PJM 2024 - Electricity - A0001
ID: SPE60424R0408-SolicitationType: Solicitation
Overview

Buyer

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

NAICS

Fossil Fuel Electric Power Generation (221112)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a request for proposals (RFP) by PJM for contractors involved in providing retail electricity services. It requires the submission of references for government and non-government contracts or subcontracts where the company has supplied electricity for a minimum of twelve continuous months within the last two years. The supporting information must be organized in a specified table format, including details such as the company name, contact administrator, telephone number, email address, total retail contract megawatts, ISO/RTO affiliation, local utility, and contract duration. The document specifically calls for the inclusion of exactly three references, underscoring the importance of demonstrated experience in the electricity supply sector to qualify for the solicitation. This requirement is critical for evaluating potential contractors' competencies and reliability within the energy market.
    The provided document appears to be inaccessible and displays an error message indicating difficulties in rendering the content. Consequently, without the actual file's text or the ability to analyze it directly, I cannot identify the main topic, key ideas, or structural elements as requested. To proceed effectively, an alternative file format or a summary of the document's content would be necessary for accurate analysis. The context suggests the file pertains to federal or state RFPs and grants, which typically aim to solicit proposals from businesses or organizations, outlining project requirements and funding opportunities. Such documents often include selection criteria, submission guidelines, and eligibility information. However, due to the lack of specific content to examine, a detailed summary or breakdown cannot be produced at this time.
    The document outlines essential representations, certifications, and disclosures required from Offerors in federal contracts, particularly concerning telecommunications and supply chain security. It emphasizes compliance with the John S. McCain National Defense Authorization Act, specifically prohibiting the use of covered telecommunications equipment or services that pose national security risks. Offerors must disclose if they intend to provide such equipment and any necessary details surrounding its use. The document also mandates a representation on federal tax compliance, with specific criteria for contracts exceeding $5.5 million, and additional requirements regarding business status such as small businesses, veteran-owned concerns, and women-owned businesses. Other focal points include restrictions on engaging with entities under federal sanctions or violations of federal law. Moreover, it insists on using domestic products per the Buy American Act, provides guidelines for responding to any prior responsibility matters, and highlights compliance with child labor laws. The structure is methodical, integrating definitions, prohibitions, procedures, and representations that streamline the contracting process while ensuring adherence to federal regulations aimed at safeguarding national interests.
    The document outlines the proposal requirements for suppliers responding to the federal RFP SPE60424R0408 for the provision of electricity. Offerors must submit complete proposals, ensuring they meet the total line item quantities specified. Key eligibility criteria include at least 12 months of recent experience in electricity supply and required transmission service agreements. Offerors must provide documentation of past performance, technical capabilities, and commitment to small business participation. Proposals should include details on management capabilities, past performances, and plans for subcontracting with small businesses. A separate subcontracting plan is required unless no opportunities exist. Proposals can be submitted via email, adhering to specifications on format and size, with the government retaining the right to award based solely on electronic submissions. This RFP aims to procure services effectively while promoting competition and inclusivity among small businesses in the contracting process.
    The pricing sheet from Argonne National Laboratory outlines the details of its fixed-price contract with Commonwealth Edison Company (ComEd) for energy supply. The contract, effective from December 2024, is based on Argonne's projected peak energy demand and estimated annual usage of approximately 375 million KWH, with peak demands reaching 57,000 KW. Peak and off-peak periods are defined by ComEd, with specific pricing for each. The document details various cost components, including pass-through charges for PJM transmission and capacity costs, and ComEd's distribution and transmission losses. Invoices will include charges for metered kWh, energy, transmission, capacity, line losses, and reliability must-run charges, ensuring all costs beyond fixed prices are accurately accounted. The structure emphasizes clarity in billing, with specified formulas to derive daily and monthly charges. This pricing arrangement reflects Argonne's growing energy needs while adhering to regulatory frameworks, underscoring transparency and precision in energy cost management as part of government contract obligations.
    The document outlines the invoice submission requirements for vendors working with the National Institutes of Health (NIH). It specifies essential elements that must be included in invoices, such as the vendor's name and address, unique invoice number, NIH contract and requisition numbers, detailed descriptions of goods or services, and the contact information of relevant personnel. Invoices need to be submitted through both email and traditional mail. Email submissions must be sent as a single PDF attachment, following a specific naming format, while physical copies must be mailed to the Office of Financial Management. Additionally, the document provides instructions for vendors to check the status of their invoices, emphasizing the necessity of simultaneous submission by email and mail to prevent rejection. The guidance ensures that vendors understand the invoicing process, aligns with federal grant accountability, and maintains effective financial operations within the NIH.
    The document outlines the Request for Proposal (RFP) PJM 2024 (SPE60424R0408), focusing on the procurement of electricity services for various military and federal establishments. It lists locations including the 99th Army Reserve in Pennsylvania, Bettis, Carlisle Barracks, and several others, detailing the Contract Line Item Numbers (CLIN), their corresponding Full Firm Price (FFP), and estimated electricity quantities. The total number of accounts aggregated across various sites is 639, with the total estimated price calculated differently for Fixed Firm Price (FFP) and Locational Marginal Price (LMP). The summary of estimated energy costs indicates a significant overall expenditure for electricity supply across multiple accounts. Notably, Fort Meade has the highest estimated quantity, followed by JBMDL (Joint Base McGuire-Dix-Lakehurst) and the Army Corps of Engineers. The document serves as a formal solicitation for offers to supply energy, ensuring compliance with federal guidelines while addressing various installations' energy needs and pricing strategies. This bidding process emphasizes fiscal responsibility and resource allocation, reflecting government efforts to manage energy consumption efficiently across a wide range of operating locations.
