Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
ID: SP060025R0800Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFT BELVOIR, VA, 22060-6222, USA

NAICS

Electric Power Distribution (221122)

PSC

UTILITIES- ELECTRIC (S112)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Norfolk Naval Shipyard (SP0600-25-R-0800) is seeking proposals to privatize its electric utility system, subject to economic feasibility and conveyance approval. The Request for Proposal (RFP) covers a potential 50-year contract for utility services, excluding commodity purchase, and emphasizes a best-value selection. Offerors can propose either a Regulated Tariff (Schedule B-1) or a Fixed Price Economic Price Adjustment (FPEPA) (Schedule B-2). Key proposal requirements include detailed plans for service interruption, operations and maintenance, system deficiency corrections, and operational transition. Proposals must include past performance information, cybersecurity plans, and socioeconomic considerations. Evaluation factors prioritize Technical Capability, Past Performance, and Risk equally, followed by Cybersecurity, Socioeconomic, and Price, with the combined non-price factors being significantly more important than price.
    The "BLOCK 4 Information Assistance Guide" outlines 11 critical questions for contractors and sub-contractors submitting or resubmitting DD 2345 forms, particularly for those involved in export-controlled materials or services. The guide serves as a comprehensive checklist for entities seeking to engage with the Department of Defense (DOD) or access export-controlled data and systems. It requires applicants to specify their role (Prime/Sub-Contractor), business type (manufacturer, distributor, etc.), and the nature of their equipment/material/service, including relevant NAICS or FSC codes. The document also addresses international trade regulations, requiring Canadian vendors to provide CCGP registration details and all applicants to disclose if their offerings relate to the United States Munitions List (USML) or Commerce Control List (CCL). Furthermore, it mandates information on DDTC registration, export control licenses, the purpose for export-controlled access (e.g., bidding on DOD solicitations, data exchange, research), and the specific government systems they require access to. Finally, applicants must identify the government agency necessitating their JCP Certification. This guide ensures compliance with federal regulations and facilitates proper vetting for access to sensitive government projects and information.
    The DD Form 2345, Militarily Critical Technical Data Agreement, outlines the certification process for entities requiring access to unclassified export-controlled technical data from the Department of Defense (DoD) or Department of National Defense (DND). This certification is mandatory for various purposes, including DoD solicitations, conference attendance, data exchange between vendors, and research and development projects involving such data. The form details specific instructions for completing each block, covering entity information, data custodian designation, relevant business activities, and contractor certifications. It emphasizes the importance of accurate data matching with CAGE/NCAGE and SAM databases. The document also includes mandatory training requirements for data custodians on handling export-controlled data and outlines penalties for violating export control laws and regulations.
    The “Annual UP KPI Report” for Norfolk Naval Shipyard’s Electric Utility System is a performance monitoring document. It tracks Key Performance Indicators (KPIs) against Navy requirements, including system availability, interruption duration (SAIDI), and interruption frequency (SAIFI). The report details performance metrics for emergency, urgent, and routine service orders, specifying response and resolution times. It includes sections for documenting corrective action plans, unplanned system outages (listing cause, location, and responsible party), and service order details (arrival, mitigation, and restoration times). This structured report ensures the electric system meets operational standards and facilitates accountability and continuous improvement at the shipyard.
    The Monthly UP KPI Report for Norfolk Naval Shipyard focuses on the performance of the electric utility system. It outlines key performance indicators (KPIs) such as unplanned system outages, System Average Interruption Duration Index (SAIDI), System Average Interruption Frequency Index (SAIFI), and response/resolution times for emergency, urgent, and routine service orders. The report specifies performance requirements, including system availability (no less than 99.9772%), maximum interruption duration (60 minutes), and frequency (1 event per year). It also sets targets for responding to and resolving service requests within defined timeframes. The document includes sections for tracking corrective action plans if performance does not meet Navy requirements, along with detailed logs for outages and service orders, capturing information on cause, location, responsible party, and resolution times. This report is crucial for monitoring and ensuring the reliable operation of the shipyard's electric utility system.
