadlines, with non-price proposals due by November 4, 2025, and pricing to be determined via a reverse auction on March 10, 2026. For further inquiries, potential offerors can contact Jemri Sacasas at jemri.sacasas@dla.mil or DLA Energy at dlaenergy.eteam@dla.mil.

Classification Codes

NAICS Code
221112
Fossil Fuel Electric Power Generation
PSC Code
9140
FUEL OILS

Solicitation Documents

20 Files
SF30 SPE60425R0406 0002.pdf
PDF13 KBFeb 25, 2026
AI Summary
This document, Amendment/Modification 0002 to Solicitation SPE60425R0406, updates a federal government Request for Proposal (RFP) related to DLA Energy Installation Energy. The amendment extends the offer receipt date to October 2, 2025, and introduces significant changes across various sections. Key modifications include revisions to the "LOCATIONAL MARGINAL PRICE (LMP)" paragraph in SECTION B, specifically altering transaction fees and other market charges, and removing subaccounts. SECTION C adds new contract clauses: DFARS 252.204-7021 and DLAD L39, both concerning Cybersecurity Maturity Model Certification (CMMC) requirements. SECTION D updates "Attachment I - Installation Data Sheet" (version A0002) with changes to customer/service account numbers and customer numbers across several worksheets. Finally, SECTION E incorporates DFARS 252.204-7025, a provision for CMMC level requirements. This amendment ensures the solicitation reflects current cybersecurity standards and updated financial and administrative details.
SPE60425R0406 New England 2026 0002.pdf
PDF538 KBFeb 25, 2026
AI Summary
This government Request for Proposal (RFP) SPE604-25-R-0406,
Attachment I - Installation Data Sheet A0002.xlsx
Excel281 KBFeb 25, 2026
AI Summary
No AI summary available for this file.
Attachment II - Proposal Requirements.pdf
PDF243 KBFeb 25, 2026
AI Summary
This document outlines the comprehensive proposal requirements for the 'New England 2026' Request for Proposal (RFP) SPE60425R0406, focusing on federal government procurement. It details mandatory submission items such as Standard Form 1449, evidence of responsibility, past performance, technical capability, small business participation, pricing, authorized negotiators, subcontracting plans, and representations/certifications. The RFP emphasizes timely and complete submissions, outlining specific criteria for each section, including experience requirements for electricity supply, authorization to conduct business, and past performance references. It also provides detailed instructions for email submissions, including file formats, size limits, and virus scanning protocols. Offerors are encouraged to use the provided template and are advised on the consequences of incomplete or untimely proposals. The document also includes information on optional participation in a mock reverse auction and the submission of exceptions or questions.
Attachment III - Representations Certifications and Other Statements.pdf
PDF484 KBFeb 25, 2026
AI Summary
This government file, SPE60425R0406 Attachment III, outlines mandatory representations and certifications for offerors seeking federal contracts and grants. Key requirements include disclosing responsibility matters (e.g., criminal, civil, or administrative proceedings) within the last five years, particularly for contracts exceeding $10,000,000, and ensuring information in FAPIIS is current and accurate. Offerors must also certify compliance with federal tax laws, including filing all returns and not having unpaid federal tax assessments or felony convictions. Critical sections address prohibitions on using covered defense telecommunications equipment/services and certain telecommunications/video surveillance equipment/services, requiring offerors to disclose any such use and provide detailed information. Additionally, the document covers certifications related to the Buy American Act, Trade Agreements Act, payments to influence federal transactions, child labor, restricted business operations in Sudan and Iran, and corporate tax liability/felony convictions. It also includes representations for small business concerns, veteran-owned, women-owned, and HUBZone businesses. These certifications ensure compliance with various federal regulations, promoting transparency, ethical conduct, and national security in government contracting.
