DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
ID: SP0604-24-R-0421Type: Solicitation
Overview

Buyer

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

NAICS

Other Electric Power Generation (221118)

PSC

FUEL OILS (9140)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises responses related to the Request for Proposal (RFP) SP0604-24-R-0421 issued by the Defense Logistics Agency (DLA) regarding Clean Federal Energy (CFE) procurement. It addresses queries concerning the procurement process, expectations regarding renewable energy certificates (RECs), timelines for responses, and requirements for load serving entities. Key points include: REC minting procedures, the necessity for contractors to demonstrate site control over new-build CFE assets, and the importance of obtaining Department of Defense approval before contract awards. The government reiterates that the contract's 20-year term will commence on the award date rather than at the local utility's meter read date. It also outlines the structure of proposals, stipulating a competitive pricing process and discussions post-submission. The document aims to streamline the procurement process, clarify expectations for potential bidders, and ensure compliance with federal regulations, notably those arising from Executive Order 14057. Furthermore, it encourages suppliers to request extensions if needed, reflecting the complexity and scale of the project while addressing logistical challenges inherent in the procurement timeline.
    The DLA's Request for Proposal (RFP) Amendment 0002 details requirements and clarifications regarding the procurement of carbon-free electricity (CFE) for federal installations. Key topics include the applicability of shortfall provisions in the event of force majeure, the expectation for long-term contract terms, and conditions under which contracts can be terminated. The government aims for a CFE target of 35% by January 1, 2030, with the understanding that compliance is to be evaluated on an hourly basis. It clarifies that the Retail Supplier will enter into Power Purchase Agreements (PPAs) and that all CFE must be bundled with Environmental Attribute Credits (EACs). The document also addresses issues of contractor obligations, availability of funds, and potential judicial remedies in the event of contract termination due to funding issues. Contractors are encouraged to provide innovative solutions within the tight timelines specified. Ultimately, this RFP seeks to ensure a stable transition to CFE while meeting evolving government energy goals amid regulatory considerations.
    The document pertains to the Request for Proposal (RFP) SP0604-24-R-0421, specifically addressing amendments and supplier inquiries related to the PJM CFE 2024 project. Key topics include contract terms, billing structures, and requirements for energy asset management as specified by Executive Order 14057. Suppliers are advised that any contract terminations due to changes in the Executive Order will be governed by specified exceptions. Clarifications concerning settlement procedures indicate that suppliers will settle at respective load zones and that multiple subaccounts may be required for installations across different utilities. The document also notes revisions to the CLIN structure and seeks confirmation regarding acceptable billing methods. Noteworthy is the stipulation that single billing is not feasible due to regulatory constraints, prompting a request for dual billing acceptance from the Defense Logistics Agency (DLA). Additionally, discrepancies regarding the CFE requirements and the handling of certain utility accounts are raised, with instructions provided to refer to Amendment 0003 for resolution. Overall, this document serves as a critical communication platform for prospective suppliers to understand the stipulations and structural changes necessary for compliance within the bidding process for federal energy procurement.
    The document outlines the attestation requirements for Carbon Pollution-Free Electricity (CFE) provided to the U.S. Government under the PJM CFE initiative. It includes two forms: Form A for third-party marketers and Form B for generators. Both forms require declarations regarding the authenticity and exclusivity of energy attributes associated with CFE, ensuring that the attributes are generated by eligible sources under Executive Order 14057 and have not been claimed elsewhere. Form A requires the third-party marketer to confirm that all energy attributes have been transferred to the Government and will be retired on its behalf. Meanwhile, Form B focuses on generator attestations, where the facility must provide details about the generating capacity, emissions, and exclusively sold kilowatt hours/Energy Attribute Certificates (EACs). The overall purpose of the document is to establish accountability and transparency in the procurement of CFE by ensuring that all claims regarding energy generation and emissions reductions comply with federal standards. This initiative reflects the government's commitment to achieving credible environmental performance in energy procurement and supports adherence to renewable energy mandates.
    The document outlines the requirements for submitting a Past Performance Questionnaire as part of the PJM CFE 2024 procurement process. It necessitates detailed information from the offeror about their past projects, including the offeror's name, project title, contract specifics, and project reference points of contact. Key areas of focus include the contract value, completion dates, any changes experienced during the project, unique technical aspects, problems encountered, and the solutions implemented. It emphasizes transparency and accountability in evaluating past performance, which is crucial for determining the offeror's suitability for the current acquisition. Additionally, it requires insights into key individuals involved in the project to assess their roles in the upcoming procurement. The document serves as a critical tool for assessing potential contractors in the context of federal and local RFP processes, ensuring that qualified and experienced providers are selected for government contracts.
