ContractSolicitation

PJM 2025 - Electricity

DEPT OF DEFENSE SPE60425R0405
Response Deadline
Jul 31, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

DLA Energy, within the Defense Logistics Agency of the Department of Defense, is soliciting a firm-fixed-price requirements contract for retail electricity and ancillary services for DoD installations and federal civilian facilities in the PJM regional transmission organization market area. The work covers supply and transmission of electricity to multiple government sites, with pricing structured primarily as firm fixed price and, for certain line items, fixed-price requirements using locational marginal pricing. The solicitation calls for a 24-month delivery period beginning with the meter read date in December 2025 and includes special billing, metering, scheduling, and compliance requirements, along with requirements that awardees be approved retail electric providers in the relevant states and active in SAM. The procurement is being competed on a full and open basis, and questions are due in writing by July 11, 2025, to dlaenergy.eteam@dla.mil.

Classification Codes

NAICS Code
221122
Electric Power Distribution
PSC Code
9999
MISCELLANEOUS ITEMS

Solicitation Documents

61 Files
Attachment VI - Argonne Invoice Format.pdf
PDF117 KBJul 23, 2025
AI Summary
The document outlines the expected components and format for invoicing related to energy charges for services provided by Argonne National Laboratory. Key components include charges for metered kilowatt-hours (kWh), contract peak and off-peak energy charges, line losses, transmission charges, capacity charges, and a reliability must-run charge. Specific calculations are referenced, such as the average commodity cost and associated percentages, to derive total amounts for each charge. The total invoice is computed by summing the individual components. This structured billing format emphasizes transparency and adherence to contractual obligations, aligning with the norms observed in government requests for proposals (RFPs) and grant applications, ensuring clarity in financial accountability for energy services rendered. The systematic approach reflects standard practices for federal and state funding, indicating a commitment to precise compliance and operational clarity within budgetary frameworks.
Attachment VII - Pricing Sheet PJM 2025.xlsx
Excel15 KBJul 23, 2025
AI Summary
The document outlines a federal Request for Proposal (RFP) related to electricity services for various government installations, including military bases and federal offices. It lists a series of Contract Line Item Numbers (CLINs) corresponding to different locations, such as the Defense Intelligence Agency (DIA) and the National Institutes of Health (NIH), with pricing utilizing either a Firm Fixed Price (FFP) or Locational Marginal Pricing (LMP) structure. The total estimated price for energy services across these locations amounts to approximately $5.6 billion. This proposal includes calculations based on estimated quantities and offered unit prices, emphasizing specific pricing terms for FFP and LMP categories. The overall goal of the RFP is to solicit proposals for electricity supply to meet the needs of the federal government's energy consumption while adhering to budget constraints and operational requirements. This summarization provides an overview of the document's purpose as a solicitation for energy services within the federal sector, crucial for maintaining government operations efficiently and effectively.
Attachment II - Proposal Requirements PJM2025.pdf
PDF224 KBJul 23, 2025
AI Summary
The document outlines proposal requirements for offerors submitting proposals to DLA Energy as part of the RFP SPE60425R0405. It mandates that completed proposals include specific documents and complete responses to ensure eligibility. A list of required items includes standard forms (SF 1449 and SF 30), evidence of responsibility, past performance, technical capability, small business participation details, pricing, authorized negotiators, a subcontracting plan, and certifications. Proposals can be submitted via email, adhering to specified formats, including PDF and Word files, with size limitations. Offerors are reminded to provide details on their experience, demonstrate their capability and past performance, and include a commitment to small business participation. The document stresses timely and complete submissions to avoid disqualification, highlighting that incomplete proposals will be rejected. Overall, the communication underscores the importance of adherence to regulatory guidelines and submission protocols in federal contracting processes, ensuring all participating companies are qualified and accountable according to federal standards.
Attachment I - Installation Data Sheet PJM 2025.xlsx
Excel768 KBJul 23, 2025
AI Summary
No AI summary available for this file.
Attachment III - Representations Certifications and Other Statements PJM2025.pdf
PDF360 KBJul 23, 2025
AI Summary
The document SPE60425R0405 outlines specific representations, certifications, and statements required for federal contractors as part of the solicitation process under FAR, DFARS, and other related regulations. It emphasizes the need for offerors to provide various certifications regarding their federal contracts and grants, responsibility matters, tax matters, and the use of covered telecommunications and services. Key provisions include confirmation of compliance with FAR 52.209-7 on responsibility matters, tax certifications under FAR 52.209-12, and representations related to covered defense telecommunications. Offerors must confirm their registration status in the System for Award Management (SAM) and report any relevant legal issues, including tax delinquencies and previous convictions, affecting their eligibility to contract with the government. Additionally, the document includes certifications related to labor standards, child labor laws, and the place of manufacture for products to ensure compliance with regulations. It aims to provide transparency, integrity, and verification of potential contractors for federal projects, ensuring that they meet established government standards for ethical and legal business practices. Overall, this solicitation section serves to mitigate risk and uphold federal contracting rules while fostering a competitive and fair procurement process.
Attachment I - Installation Data Sheet PJM 2025 A0001.xlsx
Excel777 KBJul 23, 2025
AI Summary
No AI summary available for this file.
SF30 SPE60425R0405 A0001.pdf
PDF16 KBJul 23, 2025
AI Summary
The document is an amendment to a government solicitation regarding energy supply services, specifically modifying Contract ID SPE60425R0405. The main changes include an extension of the offer due date to July 31, 2025, and adjustments to several CLINs (Contract Line Item Numbers) concerning estimated electricity usage across various military and research facilities. Key amendments include corrections of usage estimates, updates to customer accounts, and modifications to billing arrangements for specified accounts. Notably, CLIN 0035 was introduced, detailing a 23-month performance period for energy services. The total estimated electricity quantity has slightly increased due to these changes. This amendment underscores the government's ongoing efforts to ensure accurate pricing and billing while adhering to regulations regarding energy procurement. Supporting attachments provide additional detail on various installations, invoice formats, and price sheets, ensuring transparency and clarity in the solicitation process. This document reflects the federal government's systematic approach to modifying and updating contracts as necessary to meet operational requirements and compliance.