    The document outlines an amendment to a previous solicitation related to a contract for electricity supply. The main purpose is to modify the period of performance from an initial 6-month base period plus an optional 6-month period to a single 12-month period without options. This change is reflected throughout the document, including adjustments to estimated electricity quantities for various account line item numbers (CLINs). Specifically, the total estimated quantity for electricity has increased significantly, and certain accounts have been added or removed. Additionally, references to option periods have been eliminated from various sections, and contractual clauses related to these options have been removed or amended accordingly. The amendment emphasizes the government's solicitation for firm fixed-price requirements for electricity under market-based pricing. Attached documentation, such as the installation data sheet, also reflects these changes. Overall, this amendment indicates a streamlined approach for the government in managing contracts for energy supply, focusing on a straightforward and extended contract duration without the complexities of option periods.
    The solicitation (SPE604-24-R-0408) issued by DLA Energy is a Request for Proposals (RFP) for the supply and transmission of electricity and related ancillary services. The proposal covers a six-month base period starting December 2024, with an option for a subsequent six-month period. It includes various government locations, specifying estimated electricity quantities needed. Proposal submissions must adhere to federal acquisition regulations, and prices are to be submitted via a designated pricing sheet. The document outlines pricing structures, including Firm Fixed Price and Locational Marginal Pricing, and details the responsibilities of contractors regarding the delivery, invoicing, and management of electricity. It emphasizes the need for contractors to comply with local utility tariffs and outlines how invoices should be structured. The contracting process includes an emphasis on supporting small businesses, particularly those owned by veterans or women. The RFP underscores the importance of timely proposal submissions and stipulates requirements related to compliance with state and federal regulations. To encourage participation, prospective bidders are advised to understand the federal regulations concerning offer submissions and the complexities of energy pricing regulations. This RFP exemplifies the federal government’s commitment to ensuring energy needs are met while fostering competitive engagement from the private sector.
    This document is a Request for Proposal (RFP) issued by DLA Energy for the supply and transmission of electricity and ancillary services across various government-owned locations. The primary objective is to solicit proposals from qualified contractors for a six-month base period beginning December 2024, with an option for an additional six months. Key points include defined delivery points, firm fixed pricing, and the usage of locational marginal pricing for certain accounts. The solicitation outlines expected electricity quantities, reflects historical usage data, and incorporates specific clauses from the Federal Acquisition Regulation (FAR). It emphasizes the importance of timely submission, adherence to state regulations, and specifies responsibilities for metering, invoicing, and compliance with utility tariffs. Moreover, the document emphasizes the need for the contractor to manage their supply efficiently and coordinate closely with local utility distributors, ensuring that the Government’s demands are met without penalties. Overall, this RFP represents the government’s commitment to securing reliable and cost-effective energy solutions while fostering competition among potential providers.
    Lifecycle
    Title
    Type
    PJM 2024 - Electricity
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    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. 56 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 56, Defense Distribution Center (DDJC). The contractor will be responsible for providing all labor, materials, tools, and equipment necessary to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 2, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and direct any inquiries to Paul Holbert at paul.holbert@dla.mil or Joshua Woodworth at joshua.woodworth@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 contractor will be responsible for providing all necessary labor, supervision, materials, tools, and equipment to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This project is a total small business set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, and the Invitation for Bid (IFB) is expected to be issued around August 5, 2024. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and are encouraged to direct any inquiries to Paul Holbert at paul.holbert@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.
    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.
    DLA Energy Bulk Petroleum FMS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for the procurement of bulk petroleum under the Foreign Military Sales (FMS) program. This opportunity encompasses a base year and three option years, with estimated requirements including 56 million gallons of Turbine Fuel (Aviation, JP8) and 28 million gallons of Diesel Fuel Oil (EN590) for the base year, with varying quantities for subsequent years. The procurement is critical for maintaining military fuel supplies and is subject to full and open competition, contingent upon available funding and compliance with relevant specifications and the Trade Agreement Act of 1979. Interested parties can direct inquiries to Vincent Joyner at vincent.joyner@dla.mil or Shannon Coleman at shannon.coleman@dla.mil, with the solicitation details available on SAM.gov.
    DLA Energy FY25 Annual Procurement Forecast of Petroleum Acquisitions
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its Fiscal Year 2025 Annual Procurement Forecast for petroleum acquisitions, detailing the anticipated procurement of various petroleum products. The forecast includes estimates of 75.05 million barrels for bulk and PCS, 3.95 million barrels for IntoPlane, 2.03 million barrels for bunkers, and 2.41 million barrels for non-contract acquisitions, totaling approximately 83.44 million barrels. This procurement is crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should reach out to Ayodele Warburton at ayodele.warburton@dla.mil or 571-363-8969, or Kurtiss Beach at kurtiss.beach@dla.mil or (571) 767-4306 for further details.
    Government Owned Contractor Operated Fuel Services at DFSP Norfolk, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Government Owned Contractor Operated (GOCO) Fuel Services at the Defense Fuel Support Point (DFSP) in Norfolk, Virginia. The contract encompasses non-personal services for the management, operation, maintenance, and quality assurance of fuel supply facilities, including responsibilities for fuel storage, distribution, and environmental protection at various military locations. This procurement is critical for ensuring reliable fuel operations that support military readiness and logistics, with a contract period extending from April 1, 2025, to March 31, 2029, and options for extension up to September 30, 2034. Interested contractors must submit proposals by September 16, 2024, and can contact Morishita Armstead at morishita.armstead@DLA.MIL or Jamika Forde at jamika.forde@DLA.MIL for further information.