    The document outlines the Invoice and Payment Instructions pertinent to the PJM CFE 2024 contract, with amendments detailing billing procedures for various government installations. It delineates requirements for both Consolidated and Dual Billing systems, emphasizing that contractors must submit invoices based on metered quantities and include specific details such as account information, energy charges, and applicable utility commission requirements. The instructions also stipulate electronic invoicing through the Wide Area Workflow (WAWF) system for select locations, explaining the necessary registrations and document types for submissions. Furthermore, unique invoicing requirements are set for the Maryland Procurement Office and the National Institutes of Health (NIH), specifying the required documentation and the dual submission process via email and mail. A focus on record-keeping is mentioned, mandating contractors to maintain thorough supply data records and hourly consumption data, which must be provided upon request. Overall, the document serves as a comprehensive guide for contractors within the framework of government procurement, ensuring that invoicing aligns with federal regulations and state requirements.
    The document outlines the invoicing and payment procedures for contracts involving various federal government installations, including specific instructions for billing methods such as Consolidated and Dual Billing across multiple locations. Contractors are responsible for submitting invoices that must comply with Federal Acquisition Regulation (FAR) and follow specific formats and requirements for each billing type. Key elements of invoices must include detailed account information, consumption data, and charges. Electronic invoicing via the Wide Area Workflow (WAWF) system is mandated for certain locations, with additional guidelines on document submission and training for contractors. The document emphasizes the need for accurate billing, supporting records, and compliance with local utility tariffs. Furthermore, it requires retaining detailed supply data for billing purposes and submission of invoices in both electronic and paper formats to ensure timely payment. Overall, this guidance is crucial for contractors and government installations to facilitate efficient financial transactions within federal procurement and operations.
    The document appears to be a technical issue related to accessing a government file, specifically indicating that the PDF viewer is unable to display its contents. Users are advised to upgrade to the latest version of Adobe Reader or refer to additional support resources from Adobe. The message includes details about the trademarks for Windows, Mac, and Linux operating systems, but does not provide any substantive information regarding federal requests for proposals (RFPs), federal grants, or state and local RFPs. Consequently, the main topic and key ideas meant to be conveyed in the original file are inaccessible due to the technical limitations of the document viewer. This situation illustrates the importance of ensuring compatibility and accessibility of government documents for users seeking pertinent information on funding opportunities or proposals.
    The PJM Billing Statement provides a detailed account of various charges and credits related to transmission services, energy market activities, and operational costs for the PJM Interconnection. It categorizes charges into specific line items such as Network Integration Transmission Service, Day-ahead Spot Market Energy, and Emergency Load Response, indicating financial obligations that PJM members must address. Additionally, credits are listed which reflect refunds or reductions in charges based on previous engagements or regulatory adjustments, such as FERC orders. The document also outlines changes made to billing processes, marking items as obsolete or archived and emphasizing ongoing compliance with Federal Energy Regulatory Commission (FERC) mandates. Overall, this billing statement underscores PJM's comprehensive operational accounting, ensuring transparency and adherence to federal regulations in the management of electric transmission and related services.
    The government file outlines a comprehensive summary of generating assets and their expected annual production for various years, with particular attention to pricing and transaction fees associated with electricity generation. It categorizes assets into groups and reports their production and operational metrics across two decades, indicating expected annual production in kilowatt-hours (kWh) along with generation rates and transaction fees for commodities. Additionally, the document includes a breakdown of accounts linked to DOD installations alongside their respective electricity requirements, demonstrating a planned allocation of electricity needs, calculated percentages, and detailed forecasts for new-build electricity generation. This documentation serves to clarify the expected output and pricing for federal energy-related projects, aligning with broader goals of resource management in government RFPs and grants.
