FE Warren 2025 Electricity - A0001
ID: SPE60424R0406Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Fossil Fuel Electric Power Generation (221112)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of electricity and ancillary services for Francis E. Warren Air Force Base (FEW) in Wyoming, under the combined synopsis/solicitation SPE60424R0406. The contract will cover an estimated electricity supply requirement of approximately 71,415,833 kWh over a five-year period, commencing on April 1, 2026, with a focus on ensuring compliance with federal regulations and promoting small business participation. This initiative is critical for maintaining reliable energy supply to the military facility while aligning with sustainability goals, including the transition to 100% Carbon Pollution-Free Electricity by 2030. Interested offerors must submit their proposals by September 24, 2024, and can direct inquiries to Jacob Sigler at Jacob.Sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.

    Files
    Title
    Posted
    The document outlines a government solicitation for a contractor to provide electricity and related services for Francis E. Warren Air Force Base (FEW) in Wyoming. The contract, structured as a five-year Firm Fixed-Price agreement, will begin with SPP enrollment and culminate in April 2026 when WAPA integrates into the Southwest Power Pool (SPP). The contractor will be responsible for supplying approximately 71 million kWh of electricity, including managing hydropower from WAPA, day-ahead and real-time energy purchases, and ancillary services. Key responsibilities include facilitating FEW’s participation in the SPP, scheduling energy resources, ensuring compliance with resource adequacy requirements, and operating as the Load Responsible Entity. The contract also emphasizes the transition to 100% Carbon Pollution-Free Electricity (CFE) by 2030 in accordance with federal sustainability initiatives. Specific pricing details and payment procedures for services, including pass-through charges, are addressed. Overall, this solicitation signifies the government’s commitment to reliable energy supply while adhering to sustainability goals and compliance with regulatory frameworks.
    The government file outlines a Request for Proposal (RFP) for supplying electricity and related services to Francis E. Warren Air Force Base (FEW) in Wyoming, with an anticipated contract start date of November 1, 2024. The contract will cover a five-year period, with electricity deliveries commencing on April 1, 2026, coinciding with the start of operations for the Southwest Power Pool (SPP). The contractor will function as the Load Responsible Entity, supplying approximately 71 million kWh annually and managing resource adequacy, transmission arrangements, and ancillary services. The contractor is required to enroll FEW in the SPP, procuring hydropower from the Western Area Power Administration while addressing the site's unique operational characteristics, including existing wind generation. Payment structures are defined, including Firm Fixed-Price items for SPP enrollment and transactional fees related to energy procurement. The initiative aligns with Executive Order 14057, aiming for 100% Carbon Pollution-Free Electricity by 2030, indicating a commitment to sustainability. The document serves as a comprehensive guide for potential contractors, detailing responsibilities, pricing, resource management, and compliance with regulatory standards.
    The document outlines the additional clauses for a government solicitation related to F.E. Warren AFB. It includes provisions and clauses incorporated both in full text and by reference, impacting contracting processes and governance. Key regulatory clauses from FAR and DFARS are mentioned, focusing on contract maintenance, safeguarding information systems, and compliance with various regulations, including whistleblower rights and cybersecurity measures. Furthermore, it defines the ordering process for contracts, specifying that supply and service orders will be fulfilled through designated delivery or task orders from April 1, 2026, to October 31, 2029. The requirements contract section details how the government will fulfill its needs and addresses the urgency of acquiring supplies. Lastly, it establishes that the government's financial obligations are conditional upon appropriated funds being available, preventing legal liability until such funds are confirmed. Overall, the document serves to provide comprehensive guidelines and requirements for contractors engaged in federal projects, ensuring adherence to regulatory standards and the efficient execution of government contracts.
