FY25 NGAP Solicitation No 47PA0724R0009
ID: 47PA0724R0009Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 CPF CLEAN ENERGYWashington, DC, 20405, USA

NAICS

Natural Gas DistributionT (22121)

PSC

UTILITIES- GAS (S111)
Timeline
    Description

    The General Services Administration (GSA) is issuing Solicitation No. 47PA0724R0009 for the procurement of natural gas supply services for various government accounts across multiple utility service territories for fiscal year 2025. The objective is to secure a contractor who can provide the full natural gas requirements for up to sixty monthly billing cycles, ensuring the lowest price while maintaining technical acceptability through a competitive auction process facilitated by Enel X. This procurement is critical for sustaining federal operations, as it involves managing nominations, balancing gas supplies, and ensuring compliance with pipeline specifications. Interested contractors must submit their technical proposals via email by 3:00 PM EST on October 2, 2024, with all inquiries directed to Ebony Atkinson or Nilka Diaz at the provided email addresses.

    Files
    Title
    Posted
    This document is a solicitation for commercial items under the Standard Form 1449, issued by the General Services Administration (GSA) for the Clean Energy Division. The primary purpose is to guide potential contractors in submitting offers for procurement, outlining essential fields like the requisition number, delivery details, and an itemized schedule of supplies/services. The document includes sections for contractor information, payment terms, and various procedural codes relevant to the government's acquisition process. Specific details highlight the solicitation’s unrestricted nature and eligibility for small business programs, including those for women-owned and service-disabled veteran-owned enterprises. The solicitation was issued on October 2, 2024, with an offer due date and local time set for 3:00 PM EST, emphasizing the procedural requirements for contractors regarding acceptance and submission processes. Overall, the file captures critical contractual information and compliance requirements necessary for government acquisitions in clean energy services.
    The Federal Contractor Veterans’ Employment Report (VETS-4212) mandates that nonexempt federal contractors and subcontractors with contracts exceeding $150,000 report annually on their employment of protected veterans. The report, due by September 30 each year, compiles data on the number of employees classified by job categories, highlighting the total number of veterans among them. Employers must include information on new hires and the maximum and minimum employee counts during the reporting period. The reporting form categorizes organizations as either prime contractors or subcontractors and allows for various submission methods, including electronic filing through the VETS web-based system or paper submissions. It details necessary identifying information such as NAICS codes and Employer ID numbers, while also defining key terms (like "protected veteran") and outlining record-keeping requirements for submitted reports. This document ensures compliance with legal obligations under Title 38, U.S. Code, promoting accountability and transparency in veterans’ employment practices among federal contractors. Its structure includes sections on who must file, when to file, legal bases, methods for reporting, and comprehensive definitions, all aimed at facilitating adherence and ensuring accurate representation of veteran employment statistics within federal contracting.
    The document is a Model Individual Subcontracting Plan (ISP) aimed at guiding contractors in developing subcontracting plans for federal contracts, particularly those involving small business participation. It outlines the requirements for creating a subcontracting plan that aligns with federal regulations, especially under FAR clauses, to maximize subcontracting opportunities for small businesses, including various socio-economic categories such as Veteran-Owned and Women-Owned Small Businesses. Key components include detailed instructions on establishing realistic subcontracting goals, the necessary reporting and compliance measures post-award, and methods for identifying potential subcontractors. The plan emphasizes the importance of market research and outreach to enhance small business participation, the obligation to categorize and allocate subcontract dollars appropriately, and the significance of monitoring and reporting achieved goals throughout the contract's life. The document serves as a resource for contractors to ensure adherence to federal requirements, support small business involvement in government contracting, and facilitate transparent reporting practices. Ultimately, it underscores the federal government’s commitment to fostering a diverse and inclusive contracting environment while ensuring compliance and accountability in the subcontracting process.
    The Model Commercial Subcontracting Plan provides guidelines for contractors engaging with federal procurement, particularly regarding subcontracting with small businesses. This plan is applicable when commercial items or services are supplied to the government and allows contractors to meet their subcontracting goals comprehensively. Key components of the plan include establishing specific dollar and percentage goals for various socioeconomic categories of small businesses, including veteran-owned and women-owned entities. The document outlines procedures for developing goals, identifying potential subcontractors, and ensuring indirect costs are accounted for. Also emphasized is the importance of good faith efforts to include small businesses in procurement opportunities, detailing methods of outreach, monitoring compliance, and maintaining records of subcontracting activities. Contractors must submit annual Summary Subcontracting Reports on their achievements and are required to keep a robust administrative framework for their subcontracting program. The plan assures equitable opportunities for small business participation, promoting diversity in federal contracting. Overall, the Model Commercial Subcontracting Plan serves as a vital tool for managing subcontracting strategies consistently with federal regulations.
