Mission Brazil Areawide CFE Electric Power Support (Brazil-ACEPS) 19BR9325R0001
ID: Brazil-ACEPSType: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFCONSULATE GENERAL SAO PAULOWASHINGTON, DC, 20520, USA

NAICS

Electric Power Distribution (221122)

PSC

UTILITIES- ELECTRIC (S112)
Timeline
    Description

    The Department of State, through the U.S. Consulate General in São Paulo, is seeking proposals for the Mission Brazil Areawide CFE Electric Power Support (Brazil-ACEPS) under Request for Proposal No. 19BR9325R0001. The objective is to provide 100% Carbon Pollution-Free Electricity (CFE) to four U.S. government sites located in Brasília, Recife, Rio de Janeiro, and São Paulo, consolidating electric supply services under one or more contracts to achieve competitive pricing. This procurement is crucial for ensuring environmentally responsible energy sourcing for U.S. government operations in Brazil. Interested contractors must submit their proposals by February 25, 2025, at 3:00 PM local time, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Mission Brazil CFE at MissionBrazilCFE@state.gov.

    Point(s) of Contact
    Mission Brazil CFE
    MissionBrazilCFE@state.gov
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation issued by the U.S. Consulate General in Rio de Janeiro concerning a project involving meter and utility equipment. It specifies acknowledgment requirements for the amendment, including the need for offers to confirm receipt by specific methods prior to a designated deadline to avoid rejection. Key elements include information for making changes to previously submitted offers, mention of an optional site visit scheduled for December 11, 2024, which prospective offerors must arrange in advance by contacting the provided email. The document details various administrative modifications and standard requirements for contract amendments, including identification codes, effective dates, and descriptions of changes. Additionally, it underscores that not all documents require the contractor's signature, ensuring clarity in the contracting process. Overall, this amendment emphasizes compliance with procedures for submissions, the importance of timely responses, and the provision for potential site evaluations to understand project requirements thoroughly.
    The document outlines Amendment 03 of a solicitation from the American Consulate General in Sao Paulo, Brazil, which primarily extends the proposal deadline to January 28, 2025, at 3:00 PM local time. It specifies the required acknowledgment methods for offers, including submission via designated items on the offer form or through electronic communication. Failure to acknowledge receipt by the specified deadline may lead to rejection of the offer. The amendment does not necessitate a signature from the contractor, and it clarifies the actions required for modifying a previously submitted offer. The document also provides structured guidance on entering amendment and contract modification details according to specific sections, highlighting that other terms and conditions remain unchanged. Overall, this amendment serves to inform potential contractors of the extended timeline and the necessary steps to ensure compliance with the solicitation processes.
    The document pertains to Amendment 04 for a solicitation, which primarily serves to extend the proposal submission deadline to February 25, 2025, at 3:00 PM local time. It outlines necessary procedures for offerors to acknowledge the amendment, including options for submission via specified items on the form or through separate communication referencing solicitation and amendment numbers. The document also includes detailed instructions regarding modifications of contracts, specifying when contractor signatures are required and how changes should be documented. Furthermore, it emphasizes the importance of timely acknowledgment to avoid rejection of offers. Essential components such as the contract ID code, effective date, requisition number, and the administrative contact details are outlined, reinforcing procedural compliance for contractors involved in federal requests for proposals (RFPs) and modifications. Overall, the amendment facilitates adherence to established protocols within the context of federal contracting and procurement processes.
    The document provides a comprehensive guide for international entities on how to register in SAM.gov, the official U.S. government registration site for businesses and organizations wishing to engage with federal entities. An "entity" can encompass contractors, individual businesses, or federal agencies seeking federal assistance, while "international entities" are those located outside the U.S. To register, one must obtain a NCAGE code, ensuring the business name and address match in both applications. The registration process involves submitting essential information such as legal business name, physical address, and identification numbers, and must be renewed annually for ongoing eligibility. The guide outlines the steps to initiate the registration, including logging into SAM.gov and submitting necessary data, as well as introducing the distinction between types of registrations based on the intended awards. Entities are reminded to allow at least ten business days for registration to become active, checking status via SAM.gov. This registration process is crucial for accessing federal grants and contracts, reinforcing the importance of accurate and thorough application submissions for governmental dealings.
    The government document outlines financial details regarding energy bills for various clients, including the Consulate General of the United States in Recife. It includes several invoices detailing consumption metrics such as energy usage, demand, and applicable tariffs, emphasizing the total amounts due along with breakdowns of taxes like PIS and COFINS. A notable highlight is the structure of the invoices, which specifies reading dates, consumption periods, and upcoming payment deadlines. The file emphasizes the need for timely payments, the possibility of automated billing options, and provides access links for electronic invoice queries. Additionally, it references adjustments made to tariffs based on consumption levels during peak hours. The primary purpose of this document is to communicate billing information as part of a broader compliance and operational process within the energy provision framework, which falls under federal and local regulatory guidelines. This information is crucial for ensuring that public entities maintain their energy obligations while adhering to financial governance standards. Overall, the document functions as both an informative bill and a compliance tool within governmental energy procurement practices.