Attachment VIII - Questions and Answers PJM2025.pdf
PDF274 KBJul 23, 2025
AI Summary
The document is a Q&A overview related to the RFP SPE60425R0405 for electric supply services to various government installations managed by DLA Energy. Its primary purpose is to clarify supplier inquiries about requirements, operational details, and potential changes affecting electricity usage at different facilities. Key themes include transparency in communication, supplier responsibilities regarding load calculations and billing, the anticipated operational plans for cogeneration plants, and clarifications about existing and planned electrical infrastructure. Supporting details address specific inquiries about anticipated energy outputs, modifications in billing practices, operational timelines for cogeneration projects, and the scope of utilities involved. It also discusses tax considerations and considers future changes, such as facility closures or expansions, that could impact energy consumption. The responses reference amendments, guidelines, and clarifications to ensure that all potential bidders clearly understand the terms set forth in the RFP. Overall, this document is vital for ensuring that all prospective suppliers have comprehensive and accurate information for their proposals, ultimately aimed at maintaining the efficiency and reliability of energy supply to federal entities.
Solicitation SPE60425R0405 A0001.pdf
PDF607 KBJul 23, 2025
AI Summary
The document outlines a solicitation for electricity supply and ancillary services by the DLA Energy for various military and federal installations under an unrestricted procurement process. The Request for Proposal (RFP) invites offers for a 24-month delivery period starting December 2025, detailing the estimated quantities based on historical usage across multiple sites, including DIA (Washington, DC), Joint Base Henderson-Hall, and Wright-Patterson Air Force Base, among others. It specifies that offers are encouraged to include information related to pricing, delivery terms, and complies with Federal Acquisition Regulations (FAR). The electricity pricing structure is comprised of fixed costs and variable costs based on Locational Marginal Pricing (LMP), with additional charges explicitly identified. It underscores the contractor's accountability for the timely delivery of electricity and outlines various responsibilities concerning invoicing, coordination, and compliance with local utility regulations. The document establishes a framework to manage future changes in consumption due to construction projects or energy efficiency initiatives at the different facilities. This RFP represents the government’s strategy for procuring reliable electricity services while adhering to competitive procurement standards and ensuring environmental and operational compliance.
Solicitation SPE60425R0405.pdf
PDF509 KBJul 23, 2025
AI Summary
The document outlines a federal government solicitation for the procurement of electricity and related services over a two-year contract period from December 2025 to December 2027. The proposal calls for offers for firm fixed-price and requirements type contracts, detailing the estimated electrical needs of various military and federal facilities within the PJM region. Acknowledging varying demand and potential changes in usage, the document specifies compliance with federal regulations, billing procedures, and the inclusion of additional charges such as capacity and transmission fees. Key elements include the solicitation's emphasis on timely submission of offers, responsibilities of the contractor for electricity delivery, and established metrics for billing based on metered usage. Specific installation data sheets provide detailed electricity consumption estimates, ensuring contractors are aware of requirements across multiple sites. The framework also addresses potential contract adjustments based on regulatory changes affecting tariffs, underscoring the government's commitment to transparency and efficient energy management. Overall, the solicitation aims to maintain a reliable electricity supply while complying with relevant legal and operational standards.
Attachment VII - Pricing Sheet PJM 2025 A0001.xlsx
Excel15 KBJul 23, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for electricity procurement for multiple federal and military locations under the PJM 2025 initiative. It enumerates various line items (CLINs) for specific sites, including Joint Base Henderson-Hall, Marine Barracks Washington, and numerous Army Reserve sites, specifying the type of pricing structure as Fixed Firm Price (FFP) or LMP (Locational Marginal Pricing) for energy services. The total number of accounts is 631, with a combined estimated electricity price calculated for different pricing methodologies. Calculations for the total estimated price incorporate estimated energy costs and quantities, contributing to a significant projected expenditure of over $5.6 billion. This RFP is essential for ensuring the reliable supply of electricity at government facilities, reinforcing compliance with energy procurement regulations and facilitating government operations. The document serves as a precise framework for bidders to understand contract requirements and pricing expectation, ultimately aiming to optimize energy procurement efficiently.
Attachment IV - Small Business Subcontracting Plan Form (Dec 2023).pdf
PDF3583 KBJul 23, 2025
AI Summary
The document appears to be a malfunctioning PDF viewer message and does not contain any substantive content for analysis. Therefore, no main topic, key ideas, or structure can be identified. As a result, a summary of content cannot be provided, as the document does not contain information relevant to federal government RFPs, grants, or state/local RFPs. If a correct version of the document is provided, a detailed summary can be generated accordingly.
Attachment V - MPO Invoice Instructions.pdf
PDF121 KBJul 23, 2025
AI Summary
The document delineates invoice requirements for the Load Serving Entity (LSE) involved with the Dedicated Facilities Project at NSAW's Fort Meade, Maryland campus. It specifies that invoices must include supplier details such as logo, address, and contact information, and that charges related to the Dedicated Facilities Project must be billed separately as a "Dedicated Facility Charge". The document outlines the necessity for compliance with PJM's Open Access Transmission Tariff and mandates that LSEs timely remit payments to PJM as directed. Invoices must be submitted electronically through the Maryland Procurement Office (MPO) website, requiring a valid PKI certificate. Each invoice line must feature a correct Contract Line Item Number (CLIN) and Accounting Classification Reference Number (ACRN). Failure to include these details may lead to automatic rejection of the invoice and hinder compliance with the Prompt Payment Act. Overall, this document functions as a comprehensive guide to ensure proper invoicing practices and adherence to regulatory requirements related to the Dedicated Facilities Project, reflecting the structured approach typical of government contracts and grants.