SF30 SPE60425R0406 0003.pdf
PDF13 KBFeb 25, 2026
AI Summary
This document is an amendment to solicitation/modification of contract SPE60425R0406-0003, primarily issued by DLA Energy, Installation Energy. It details several changes to the original solicitation, effective January 27, 2026. Key amendments include adjustments to CLIN 0006 for the U.S. Coast Guard-MA, specifically reducing total accounts from 12 to 10 and the total estimated quantity (kWh) from 21,224,974 to 10,490,914. Overall, total accounts have decreased from 65 to 63, and the total estimated quantity (kWh) has been reduced from 316,614,838 to 305,880,778. The amendment also modifies the period of performance to include May Meter Read Dates for CLIN 0010 accounts, revises the pricing structure and treatment of DASI costs for Firm-Fixed Price CLINs, and updates language related to Locational Marginal Price (LMP) for transaction fees and other market charges. Invoicing paragraphs are amended to add special language and remove "Auction Revenue Rights (ARR) Credit." Furthermore, Attachment I - Installation Data Sheet (version A0003) is updated to reflect these changes, including the removal of specific accounts (74010820053 and 74010820871) and a name key change for an account in CLIN 0009 CRREL. All other terms and conditions of the original document remain unchanged.
SPE60425R0406 New England 2026 0003.pdf
PDF488 KBFeb 25, 2026
AI Summary
This government solicitation (SPE604-25-R-0406 Amendment 0003) is a Request for Proposal (RFP) for the supply and transmission of retail electricity and ancillary services to various U.S. government installations across New England for a 24-month period (May 2026 – May 2028). The RFP details specific locations, estimated quantities (over 316 million kWh), and account numbers. It outlines pricing structures, including Firm-Fixed Price for most CLINS and Locational Marginal Price (LMP) for Naval Station Newport and Portsmouth Naval Shipyard, with provisions for price conversion. Key aspects include a reverse auction for pricing, detailed invoicing requirements (consolidated or dual billing), and tailored FAR clauses concerning excusable delays, taxes, and termination for convenience or cause. The contractor is responsible for scheduling, supply management, and adherence to state and federal regulations, with strict guidelines for record-keeping and data submission.
Attachment I - Installation Data Sheet A0001.xlsx
Excel436 KBFeb 25, 2026
AI Summary
No AI summary available for this file.
SPE60425R0406 New England 2026.pdf
PDF487 KBFeb 25, 2026
AI Summary
This document is a Request for Proposal (RFP) SPE604-25-R-0406, "New England 2026," issued by DLA Energy for the supply and transmission of retail electricity and ancillary services to various U.S. government installations in New England for a 24-month period (May 2026 to May 2028). The RFP outlines specific requirements for proposals, including non-price submissions, and indicates that pricing will be determined via a reverse auction at a later date. It details the scope of work, including the supply of electricity to 15 locations across 65 accounts, totaling an estimated 316,046,518 kWh. The document specifies pricing structures, with most CLINs on a Firm-Fixed Price (FFP) basis and CLINs 0011 and 0012 using a Locational Marginal Price (LMP) model with detailed capacity cost calculations. It also covers invoicing procedures (Consolidated vs. Dual Billing), record-keeping, and tailored FAR and DFARS clauses, particularly regarding excusable delays, taxes, and termination for convenience or cause. Offerors must ensure timely submission and adhere to all regulatory requirements.
SF30 SPE60425R0406 0001.pdf
PDF13 KBFeb 25, 2026
AI Summary
This document is an amendment to solicitation number SPE60425R0406, issued by DLA Energy, Installation Energy, effective November 17, 2025. The amendment extends the offer receipt deadline and primarily modifies contract line item numbers (CLINs) and quantities, increasing the total estimated quantity for the solicitation from 316,046,518 kWh to 316,614,838 kWh. It also revises the pricing structure by removing certain charges and adding others, and updates invoicing requirements to include CLIN 0010 for individual invoices. Furthermore, "Attachment I - Installation Data Sheet" is amended to reflect corrected totals, updated account information, and revised customer numbers across various worksheets. A new "Attachment V - Questions and Answers" is also added to the solicitation.