    The U.S. Embassy in Brazil has issued Request for Proposal No. 19BR9325R0001 for providing 100% Carbon Pollution-Free Electricity (CFE) to four U.S. government sites in Brasília, Recife, Rio de Janeiro, and São Paulo. The RFP aims to consolidate electric supply services under either a single contract or separate contracts, allowing for competitive pricing below current tariffs. Interested contractors must submit proposals by January 6, 2025, ensuring compliance with government requirements, including registration in the System for Award Management (SAM). The contract duration is for a base year with the possibility of three one-year extensions, totaling a potential 48 months. Proposals must include detailed pricing structures for electricity while excluding Value Added Tax (VAT), and all submissions must be made in specified formats. The contractor will be responsible for all aspects of electricity supply, including procurement, delivery, and compliance with local regulations as a registered utility service provider. A quality assurance plan will monitor contractor performance, ensuring reliable service continuity. The document emphasizes the government's right to reject any proposals and outlines the procurement process clearly, reinforcing the commitment to environmentally responsible energy sourcing.
    The document is a solicitation for commercial products and services geared towards Women-Owned Small Businesses (WOSB) and related categories, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). It outlines the procurement process by the U.S. Consulate General in São Paulo, Brazil, detailing critical elements such as solicitation numbers, effective dates, and contact information for inquiries. Key sections include the solicitation method (RFQ, IFB, RFP), delivery terms (FOB destination), and a clear indication that the contractor must adhere to specified terms and conditions. Additional instructions for completion of relevant blocks by the offeror emphasize the necessity for accurate pricing and service details, including quantities, unit prices, and total award amounts. The document has structured blocks for tracking contract administration details, accounting data, and invoice submissions. Overall, this solicitation represents the government’s commitment to supporting small businesses, especially women and veteran-owned entities, in participating in federal contracting opportunities, reflecting broader economic empowerment goals within government procurement practices.
    Similar Opportunities
    BPA SETUP FOR PREVENT & CORRECT. MAINT. FOR EMB VHCLs
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Brasilia, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for preventive and corrective maintenance of its vehicle fleet, which includes hybrids, diesels, and armored cars. The selected contractors will be responsible for providing certified technicians to perform routine maintenance services, ensuring compliance with strict guidelines, and utilizing original parts, particularly for specialized vehicles. This initiative is crucial for maintaining the operational readiness and safety of the embassy's vehicle fleet, reflecting the government's commitment to effective logistical support. Interested parties should contact Joel Mattson at mattsonjr@state.gov or Leovegildo da Mata at matalmr@state.gov for further details, with a total estimated expenditure not exceeding $29,000 per vendor over the one-year agreement term.
    Provide Prime Power, Soto Cano Air Base (AB), Honduras
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the provision of prime power at Soto Cano Air Base in Honduras. The contractor will be responsible for furnishing, installing, and operating utility-grade electric power generation modules capable of meeting the base's peak demand of 6,500 kVA continuously, along with the maintenance of associated systems and an existing 2-MW photovoltaic farm. This procurement is crucial for ensuring reliable power generation and distribution at the base, with a Firm Fixed Price contract anticipated for a total of five years, including one base year and four option years. Interested contractors must submit their proposals by February 24, 2025, and can contact Sophia M. Chin at Sophia.M.Chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further information.
    The request for proposals for the provision of Two (2) Electric Vehicle
    Buyer not available
    The U.S. Department of State is inviting proposals for the procurement of two electric vehicles (EVs) to support motor pool operations at the American Consulate in Cape Town, South Africa. The vehicles must be sedans with a minimum range of 400 kilometers per charge, compatibility with 60kW DC rapid charging stations, and must accommodate at least five passengers while meeting specific comfort and environmental standards. This initiative reflects the U.S. Government's commitment to modernizing its fleet with energy-efficient vehicles that comply with local emissions regulations. Interested vendors should submit their quotations via email to capetownquotation@state.gov by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database. For further inquiries, vendors can contact Natheer Ford or Kristin Braden at the U.S. Consulate General in Cape Town.
    Supply and Delivery of Station Power Supply