Attachment VI - Argonne Invoice Format A0001.pdf
PDF121 KBJul 23, 2025
AI Summary
The document outlines the expected components and formatting for invoices related to energy charges at the Argonne National Laboratory. It details the various charges incurred, including the Contract Peak and Off-Peak Energy Charges, which are calculated per kilowatt-hour (kWh). Additionally, it specifies line losses and transmission charges, as well as capacity charges determined by contract formulas. A Reliability Must Run Charge is also included, culminating in a total invoice sum that aggregates all specified charges. This structure is designed to provide clarity in billing for energy consumed, reflecting contractual obligations while ensuring adherence to the financial standards required for government-funded energy projects. The document serves as a guideline for invoicing processes associated with federal grants and RFPs, promoting accurate and transparent billing practices in the energy sector.
SF30 SPE60425R0405 A0002.pdf
PDF925 KBMar 31, 2026
AI Summary
Amendment 0002 to solicitation SPE60425R0405, issued by DLA Energy, revises various sections related to energy supply and pricing. The effective date for this amendment is September 4, 2025. Key changes include an increase in the total estimated quantity for CLIN 0033 PPPL by 21,378,808 kWh, bringing the new total to 62,399,520 kWh, and an overall increase in the total estimated quantity solicited by the same amount, resulting in a new total of 5,622,564,442 kWh. The amendment also clarifies the meter read date for CLIN 0027, modifies transmission charge details for subparagraph (e)(1)(ii)(A), and adds a statement regarding AEP Ohio PLCs scaling in subparagraph (e)(1)(ii)(D). Several notes under B1.08, Paragraph (e) are updated for specific accounts, detailing changes in power generation, rate classifications, solar installations, and account ownership transfers. Furthermore, FAR 52.212-4 paragraph (1) on termination for the government's convenience is amended to specify termination value formulas only apply to fixed-price RPS, electricity, and capacity. Attachment I (Installation Data Sheet PJM 2025 A0001) and Attachment VI (Argonne Invoice Format A0002) are also updated to reflect these changes.
Solicitation SPE60425R0405 A0002.pdf
PDF635 KBMar 31, 2026
AI Summary
This government file is an amendment to a solicitation (SPE60425R0405 A0002) for the supply of electricity and ancillary services to various federal government installations within the PJM region. The amendment, effective September 4, 2025, details the scope of work, including estimated quantities for a 24-month performance period (December 2025 to December 2027) for most locations and a 23-month period for NIST. The solicitation outlines two pricing structures: Firm Fixed-Price (FFP) for CLINs 0001-0032 and 0035, and Locational Marginal Pricing (LMP) for CLINs 0033 (PPPL) and 0034 (Argonne National Laboratory), with specific charges included or excluded for each. It also highlights anticipated load changes at several installations, such as cogeneration plant operations, smart control implementations, and building demolitions. The document further specifies invoicing procedures (consolidated or dual billing), payment terms, contractor responsibilities for scheduling and supply management, record-keeping, and the process for adding future accounts. Additionally, it addresses regulatory changes, excusable delays, taxes, and termination clauses for convenience or cause, incorporating various FAR and DFARS clauses by reference and in full text.
Solicitation SPE60425R0405.pdf
PDF509 KBMar 31, 2026
AI Summary
This government Request for Proposal (RFP) SPE604-25-R-0405 is for the supply and transmission of electricity and ancillary services to various federal installations from December 2025 to December 2027. The solicitation outlines requirements for Firm Fixed-Price (FFP) contracts for most locations (CLINs 0001-0032) and Locational Marginal Pricing (LMP) for PPPL and Argonne National Laboratory (CLINs 0033-0034). It specifies charges included and excluded for both pricing models, detailing pass-through costs like capacity and transmission. Key information includes estimated electricity quantities for 34 locations, contact details for inquiries, and the offer due date of July 29, 2025. The document also provides specific load profile changes for several installations and detailed invoicing instructions, distinguishing between Consolidated UDC Billing and Dual Billing. Contract clauses cover excusable delays, taxes, and termination conditions for convenience or cause.
Attachment VII - Pricing Sheet PJM 2025 A0004.xlsx
Excel15 KBMar 31, 2026
AI Summary
The government file PJM 2025 (SPE60425R0405) A00 outlines a request for proposal for electricity supply to numerous government installations across Washington D.C., Maryland, New Jersey, and Pennsylvania. The document details 35 distinct locations, or CLINs, each with a specified number of electricity accounts, totaling 630 accounts. The proposal includes two pricing mechanisms: Fixed-Firm Price (FFP) and Locational Marginal Price (LMP). For LMP, the estimated price of energy is set at $0.08500/kWh, and the total estimated price is calculated based on this rate plus an offered unit price and estimated quantity. For FFP, the total estimated price is simply the offered unit price multiplied by the estimated quantity. The total estimated price for all locations combined is $5,622,435,134, with an additional $112,838,282.68 associated with LMP calculations. Offerors are instructed not to submit a price at this stage, as pricing will be determined later, and offered unit prices should not exceed five digits to the right of the decimal place.
SF30 SPE60425R0405 A0010.pdf
PDF792 KBMar 31, 2026
AI Summary
This document, Amendment 0010 to Solicitation SPE60425R0405, issued by DLA Energy, modifies the original solicitation dated June 27, 2025, with an effective date of March 25, 2026. The primary purpose of this amendment is to update pricing submission instructions, revise estimated quantities, and clarify the period of performance for CLIN 0027 Letterkenny Army Depot. Key changes include directing offerors to submit prices via Attachment VII – Pricing Sheet PJM 2025 A0010 to a specific email address by 11:30 AM local Fort Belvoir, VA time on a future amendment-identified date. The estimated usage for CLIN 0027 is revised to a 19-month period, reducing the total estimated quantity by 7,627,417 kWh for this CLIN and consequently for the overall solicitation. The amendment also details the historical context of the Letterkenny Army Depot's electric distribution system transition and its recent sale to First Energy Pennsylvania Electric Company, noting that account and customer numbers remain unchanged. Attachments I and VII are also updated to reflect these changes.