SPE60425R0406 New England 2026 0001.pdf
PDF489 KBFeb 25, 2026
AI Summary
This government Request for Proposal (RFP) SPE604-25-R-0406, Amendment 0001, issued by DLA Energy, seeks offers for the supply and transmission of retail electricity and ancillary services to various U.S. Army Reserves, U.S. Coast Guard, Customs and Border Protection, and other federal installations across New England for a 24-month period (May 2026 - May 2028). The RFP outlines specific contract line item numbers (CLINs) and estimated quantities in kilowatt-hours (kWh) for each location. It details pricing structures, including Firm-Fixed Price (FFP) for most CLINs and Locational Marginal Price (LMP) for Naval Station Newport and Portsmouth Naval Shipyard. The document also covers invoicing procedures (consolidated or dual billing), record-keeping requirements, and incorporates various FAR and DFARS clauses, with tailored provisions for excusable delays, taxes, and termination. Offerors must submit non-price proposals by November 4, 2025, with pricing to be determined via a reverse auction at a later date.
SF30 SPE60425R0406 0004.pdf
PDF13 KBFeb 25, 2026
AI Summary
This document is an amendment to solicitation number SPE60425R0406, effective February 19, 2026. The amendment modifies CLIN 0004 for the U.S. Army Reserves 99th Division – MA, reducing the total accounts from 10 to 9 and the total estimated quantity from 9,474,826 kWh to 9,455,556 kWh. The overall total accounts for the solicitation decreased from 63 to 62, and the total estimated quantity changed from 305,880,778 kWh to 305,861,508 kWh. The document also updates the Locational Marginal Price (LMP) section, specifically under 'OTHER MARKET CHARGES,' by changing 'Capacity Tag' to 'CLO,' adding details about the Account's Capacity Load Obligation calculation, and incorporating new language regarding Zonal Capacity Obligation (ZCO) and CCP Capacity Zone Peak Load, with references to ISO New England’s reports. Additionally, 'Attachment I - Installation Data Sheet' (version A0004) has been updated to reflect these changes, including the removal of Account 74011338147 from the 'Accounts' and '0004 99th MA' worksheets. All other terms and conditions of the original solicitation remain unchanged.
SF30 SPE60425R0406 0006.pdf
PDF12 KBFeb 25, 2026
AI Summary
Amendment 0006 to Solicitation SPE60425R0406 modifies the original solicitation due to an administrative error, clarifying that there was no Amendment 0005. The primary change is to Section B, specifically amending the paragraph concerning the "Continuation of SF 1449, Block 8 Offeror Due Date." The previous language, which stated that prices would be submitted via a reverse auction on a date and time to be determined later, has been removed. It is replaced with new language that specifies prices shall be submitted via a reverse auction commencing at 10:00 AM local Fort Belvoir, VA time on March 10, 2026. All other terms and conditions of the solicitation remain unchanged. This amendment ensures that potential offerors have a clear and defined schedule for price submission.
SPE60425R0406 New England 2026 0006.pdf
PDF503 KBFeb 25, 2026
AI Summary
This government Request for Proposal (RFP) (SPE604-25-R-0406, Amendment 0006) from DLA Energy seeks offers for retail electricity and ancillary services for federal facilities in New England for a 24-month period (May 2026 – May 2028). The solicitation details supply requirements for various U.S. Army Reserves, Coast Guard, Customs and Border Protection, and other installations across Connecticut, Maine, Massachusetts, New Hampshire, and Rhode Island, totaling over 305 million kWh. Pricing structures include Firm-Fixed Price (FFP) for most Line Item Numbers (CLINs) and Locational Marginal Price (LMP) for Naval Station Newport and Portsmouth Naval Shipyard, with specific billing and invoicing instructions. The document also outlines critical contract clauses, including tailored FAR clauses for commercial products and services, covering excusable delays, taxes, and termination conditions.