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Manila, Philippines, is preparing to solicit bids for the supply and delivery of Station Power Supply. This procurement aims to secure power distribution equipment, specifically targeting the manufacturing of power and specialty transformers, which are critical for maintaining electrical infrastructure. The contract will be awarded to the lowest priced technically acceptable offeror, with a firm fixed price structure anticipated. Interested contractors should note that the solicitation is expected to be issued in the first week of February 2025, and must ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Shadrack L. Scheirman or Randy D. Dayrit via email at ManilaPurchasing@state.gov.
    The Solicitation for Janitorial Services for the U.S. Consulate General Cape Town
    Buyer not available
    The U.S. Department of State is soliciting proposals for janitorial services at the U.S. Consulate General in Cape Town, South Africa. The selected contractor will be responsible for comprehensive cleaning services across various areas, including offices, restrooms, and public spaces, with an initial contract period of 12 months and four optional one-year renewals. This procurement is significant as it aims to maintain high cleanliness standards in alignment with U.S. government protocols while promoting opportunities for women-owned small businesses. Interested contractors must submit their electronic quotations by March 31, 2025, following a pre-quotation conference on March 11, 2025, and ensure compliance with all specified requirements, including registration in the System for Award Management (SAM).
    Gardening services for real property owned by the U.S. Government in Lisbon, Portugal
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Lisbon, Portugal, is soliciting quotations for gardening services for properties owned or managed by the U.S. Government. The contractor will be responsible for providing all labor, materials, and equipment necessary for landscape maintenance, ensuring high standards essential for the Embassy's representational responsibilities, and compliance with local laws, including personnel security protocols. This contract, which spans a 12-month period with options for two one-year renewals, emphasizes the importance of quality control through regular site inspections and requires a detailed Grounds Maintenance Plan. Interested parties must submit their quotations by email or in a sealed envelope to the Contracting Officer, Jonathan Nwosu, by 16:00 hours on February 28, 2025, and are encouraged to attend a pre-quotation conference on February 5, 2025. For further inquiries, contact Jonathan Nwosu at NwosuJ@state.gov or Jose Gregorio at gregoriojm@state.gov.
    Maintenance services for air-conditioning and ventilation equipment of the U.S. Mission in Paris
    Buyer not available
    The U.S. Department of State is seeking proposals for maintenance services for air-conditioning and ventilation equipment at the U.S. Mission in Paris, France. The contract will be a fixed-price agreement with a performance period of one base year and four option years, requiring the contractor to provide personnel and materials for both scheduled maintenance and emergency repairs, ensuring compliance with local regulations and operational standards. This procurement is critical for maintaining the reliable operation of HVAC systems essential for the U.S. Government's mission in Paris. Proposals are due by February 29, 2025, and interested parties should contact Stanislas Parmentier at parmentiers@state.gov or Dominique Mazier at MazierD@state.gov for further information.
    MISO 2025 - Electricity
    Buyer not available
    The Defense Logistics Agency (DLA Energy) is soliciting proposals for the supply of electricity and ancillary services to various Department of Defense installations and Federal Civilian agency facilities in Illinois, as part of the MISO 2025 initiative. The procurement involves a 24-month delivery period, commencing with meter readings in May 2025 and concluding in May 2027, with an estimated total quantity of 242,026,326 kWh to be delivered under a Firm-Fixed-Price contract. This opportunity is critical for ensuring reliable energy supply to military operations and federal facilities, emphasizing the importance of compliance with federal regulations and the involvement of small businesses in subcontracting opportunities. Interested parties must submit their proposals in accordance with the guidelines outlined in the solicitation, with all submissions due by the specified closing date. For further information, contact Minna Pham at minna.pham@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.
    INSTALLATION OF DUCTED SPLIT SYSTEM AIR CONDITIONER
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for the installation of two new ducted split system air conditioners in the switchgear room at the U.S. Embassy in Cotonou, Benin. The project requires contractors to be proficient in English and possess the necessary permits and licenses to operate in Benin, with an anticipated performance period of 180 days. This procurement is crucial for maintaining the operational efficiency of the Embassy's facilities, ensuring a comfortable environment for staff and visitors. Interested contractors must be registered in the SAM database and submit their electronic proposals to cotonougsobids@state.gov prior to the specified deadline, with further details to be provided in the forthcoming solicitation notice.
    Renewable Energy Certificates (RECs) - Basic Ordering Agreement
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking contractors to establish Basic Ordering Agreements (BOAs) for the supply and delivery of Renewable Energy Certificates (RECs) across the Continental United States. The objective of this procurement is to support compliance with federal energy requirements as outlined in various legislative acts, including the Energy Policy Act and the Energy Act of 2020, while facilitating a streamlined contracting process for authorized agencies through Purchase Orders. This initiative is crucial for promoting renewable energy use within government operations, with an estimated requirement of 2.5 million megawatt-hours of renewable energy over the five-year agreement period. Interested vendors should direct inquiries to Jessica Mayeaux at jessica.g.mayeaux@dla.mil, and the solicitation will remain open until April 28, 2027.