Solicitation SPE60425R0405 A0010.pdf
PDF631 KBMar 31, 2026
AI Summary
This document is an amendment to solicitation SPE60425R0405, issued by DLA Energy, for the supply and transmission of electricity and ancillary services to various government installations within the PJM region. The solicitation outlines requirements for a 24-month performance period, with specific dates for different contract line items (CLINs). It details pricing structures, including Firm Fixed-Price (FFP) for most CLINs and Locational Marginal Pricing (LMP) for CLINs 0033 (PPPL) and 0034 (Argonne National Laboratory). The document also provides extensive details on invoicing, billing types (consolidated vs. dual), metering, scheduling, and record-keeping. Key updates include changes to the performance period for CLIN 0027, anticipated load requirement changes for several locations due to new construction or energy efficiency initiatives, and specific cost components included or excluded from offered prices. The amendment also incorporates various FAR and DFARS clauses, tailored for commercial items, covering excusable delays, taxes, termination for convenience or cause, title, warranty, and limitation of liability. Regulatory changes affecting ISO/RTO/PUC charges are also addressed, allowing for price adjustments under specific conditions.
Attachment I - Installation Data Sheet PJM 2025 A0010.xlsx
Excel786 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Solicitation SPE60425R0405 A0004.pdf
PDF567 KBMar 31, 2026
AI Summary
This government solicitation amendment, SPE60425R0405 A0004, details the requirements for electricity supply to various federal installations within the PJM region. It outlines the scope of work, including the supply and transmission of electricity and ancillary services for a 24-month performance period (with one exception for 23 months for NIST). The document specifies two pricing structures: Firm Fixed-Price (FFP) for most Contract Line Item Numbers (CLINs) and Locational Marginal Pricing (LMP) for CLINs 0033 (PPPL) and 0034 (Argonne National Laboratory). Key details include charges included and excluded from prices, invoicing procedures (consolidated vs. dual billing), and anticipated load changes at several installations due to new construction, demolitions, or efficiency upgrades. It also covers regulatory changes, contract clauses, and conditions for termination for convenience or cause, emphasizing the contractor's responsibilities for supply management, scheduling, and compliance with all applicable regulations.
Attachment I - Installation Data Sheet PJM 2025 A0004.xlsx
Excel781 KBMar 31, 2026
AI Summary
No AI summary available for this file.
SF30 SPE60425R0405 A0003.pdf
PDF13 KBMar 31, 2026
AI Summary
This document is an amendment to solicitation SPE60425R0405, effective September 17, 2025. It modifies specific sections of the original solicitation, primarily related to supplies or services and prices/costs. Key changes include an amendment to B1.08, Paragraph (e) NOTE 1, for Letterkenny Army Depot, specifying that accounts will be enrolled after the EDS sale on December 15, 2025. Additionally, Attachment I, Installation Data Sheet PJM 2025 A0003, is updated for CLIN 0018 Joint Base McGuire Dix Lakehurst (JBMDL) to revise customer numbers and correct usage reduction figures due to smart controls. CLIN 0027 Letterkenny is also amended to add customer numbers for 75 accounts. The solicitation hour and date for receipt of offers remain unchanged. All other terms and conditions of the original document remain in full force and effect.
Solicitation SPE60425R0405 A0003.pdf
PDF566 KBMar 31, 2026
AI Summary
This government solicitation, SPE60425R0405 A0003, outlines the requirements for electricity supply and ancillary services to various federal government locations within the PJM region. The document amends the original solicitation, extending the offer receipt date and detailing specific terms for electricity procurement. It covers both Firm Fixed-Price (FFP) and Locational Marginal Pricing (LMP) contracts, with distinct pricing components and pass-through charges for each. The solicitation provides estimated electricity quantities for 35 Contract Line Item Numbers (CLINs) over 23-24 month performance periods, from December 2025 to December 2027. It also highlights anticipated load changes at several installations due to new construction, energy efficiency upgrades, and infrastructure sales. The document emphasizes invoicing procedures, contractor responsibilities for scheduling and supply management, and provisions for regulatory and tariff changes, as well as outlining termination clauses for convenience and cause.
Attachment I - Installation Data Sheet PJM 2025 A0003.xlsx
Excel780 KBMar 31, 2026
AI Summary
No AI summary available for this file.
SF30 SPE60425R0405 A0011.pdf
PDF379 KBMar 31, 2026
AI Summary
Amendment 0011 to Solicitation SPE60425R0405, issued by DLA Energy on March 31, 2026, modifies the original solicitation dated June 27, 2025. This amendment specifically revises paragraph (e) NOTE 1 of Section B1.08, clarifying details regarding account and customer numbers after an EDS sale. It states that Letterkenny accounts have been assigned to West Penn Power Company, with Meter Read Cycle 15 and an anticipated meter read date of May 14, 2026. The solicitation requires offerors to acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each offer copy, or sending a separate letter or telegram, to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
Solicitation SPE60425R0405 A0011.pdf
PDF630 KBMar 31, 2026
AI Summary
This document is an amendment to a solicitation (SPE60425R0405 A0011) for the supply of electricity and ancillary services for various government installations within the PJM region. The solicitation, issued by DLA Energy, details requirements for a 24-month performance period (with a 19-month period for CLIN 0027 Letterkenny Army Depot). It specifies that offers for CLINs 0001-0032 are Firm Fixed-Price (FFP) and CLINs 0033-0034 are Fixed Price Requirements Type utilizing Locational Marginal Pricing (LMP). The document outlines charges included and excluded from the offered unit prices, special conditions for specific CLINs (e.g., pass-through charges for capacity and transmission), and anticipated load changes at various locations. It also details invoicing procedures (Consolidated vs. Dual Billing) and incorporates various FAR and DFARS clauses related to contract terms, conditions, and regulatory compliance, including tailored clauses for excusable delays, taxes, and termination.
