New York 2025
ID: SPE60425R0404Type: Presolicitation
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) Energy is soliciting proposals for the supply of electricity and ancillary services to various Department of Defense installations and federal civilian agency facilities located in the New York Independent System Operator (NYISO) market area. The procurement aims to secure retail electricity offers for a 24-month base period, commencing with the meter read date in December 2025 and concluding in December 2027, with an estimated total annual quantity of 204,464,350 kWh. This opportunity is critical for ensuring reliable energy supply to federal facilities, emphasizing compliance with federal procurement regulations and promoting small business participation. Interested parties must submit their non-price proposals by April 25, 2025, with pricing to be determined through a reverse auction on July 8, 2025. For further inquiries, contact Jacob Sigler at jacob.sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.

    Files
    Title
    Posted
    The document details the energy consumption data for various federal installations in New York, primarily focusing on utility accounts associated with federal agencies such as the Department of Homeland Security, Department of Labor, Department of Energy, and others. It presents electricity usage over a 12-month period along with projected consumption for two years, highlighting consumption across different service addresses and utility providers like National Grid, NYSEG, and ConEdison. Specific accounts detail the total kilowatt-hours (kWh) consumed and peak demand in kilowatts (kW), indicating significant disparities in energy usage based on location and activity level. The cumulative data showcases total estimated energy usage for different projects within the document, reinforcing strategic energy management crucial for federal agencies. The emphasis on monitoring usage aligns with requirements for accountability, budgeting, and sustainability initiatives tied to government proposals and grants, encapsulating efforts to improve energy efficiency in federal operations.
    The "Portfolio Approach 2018" document outlines utility consumption data for various federal government installations, focusing on energy usage over a specified time frame. It details utility accounts associated with agencies such as the Department of Homeland Security, the Department of Labor, and the Department of Energy, listing energy consumption in kilowatt-hours (kWh) along with corresponding peak demand values for multiple service addresses across New York State. The document's structure categorizes energy data by installation, providing insights on both monthly and annual consumption totals along with projected needs over two years. Significantly, the overall energy consumption totals approximately 77 million kWh within a 12-month span, projecting around 155 million kWh for the subsequent two years for various installations. Specific attention is given to facilities like the Cassadaga Job Corp Center and Knolls Atomic Power Laboratory, where substantial energy use is recorded. The scope and detailed consumption data aim to facilitate energy management and inform future RFPs and grants aimed at improving energy efficiency across federal facilities, highlighting the federal government's commitment to energy stewardship and sustainability.
    The document outlines the energy consumption data for various government installations under the Department of Defense and other federal agencies, focusing on their utility accounts over a 12-month period. It details specific installations, such as Customs and Border Protection, Department of Labor Job Corps Centers, and the Department of Energy facilities, along with their respective electricity usage quantified in kilowatt-hours (kWh). Each entry includes the service address, utility account details, and meter readings. The total recorded electricity consumption across all accounts amounts to approximately 101 million kWh over 12 months, with projected energy usage reaching over 203 million kWh for two years. The information presented underscores the necessity for energy management and strategic planning for federal energy programs in alignment with sustainability goals. By analyzing these metrics, government entities can optimize energy efficiency, reduce costs, and fulfill regulatory compliance while aiming to minimize their environmental impact.
    The document outlines the proposal requirements for offerors responding to the Request for Proposal (RFP) SPE60425R0404, specifically for energy supply services in New York for 2025. Key components include submission of a complete proposal adhering to specific formatting and content guidelines, including timeframes for price validity and e-mail submission protocols. Offerors must provide required forms such as Standard Form (SF) 1449, evidence of responsibility, past performance references, and details of technical capabilities. The submission should also demonstrate small business participation and include anticipated subcontracting plans, if applicable. Price submissions will occur through a reverse auction, with measures in place to ensure compliance with government regulations regarding tax and telecommunications services. Additionally, the offeror must confirm their authorized negotiators and address any exceptions or questions that arise during the proposal process. Overall, this document serves as a comprehensive guide to ensure that offerors provide all necessary information and adhere to regulations to be considered for contract awards in this energy sector RFP.
    The document outlines the proposal requirements for offerors participating in a federal Request for Proposal (RFP) related to supplying electricity in New York for 2025. It stipulates that all proposals must be submitted using the provided template, ensuring completeness to avoid rejection. Key components include a firm offer period, acceptable submission formats (email with specified attachment types), and necessary documentation such as Standard Form (SF) 1449, evidence of responsibility, and past performance reference checks. Offerors must demonstrate experience in electricity supply and possess state authorization, while also providing a detailed technical capability statement, a commitment to small business participation, and a pricing plan. Additionally, any required representations and certifications not in the System for Award Management (SAM.gov) must be submitted manually. The document emphasizes compliance with regulatory provisions, particularly concerning performance and integrity matters, and requires descriptions of subcontracting plans where applicable. Overall, it serves to facilitate a structured and detailed evaluation of proposals aligned with government procurement standards.