    The document is an attachment to a solicitation by F.E. Warren Air Force Base, detailing additional provisions for contractors participating in a federal contract. It outlines various incorporated regulations, including FAR, DFARS, and DLAD provisions relevant to procurement and contract compliance. Key points include requirements for contractors concerning their status in the System for Award Management (SAM), disclosure obligations related to telecommunications equipment, and certifications required for contracts exceeding $5.5 million. The document mandates that bidders disclose any involvement with covered telecommunications services, compliance with tax obligations, and any significant administrative or legal proceedings that may affect their eligibility. The overarching purpose is to ensure that contractor operations adhere to federal regulations and maintain security standards, particularly concerning telecommunications technologies, fiscal responsibility, and integrity in dealings with the government. The attachment sets a foundation for evaluating offeror qualifications and ensures compliance with statutory mandates aimed at safeguarding national security and taxpayer interests.
    The document outlines responses from the DLA Energy regarding questions related to the F.E. Warren Air Force Base's (FEW) adoption of the Southwest Power Pool (SPP) Regional Transmission Organization (RTO) structure. Key topics include the timeline for electricity supply services and settlement data, potential extensions of contracts with the Western Area Power Administration (WAPA), the limitations of purchasing power beyond a five-year contract term, and the requirements for Carbon Pollution-Free Electricity (CFE). The DLA Energy clarifies that offering CFE is not a prerequisite for contract awards, nor will it impact proposal evaluations. Additional points address the necessity of compliance with registration and certification processes, the implications of credit responsibility with SPP, and cost considerations associated with the lines of accounting for electricity supplies. The responses also emphasize guidelines for managing subcontracting plans and demonstrate the need for proof of capabilities within the RFP process. Ultimately, the document serves to clarify operational expectations and compliance standards for potential contractors, highlighting the structured processes governing energy procurement for federal projects while addressing logistical contingencies in a dynamic market environment.
    This document outlines the proposal requirements for a solicitation from F.E. Warren AFB, emphasizing compliance with federal regulations for potential providers of electricity supply. Key elements include the necessity for offers to accept all terms in the solicitation, submission of complete documentation, and criteria for demonstrating the offeror's responsibility. Essential qualifications include at least 12 months of relevant experience, transmission service agreements, and registration as a Market Participant in the Southwest Power Pool. Proposals must include a management capability statement, past performance information, and a commitment to supporting small businesses, as well as a detailed pricing sheet for proposed services. Offerors may submit proposals via e-mail, adhering to specific submission guidelines, including file formats and size limitations. The government will evaluate proposals based on completeness, adherence to criteria, and past performance under federal contracts. The document establishes a structured framework for proposal evaluation within the context of government RFP processes, ensuring transparency and competition among suppliers.
    The document outlines the proposal requirements for an RFP related to supplying electricity at F.E. Warren AFB. It emphasizes the need for offerors to fully comply with the solicitation's terms, including providing complete documentation. Key eligibility criteria include at least 12 months of experience in electricity supply, having transmission service agreements, and being registered as a Market Participant in the Southwest Power Pool. Offerors must also outline their management capabilities, small business participation strategies, and pricing proposals. The submission process allows for proposals to be submitted via email, with strict guidelines on document formats, size limits, and authenticity. The requirements aim to ensure a comprehensive evaluation of proposals, focusing on past performance, technical capability, and adherence to federal regulations while encouraging small business involvement in the contract's execution. The overall purpose of this RFP is to solicit qualified suppliers who can meet the electrical service needs of the military facility effectively and efficiently.
    The document outlines a requirement for submitting references related to retail electricity contracts in response to a solicitation for F.E. Warren's 2024 project (SPE60424R0406). Proposers must list three references, both from government and non-government sectors, that have continuously received electricity supply for at least twelve months within the previous two years. The information required includes the company name, responsible contract administrator's contact details, total retail contract megawatts (MWs), the relevant ISO/RTO (Independent System Operator/Regional Transmission Organization) and local utility, alongside the contract start and end dates. This requirement is crucial for assessing the proposer’s experience and capability in fulfilling the requirements of the electricity supply contract under consideration, ensuring that they have a proven track record in the industry.
