Request for Proposal U.S. Army Garrison Miami - UESC Dept Of Defense
The U.S. Army Corps of Engineers (USACE), Huntsville Center, is issuing a Request for Proposal (RFP) for Utility Energy Services Contract (UESC) aimed at enhancing energy management services for the United States Army Garrison (USAG) Miami in Florida. The primary objective of this procurement is to identify a utility company that will conduct a comprehensive assessment of energy usage, develop energy conservation measures (ECMs), and implement solutions that may include upgrades to lighting, HVAC systems, and the installation of solar panels, with a contract period not exceeding 25 years. This initiative underscores the importance of energy efficiency and sustainability within military operations, contributing to cost savings and improved resilience at the facility. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Tanya N. Brown at tanya.n.brown@usace.army.mil or Christopher M. Andrews at christopher.m.andrews@usace.army.mil.
Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) Task Order for Forest Service Operated Centers and Request for Contractor Expressions of Interest Labor, Department Of
The U.S. Department of Labor is inviting expressions of interest from energy service companies (ESCOs) for a potential Energy Savings Performance Contract (ESPC) task order aimed at implementing energy and water conservation measures at U.S. Forest Service-operated Job Corps Centers across several states, including Kentucky, Virginia, North Carolina, Tennessee, and West Virginia. The primary objective of this procurement is to achieve significant reductions in energy consumption, greenhouse gas emissions, and water usage while enhancing the use of renewable energy sources. This initiative is crucial for promoting sustainability and resource efficiency within government-operated facilities, aligning with broader federal goals for energy management. Interested contractors must submit their expressions of interest by September 27, 2024, and can contact Eileen Garnett at garnett.eileen@dol.gov or Paul M. Seivert at seivert.paul.m@dol.gov for further information.
Naval Power & Energy Systems Technology Development Roadmap (NPES TDR) Update Dept Of Defense
The U.S. Navy, through the Naval Sea Systems Command (NAVSEA), seeks industry insights to update its Naval Power and Energy Systems Technology Development Roadmap (NPES TDR). The goal is to align naval power systems with evolving technologies, ensuring the fleet's combat readiness. This Request for Information (RFI) is a strategic move to gather intelligence on current and emerging trends in the industry, especially those that can enhance the Navy's power and energy systems.
The update aims to future-proof naval operations by fostering innovation that meets the demands of emerging loads. The Navy wants to improve the agility, efficiency, and support mechanisms of its power and energy systems, primarily through advancements in prime movers, generation, propulsion motors, distribution, conversion, controls, and thermal management. Additionally, the Sea Systems Command wants to understand industry capabilities in integration, systems engineering, modeling, simulation, and digital twins to enhance the Navy's strategic advantages.
This RFI is crucial for the Navy to benchmark industry advancements, enabling them to shape their technology development and investment strategies. The information gathered will significantly influence the NPES TDR update, guiding future procurement decisions and ensuring the fleet's technological edge. Respondents are encouraged to share their insights, especially on enhancing system performance, reducing costs, and improving survivability.
The RFI document is divided into three sections:
General Information: Focuses on the state-of-the-art technology, industry trends, and commercial product advancements.
Technology Trends: Explores advancements in functionality, power density, reliability, and scientific innovations.
Product-Specific: Directed towards prime movers, propulsion motors, power generation, distribution, and more, with an emphasis on specific improvements.
Industry participants are vital to this process and can shape the Navy's technological trajectory by responding to the RFI. The deadline for submissions is extended to September 19, 2024, and the Navy encourages respondents to share their expertise and insights freely.
For clarification or further information, interested parties can contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024 Dept Of Defense
The Defense Logistics Agency (DLA) Energy is seeking proposals for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and retail electricity to various federal installations within the PJM Interconnection region. The procurement aims to fulfill at least 35% of the government's total electricity needs with new-build CFE by 2030, while the remaining 65% will be sourced from conventional retail electricity. This initiative aligns with the U.S. government's commitment to sustainability and compliance with Executive Order 14057, which mandates sourcing 100% CFE by 2030. Interested offerors must submit their proposals by approximately 30 days after the solicitation is issued, with the anticipated solicitation release date on July 31, 2024. For inquiries, potential bidders can contact Charlene Woods at charlene.woods@dla.mil or Felicia Hightower at felicia.hightower@dla.mil.
J&A Increase Capacity on Contract N4008022D0010 IDIQ for Environmental Planning and Conservation Services for the Washington DC AOR and US Territories Dept Of Defense
The U.S. Navy seeks to extend and increase the capacity of a contract for environmental planning and conservation services in the Washington D.C. area and U.S. territories. The focus is on enhancing climate resiliency and restoration, requiring design, engineering, and environmental services. The contract, currently held by Marstel-Day LLC, will rise from $30 million to $45 million to meet the surging demand for these essential services. Contact Maureen Falaschi for more information.
Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR) Dept Of Defense
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
61--POWER SUPPLY - AND OTHER REPLACEMENT PARTS Dept Of Defense
The US Department of Defense, specifically the Department of the Navy, is seeking to procure power supplies and other replacement parts. The focus of this contract is on NSN 7R-6120-014629090-EL, with a quantity of 7 units required for delivery on a FOB origin basis.
Standardized documents related to the procurement can be obtained from the DOD Single Stock Point, while proposals and quotations should be submitted within 45 days of the publication of this notice. The Navy intends to negotiate with a single source but welcomes all responsible sources to submit their interest and capability.
These power supplies are essential for ensuring the smooth operation of military equipment, and the contract will be awarded based on qualification requirements. The primary contact for this opportunity is Meghan E. Gubicza.