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
    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
    ASBESTOS ABATEMENT REMOVAL SERVICE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified contractors to provide asbestos abatement removal services at Building 763 in Indian Head, Maryland. The project involves the removal of approximately 900 linear feet of asbestos-containing pipe insulation, requiring trained and licensed professionals to ensure compliance with safety regulations and proper waste disposal, along with third-party air monitoring. This initiative is crucial for maintaining safe work environments by eliminating hazardous materials, and the contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation. Interested vendors must submit their quotes by June 12, 2025, and are encouraged to attend a pre-quotation site visit on June 2 or 3, 2025. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or call 301-744-6545.
    BPA - IT and Telecom PSC 7E20
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Indian Head Master BPA
    Buyer not available
    Solicitation DEPT OF DEFENSE is seeking a Blanket Purchase Agreement (BPA) for standard commercial supplies and services in Indian Head, Maryland. The BPA categories include Hand Tools, HVAC, X-ray Film, Cylinder Gas, Safety Coveralls, Containers, Electrical/Electronic, Telecom, Court Reporter/Arbitrator, Patent Services, Education, Fire Protection, Chemicals, and Facilities Support Service. Interested companies must provide documentation of capabilities, complete a price list, and have active accounts in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). ITAR Certification is required for export controlled technical information. Large businesses and team arrangements are considered. Vendors with technical merit will be issued a Master BPA for future bidding. Past performance information will be considered. Contact Dr. David Greaves, Michelle Reeves, Marlene Ridgell, Sarah Hayden, Jodi Fields, or Angela Tejeda for more information.
    BPA - Electrical and Electronic Components PSC 5999
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Electrical and Electronic Components under PSC Code 5999 and NAICS Code 335999. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold. The goods and services are critical for various defense applications, and vendors will be evaluated based on their past performance, including customer satisfaction and technical success. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and they can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    General Hardware (M Department) Master BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    Naval Support Activity Crane - Energy Independence & Resiliency Initiative - Request for Interest (RFI)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking innovative solutions for the Energy Independence and Resiliency Initiative at Naval Support Activity Crane in Indiana. This Request for Interest (RFI) aims to gather proposals related to power generation, energy storage, and microgrid controls to enhance energy resilience and ensure a continuous energy supply, thereby supporting the operational needs of the U.S. Navy and the surrounding community. The initiative is critical for improving grid stability and addressing increasing power demands, aligning with national security objectives for energy management and infrastructure development. Interested parties are encouraged to submit their responses by August 1, 2025, and can direct inquiries to primary contact Janet Freeman at janet.n.freeman2.civ@us.navy.mil or secondary contact Christopher Nelson at christopher.r.nelson100.civ@us.navy.mil. An Industry Day is scheduled for June 17, 2025, to facilitate discussions and clarify the RFI.
    Utility Services Master Basic Ordering Agreement (BOA)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Northwest (NAVFACSYSCOM NW), is seeking utility service providers to establish a Limited-Source Utility Service Master Basic Ordering Agreement (BOA) for energy management services. This procurement aims to enhance energy and water efficiency, energy demand reduction, and provide emergency utility work, primarily within Washington State, under NAICS Codes 221122 and 221210. The total capacity of the Master BOA is capped at $99 million, with a performance period of five years, during which multiple BOAs will be awarded to qualified providers. Interested parties should direct inquiries to Eleanor Drake at eleanor.drake.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, as no funding will be obligated at this stage, and the solicitation will remain open until the agreement capacity is reached.
    General Hardware (M Department) Master BPA
    Buyer not available
    Sources Sought DEPT OF DEFENSE General Hardware (M Department) Master BPA: The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, is seeking companies to establish Blanket Purchase Agreements (BPAs) for the procurement of general hardware supplies and services. This category falls under the Energetics Manufacturing Department (Code M) at NSWC IHD in Indian Head, Maryland. Interested companies must provide documentation addressing the performance work statement, complete and return the price list, and submit a capability statement/line card describing their company, capabilities, and expertise. Additionally, companies must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). ITAR Certification is required for procurements under these BPA Masters. Small businesses are preferred, but large businesses will also be considered. The primary contact for this request is Sarah Hayden (sarah.n.hayden@navy.mil), and the secondary contact is Dr. David Greaves (david.greaves@navy.mil).
    RACKMOUNT PDU
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of 52 rackmount power distribution units (PDUs) under solicitation number N0017825Q6762. The requirement specifies that the products must be compliant with the Trade Agreements Act (TAA) and that vendors must be authorized resellers of UEC Electronics, LLC, the sole source manufacturer, to ensure compatibility and reliability with existing equipment. This procurement is critical for maintaining operational efficiency within the Navy's electronic systems, and proposals are due by May 21, 2025, with an anticipated award date in June 2025. Interested parties should direct inquiries to Carla McKown at carla.j.mckown.civ@us.navy.mil or call 540-500-9891 for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking qualified architect-engineer firms to provide multi-discipline services related to utility engineering, infrastructure management, operation, and maintenance on a global scale. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum value of $80 million and a guaranteed minimum of $10,000, spanning a potential five-year term. These services are critical for maintaining and enhancing military infrastructure, ensuring efficient utility management across various systems such as electricity, water, and natural gas. Interested firms must submit their qualifications using Standard Form SF 330 by May 27, 2025, and can direct inquiries to Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further assistance.