    The document outlines the implementation instructions for Executive Order 14057, which focuses on enhancing federal sustainability by catalyzing clean energy industries and creating jobs. The main objectives include achieving carbon pollution-free electricity by 2030, transitioning to a zero-emission vehicle fleet by 2035, and establishing net-zero emissions buildings by 2045. It directs federal agencies to designate Chief Sustainability Officers to lead these efforts, set agency-specific greenhouse gas emissions reduction targets, and report progress toward sustainability goals. The document emphasizes a collaborative, whole-of-government approach to integrate sustainability into federal operations and procurement processes. It includes sections on governance, performance management, sustainability goals, and specific strategies for procurement, infrastructure resilience, and environmental justice. The aim is to significantly lower federal greenhouse gas emissions, enhance energy efficiency, and foster a climate-and sustainability-focused workforce.
    The document outlines specific billing and cost allocation procedures for electricity accounts in Pennsylvania and Illinois as part of the federal solicitation SP0604-24-R-0421. For Pennsylvania accounts, the Pennsylvania Gross Receipts Tax (GRT) is mandated to be billed separately, while costs relating to distribution losses and Unaccounted For Energy (UFE) must be passed through to the government based on metered usage. In Illinois, the document specifies the 2022 ComEd tariff factors for distribution and transmission losses, indicating a combined loss factor of 2.33%. It also details how to calculate total charges based on metered kWh and commodity prices, requiring that all loss-related costs be included in the unit pricing submitted by offerors. The document emphasizes that proposals can consist of various combinations of line items, enabling flexibility in submission. Overall, the file serves to standardize pricing and billing practices for energy supply agreements under federal procurement guidelines.
    The PJM CFE 2024 document outlines critical representations, certifications, and statements required from offerors in relation to federal contracts. It begins by defining "covered telecommunications equipment or services," prohibiting acquisition of such items that impact national security as per the John S. McCain National Defense Authorization Act. Offerors must confirm if they provide or use covered telecommunications products and disclose relevant details if applicable. Further, the document mandates offers to declare their involvement in previous federal contracts exceeding $10 million and any past legal proceedings affecting their integrity. Additional sections address compliance with tax obligations, certifications regarding forced child labor, and federal tax liabilities. The document also covers requirements specific to small businesses, including designations for economically disadvantaged groups, emphasizing equitable participation in federal contracts. Offerors must adhere to environmental and labor standards and provide information regarding the place of manufacture. Overall, this document establishes a comprehensive framework ensuring that offerors meet rigorous eligibility and compliance benchmarks within the federal procurement process, promoting accountability and ethical standards in contract awards.
    The document outlines the authorized negotiators for a government request for proposals (RFP). It specifies that the offeror or quoter must list individuals who are permitted to negotiate on their behalf with the government regarding the RFP or quotation. The required information for each negotiator includes their name, title, phone number, and email address. This section underscores the importance of clearly identifying authorized personnel, ensuring transparency and accountability in the negotiation process. The inclusion of contact details facilitates communication between the offeror and government representatives, streamlining collaboration on proposals and quotations. Overall, this document serves to formalize the negotiation framework essential for effective engagement between government agencies and offerors in the RFP process.
    The document outlines the credit rating information requirements for contractors participating in the PJM – Carbon Pollution Free Electricity 2024 project. Contractors must provide either a credit rating from established rating agencies (Standard and Poor’s, Moody’s, or Fitch) or indicate that they are un-rated. If a credit rating exists, it requires documentation, and if multiple ratings are present, the lowest rating must be utilized. Essential details include the contractor's or parent company's legal name, address, Dun & Bradstreet number, and Federal Tax ID number. The purpose of this requirement is to assess the financial credibility of contractors, ensuring that only capable entities can participate in federal or local projects, thereby promoting financial integrity and risk management in project funding. Overall, this document is a critical component of the government initiative to ensure responsible public spending and investment in sustainable energy solutions.
    Executive Order 14057, issued on December 8, 2021, aims to establish the Federal Government as a leader in sustainability and climate action. The order outlines a comprehensive approach to tackle the challenges posed by climate change while promoting economic opportunities, job creation, and environmental justice. Key objectives include achieving a carbon pollution-free electricity sector by 2035 and net-zero emissions nationwide by 2050. To reach these goals, the order mandates federal agencies to adopt ambitious targets such as utilizing 100% carbon pollution-free electricity by 2030, transitioning to zero-emission vehicles, and achieving net-zero emissions in federal buildings by 2045. Agencies are also tasked with enhancing energy efficiency, reducing waste, and promoting sustainable procurement practices. The Federal Chief Sustainability Officer will oversee these initiatives, ensuring inter-agency collaboration and alignment with broader national policies. The order emphasizes incorporating environmental justice and engaging with various stakeholders to accelerate the transition to a sustainable economy. By enhancing federal operations and procurement, the administration aims to stimulate private sector investment, bolster American industries, and create well-paying jobs, reinforcing the government's commitment to addressing the climate crisis while supporting economic resilience and equity.