SPE60425R0406 New England 2026 0004.pdf
PDF513 KBFeb 25, 2026
AI Summary
This government Request for Proposal (RFP) SPE604-25-R-0406, Amendment 0004, titled "New England 2026," seeks offers for retail electricity and ancillary services for various U.S. government installations across New England. The contract covers a 24-month delivery period from May 2026 to May 2028, with an estimated total quantity of 305,880,778 kWh across 63 accounts. Pricing structures include Firm-Fixed Price (FFP) for most CLINs and Locational Marginal Price (LMP) for Naval Station Newport and Portsmouth Naval Shipyard. The RFP details proposal submission requirements, including non-price proposals due by November 4, 2025, with pricing to be determined via a reverse auction. It outlines responsibilities for supply management, record-keeping, and invoicing, differentiating between consolidated and dual billing for various locations. Key clauses from FAR, DFARS, and DLAD are incorporated, with tailored provisions for excusable delays, taxes, and termination.
Attachment I - Installation Data Sheet A0004.xlsx
Excel279 KBFeb 25, 2026
AI Summary
No AI summary available for this file.
Attachment I - Installation Data Sheet A0003.xlsx
Excel280 KBFeb 25, 2026
AI Summary
No AI summary available for this file.
Attachment I - Installation Data Sheet.xlsx
Excel427 KBFeb 25, 2026
AI Summary
No AI summary available for this file.
Attachment IV - Small Business Subcontracting Plan Form.pdf
PDF296 KBFeb 25, 2026
AI Summary
The DLA Energy Small Business Subcontracting Plan, updated December 2023, outlines requirements for offerors to establish and manage subcontracting goals with various small business concerns, including Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses. The plan mandates detailed procedures for identifying potential subcontractors, ensuring equitable competition, and administering the subcontracting program. It specifies reporting requirements, record-keeping protocols, and assurances for timely payment and ethical conduct with small business subcontractors. The document also includes instructions for contractors, contracting officers, and other approving authorities for completing, signing, and submitting the plan, emphasizing compliance with federal regulations like Public Law 95-507 and FAR Clause 52.219-9.
Attachment V - Questions and Answers.pdf
PDF204 KBFeb 25, 2026
AI Summary
This document, SPE60425R0406, is a Q&A attachment (Attachment V) for the "New England 2026" solicitation, addressing questions from offerors regarding various aspects of the Request for Proposal (RFP). It clarifies DLA Energy's position on topics such as Letters of Authorization (LOAs), Small Business Subcontracting Plans, release of supplier questions, opportunities for additional questions, price withdrawal rights, and the treatment of federal, state, and local taxes. The document also provides responses concerning termination for the Government's convenience, potential facility closures, and the contractor's right to amend questions. Detailed information is provided for Attachment I (Installation Data Sheet), including account numbers, usage eccentricities for specific CLINs, and details on behind-the-meter generation. Furthermore, it addresses questions related to Section B of the solicitation, covering contract price conversion from LMP to FFP, pricing structure and treatment of various charges (capacity, ancillary services, losses, ISO/RTO fees), and the impact of updated programs like the Day-Ahead Ancillary Services Initiative (DASI) on pricing. DLA Energy frequently refers to subsequent amendments (e.g., Amendment 0001) for updated language and information.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 11, 2025
amendedAmendment #1Nov 17, 2025
amendedAmendment #2Dec 4, 2025
amendedAmendment #3Jan 27, 2026
amendedAmendment #4Feb 19, 2026
amendedAmendment #5Feb 25, 2026
amendedLatest AmendmentFeb 25, 2026
deadlineResponse DeadlineNov 4, 2025
expiryArchive DateDec 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA ENERGY

Point of Contact

Name
Jemri Sacasas

Place of Performance

UNITED STATES

Official Sources