    The document discusses the requirements and guidelines for submitting proposals related to federal and state RFPs (Requests for Proposals) and grants. It outlines the structures, application processes, and eligibility criteria for various funding opportunities available to agencies and organizations. Key aspects include the importance of compliance with federal regulations, detailed documentation for project proposals, budgeting considerations, and the evaluation process that agencies will undergo to assess the proposals. The document emphasizes the competitive nature of securing funding and underscores the need for thorough preparation to enhance the chances of approval. It also highlights the support available to applicants, including workshops and guidance, aimed at ensuring applicants understand the submission process and requirements. Overall, it serves as a resource for organizations seeking to navigate the complexities of federal and state funding applications effectively.
    The document, "FEWarren 2024 - SPE60424R0406 Attachment VIII - Pricing Sheet," outlines pricing details for a service proposal related to electric supply and transmission services. It specifies a two-part pricing structure, including a single quantity enrollment fee and a recurring monthly transaction fee. The total evaluated price remains unspecified in the document, as do the costs for various pass-through charges associated with electric supply resources and network transmission services. Details on energy loads are provided, including an annual consumption of 19,930 MWh and coincident peaks of 2-3 MW-month, indicating significant energy demand. This information pertains to the broader context of federal and state RFPs, focusing on service offerings in energy markets. The pricing sheet is essential for potential bidders to provide accurate assessments of costs involved in the proposed energy services, facilitating informed decision-making for contract awards. Overall, the document serves as a critical component in evaluating bids for electric supply services within governmental procurement frameworks.
    The document is a combined synopsis/solicitation for supplying electricity and related services to Francis E. Warren Air Force Base, as specified in RFP SPE60424R0406 for 2024. The acquisition is unrestricted, with a focus on securing a contract for approximately 71,415,833 kWh of electricity over a five-year period beginning April 1, 2026. Proposals must adhere to guidelines outlined in the Federal Acquisition Regulation, with evaluation criteria emphasizing past performance, technical capability, small business participation, and pricing. Offerors must provide references to demonstrate relevant experience and capability to fulfill contract requirements. Key project components include contract terms, evaluation methodologies, and the stipulation that the final award decision will prioritize both price and non-price factors, notably past performance. Offers are due by September 24, 2024, and inquiries must be submitted by August 30, 2024. This solicitation reflects the government's ongoing efforts to procure essential services while promoting equitable participation from small businesses in the contracting process.
    The document is a combined synopsis and solicitation for the procurement of electricity and ancillary services for Francis E. Warren Air Force Base in Wyoming, under Request for Proposal (RFP) SPE60424R0406. The acquisition is unrestricted, intended for suppliers with a capacity of 950 employees or less, and covers a total estimated electricity supply requirement of 71,415,833 kWh over a five-year period starting April 1, 2026. Offerors must provide proposals by September 24, 2024, emphasizing strong past performance, technical capability, and small business participation, with past performance being the most significant evaluation criterion. Educational details include contract line items for enrollment and transaction fees and instructions for offer submissions, including the requirement to utilize a small business subcontracting plan. Compliance with various FAR clauses is mandated to ensure the successful execution of the contract. The proposal process requires potential vendors to demonstrate their experience, risk assessment capabilities, and commitment to small business participation. The document also specifies important contractual terms, conditions, and provisions for execution, compliance, and potential contract termination.
