Notice of Opportunity - Amendment
ID: USSS-NOO-001Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Secret Service (USSS) is seeking contractor interest for an Energy Savings Performance Contract (ESPC) task order at the James J. Rowley Training Center in Laurel, Maryland. This Notice of Opportunity invites holders of the Department of Energy's Fourth Generation ESPC indefinite-delivery contracts to submit expressions of interest for this project. The primary goal is to implement energy and water conservation measures (ECMs) to achieve significant energy reductions, decrease greenhouse gas emissions, and explore renewable energy options. Key objectives include performing energy audits in compliance with legislation, achieving deep energy retrofits, and fostering on-site renewable energy generation. A mandatory pre-bid site visit is scheduled for September 19, 2024, for those wishing to participate. Offerors must adhere to stringent security protocols given the facility's sensitive nature. The selection of an Energy Service Company (ESCO) will follow a two-step process, evaluating technical competencies and management approaches against the project’s goals. Responses must be submitted by September 30, 2024. This initiative highlights the USSS’s commitment to enhancing energy efficiency and sustainability within its operations.
    The United States Secret Service issued a Notice of Opportunity (NOO) inviting holders of the Department of Energy’s Fourth Generation Energy Savings Performance Contracts (ESPC) to express interest in a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The project aims to implement energy and water conservation measures to reduce energy usage, greenhouse gas emissions, and potentially increase renewable energy use. Interested companies must be prime contractors and attend a mandatory pre-bid site visit to assess existing conditions. The project scope includes energy audits and the integration of various energy conservation measures (ECMs), with a key focus on meeting federal energy standards and enhancing facility resilience. Selected Energy Service Companies (ESCOs) will be evaluated based on their technical competencies, management approaches, and experience with similar projects. A required submission format and evaluation criteria emphasize the importance of technical qualifications and past performance. Security regulations are strictly mandated for contractor access to the training center, including a security screening process to comply with federal guidelines. This initiative reflects the Secret Service's commitment to sustainable practices and federal energy efficiency goals.
    Lifecycle
    Title
    Type
    Notice of Opportunity
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) Task Order for Forest Service Operated Centers and Request for Contractor Expressions of Interest
    Active
    Labor, Department Of
    The U.S. Department of Labor is inviting expressions of interest from energy service companies (ESCOs) for a potential Energy Savings Performance Contract (ESPC) task order aimed at implementing energy and water conservation measures at U.S. Forest Service-operated Job Corps Centers across several states, including Kentucky, Virginia, North Carolina, Tennessee, and West Virginia. The primary objective of this procurement is to achieve significant reductions in energy consumption, greenhouse gas emissions, and water usage while enhancing the use of renewable energy sources. This initiative is crucial for promoting sustainability and resource efficiency within government-operated facilities, aligning with broader federal goals for energy management. Interested contractors must submit their expressions of interest by September 27, 2024, and can contact Eileen Garnett at garnett.eileen@dol.gov or Paul M. Seivert at seivert.paul.m@dol.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.
    Request for Proposal U.S. Army Garrison Miami - UESC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Huntsville Center, is issuing a Request for Proposal (RFP) for Utility Energy Services Contract (UESC) aimed at enhancing energy management services for the United States Army Garrison (USAG) Miami in Florida. The primary objective of this procurement is to identify a utility company that will conduct a comprehensive assessment of energy usage, develop energy conservation measures (ECMs), and implement solutions that may include upgrades to lighting, HVAC systems, and the installation of solar panels, with a contract period not exceeding 25 years. This initiative underscores the importance of energy efficiency and sustainability within military operations, contributing to cost savings and improved resilience at the facility. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Tanya N. Brown at tanya.n.brown@usace.army.mil or Christopher M. Andrews at christopher.m.andrews@usace.army.mil.
    Physical Fitness Test Administration
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking contractor support for the administration of the Applicant Physical Abilities Test (APAT) used in the selection of law enforcement personnel. The contractor will be responsible for maintaining, hosting, and scoring the physical ability assessments, which include components such as push-ups, sit-ups, agility runs, and a 1.5-mile run, conducted at pre-approved facilities. This initiative is critical for ensuring that applicants meet the physical standards necessary for the demanding roles within the Secret Service. Interested parties should contact John Akin at john.akin@usss.dhs.gov or 407-212-0577 for further details, with the formal solicitation expected to be posted by COB on Monday, the 16th, and the contract potentially spanning 12 months with four optional renewals.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    Armed Protective Security Officer Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to issue a sole source extension for Armed Protective Security Officer Services at various locations in Washington, D.C., and Maryland. This extension, lasting up to six months, will continue the services provided by Golden SVCS LLC, Master Security Company LLC, and Triple Canopy, allowing time for the government to transition to follow-on efforts for these essential security services. The procurement is critical for maintaining safety and security at federal facilities, and interested parties may submit capability statements to Josh Clemens at josh.b.clemens@fps.dhs.gov, as this notice is not a request for competitive proposals. The applicable NAICS code is 561612, with a small business size standard of $29 million, and a Justification for Other Than Full and Open Competition will be posted following the award.
    J--OPTION - Uninterrupted Power Supply (UPS) Maintenance Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide Uninterrupted Power Supply (UPS) Maintenance Services. This procurement aims to ensure the reliability and functionality of electric power generation systems, which are critical for maintaining operations during emergencies. The solicitation is set as a Total Small Business Set-Aside, with bids to be submitted through the Unison Marketplace platform, where an online competitive reverse auction will take place. Interested sellers must register on the platform and submit their pricing bids by September 16, 2024, at 5:00 PM Eastern Time, and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Notice of Intent to Sole Source Utility Energy Service Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Command Northwest, intends to enter into a Utility Energy Service Contract with Puget Sound Energy Inc. This contract aims to implement energy conservation measures through financing terms and rebates provided by the local energy provider, as authorized under 42 U.S. Code § 8256. The project is significant for enhancing energy efficiency within military operations, and the contract is expected to be awarded shortly, with an approved Justification and Approval (J&A) to be published within 14 days of the award. For inquiries, interested parties may contact Kevin Lovett at kevin.r.lovett.civ@us.navy.mil.
    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.
    Housing Maintenance Services - Training Center, (TRACEN) Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Housing Maintenance Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for supplying all necessary personnel, equipment, and materials to perform maintenance tasks, including carpentry, plumbing, and electrical work, on a 24/7 basis for a base year plus four option years, starting January 1, 2025. This service is crucial for maintaining the quality of military family housing and ensuring the safety and well-being of personnel and their families residing at the facility. Interested parties must respond to the Sources Sought Notice by September 20, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Rosalyn Wooling at Rosalyn.A.Wooling@uscg.mil or Jennifer R. Blackwell at Jennifer.r.blackwell@uscg.mil.