    The General Services Administration (GSA) is issuing Request for Proposals (RFP) 47PA0724R0009 for a competitive natural gas supply for fiscal year 2025. The objective is to secure a contractor to supply natural gas for various government accounts across multiple utility territories for up to 60 monthly billing cycles. The GSA is committed to achieving the lowest price while ensuring reliability and technical acceptability through an auction process facilitated by Enel X. Key responsibilities of the awarded contractor include managing nominations, balancing gas supplies, and ensuring quality compliance according to the applicable pipeline specifications. Additionally, the contractor will handle invoicing, and pricing fluctuations may adjust based on market conditions. The contract allows for modifications, account additions, and extensions, with penalties for non-compliance. It emphasizes the importance of maintaining confidentiality of contract information and stipulates various regulations and responsibilities regarding payment processes and service interruptions. The GSA aims to ensure an efficient and cost-effective procurement of natural gas to sustain federal operations while adhering to federal regulations.
    The FY25 NGAP Solicitation outlines plans for federal auctions managed by the General Services Administration (GSA), detailing account level information for agencies participating in the energy procurement process. The document highlights that updated Exhibit 1 files will be released shortly before auctions, which will include specific auction details such as dates, EnelX RFP numbers, and auction end times. Importantly, daily usage data will not be provided for the accounts involved. Each utility name, along with various state and agency accounts participating in the auctions, is listed, underscoring the widespread engagement across different regions, including utilities like Pacific Gas & Electric and Xcel Energy. The initiative aims to ensure an effective procurement process while providing visibility into upcoming auctions and renewals. The document serves as a preparatory guide for stakeholders involved in the energy procurement, reinforcing GSA’s commitment to transparency and efficiency in managing federal energy accounts.
    The FY25 NGAP Solicitation document outlines the General Services Administration's (GSA) plans to conduct utility auctions for various accounts in fiscal year 2025. It indicates that updated Exhibit 1 files will be released ahead of auctions, detailing specific auction dates, relevant RFP numbers, and product requests. Daily usage data will not be disclosed for the accounts listed. The document lists contact information for various GSA Contracting Officers and Account Managers across different states, emphasizing organizational structure and oversight for the auctions. Additionally, it provides an extensive list of utility names and relevant account numbers associated with government agencies, revealing comprehensive coverage in diverse locations. Overall, the document serves as a strategic framework for GSA to facilitate energy procurement and ensure compliance with federal regulations during the auction process.
    Lifecycle
    Title
    Type
    Solicitation
    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 government's goal of 100% CFE by 2030, in accordance 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 deadline 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.
    Selection Notice - GSA/PBS National Deep Energy Retrofit (NDER) Round 6 II - REGION 4 ESPC Procurement
    Active
    General Services Administration
    The General Services Administration (GSA), through its Public Buildings Service (PBS) division, has issued a Special Notice seeking energy-related solutions as part of the National Deep Energy Retrofit (NDER) Program. This round, referred to as Round 6 II, focuses on multiple federal buildings across Florida in Region 4. The primary objective is to significantly reduce energy consumption and costs, and the GSA aims to procure expert engineering and design services to achieve this. The scope of work involves detailed energy and water consumption assessments, the identification of conservation measures, and the development of energy efficiency designs tailored to each building. Both historic and non-historic buildings are included, so consideration for preservation constraints is essential. Eligible bidders should possess the capability to analyze energy consumption data and propose effective strategies. The PDF attachment included with the notice provides comprehensive details on each building's current energy consumption metrics, such as square footage, utility costs, and BTU/gsf ratios. The procurement process is outlined, indicating that bidders will compete for individual building contracts. The GSA will evaluate applications based on technical merit, past performance, pricing, and other factors, with a strong emphasis on energy efficiency expertise. It is anticipated that multiple contracts will be awarded. To be considered, bidders must respond to the Notice of Opportunity (NOO) by the specified deadline. The GSA will first down-select candidates to proceed to the Preliminary Assessment (PA) phase. Selection for the PA does not guarantee a contract award. For more information, interested parties can contact Reginald Williams at reginald.williams@gsa.gov or Heidi Johnson at heidi.johnson@gsa.gov.