    The document outlines the implementing instructions for Executive Order 14057, aiming to advance Clean Energy Industries and Federal Sustainability. Its purpose is to provide a roadmap for federal agencies to reduce greenhouse gas (GHG) emissions, enhance sustainability, and transition towards clean energy sources. Key directives include achieving 100% carbon pollution-free electricity by 2030, reducing GHG emissions by 65% from 2008 levels by 2030, and transitioning to a fleet of 100% zero-emission vehicles by 2035. Each agency is tasked with establishing targets, creating sustainability plans, and reporting progress to the Council on Environmental Quality (CEQ) and the Office of Management and Budget (OMB). The framework emphasizes a coordinated, government-wide approach involving multiple stakeholders, including the establishment of Chief Sustainability Officers, working groups, and performance reporting mechanisms. Specific strategies focus on emissions reductions in federal operations, net-zero emissions building portfolios by 2045, and ensuring climate-resilient infrastructure. The instructions also promote environmental justice and encourage involvement at all levels of government to align with sustainability goals. Through comprehensive planning and execution, the federal government aims to lead by example in addressing climate change and fostering a sustainable economy.
    The Defense Logistics Agency Energy (DLA Energy) focuses on ensuring mission readiness by delivering sustainable and resilient energy solutions for U.S. military operations and the federal government. A key initiative under Executive Order 14057 is achieving Carbon Pollution-Free Electricity (CFE), with ambitious targets of 100% annual CFE use and 50% hourly matched CFE by 2030. To meet these goals, the DLA Energy outlines various sourcing strategies, which include on-site generation and purchasing renewable energy certificates. The proposal emphasizes compliance with federal regulations, setting requirements for electricity generation technology and balancing authority. Evaluation of proposals will consider technical capability, past performance, small business participation, and price, with the first three factors being equally significant. Important dates include the RFP issuance on July 31, 2024, and the closing date for proposals on August 30, 2024. All communications concerning the RFP will be made available on Sam.gov. This document serves to guide potential contractors in submitting proposals that align with the DLA Energy's commitment to sustainable energy practices and federal sustainability goals.
    The Department of Defense (DoD) is initiating a procurement process for Carbon Pollution-Free Electricity (CFE) aimed at achieving compliance with Executive Order (EO) 14057 by 2030. The objectives include sourcing 100% CFE with a 24/7 availability, collaborating with utilities for new CFE product development, and engaging industry partners in related technology advancements. Specifically, the DoD seeks approximately 2.4 million MWh of CFE annually, which represents about 50% of its energy load in the Pennsylvania-New Jersey-Maryland (PJM) region. Solicitation for this procurement is set to be issued on July 31, with proposals due 30 days later. The awarded contracts will be based on a Firm-Fixed-Price structure for both CFE and the retail grid electricity, employing Locational Marginal Pricing. Importantly, the procurement efforts will be coordinated between the Defense Logistics Agency (DLA) Energy and the General Services Administration (GSA), although each will manage independent solicitations and contract awards. The outcome of this initiative is significant for advancing the Federal government’s clean energy objectives, demonstrating a strategic commitment to sustainable energy practices in federal operations.
    The document outlines Amendment 0002 to the Request for Proposals (RFP) SP0604-24-R-0421, issued by the Defense Logistics Agency Energy for PJM Carbon-Pollution Free Electricity. It establishes requirements for the acknowledgment of receipt of the amendment by contractors, stipulating that failure to do so may result in the rejection of offers. Key modifications to the original solicitation include the incorporation of specific Federal Acquisition Regulation (FAR) clauses related to contract terms and conditions, ordering processes, and requirements for delivery orders. The amendment further clarifies that any orders not completed within the contract period must still adhere to the contractual terms and conditions. Additionally, the document incorporates a section addressing Requests for Information from potential bidders. Overall, this amendment serves to update and clarify the RFP procedures and requirements, ensuring compliance and clear communication between the government and contractors.
