Utilities Privatization - Privatization of the Electric Utility System at Naval Support Facility Indian Head, MD
ID: SP060021R0800Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060-6222, USA

PSC

UTILITIES- ELECTRIC (S112)
Timeline
  1. 1
    Posted Mar 21, 2023 7:45 PM
  2. 2
    Updated Dec 12, 2023 11:42 PM
  3. 3
    Due Mar 19, 2021 7:00 PM
Description

Solicitation DEPT OF DEFENSE is requesting proposals for the Utilities Privatization - Privatization of the Electric Utility System at Naval Support Facility Indian Head, MD. This procurement is for the privatization of the electric utility system at Naval Support Facility Indian Head, MD. The service/item being procured is typically used for providing electricity to the facility. The place of performance is Indian Head, MD with a zip code of 20640 in the USA. For more information, please contact Jose Jimenez-Figueroa at Jose.Jimenez@dla.mil or (571) 335-2696.

Point(s) of Contact
Similar Opportunities
RENOVATE BLDG 154, NSF INDIAN HEAD, MD
Active
Dept Of Defense
Solicitation DEPT OF DEFENSE is seeking a contractor to renovate Building 154 at NSF Indian Head, MD. The service is typically used for the repair or alteration of other administrative facilities and service buildings. The place of performance is Indian Head, Maryland, United States. For more information, please refer to the SAM.gov website and the solicitation number N4008024R2227.
BLDG. 729 BACKUP GENERATOR AND FPS, INDIAN HEAD, MARYLAND
Active
Dept Of Defense
Solicitation from the Department of Defense, Department of the Navy, is seeking a backup generator and fire protection system for Building 729 in Indian Head, Maryland. The service/item being procured is typically used for providing emergency power and ensuring fire safety in the building. For more details, login at https://piee.eb.mil and search for 'N4008024R4409'.
30Ton Central Chiller Replacement R3-0025
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 30Ton Central Chiller Replacement for Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland. This procurement is for commercial items and will be competed as a small business set aside. The government intends to award a firm fixed price purchase order using Simplified Acquisition Procedures. The evaluation will be based on the lowest price technically acceptable (LPTA) basis. Quote packages are due by July 29, 2024, 4:00 PM EST.
BPA - Electrical and Electronic Components PSC 5999
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Blanket Purchase Agreements (BPAs) for Electrical and Electronic Components PSC 5999. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in establishing BPAs with companies that provide standard commercial supplies and services at competitive prices. The BPAs will be awarded based on positive Past Performance and will not exceed the Simplified Acquisition Threshold. Interested vendors should provide a minimum of three Past Performance References. The government reserves the right to use additional references if available. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.
Water Purification System
Active
Dept Of Defense
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), seeks quotes for a firm fixed-price contract under Request for Quotation N0017424Q0087. The requirement is for a Water Purification System to be installed in Indian Head, Maryland. ## Scope of Work The scope involves delivering a Water Purification System that meets the specified requirements outlined in the Statement of Work (SOW). The successful awardee will provide a turn-key solution, including all necessary equipment, materials, and labor for a fully operational system. The SOW details the specific parameters and technical specifications that the system must adhere to. ## Eligibility Criteria The opportunity is unrestricted, meaning all eligible vendors can submit quotes. However, the focus is on small businesses, and the evaluation process will prioritize quotes from this sector. Eligible vendors must have a NAICS code of 333310 and a business size standard of 1,000 to be considered. ## Funding and Contract Details Funding for this effort is estimated at around $100,000 to $250,000. The contract will be a Firm Fixed Price (FFP) arrangement, and the period of performance is expected to be relatively short, lasting about three to six months. ## Submission Process Interested vendors must request a quote package by sending an email to Francine.Keys@navy.mil and Marlene.Ridgell@navy.mil, providing their official company name, point of contact details, and DUNS number with Cage Code. The request must be made by 08 August 2024, 08:00 AM EST. The quote package deadline is also 08 August 2024, 08:00 AM EST. Vendors must submit their packages electronically to the same email addresses, including a cover sheet with essential company information. ## Evaluation Criteria Quotes will be evaluated on two primary factors: Technical Merit and Price. Technical quotes must align with the specified SOW requirements, and vendors must include all applicable costs in their pricing. The evaluation process will be based on Lowest Price Technically Acceptable (LPTA) criteria. ## Contact Information For clarification or further information, vendors can contact Francine Keys at Francine.Keys@navy.mil or Marlene Ridgell at Marlene.Ridgell@navy.mil. The government reserves the right to award the contract without conducting discussions, but it may choose to engage in discussions if deemed necessary. Vendors are advised to submit their most advantageous quotes, highlighting any technical advantages or cost savings.