Attachment VII - Pricing Sheet PJM 2025 A0010.xlsx
Excel12 KBMar 31, 2026
AI Summary
The document, PJM 2025 (SPE60425R0405) A0010, is a federal government Request for Proposal (RFP) for electricity services. It specifically targets the Letterkenny Army Depot for 75 accounts of electricity. The total estimated price for these services is $48,306,973. Offerors are instructed to provide an
SF30 SPE60425R0405 A0009.pdf
PDF15 KBMar 31, 2026
AI Summary
This amendment modifies solicitation SPE60425R0405-0009, primarily impacting the Letterkenny Army Depot (CLIN 0027) energy procurement. Key changes include extending the offer due date, revising the period of performance for CLIN 0027 to 22 months (February 2026 to December 2027), and reducing its estimated energy quantity by 5,084,944 kWh. The total estimated quantity for the solicitation also decreased. The amendment details the historical context of Letterkenny Army Depot's utility transitions, culminating in the sale of its electric distribution system to First Energy Pennsylvania Electric Company by December 15, 2025. Additionally, new cybersecurity clauses (DFARS 252.204-7021, DLAD L39, and DFARS 252.204-7025) are added, and Attachments I (Installation Data Sheet) and VII (Pricing Sheet) are updated to reflect these changes.
Solicitation SPE60425R0405 A0009.pdf
PDF554 KBMar 31, 2026
AI Summary
This government solicitation (SPE60425R0405 A0009) is an amendment for the supply and transmission of electricity and ancillary services to various federal government locations within the PJM region. The Request for Proposal (RFP) outlines requirements for Firm Fixed-Price (FFP) contracts for most CLINs (0001-0032) and Locational Marginal Pricing (LMP) for CLINs 0033 (PPPL) and 0034 (Argonne National Laboratory). The contract periods generally span 24 months from December 2025 to December 2027, with a 22-month period for CLIN 0027 (Letterkenny Army Depot) starting February 2026 due to an anticipated asset purchase agreement. The document details specific pricing components for both FFP and LMP contracts, including pass-through charges for transmission, capacity, and other market costs. It also highlights anticipated load requirement changes for several locations, such as new cogeneration plants, smart control implementations, building demolitions, solar installations, and projected usage increases due to new construction and experiments. The solicitation specifies invoicing procedures, including consolidated and dual billing, and outlines contractor responsibilities for scheduling, supply management, and record-keeping. It also includes clauses for excusable delays, taxes, and termination for convenience or cause, with tailored provisions for electricity contracts.
Attachment I - Installation Data Sheet PJM 2025 A0009.xlsx
Excel784 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Attachment VII - Pricing Sheet PJM 2025 A0009.xlsx
Excel12 KBMar 31, 2026
AI Summary
The document, PJM 2025 (SPE60425R0405) A0009, is an Offeror form for an electricity procurement request, likely a federal government Request for Proposal (RFP). It details the pricing structure for electricity supply to Letterkenny Army Depot. The form specifies that 75 accounts of electricity are required, with an estimated quantity of 55,934,390 kWh. The total estimated price for this electricity supply is $55,934,390. Offerors are instructed to provide an
SF30 SPE60425R0405 A0008.pdf
PDF12 KBMar 31, 2026
AI Summary
Amendment 0008 to solicitation SPE60425R0405 modifies the offer due date and submission instructions for CLIN 0030 99th Army Reserve (PA). Offers must acknowledge receipt of this amendment. Price proposals for CLIN 0030 must be submitted via email to dlaenergy.eteam@dla.mil using Attachment VII - Pricing Sheet PJM 2025 A0007. The deadline for submission is 11:30 AM local Fort Belvoir, VA time on October 29, 2025. All other terms and conditions of the original solicitation remain unchanged.
Solicitation SPE60425R0405 A0008.pdf
PDF530 KBMar 31, 2026
AI Summary
This government solicitation amendment, SPE60425R0405 A0008, outlines the requirements for electricity supply and ancillary services for various federal installations within the PJM region. It details offer submission deadlines, particularly extending the price proposal due date for CLIN 0030 to October 29, 2025. The document specifies pricing structures, including Firm Fixed-Price (FFP) for most CLINs and Locational Marginal Pricing (LMP) for CLINs 0033 and 0034 (PPPL and Argonne National Laboratory), with detailed breakdowns of included and excluded charges. It also highlights anticipated load changes for several locations, such as new cogeneration plants, smart control implementations, building demolitions, and solar power installations. The amendment covers invoicing, metering, scheduling, record-keeping, and contract clauses, including provisions for regulatory changes and termination for convenience or cause, emphasizing the contractor's responsibilities for delivery and compliance.
SF30 SPE60425R0405 A0007.pdf
PDF13 KBMar 31, 2026
AI Summary
This amendment modifies solicitation SPE60425R0405, primarily altering the submission of price proposals to utilize "Attachment VII - Pricing Sheet PJM 2025 A0007." A significant change involves the removal of CLIN 0035 for the National Institute of Standards and Technology (NIST) from the solicitation. This removal decreases the total accounts by 1 (from 628 to 627) and the total estimated quantity by 4,727,424 kWh (from 5,621,126,252 kWh to 5,616,398,828 kWh). Consequently, references to CLIN 0035 NIST are removed from sections B1.08 (Paragraphs c, d, and e), C800 Statement of Work, Attachment I - Installation Data Sheet PJM 2025 A0007, and Attachment VII - Pricing Sheet PJM 2025 A0007. The solicitation’s offer due date is extended, but the document does not specify the new date.
Solicitation SPE60425R0405 A0007.pdf
PDF543 KBMar 31, 2026
AI Summary
This document, Amendment of Solicitation/Modification of Contract SPE60425R0405 A0007, outlines a solicitation for electricity supply and transmission for various government installations within the PJM region. The Defense Logistics Agency (DLA) Energy is seeking offers for a 24-month performance period (December 2025 to December 2027) for most locations and a 23-month period for the National Institute of Standards and Technology (NIST). The solicitation includes both Firm Fixed-Price (FFP) and Locational Marginal Pricing (LMP) contracts for different Contract Line Item Numbers (CLINs). Key details include specific charges to be included or excluded from pricing, anticipated load changes at several installations, and detailed invoicing requirements for both consolidated and dual billing. The document also incorporates various FAR and DFARS clauses, with tailored provisions for excusable delays, taxes, and termination for convenience or cause, specifically addressing electricity contracts and related regulatory changes.