    This government file, ATTACHMENT JA38 SP060025R0800, issues Federal Wage System Regular and Special Production Facilitating Wage Rate Schedules for the Norfolk-Portsmouth-Newport News-Hampton, VA (VB) Wage Area, effective July 14, 2024, superseding the December 21, 2023 schedule. Established under DoD Instruction 5120.39, the schedules detail hourly wage rates (WG, WL-WS, WD-WN) across various grades and pay levels, applicable to all DoD Component employees in the defined geographic area. Additionally, the document includes Salary Table 2024-VB, incorporating a 4.7% General Schedule Increase and an 18.46% locality payment for the Virginia Beach-Norfolk, VA-NC locality pay area, effective January 2024. This table outlines hourly basic and overtime rates for FLSA-Exempt employees across different grades and steps, with a total increase of 5.16%. Specific references to CPM 2022-02 and 2023-22 are included, indicating impacts on the wage schedules and the need to consult corresponding special rate schedules. The document directs users to the OPM website for locality pay area definitions.
    The "DOD Utilities Privatization Past Performance Project Information" form, Version February 2020, is an Attachment (JA39) designed for offerors to provide detailed past performance data for federal government RFPs, specifically for Department of Defense utility privatization projects. It requires comprehensive information on projects, including company/division details, project title, contract specifics (number, type, value, period of performance), and a description of the offeror’s duties. The form also requests completion dates, reasons for any changes, and primary/secondary points of contact. Offerors must address unique technical areas, identify key personnel supporting the acquisition, describe encountered problems and solutions, and detail small business or disadvantaged business plan achievements. A critical section focuses on the relevancy of past services to the current RFP. Additionally, the form includes extensive checklists and quantitative data requests for various utility systems (electrical, natural gas, water, wastewater, thermal), requiring information on ownership, operation, maintenance, on-site presence, system capacities, linear feet of distribution, number of facilities/meters served, and the dollar value of capital improvements. This detailed collection ensures a thorough evaluation of an offeror's experience and capabilities in utilities management and infrastructure projects.
    This document, Attachment JA40, is an example for Fixed Price with Economic Price Adjustment (FP-EPA) type contracts within the federal government's utilities privatization program, specifically for the Norfolk Naval Shipyard, VA Electric Utility System (SP0600-25-R-0800). Its primary purpose is to guide offerors on completing Schedule B-2 and various Price Data Sheets (1, 2, 3, and 4) by illustrating the required assumptions and calculations. The example focuses on a hypothetical wastewater collection system privatization, detailing how to calculate and present charges for utility services (Operations & Maintenance, and Renewals & Replacements), initial system deficiency corrections, transition periods, and purchase price credits/recoveries. Key aspects include the use of real discount rates for R&R, nominal dollars for other charges, and the importance of aligning interest and discount rates for accurate cost recovery over the 50-year contract term. The document emphasizes transparency in cost breakdowns and the offeror's financial methodology.
    This government file, Attachment JA41 for the NORFOLK NAVAL SHIPYARD, VA, outlines three key wage determinations essential for federal contracts. It includes the Service Contract Act Wage Determination No. 2015-4341, Revision No. 31, effective 07/08/2025, detailing minimum wage rates for various administrative, automotive, food service, health, and technical occupations across specific counties in North Carolina and Virginia. This determination also covers fringe benefits like health & welfare, vacation, and holidays, and provides guidelines for computer employee exemptions and hazardous pay differentials. Additionally, the file contains two Davis-Bacon Act Wage Determinations, VA20250209 (Heavy Construction) and VA20250161 (Building Construction), both effective 02/28/2025, for Portsmouth, Virginia. These Davis-Bacon determinations specify prevailing wage rates for various construction trades, including boilermakers, electricians, and equipment operators, and also reference Executive Orders 14026 and 13658 for minimum wage requirements and Executive Order 13706 for paid sick leave. All determinations include procedures for conforming unlisted classifications and address wage determination appeals. The overall purpose is to ensure fair labor practices and compliance with federal wage laws for contractors working on projects at the Norfolk Naval Shipyard.