    This document outlines an amendment to a federal Combined Synopsis/Solicitation for electricity supply services issued by the Defense Logistics Agency (DLA). It details modifications to the Statement of Work, particularly regarding the period of performance, transmission services, pricing, and market settlements. The amendment specifies that should the contractor meet certain conditions for electricity supply before the effective date, a new start date may be established. It also delineates changes to terminology to ensure clarity, such as removing references to the "SPP" (Southwest Power Pool) in favor of broader terms like "Transmission". Additionally, the document introduces a new section addressing proposal requirements specifically for suppliers operating within the Western Area Colorado Missouri (WACM) and Western Energy Imbalance Service (WEIS), making it clear that while information regarding their capability is requested, it is not a requirement for evaluation. The document concludes by adding a Q&A attachment that addresses inquiries from offerors, ensuring transparency and clarity. The amendment emphasizes adjustments necessary for compliance and completes the process by maintaining all other terms of the original solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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 fulfill at least 35% of the government's total electricity needs with new-build CFE by 2030, while the remaining 65% will be sourced from conventional retail electricity. This initiative aligns with the U.S. government's commitment to sustainability and compliance with Executive Order 14057, which mandates sourcing 100% CFE by 2030. Interested offerors must submit their proposals by approximately 30 days after the solicitation is issued, with the anticipated solicitation release date on July 31, 2024. For inquiries, potential bidders can contact Charlene Woods at charlene.woods@dla.mil or Felicia Hightower at felicia.hightower@dla.mil.
    PJM 2024 - Electricity
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA Energy) is seeking proposals for the supply of electricity and ancillary services to various military and federal civilian installations within the PJM Regional Transmission Organization's market area. The procurement aims to secure retail electricity offers for an estimated annual quantity of approximately 2,665,887,871 kWh, with a tentative start date aligned with the meter read date in December 2024. This contract, which will be awarded as a Firm Fixed Price Requirements Type, is crucial for ensuring reliable energy supply to installations located in the District of Columbia, Illinois, Maryland, New Jersey, Ohio, and Pennsylvania. Interested parties are encouraged to submit proposals, and for further inquiries, they may contact Jacob Sigler at Jacob.Sigler@dla.mil or call 571-767-9365.
    PJM 2024 - Electricity - A0001
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA Energy) is soliciting proposals for the supply of electricity and ancillary services to various military and federal civilian installations within the PJM Regional Transmission Organization’s market area, with a tentative start date in December 2024. The procurement aims to secure a firm fixed-price contract for an estimated annual quantity of approximately 2.67 billion kWh, covering installations located in the District of Columbia, Illinois, Maryland, New Jersey, Ohio, and Pennsylvania. This initiative is crucial for ensuring reliable and cost-effective energy solutions for government operations, and all proposals must be submitted by responsible sources that meet specific eligibility criteria, including prior experience in electricity supply. Interested parties should direct inquiries to DLA Energy at dlaenergy.eteam@dla.mil, with a deadline for questions set for September 15, 2024, and the closing response date to be announced in the solicitation documents.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a non-regulated voltage power supply intended for aircraft applications. This procurement aims to acquire electrical power systems that meet specific quality assurance standards, including compliance with ISO 9001-2015, and emphasizes the importance of traceability through unique item identifiers. The solicitation is open to all businesses, with a particular focus on encouraging small business participation, and proposals are due by October 7, 2024. Interested contractors can reach out to James Maynard at james.maynard.6@us.af.mil or call 405-855-3351 for further details.
    61--LOAD BANK,ELECTRICA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of six electric load banks under solicitation number NSN 6150016275971. This procurement is a total small business set-aside and requires that the items meet specific source-controlled drawing requirements, with approved sources listed as 1UQ09 1572M02 and 94117 8463591-1. The load banks are critical for power distribution and testing applications within military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected at DLA Distribution Depot Hill within 171 days after order placement.
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor Owned Contractor Operated (COCO) retail fuel services at Altus Air Force Base in Oklahoma. The procurement aims to establish a comprehensive fuel operation that includes the receipt, storage, and dispensing of commercial-grade gasoline and diesel fuel, ensuring compliance with safety, environmental, and quality standards. This initiative is critical for maintaining efficient fuel operations that support military readiness and operational integrity. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.
    61--LOAD BANK,ELECTRICA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 19 units of an electrical load bank, identified by NSN 6150012162760. This solicitation is a Total Small Business Set-Aside, aimed at sourcing power distribution equipment critical for military operations and maintenance. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with quotes due within 166 days after the award date.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130014477305. The requirement includes a quantity of 8 units, with delivery expected within 90 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000. These power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.