    The document is an attachment related to a procurement process under the federal government's RFPs, detailing representations, certifications, and other statements required from offerors. It outlines stipulations regarding telecommunications and video surveillance equipment following the John S. McCain National Defense Authorization Act, including prohibitions on contracts involving covered telecommunications services and equipment. Offerors must certify whether they utilize such equipment, review SAM for excluded entities, and provide disclosures if applicable. Additional representations cover definitions regarding small businesses, disadvantaged groups, and compliance with tax and labor regulations. The form ensures that applicants must confirm their status as small businesses, veteran-owned entities, and others, providing transparency in federal procurement processes. By signing and completing the document, the offeror asserts compliance with multiple legal and regulatory frameworks governing government contracts, especially concerning ethical practices and domestic manufacturing preferences. This systematic approach emphasizes accountability and adherence to federal standards in government contracts.
    The DLA Energy Small Business Subcontracting Plan outlines the framework for subcontracting goals and procedures in compliance with relevant U.S. legislation and federal regulations. The document serves as a submission from an offeror detailing their strategies for engaging small businesses (SB), veteran-owned small businesses (VOSB), service-disabled veteran-owned small businesses (SD-VOSB), HUBZone firms, small disadvantaged businesses (SDB), and women-owned small businesses (WOSB). It includes the total contract value, expected subcontracting dollars, and specific goals for each category of small business participation. The plan specifies methods for assessing performance, identifying potential suppliers, and ensuring equitable opportunities for small businesses. The contractor is committed to maintaining detailed records, reporting subcontracting achievements, and including relevant clauses in subcontractor agreements. This structured approach emphasizes the government's intent to promote small business participation in federal contracts, aligning with broader economic development goals. The plan requires signatures for approval, demonstrating institutional commitment to the outlined objectives. Overall, the document serves to formalize the contractor's strategy for fostering small business involvement in government contracting opportunities.
    The document appears to be a corrupted or encoded compilation of data that is not readily decipherable. Consequently, it does not convey coherent information regarding RFPs, federal grants, or local government initiatives. Typical government documents in this sector include calls for proposals or grant applications aimed at advancing public projects through partnerships with private entities and non-profits. These documents generally outline project objectives, eligibility criteria, funding requirements, and application processes, focusing on public accountability, transparency, and service delivery enhancement. Although this document does not contain applicable information, such files are typically structured to facilitate proposal submissions while addressing government priorities in various sectors. Careful analysis would normally reveal themes such as community needs, budgetary allocations, project timelines, and potential impacts on stakeholders. The purpose of these documents is to solicit proposals and funding applications from interested parties, promoting collaboration in solving public sector challenges.
    The document serves as an amendment to a contract solicitation, specifically modifying the terms of a solicitation (SPE60425R0404) related to energy services at Fort Belvoir, VA. Key changes include an updated submission process for pricing that introduces a reverse auction set to occur on July 8, 2025, removing prior language indicating a later amendment would establish a pricing submission date. Furthermore, modifications were made to specific paragraphs and tables within the solicitation, including changes to account numbers and estimated quantities of kilowatt-hours (kWh) associated with a number of accounts. Significant alterations include the total number of accounts adjusted to 86, with an estimated quantity revised to 203,380,210 kWh. The document remains effective, with all prior terms and conditions retained unless expressly amended herein. This amendment is crucial for ensuring potential contractors are informed of the updated requirements and the expectations for offer acknowledgments and submissions, maintaining compliance with federal procurement regulations.
    The New York 2025 Request for Proposal (RFP) outlines a solicitation for the supply and delivery of retail electricity and ancillary services by DLA Energy. Key points include the offer due date for non-price proposal elements by April 25, 2025, with prices submitted via a reverse auction later. The RFP details various locations requiring electricity services, spanning multiple departments, including Customs and Border Patrol and Department of Labor facilities, totaling an estimated 204 million kWh for a 24-month delivery period. The contractor is responsible for all costs associated with electricity delivery and must adhere to local utility tariffs and regulations. Specific provisions include the requirement for firm fixed pricing for specified items, billing instructions, and compliance with state and federal standards. Additionally, the RFP stresses the importance of timely and accurate submissions, with penalties for non-compliance. The document is structured into sections detailing administrative points of contact, regulatory compliance expectations, and contract clauses. This RFP underscores the government's ongoing commitment to secure reliable electricity services for various federally managed sites while providing clear instructions and expectations for potential contractors.