    The document outlines pricing schedules and data sheets for utility privatization proposals, catering to both regulated rate offerors (Schedule B-1) and those proposing Fixed Price Economic Price Adjustment (FPEPA) (Schedule B-2). Key components include the Utility Services Charge, Monthly Credit for Purchase Price, and Recoverable Portion of Purchase Price, all factoring into the unit price. The document also details various Price Data Sheets: Price Data Sheet 1 for Utility Services Charge (O&M and R&R), Price Data Sheet 2 for a 50-year Renewals and Replacements Plan, Price Data Sheet 3 for Initial System Deficiency Corrections/Upgrades/Connection Charges, Price Data Sheet 4 for the Recoverable Portion of Purchase Price, and Price Data Sheets 5 and 6 for Proposal 50-Year Charges to the Government, providing a comprehensive framework for pricing utility services over a 50-year contract period. These sheets require detailed breakdowns of costs, credits, and amortization schedules, emphasizing transparency and long-term financial planning for utility services.
    This document, Attachment JA43, outlines the Electrical Utility System Training Requirements for the UTILITIES PRIVATIZATION project (SP0600-25-R-0800) at Norfolk Naval Shipyard, VA. It states that currently, there are no Specialty Skills Training requirements for the utility systems. However, the Government explicitly reserves the right to introduce future Specialty Skills Training into any resulting contract. Should such training be included, the Contractor may be entitled to an equitable adjustment, in accordance with FAR 52.243-1 (Changes -Fixed-Price-Alt 1) or FAR 52.241-7 (Changes in Rates or Terms and Conditions of Service for Regulated Services), as applicable. This indicates that while there are no immediate training requirements, the scope of work and associated compensation could change during the contract term.
    The DLA Energy Utility Services Quality Assurance Surveillance Plan (QASP) is a comprehensive guide for monitoring utility services contracts. It outlines the roles and responsibilities of government personnel (Contracting Officer, COR) and the System Owner (SO), detailing performance standards and surveillance methods. The QASP uses a performance-based rating system (CPARS) with categories from exceptional to unsatisfactory and mandates thorough documentation of performance through reports and discrepancy reports. It focuses on specific areas like operational transition, service interruption, operations and maintenance, and system deficiency corrections, each with corresponding checklists. The QASP is a living document, requiring periodic review and updates to ensure effective long-term partnership between the government and the SO, ultimately providing quality utility service.
    The provided file is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document is not a federal government RFP, federal grant, or state/local RFP; it is a technical message related to document viewing.
    Attachment JA46 outlines the contract attachments, exhibits, and reference documents for a federal government Request for Proposal (RFP), likely concerning utility system upgrades and management at the Norfolk Naval Shipyard, VA. The document details various attachments, including specifications for the electrical distribution system, federal equivalents, wage determinations, specialty skills training, subcontracting plans, and inventory lists. Exhibits cover critical operational plans such as service interruption, operations and maintenance, system deficiency corrections, operational transition, socioeconomic plans, cybersecurity, and price proposals. Reference documents include a Bill of Sale, Easement, and a Sample Connection Charge Agreement. This comprehensive list ensures all necessary components for a federal contract are clearly defined and accounted for.