Attachment I - Installation Data Sheet PJM 2025 A0007.xlsx
Excel781 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Attachment VII - Pricing Sheet PJM 2025 A0007.xlsx
Excel15 KBMar 31, 2026
AI Summary
The government file PJM 2025 (SPE60425R0405) A00 outlines a federal Request for Proposal (RFP) for electricity supply across numerous government installations and military bases. The document details 35 distinct locations, including DIA, Fort Meade, Joint Base McGuire Dix Lakehurst, and various Army Reserve facilities, specifying the type of electricity (FFP or LMP) and the number of accounts for each. A total of 552 electricity accounts are covered. The RFP also provides formulas for calculating the Total Estimated Price for both FFP (Firm-Fixed Price) and LMP (Locational Marginal Price) contracts, with the Estimated Price of Energy for LMP set at $0.08500/kWh. The total estimated price for all locations is $5,555,379,494, with a total estimated price for LMP accounts at $112,838,282.68. The document explicitly instructs offerors not to submit a price at this stage, as CLIN (Contract Line Item Number) will be priced later, and advises that the "Offered Unit Price" should not exceed 5 digits to the right of the decimal place.
SF30 SPE60425R0405 A0006.pdf
PDF12 KBMar 31, 2026
AI Summary
Amendment 0006 to solicitation SPE60425R0405 modifies the submission instructions and deadline for price proposals. The amendment, effective October 8, 2025, extends the offer due date, requiring price proposals to be submitted via email to dlaenergy.eteam@dla.mil by 11:30 AM local Fort Belvoir, VA time on October 21, 2025. Proposers must use "Attachment VII - Pricing Sheet PJM 2025 A0005" and refer to "Attachment II - Proposal Requirements PJM2025, section F" for detailed instructions. All other terms and conditions of the original solicitation remain unchanged.
Solicitation SPE60425R0405 A0006.pdf
PDF542 KBMar 31, 2026
AI Summary
This document is an amendment to a solicitation (SPE60425R0405 A0006) for the supply and transmission of electricity and ancillary services for various government locations within the PJM region. It extends the offer due date for non-price proposals to July 11, 2025, and sets the deadline for price proposals (via Attachment VII – Pricing Sheet PJM 2025 A0005) to October 21, 2025. The solicitation outlines a 24-month performance period for most locations (December 2025 to December 2027), with a 23-month period for NIST. It details pricing structures, including Firm Fixed-Price (FFP) for most CLINs and Locational Marginal Pricing (LMP) for CLINs 0033 (PPPL) and 0034 (Argonne National Laboratory). The amendment also provides specific details on included and excluded charges for each pricing type, anticipated load requirement changes for various installations, and invoicing procedures (consolidated vs. dual billing). Key clauses related to excusable delays, taxes, termination, and regulatory changes are also tailored.
SF30 SPE60425R0405 A0005.pdf
PDF13 KBMar 31, 2026
AI Summary
This document is Amendment 0005 to Solicitation SPE60425R0405, issued by DLA Energy, Installation Energy, on June 27, 2025. It modifies the original solicitation by extending the offer receipt date. The amendment primarily impacts Section B (Supplies or Services and Prices/Costs) by reducing the total accounts for CLIN 0018 (Joint Base McGuire Dix Lakehurst) from 156 to 154, and decreasing the estimated quantity by 1,308,882 kWh, from 92,732,964 kWh to 91,424,082 kWh. Additionally, the overall estimated quantity solicited decreased by 1,308,882 kWh, from 5,622,435,134 kWh to 5,621,126,252 kWh. The amendment also corrects a previous change related to CLIN 0035 (NIST), updating the period of performance and reflecting a 39% reduction in kWh consumption due to energy efficiency adjustments. Attachments I (Installation Data Sheet PJM 2025 A0005) and VII (Pricing Sheet PJM 2025 A0005) are also updated to reflect these changes. All other terms and conditions of the solicitation remain in full force and effect.
Solicitation SPE60425R0405 A0005.pdf
PDF543 KBMar 31, 2026
AI Summary
This government solicitation amendment, SPE60425R0405 A0005, details the procurement of electricity and ancillary services for various federal government locations within the PJM region. It specifies a 24-month performance period for most locations, with a 23-month period for NIST. Offers are solicited for Firm Fixed-Price (FFP) and Locational Marginal Pricing (LMP) electricity, with detailed breakdowns of included and excluded charges. The document outlines specific load changes expected at several installations, such as new cogeneration plants, smart control implementations, building demolitions, solar installations, and supercomputer load fluctuations. It also defines invoicing procedures (Consolidated or Dual Billing), outlines responsibilities for metering, scheduling, and supply management, and includes clauses for regulatory changes, excusable delays, taxes, and termination for convenience or cause. The amendment emphasizes compliance with FAR, DFARS, and DLA Acquisition Regulations.
Attachment I - Installation Data Sheet PJM 2025 A0005.xlsx
Excel781 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Attachment VII - Pricing Sheet PJM 2025 A0005.xlsx
Excel15 KBMar 31, 2026
AI Summary
The document, PJM 2025 (SPE60425R0405) A00, is an RFP detailing electricity procurement for various government installations in the PJM region. It lists 35 different locations, including military bases, federal agencies, and research laboratories, with a total of 628 electricity accounts. The RFP outlines two types of electricity pricing: Firm Fixed Price (FFP) and Locational Marginal Price (LMP). For LMP, the total estimated price is calculated based on an estimated energy price of $0.08500/kWh, plus an offered unit price and estimated quantity. For FFP, the total estimated price is simply the offered unit price multiplied by the estimated quantity. The document explicitly states that offerors should not submit price proposals at this stage, as pricing will occur later. It also provides a total estimated price of $5,621,126,252 with an additional $112,838,282.68 in estimated LMP costs. Offerors are instructed to keep the offered unit price to a maximum of five decimal places.