    This amendment outlines modifications to Solicitation SP0604-24-R-0421 regarding the procurement of Carbon Pollution-Free Electricity (CFE) and Retail Electricity. It details critical definitions and clarifies contractor obligations for acknowledging receipt of amendments. The solicitation encompasses a 20-year contract for New-build CFE, requiring compliance with federal regulations and efficient energy delivery to various military installations. Key changes include updated definitions, terms for force majeure occurrences, and comprehensive adjustments to sections regarding performance requirements, cost calculations, and energy attributes. The document specifies the necessary quantities of CFE and retail electricity, indicating that the contractor is responsible for delivering a minimum of 35% of CFE, starting in January 2030, while the remaining 65% will be composed of additional retail electricity. It sets forth environmental requirements and pricing strategies, with a focus on maintaining government ownership of energy attributes. Emphasis is placed on the contractor's capacity to fulfill specified delivery requirements while managing potential risks and ensuring regulatory compliance throughout the project. Overall, these adjustments aim to enhance clarity, performance standards, and risk mitigation in electricity procurement.
    The document outlines Amendment 0003 to the Request for Proposals (RFP) SP0604-24-R-0421, issued by the Defense Logistics Agency Energy. This amendment specifies procedures for acknowledging receipt of the amendment, which must be completed before the specified deadline to avoid rejection of offers. Major changes include the removal of Commonwealth Edison from the Utility Service Area and modifications to transmission congestion charges, stipulating that these costs will be passed to the Government. Additional details specify that Pennsylvania Gross Receipts Tax will not be included in offer prices. The amendment also provides logistical details for an upcoming informational session, outlining registration requirements for both in-person and virtual attendance, which is scheduled for September 12, 2024. The RFP still intends to award contracts without discussions, emphasizing the need for proposals to be submitted in the most favorable terms. Overall, the amendment serves to clarify contractual obligations and refine the framework for proposals related to the 2024 PJM Carbon-Pollution Free Electricity retail electricity requirements, ensuring compliance and transparency in the procurement process.
    The document outlines Amendment 0001 to Request for Proposals (RFP) SP0604-24-R-0421 regarding carbon-pollution free electricity and retail electricity contracts. Key updates include an extension of the offer due date to November 4, 2024, and changes to several sections of the procurement document. Notably, the document specifies that related Contract Line Item Numbers (CLINs) for New-build CFE and Retail Electricity will be grouped and evaluated together. It reaffirms that the government retains ownership of all environmental attributes associated with CFE purchases and outlines the fixed pricing arrangement for New-build CFE. The amendment also details documentation requirements related to bidders' management capabilities and modifies inquiry deadlines to September 23, 2024. Additional changes include incorporation of information from a recent informational session and responses to prior requests for information, ensuring clarity and responsiveness in the procurement process. This amendment serves to formalize alterations and enhance communication between the contracting agency and potential offerors.
    The document outlines a government solicitation for a contract to supply Carbon Pollution-Free Electricity (CFE) and Retail Electricity for the Defense Logistics Agency - Energy spanning a 20-year period. The government seeks offers for New-build CFE generated from renewable resources, which must account for at least 35% of its electricity requirements by 2030. The remaining 65% will be met through Retail Electricity sourced from conventional methods. Proposals will include pricing, delivery details, and environmental compliance, adhering to regulations under the National Environmental Policy Act (NEPA) and federal acquisition standards. Contractors must ensure that the supplied electricity matches actual consumption on an hourly basis and present a firm fixed price. The contract involves separate pricing for CFE and Retail Electricity, plus additional market charges. Key administrative and compliance requirements include submitting reports, tracking credits, and managing costs associated with market changes. Overall, this solicitation demonstrates the government’s commitment to transitioning toward sustainable energy sources and emphasizes the incorporation of environmentally responsible practices in federal procurement processes.
    This document outlines a solicitation for a 20-year contract concerning Carbon Pollution-Free Electricity (CFE) and retail electricity supply, aimed at supporting U.S. government installations within the PJM Regional Transmission Organization. It specifies the need for both New-build CFE and conventional retail electricity to meet total energy requirements, where approximately 35% of energy must come from CFE resources. The contract incorporates various federal and regulatory guidelines, referencing Executive Order 14057 and national legislation for energy contracting. Key components include detailed definitions and requirements for CFE sources, environmental attributes, and the structure of payments for energy delivered. The document emphasizes the government’s commitment to purchasing CFE generated from facilities built under this contract, alongside conventional energy to fulfill additional demand. Furthermore, compliance with the National Environmental Policy Act (NEPA) and the provision for transparent pricing and pass-through costs for market charges are included. Proposals must be submitted in accordance with strict criteria, ensuring contractor accountability for delivery and compliance with environmental standards. This solicitation highlights the federal government’s initiative toward green energy procurement and demonstrates a strategic approach to energy supply management amidst evolving regulatory conditions and sustainability goals.