    The Defense Logistics Agency (DLA) Energy has issued Solicitation Number SP0600-25-R-0800 for the privatization of electric utility systems at Norfolk Naval Shipyard, VA. This document outlines a Non-Disclosure Statement and Offeror Consent between DLA Energy and C.H. Guernsey & Company, acting as a Nongovernment Advisor. It specifies that C.H. Guernsey & Company and its employees will have access to confidential and procurement-sensitive information from offerors, including financial data, trade secrets, and proposal details. The agreement mandates strict non-disclosure of this information to any unauthorized individuals or organizations, even after contract award, without prior written approval from the Contracting Officer. Failure to comply can result in disciplinary action or contract termination. Additionally, C.H. Guernsey & Company provides consent for DLA Energy to share its proprietary information for the purpose of proposal evaluation.
    This document is a Non-Disclosure Statement and Offeror Consent form related to Solicitation Number SP0600-25-R-0800 for the Privatization of the Electric Utility Systems at Norfolk Naval Shipyard, VA. It outlines a non-disclosure agreement between Tecolote Research Inc. (as the company employing a Nongovernment Advisor) and an unnamed Offeror. The agreement stipulates that Tecolote Research Inc. and its employees will have access to confidential and procurement-sensitive information from the Offeror, including financial data, trade secrets, and proposal details. They commit not to disclose this information to unauthorized individuals or organizations, with the obligation continuing even after contract award. Failure to comply can result in disciplinary action. Additionally, the Offeror provides consent to DLA Energy – FEE to share its proprietary information with Tecolote Research Inc. for the purpose of proposal evaluation.
    The Defense Logistics Agency (DLA) Energy has issued Solicitation Number SP0600-25-R-0800 for the privatization of electric utility systems at Norfolk Naval Shipyard, VA. This document outlines a Non-Disclosure Statement and Offeror Consent between DLA Energy and LR3 Solutions, acting as a Nongovernment Advisor. It mandates strict confidentiality regarding procurement-sensitive information, confidential financial data, trade secrets, and proposal details obtained during the evaluation process. The agreement prohibits disclosure to unauthorized individuals, even post-award, without written approval from the Contracting Officer. Failure to comply can lead to disciplinary action, including termination of employment or government contracts. LR3 Solutions provides consent for DLA Energy to access its proprietary information for proposal evaluation. This emphasizes the critical importance of protecting sensitive information in government contracting processes.
    This document is a Bill of Sale and Quitclaim for the privatization of the Electric Distribution Utility System at Naval Support Facility Indian Head, Maryland. The United States of America, acting through the Department of the Navy, transfers all right, title, and interest in the facilities and equipment to a named contractor. This conveyance is subject to the terms of the Utilities Privatization Contract No. SP0600-XX-C-XXXX and all applicable laws. The Government attests to having good and valid title but makes no warranty regarding the condition of the facilities, which are transferred “AS IS” “WHERE IS.” The facilities will remain available for future mobilization missions, and all installed equipment will stay in place. The document includes sections for the Secretary of the Navy's signature and the Grantee's acceptance.
    This document outlines the technical evaluation categories for utility system privatization, focusing on assessing an Offeror's capabilities across several key areas. These categories include Technical Capability, which encompasses Service Interruption/Contingency and Catastrophic Loss Plans, Operations and Maintenance/Quality Management Plans, Initial System Deficiency Corrections/Upgrades/Connections and Renewals and Replacements Plans, and Operational Transition Plans. The evaluation delves into specific sub-categories such as service call/dispatch procedures, resource availability during normal and disaster operations, performance and service standards, staffing, environmental compliance, and the effectiveness of plans for system upgrades and transitions. The goal is to ensure the long-term reliability, cost-effectiveness, and compliance of the privatized utility system.