SF30 SPE60425R0405 A0004.pdf
PDF14 KBMar 31, 2026
AI Summary
Amendment 0004 to solicitation SPE60425R0405 modifies an existing contract related to electricity services. Key changes include a reduction in accounts and estimated quantity for CLIN 0013 (Fort Detrick-Forest Glen), a decrease in total solicited accounts by one, and a reduction in the total estimated quantity by 64,654 kWh. The amendment also updates notes for CLIN 0027 (Letterkenny Army Depot) regarding a 23-month performance period and a 39% reduction in kWh consumption. Additionally, it specifies the use of Wide Area Workflow for CLIN 0027, updates the date for FAR 52.212-4, and amends DFARS 252.232-7006. Attachment I and Attachment VII are revised to reflect these changes, including an update for CLIN 0035 (National Institute of Standards and Technology - NIST) regarding account ownership.
Attachment I - Installation Data Sheet PJM 2025 A0002.xlsx
Excel807 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Attachment VI - Argonne Invoice Format A0002.pdf
PDF169 KBMar 31, 2026
AI Summary
The document "SPE60425R0405 - ATTACHMENT VI A0002" outlines the expected invoice components and format for Argonne National Laboratory's energy costs. It details various charges that constitute the total invoice, including ComEd Metered kWh, a Transaction Fee for DA LMP Energy, Line Losses, Transmission Charge, Capacity Charge, and Reliability Must Run Charge. Each component is itemized with expected quantities (e.g., kWh for energy, percentages for losses) and corresponding dollar amounts. The document specifies that certain charges, such as Transmission and Capacity, are calculated based on contract formulas and specific Argonne network parameters. This attachment serves as a guide for understanding the breakdown of energy-related expenses, crucial for federal government RFPs related to utility services.
SF30 SPE60425R0405 A0001.pdf
PDF16 KBMar 31, 2026
AI Summary
This document is Amendment/Modification No. 0001 to solicitation SPE60425R0405, issued by DLA ENERGY on June 27, 2025. The amendment extends the offer due date to July 31, 2025, at 3:00 PM. Key changes include adjustments to estimated electricity quantities for several CLINs, with a net increase in the total estimated quantity by 970,662 kWh across 2 accounts, bringing the new total to 5,601,185,634 kWh across 631 accounts. A new CLIN (0035 NIST) has been added for a 23-month performance period. Additionally, billing terms, pricing inclusions (e.g., Pennsylvania Gross Receipts Tax exclusion), and various attachments related to installation data, invoice formats, and pricing sheets have been updated or added. Several CLINs have also been moved from consolidated to dual billing.
Solicitation SPE60425R0405 A0001.pdf
PDF607 KBMar 31, 2026
AI Summary
The Defense Logistics Agency (DLA) Energy has issued Solicitation SPE604-25-R-0405, an RFP for electricity supply and transmission services across various government installations in the PJM region. The solicitation outlines requirements for Firm Fixed-Price (FFP) and Locational Marginal Pricing (LMP) contracts for a 24-month performance period (December 2025 to December 2027), with a 23-month period for NIST. Key details include specific charges to be included or excluded from pricing, anticipated load changes at several locations, and detailed invoicing procedures for both consolidated and dual billing. The document also covers contract terms for excusable delays, taxes, termination for convenience or cause, and regulatory changes, emphasizing compliance with FAR, DFARS, and DLA Acquisition regulations.
Attachment I - Installation Data Sheet PJM 2025 A0001.xlsx
Excel777 KBMar 31, 2026
AI Summary
No AI summary available for this file.
Attachment VI - Argonne Invoice Format A0001.pdf
PDF121 KBMar 31, 2026
AI Summary
The Argonne National Laboratory's Appendix I outlines the expected components and format of an energy invoice. The invoice details charges such as metered kWh, contract peak and off-peak energy, line losses, transmission fees, capacity charges, and reliability must-run charges. Each component is itemized with quantities, rates, and total costs, often calculated using specific contract formulas or percentages. This document provides a clear breakdown of the financial structure for energy consumption, likely serving as a guide for billing and financial transparency in a federal grant or RFP context.
Attachment VII - Pricing Sheet PJM 2025 A0001.xlsx
Excel15 KBMar 31, 2026
AI Summary
The PJM 2025 (SPE60425R0405) A00 document outlines an electricity procurement solicitation for various government installations, detailing 35 locations across Washington D.C., Maryland, New Jersey, and Pennsylvania. The solicitation specifies two pricing mechanisms: Fixed-Firm Price (FFP) for 33 locations and Locational Marginal Price (LMP) for two locations (PPPL and Argonne National Laboratory). A total of 631 electricity accounts are covered, with an estimated total price of $5,601,185,634.00 and an additional $111,021,084.00 associated with LMP calculations. The document provides formulas for calculating the Total Estimated Price under both FFP and LMP, with the latter incorporating an Estimated Price of Energy at $0.08500/kWh. Offerors are instructed to ensure the "Offered Unit Price" does not exceed five digits to the right of the decimal point.
Attachment VIII - Questions and Answers PJM2025.pdf
PDF274 KBMar 31, 2026
AI Summary
This document addresses 69 questions regarding the SPE60425R0405 PJM 2025 Electricity solicitation, focusing on transparency, facility details, billing, and operational plans. Key areas include the circulation of Q&A to all participants, the presence of behind-the-meter generation, and specific operational plans for the 4.5 MW cogen at Naval Research Lab (CLIN 0004). The DLA Energy provides clarifications on billing methods, tax treatments, and the inclusion of various charges (e.g., PSC fees, transmission, ancillary services) for different CLINs. Several amendments to the original solicitation are referenced to address inconsistencies and provide updated information, particularly concerning usage forecasts and facility changes for locations like MPO, National Agricultural Library, JBMDL, and DLA Susquehanna. The document also confirms that a reverse auction will not be used and outlines the process for submitting proposals and additional questions.