    The document is a Request for Proposal (RFP) by the U.S. government for the supply and delivery of electricity to various federal installations in New York over a two-year period, commencing December 2025. It includes the stipulation for vendors to submit non-price proposals by a specified due date, with pricing to be determined through a reverse auction. The government outlines a list of estimated electricity requirements, detailing specific locations, anticipated quantities, and the service areas impacted. Responses must comply with federal regulations, including submission protocols and conditions pertaining to late offers. Suppliers are required to provide a Firm Fixed Price for electricity, covering all retail supply costs while highlighting specific pass-through charges, including those related to regulatory standards and capacity requirements. The document emphasizes the contractor's responsibility for coordination, scheduling, and billing, necessitating compliance with local utility tariffs. Notification of any changes in tariffs, taxes, or regulations impacting the contract is mandated. Overall, the RFP aims to ensure a reliable electricity supply while maintaining compliance with federal procurement laws.
    The document is a Request for Proposal (RFP) from DLA Energy for the supply and transmission of electricity for various government accounts in New York over a 24-month period from December 2025 to December 2027. The RFP outlines the types of services required, including retail electricity and ancillary services. Offerors must submit non-price proposals by April 25, 2025, followed by a reverse auction for price submission on July 8, 2025. The document details specific locations and estimated electricity quantities needed, stipulating responsibilities for delivery coordination and compliance with relevant regulations. Payment structures include dual billing for most line items and consolidated billing for one account. The contractor is responsible for managing supply, maintaining records, and coordinating with local utility companies. Additionally, the RFP includes clauses that govern contract terms, applicable federal and local regulations, and conditions for proposals. The goal is to ensure reliable electricity supply to critical government facilities while allowing flexibility for potential future account additions. The document emphasizes stringent adherence to guidelines to mitigate delays and ensure compliance with various regulatory bodies.
    Lifecycle
    Title
    Type
    Solicitation
    New York 2025
    Currently viewing
    Presolicitation
    Similar Opportunities
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for fuel supply under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. This procurement involves a Fixed-Priced, Requirements contract for various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. The solicitation emphasizes the importance of submitting complete proposals, as incomplete submissions will be deemed unacceptable, and awards will be made based on the lowest total price per aggregate group. Interested vendors must submit their offers via the Offer Entry Tool (OET) by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be tasked with maintaining reliable service, ensuring environmental compliance, and managing all associated costs and capital investments over a potential 50-year contract. The privatization is governed by 10 U.S.C. §2688 and aims to enhance the efficiency and reliability of utility services provided to the Government. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with contact inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean (AEM) region for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of a power supply, identified by NSN 6130014947973. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is set aside for small businesses under the SBA guidelines. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of reliable power supply equipment for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    1.8A ITALY SOLICITATION 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for a Fixed-Priced, Requirements contract to procure automotive gasoline, diesel fuel, and fuel oils for military operations in Italy, with a performance period from April 1, 2026, to December 31, 2028. This procurement is critical for ensuring the operational readiness of U.S. Army, Air Force, Navy, and Department of Defense installations in the region, as it supports essential fuel supply needs for various military activities. Interested vendors must submit their proposals by November 14, 2025, at 3:00 PM EST, and are encouraged to review the amendments issued, including the latest extension of the deadline and specific vendor requirements related to tax exemptions and documentation. For further inquiries, vendors can contact the primary solicitation office at 1.8AItaly2025Solicitation@dla.mil or reach out to Kayla Polonia at 571-447-7662.
    61--POWER SUPPLY
    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 6130014923067. The requirement includes a total quantity of 37 units, with delivery expected within 127 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. 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 for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    NSN 6150-01-494-0884 - LOAD BANK, ELECTRICA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 Load Bank Electricas, identified by NSN 6150-01-494-0884, under a presolicitation notice. This indefinite quantity contract is set aside for total small businesses and is intended for use on Nimitz Class aircraft carriers, highlighting the critical role of these components in military operations. The contract will have a five-year base period with delivery expected within 292 days after receipt of order, and proposals must be submitted in a completed solicitation package, as electronic offers are not acceptable. Interested vendors can access the solicitation on or about January 16, 2026, via the DIBBS website, and should direct inquiries to Brenda Spell at brenda.spell@dla.mil or by phone at 804-664-6101.