    The Connection Charge Agreement outlines the terms between ABC Construction (Contractor) and XYZ Utility Contractor (Utility Owner) for connecting facilities to existing utility systems at a U.S. Government installation. This agreement is part of the Department of Defense's utilities privatization program, where the Utility Owner operates and maintains the utility systems under a separate contract with the Government. Key provisions include statements of work, schedules, pricing, payment, and special conditions. Significantly, disputes between the Contractor and Utility Owner are resolved solely between them, separate from the Construction Contract or UP Contract. The agreement clarifies that connecting facilities under a connection charge fall under Federal Acquisition Regulation (FAR) Part 41 (utility services) and are not considered a construction subcontract. The document stresses the importance of signing this agreement before work commences to prevent government ownership of new utility infrastructure, which would lead to a burdensome transfer of ownership process. It also advises against direct contracts between military facilities and the Utility Owner for new infrastructure to ensure DLA Energy is informed, proper funding is secured, and all work remains within the scope of the UP contract.
    Amendment 0001 to solicitation SP0600-25-R-0800 concerns the Utilities Privatization of the Electric Utility System at Norfolk Naval Shipyard (NNSY), Virginia. The primary purpose of this amendment is to revise Section L.2.1.5, which details site visits and pre-proposal conferences. Key changes include scheduling a virtual pre-proposal conference for September 17, 2025, at 1:00 PM Eastern, and a site visit tentatively planned for the week of October 27, 2025. Offerors must register via email for the conference and submit questions five working days in advance. Additional details regarding the site visit will be provided in a future amendment. This amendment ensures offerors have necessary information to prepare proposals for the NNSY electric system privatization.
    Amendment 0002 to Solicitation Number SP0600-25-R-0800, effective September 16, 2025, details the privatization of the electric utility system at Norfolk Naval Shipyard (NNSY), Virginia. The primary purpose of this amendment is to revise Section L.2.1.5, providing updated schedule information for a site visit and pre-proposal conference. A virtual pre-proposal conference is scheduled for September 17, 2025, at 1:00 PM Eastern, with site visits at NNSY from October 28-30, 2025, at 8:00 AM Eastern. Offerors must register for the conference via email and submit site visit registration requests, including name and company, by September 30, 2025, 5:00 PM ET. Attendees for site tours are limited to three per offeror, and specific dates will be assigned by the Government. Offerors are responsible for installation access and may request additional site visits through the Contracting Officer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to Solicitation Number SP0600-25-R-0800, effective September 16, 2025, details changes for the Utilities Privatization of the Electric Utility System at Norfolk Naval Shipyard (NNSY), Virginia. The primary purpose of this amendment is to revise the NNSY technical library addendum. Specifically, the previously "RESERVED" document TL-122 has been updated to include "Photos," and five new documents (TL-122a through TL-122e) titled "Batch 1 – AS GS Photos," "Batch 2 – DIST Photos," "Batch 3 – Manholes," "Batch 4 – NNSY Misc Photos," and "Batch 5 – SUB 510A through DD4-IP2" have been added. These new documents, all released as part of Amendment 3, can be accessed via the SAM.gov website by following the instructions in Section L.2.1.7 of the solicitation. All other terms and conditions of the original solicitation remain unchanged.
    The Defense Logistics Agency (DLA) has issued Solicitation Number SP0600-25-R-0800, a Request for Proposals (RFP) for the privatization of the Electric Utility System at the Norfolk Naval Shipyard, VA. This initiative involves the conveyance of the utility infrastructure to a Contractor, who will then be responsible for operating, maintaining, and providing utility services to the Government. The acquisition of utility services is governed by FAR Part 41. The solicitation details two pricing schedules: Schedule B-1 for regulated tariffs and Schedule B-2 for Fixed Price Economic Price Adjustment. Offerors must complete specific price data sheets, including a 50-year plan for renewals and replacements. The Contractor will assume ownership of the system "as is, where is," provide reliable services in accordance with industry standards, and comply with all applicable laws and regulations. The scope includes provisions for sub-metering, energy efficiency, and security projects. The Contractor's personnel must meet specific requirements for security, language proficiency, and certifications. Access to the installation is subject to military regulations, and the Contractor is responsible for all facilities, record drawings, and disposition of materials, while adhering to strict communication and lien policies.