Attachment VII - Pricing Sheet PJM 2025.xlsx
Excel15 KBMar 31, 2026
AI Summary
The PJM 2025 (SPE60425R0405) document details a federal government Request for Proposal (RFP) for electricity supply across various government installations. The RFP outlines two pricing structures: Fixed-Firm Price (FFP) and Locational Marginal Price (LMP). FFP calculates the total estimated price based on the offered unit price multiplied by the estimated quantity. LMP, on the other hand, factors in an estimated energy price of $0.08500/kWh in addition to the offered unit price and estimated quantity. The document lists 34 distinct locations, including military bases, government agencies, and research laboratories, across Washington D.C., Maryland, New Jersey, Pennsylvania, and Ohio, with a total of 629 electricity accounts. The total estimated price for all locations is $5,600,214,972.00, with an additional $111,021,084.00 attributed to LMP calculations. Offerors are instructed to ensure their "Offered Unit Price" does not exceed five digits to the right of the decimal point.
Attachment VI - Argonne Invoice Format.pdf
PDF117 KBMar 31, 2026
AI Summary
The provided document, Appendix I of an Argonne National Laboratory file, details the expected invoice components and format for energy charges. It outlines a structured breakdown of costs, including ComEd Metered kWh, Contract Peak and Off-Peak Energy Charges, Line Losses, Transmission Charge, Capacity Charge, and Reliability Must Run Charge. Each component is itemized with its specific calculation method or formula reference, such as a dollar amount per kWh or a per-contract formula. The document concludes with a total invoice sum, calculated by adding all individual charges. This appendix serves as a clear guide for billing and financial transparency related to energy consumption and associated services at the Argonne National Laboratory, likely within the context of a federal government contract or RFP.
Attachment V - MPO Invoice Instructions.pdf
PDF121 KBMar 31, 2026
AI Summary
This government file outlines the invoicing requirements for CLIN 0012 MPO's Load Serving Entity (LSE), specifically for the Dedicated Facilities Project at NSAW's Ft. Meade, Maryland campus. It details that the Dedicated Facilities Charge must be billed separately on monthly invoices and identified as a distinct line item. The LSE is obligated to comply with the PJM Open Access Transmission Tariff (PJM OATT) and pay all associated charges, including those related to the project's abandonment. Invoices must include supplier information, wiring details, and be submitted electronically through the Maryland Procurement Office (MPO) website, requiring an ECA/IECA PKI certificate. Failure to include a valid Contract Line Item Number (CLIN) and Accounting Classification Reference Number (ACRN) will result in automatic rejection and classification as an improper invoice under the Prompt Payment Act.
Attachment IV - Small Business Subcontracting Plan Form (Dec 2023).pdf
PDF3583 KBMar 31, 2026
AI Summary
The provided government file indicates that the document is not properly displayed and advises the user to upgrade their PDF viewer to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for additional assistance. The file mentions that Windows, Mac, and Linux are registered trademarks of their respective owners. This document appears to be a placeholder or an error message within a larger government file, likely an RFP or grant application, indicating a technical issue with viewing the document's content rather than containing substantive information about an RFP or grant itself.
Attachment III - Representations Certifications and Other Statements PJM2025.pdf
PDF360 KBMar 31, 2026
AI Summary
The SPE60425R0405 PJM 2025 Attachment III outlines mandatory representations and certifications for offerors in federal contracts and grants, covering provisions not typically found in SAM.gov. Key requirements include FAR 52.209-7, which mandates disclosure of responsibility matters, including criminal, civil, or administrative proceedings exceeding specified monetary thresholds within the last five years for contracts over $10,000,000. FAR 52.209-12 requires certification regarding tax matters for contracts exceeding $5.5 million, ensuring federal tax compliance. DFARS 252.204-7016 and 252.204-7017 address covered defense telecommunications equipment or services, prohibiting procurement from entities using such services unless waivers or exceptions apply, with detailed disclosure requirements for those who do. Additionally, the document mandates completing FAR 52.204-24 and FAR 52.212-3, which cover telecommunications and video surveillance services, and offeror representations and certifications for commercial products and services, respectively. These provisions ensure compliance with various federal regulations, including those related to small business concerns, equal opportunity, Buy American acts, and prohibitions on contracting with inverted domestic corporations or entities involved in certain activities relating to Iran.
Attachment II - Proposal Requirements PJM2025.pdf
PDF224 KBMar 31, 2026
AI Summary
The document SPE60425R0405 outlines the proposal requirements for DLA Energy's PJM 2025 solicitation, focusing on the submission of complete and timely proposals for electricity supply and transportation. It details mandatory documents, including SF 1449, SF 30s, evidence of responsibility (12 months of experience in electricity supply/transportation, transmission service agreements, and state authorization), past performance references, a technical capability statement, and a small business participation plan. Proposals can be submitted via email, with specific guidelines for attachments, file types (PDF, Microsoft Office), size limits (50 MB), and virus scanning. Pricing is to be submitted separately via a
Attachment I - Installation Data Sheet PJM 2025.xlsx
Excel768 KBMar 31, 2026
AI Summary
No AI summary available for this file.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 16, 2025
amendedAmendment #1· Description UpdatedJun 30, 2025
amendedAmendment #2· Description UpdatedJul 23, 2025
amendedAmendment #3· Description UpdatedSep 4, 2025
amendedAmendment #4Sep 17, 2025
amendedAmendment #5Oct 2, 2025
amendedAmendment #6Oct 6, 2025
amendedAmendment #7Oct 8, 2025
amendedAmendment #8Oct 14, 2025
amendedAmendment #9Oct 22, 2025
amendedAmendment #10Dec 16, 2025
amendedAmendment #11Mar 25, 2026
amendedLatest AmendmentMar 31, 2026
deadlineResponse DeadlineJul 31, 2025
expiryArchive DateJun 30, 2026

Agency Information

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

Point of Contact

Name
DLA Energy

Place of Performance

St James, Maryland, UNITED STATES

Official Sources