    The government document outlines the solicitation for a 20-year contract aimed at supplying carbon pollution-free electricity (CFE) and additional retail electricity as per the requirements of the Defense Logistics Agency (DLA). The objectives include procuring New-build CFE generated from specific sources, alongside environmental attribute certificates, to meet 35% of the government’s total electricity requirement by 2030. The remaining 65% will be covered by retail electricity sourced through the PJM Regional Transmission Organization. The document details the conditions under which contractors will operate, including compliance with federal regulations like the National Environmental Policy Act (NEPA). It highlights the roles of various stakeholders, including balancing authorities and public utility commissions, while specifying the metrics for performance, reporting, and the potential consequences for non-compliance. The solicitation emphasizes fair pricing mechanisms, including transaction fees for services provided, and facilitates a collaborative relationship between the government and suppliers to meet energy needs while adhering to environmental standards. Overall, this document serves as a formal request for proposals, aiming to enhance sustainability in federal energy consumption.
    The document outlines a federal solicitation for the supply of Carbon Pollution-Free Electricity (CFE) for the Defense Logistics Agency, with a focus on small businesses, particularly women-owned firms. It details the framework for acquiring 24/7 CFE that aligns with Executive Order 14057, specifying the responsibilities of contractors, pricing structures, and compliance with regulatory mandates. The contract spans a term of 20 years, requiring contractors to deliver a minimum of CFE equivalent to approximately 35% of the government’s total annual electricity needs by 2030, while the remaining 65% will be supplemented with retail electricity. The document identifies metrics like energy attributes and reporting requirements, emphasizing that the government will own these attributes and require attestation of compliance from contractors. It also discusses negotiation procedures, penalties for non-compliance, and payment structures for different electricity types while underlining the importance of environmental considerations and commitments to renewable energy compliance. Ultimately, the document serves to ensure the government’s energy requirements are met sustainably while fostering opportunities for women-owned businesses in federal contracting.
    The Women-Owned Small Business (WOSB) solicitation document outlines the requirements for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and Retail Electricity to the U.S. government, delineated by the Defense Logistics Agency (DLA) Energy. Key aspects include a commitment to provide 35% of electricity needs through New-build CFE while the remaining 65% will come from conventional energy resources. The pricing structure is defined, with costs passed through to the government without markup, including renewable energy credits, capacity costs, and transmission fees. The contractor will also ensure compliance with environmental regulations under the National Environmental Policy Act (NEPA). Bidders must demonstrate financial capability and management competency. The document emphasizes the importance of accurate invoicing and delivery schedules to ensure reliable energy supply while managing regulatory changes and potential market fluctuations. This RFP highlights the government's push toward sustainability and support for small businesses, particularly those owned by women.
    Similar Opportunities
    GSA: PJM Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the supply of Carbon Pollution-Free Electricity (CFE) as part of a ten-year contract aimed at achieving the federal goal of 100% CFE by 2030, in alignment with Executive Order 14057. The procurement involves delivering approximately 1.1 billion kWh annually to 182 accounts across multiple states, including Delaware, Illinois, Maryland, New Jersey, Ohio, and Pennsylvania, while integrating Bundled CFE and associated Energy Attribute Certificates (EACs). This initiative is critical for supporting federal sustainability efforts and ensuring compliance with environmental standards, with proposals due by the specified deadlines outlined in the solicitation. Interested contractors should direct inquiries to Bonnie Bueter at bonnie.bueter@gsa.gov or Brenna Lanphear at brenna.lanphear@gsa.gov for further information.
    PJM 2024 - Electricity - A0001
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA Energy) is soliciting proposals for the supply of electricity and ancillary services to various military and federal civilian installations within the PJM Regional Transmission Organization’s market area, with a tentative start date in December 2024. The procurement aims to secure a firm fixed-price contract for an estimated annual quantity of approximately 2.67 billion kWh, covering installations located in the District of Columbia, Illinois, Maryland, New Jersey, Ohio, and Pennsylvania. This initiative is crucial for ensuring reliable and cost-effective energy solutions for government operations, and all proposals must be submitted by responsible sources that meet specific eligibility criteria, including prior experience in electricity supply. Interested parties should direct inquiries to DLA Energy at dlaenergy.eteam@dla.mil, with a deadline for questions set for September 15, 2024, and the closing response date to be announced in the solicitation documents.