    Similar Opportunities
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    POWER DISTRIBUTION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a federal contract related to power distribution equipment. The procurement involves the manufacture and supply of electrical control equipment, specifically under the NAICS code 335312, which pertains to motor and generator manufacturing. This equipment is critical for various defense applications, ensuring reliable power distribution in military operations. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL, and are advised to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system. The solicitation details and requirements are outlined in the official documents, with specific emphasis on compliance with quality assurance standards and inspection protocols.
    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.
    RESEARCH AND DEVELOPMENT OF NAVAL POWER AND ENERGY SYSTEMS (N00024-19-R-4145 Broad Agency Announcement (BAA))
    Dept Of Defense
    RESEARCH AND DEVELOPMENT OF NAVAL POWER AND ENERGY SYSTEMS (Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY) The Department of Defense, specifically the Department of the Navy, is seeking research and development proposals for naval power and energy systems. These systems are crucial for providing power and energy to Navy ships, both current and future, at various levels including major components, subsystems, and the overall system. The goal is to advance and improve shipboard electric power and energy systems. The Electric Ships Office, part of the Program Executive Office Ships, is leading this effort on behalf of the Navy. They are interested in long and short term research and development projects that have the potential to enhance ship power systems. The focus areas include shipboard power generation, electric propulsion, power conversion, energy storage, distribution and control, power quality, continuity, and system stability. The Navy is particularly interested in technologies that can improve energy efficiency, power density, and carbon footprint compared to existing propulsion and power system technologies. They are also looking for advancements in energy storage, power conversion, power distribution, prime movers (including power generation), rotating machines (including generators and propulsion motors), cooling and thermal management, power controls, and system interplay, interfacing, and integration. Proposals must be submitted in the form of White Papers, and awards may take the form of contracts, cooperative agreements, or other transaction agreements. The Navy reserves the right to select proposals and award contracts based on the evaluation criteria specified in the announcement. For more information and to submit White Papers, interested parties can contact Joseph Tannenbaum at joseph.tannenbaum@navy.mil or John Anderson at john.anderson6@navy.mil. This is a great opportunity for researchers and developers to contribute to the advancement of naval power and energy systems, ultimately enhancing the capabilities of Navy ships.
    Labor and Logistics Support at DLA L&M NNSY, Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-22-F-5001, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at the Norfolk Naval Shipyard in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure the continuation of critical labor and logistics support services, including receipt processing, warehousing operations, material issue, and transportation. The urgency of this modification arises from unanticipated delays in the acquisition process, making ATL the only capable provider to avoid disruptions in support for NAVSEA corporate shipyard customers. For further inquiries, interested parties may contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    Labor and Logistics Support at DDNV at Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-21-F-5039, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at DLA Distribution Norfolk in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure uninterrupted support for receipt processing, storage, warehousing operations, material issue, transportation, and clerical and technical support for Naval Sea Systems Command (NAVSEA) customers. The modification is necessary due to delays in the acquisition process, and ATL is deemed the only capable provider to avoid disruptions in service. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    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.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of power supply units, classified under the NAICS code 335931. The contract will require manufacturers to adhere to specific quality assurance and inspection standards, ensuring that all supplied items meet the necessary military specifications and standards. These power supplies are critical components for various defense applications, emphasizing the importance of reliability and compliance in their production. Interested vendors should direct inquiries to Brian Stevens at 717-550-3158 or via email at BRIAN.STEVENS@DLA.MIL, and are encouraged to register for notifications regarding contract updates through the Navy Electronic Commerce Online system.
    61--CABLE,POWER,ELECTRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 4,800 feet of power cable (NSN 6145-01-202-9506). This solicitation is classified as a qualified products list (QPL) item, indicating that only products meeting specific military standards will be considered. The power cable is essential for various military applications, ensuring reliable power distribution in defense operations. Interested vendors must submit their quotes electronically, with the deadline for submissions set at 22 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.