    DEPARTMENT OF ENERGY (DOE) FORRESTAL BUILDING DINING SERVICES
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking a contractor to provide dining services at the Department of Energy's Forrestal Building in Washington, DC. The contract, which will commence on January 6, 2025, is a No Cost five-year base contract with two optional five-year extensions, focusing on operating the main cafeteria and a snack bar while ensuring quality food service and sustainable practices for a diverse workforce. Key responsibilities include menu development emphasizing health and sustainability, compliance with federal guidelines, and maintaining cleanliness and sanitation standards. Interested parties should attend a pre-bid conference on September 11, 2024, and submit proposals by October 8, 2024, with all inquiries directed to Patricia Davis at patricia.davis@gsa.gov.
    2024 Outside the Continental United States (OCONUS) Vehicle Program
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the 2024 Outside the Continental United States (OCONUS) Vehicle Program, aimed at acquiring a variety of vehicles including sedans, SUVs, trucks, and buses for federal operations overseas. The procurement process will utilize the AutoStandards and AutoBid systems, requiring contractors to submit vehicle data and proposals for new models that meet federal standards, with a focus on compliance and operational efficiency. This initiative is critical for ensuring that U.S. government operations abroad are supported by reliable and standardized vehicles, reflecting the government's commitment to maintaining a modern fleet. Interested parties must submit their proposals electronically via FedConnect by the specified deadlines, with the next key date being the submission of AutoBid requests due by July 2, 2024. For further inquiries, contact Michael Davidson at michael.davidson@gsa.gov or 703-603-8338.
    23--Medium and Heavy Duty Trucks / Wreckers and Carrie
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the Medium and Heavy-Duty Trucks / Wreckers and Carriers (MHWC) Program under Solicitation 47QMCA22R0013. This opportunity allows existing contractors to submit next model year (NMY) information and enables new offerors to propose new models that comply with the 2025 Federal Vehicle Standards. The procurement is crucial for modernizing the federal vehicle acquisition process while ensuring adherence to updated federal standards, including emissions regulations and the integration of telematics devices. Interested parties should attend the virtual Industry Day on August 27, 2024, and submit their proposals via AutoBid starting September 3, 2024. For further inquiries, contact Eric VanderVeen at eric.vanderveen@gsa.gov or Amanda Vance at amanda.vance@gsa.gov.
    Natural Gas Pipeline Service Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors to provide natural gas pipeline operation and maintenance services at the Tobyhanna Army Depot in Pennsylvania. This non-personal services contract encompasses a range of tasks including inspections, preventative maintenance, emergency repairs, and compliance with federal, state, and local regulations, particularly regarding safety standards. The contract is critical for ensuring the operational readiness of the depot, which supports military logistics and maintenance services. Proposals are due by October 17, 2024, following a mandatory site visit on October 1, 2024. Interested parties should contact Dean Berkovics at dean.m.berkovics.civ@army.mil for further details and to submit their proposals.
    Alliant 3 GWAC, Request for Proposal (RFP)
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), identified by solicitation number 47QTCB24R0009, aimed at providing federal agencies with comprehensive IT services. This procurement seeks qualified contractors to deliver a range of IT solutions, emphasizing the importance of relevant experience in federal projects, cybersecurity supply chain risk management, and small business engagement. The contract will utilize performance-based methods to enhance efficiency and accountability, with a minimum guarantee of $2,500 and no maximum ceiling on individual task orders. Interested offerors must submit their proposals by January 10, 2025, and can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further clarification.
    SYNOPSIS - Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking suppliers for a five-year contract to deliver various gases, including Liquid Argon, Liquid Nitrogen, and Liquid Oxygen, to Aberdeen Proving Ground, MD. The procurement aims to fulfill the Department of Defense's requirements for aerospace energy products and related services, with specific National Stock Numbers (NSNs) identified for each gas type. These gases are critical for various military applications, and the contract will be awarded as a Firm Fixed-Price Type Requirements Contract, with the solicitation expected to be issued on September 30, 2024. Interested parties can reach out to Dovie Gary at dovie.gary@dla.mil or Leno Smith at leno.smith@dla.mil 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.
    DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    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.