    PJM 2024 - Electricity
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA Energy) is seeking proposals for the supply of electricity and ancillary services to various military and federal civilian installations within the PJM Regional Transmission Organization's market area. The procurement aims to secure retail electricity offers for an estimated annual quantity of approximately 2,665,887,871 kWh, with a tentative start date aligned with the meter read date in December 2024. This contract, which will be awarded as a Firm Fixed Price Requirements Type, is crucial for ensuring reliable energy supply to installations located in the District of Columbia, Illinois, Maryland, New Jersey, Ohio, and Pennsylvania. Interested parties are encouraged to submit proposals, and for further inquiries, they may contact Jacob Sigler at Jacob.Sigler@dla.mil or call 571-767-9365.
    FE Warren 2025 Electricity - A0001
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of electricity and ancillary services for Francis E. Warren Air Force Base (FEW) in Wyoming, under the combined synopsis/solicitation SPE60424R0406. The contract will cover an estimated electricity supply requirement of approximately 71,415,833 kWh over a five-year period, commencing on April 1, 2026, with a focus on ensuring compliance with federal regulations and promoting small business participation. This initiative is critical for maintaining reliable energy supply to the military facility while aligning with sustainability goals, including the transition to 100% Carbon Pollution-Free Electricity by 2030. Interested offerors must submit their proposals by September 24, 2024, and can direct inquiries to Jacob Sigler at Jacob.Sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    Renewable Energy Certificates (RECs) - Basic Ordering Agreement
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking contractors to supply and deliver Renewable Energy Certificates (RECs) to various locations in the Continental United States (CONUS). The RECs are used to meet the requirements of 42 U.S.C. § 15852(a) as amended by EPAct § 203 and the Energy Act of 2020 §§ 3002(o), 3006(b)(2). The solicitation will be open for five years from the date of issuance. Contact Christine George at christine.george@dla.mil for more information.
    RECs Basic Ordering Agreement RFP
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking commercial items for Renewable Energy Certificates (RECs) to be provided to various Continental United States (CONUS) Department of Defense and Federal Civilian installations. The RECs Basic Ordering Agreement (BOA) will be open continuously for a period of five (5) years. The maximum ordering capacity for all potential orders issued amongst all BOA Holder(s) over the 5-year ordering period cumulatively is $12.5M. DLA Energy is the Administrator of the BOA(s) and is the only Ordering Agency authorized to modify the base terms and clause of BOA Holders. The primary contact for this procurement is Christine George (csteam@dla.mil, 571-767-9796) and the secondary contact is Roderick Estrada (roderick.estrada@dla.mil, 703-223-2842). For all Small Business concerns, please contact dla.energy.osbp@dla.mil.
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DLA ENERGY is seeking vendors who have the industry knowledge to handle high tempo and time-constrained requirements. They intend to enter into Basic Agreements with eligible contractors to supply and deliver fuel products, including diesel, gasoline, jet fuel, and AVGAS, within the DLA Energy COG 3 PC&S 3.23 program. This program requires vendors to provide ground fuel services to the Department of Defense (DoD) and Federal Civilian customers in various locations in Delaware, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington DC. Additional requirements may emerge as determined by the Government's needs. Future requirements will be solicited through either a Request for Proposals (RFP) for a long-term contract (LTC) or a Request for Quotations (RFQ) for one-time purchase contracts, commonly known as One-Time Buys (OTBs).
    Carbon Pollution-Free Electricity Projects at Savannah River Site (Phase 2)
    Active
    Energy, Department Of
    The Department of Energy (DOE) is seeking qualified firms to participate in the Carbon Pollution-Free Electricity Projects at the Savannah River Site (Phase 2) in Aiken, South Carolina. This initiative involves a Request for Qualifications (RFQ) for a Realty Agreement aimed at developing projects that utilize carbon pollution-free electricity technologies, with a focus on sustainable practices and community engagement. The selected offerors will be responsible for submitting detailed project proposals, including technology descriptions, site layouts, and compliance with environmental regulations, as part of a long-term lease agreement potentially lasting 25-40 years. Interested parties must submit their qualifications by October 4, 2024, and direct inquiries to Jeff Hynds at srscleanenergy@srs.gov.